189
Overview for Contract Prior to utilizing a contract, the user should read the contract in it's entirety. CONTRACT DESCRIPTION CONTRACT INFO This Non-Perishable Food contract is a Line Item Contract. Awards were made on a regional basis to all qualified, responsible bidders who submitted a timely, signed and responsive bid. Vendors on contract: Conte Luna; 4600012727, 4600012728, 4600012729 Elwood International; 4600012689 Feesers; 4600012697 Good Source; 4600012691 H.Schrier and co.; 4600012696 Karetas; 4600012703, 4600012705, 4600012706, 4600012707 Premier Food; 4600012698 Ritter Food Service; 4600012708 Somerset Industries; 4600012695, 4600012699 Zilka; 4600012701, 4600012702 Material or Service Material Title & Contract # (s) Non-Perishable Food DOC 8920-08 Number of Suppliers Ten (10) Pcard enabled: Y/N y Validity Period September 10, 2007---August 30, 2009 DGS BOP Point of Contact Margaret Mary Juran Commodity Specialist Contact Phone # 717-346-8112 Email [email protected] PRICING HIGHLIGHTS PROCESS TO ORDER Including Minimum Order Amount (in dollars and/or quantity, if applicable): CONTRACT TYPE- SRM: (NORMAL(has material masters), MSCC, PUNCHOUT,PRODUCT CATEGORY) , R3: (MRP & Market Priced contracts) or describe other processes to order. On the twentieth day of the month preceding the end of the current semi-annual period (6 month period), contractors can provide DPW and DMVA ordering locations and the DGS Commodity Specialist a semi-annual price showing available products and there delivered price for that six month period. The new prices would be effective as of the first day of the month of the upcoming semi- annual period. IF PRODUCT CATEGORY: DEFINE REQUIREMENTS TO FIND CONTRACT Agencies will place their Purchase Orders through SAP

CONTRACT DESCRIPTION CONTRACT INFO

  • Upload
    others

  • View
    13

  • Download
    0

Embed Size (px)

Citation preview

Page 1: CONTRACT DESCRIPTION CONTRACT INFO

Overview for ContractPrior to utilizing a contract, the user should read the contract in it's entirety.

CONTRACT DESCRIPTION CONTRACT INFOThis Non-Perishable Food contract is a Line Item Contract. Awards were made on a regional basis to all qualified, responsible bidders who submitted a timely, signed and responsive bid. Vendors on contract: Conte Luna; 4600012727, 4600012728, 4600012729 Elwood International; 4600012689 Feesers; 4600012697 Good Source; 4600012691 H.Schrier and co.; 4600012696 Karetas; 4600012703, 4600012705, 4600012706, 4600012707 Premier Food; 4600012698 Ritter Food Service; 4600012708 Somerset Industries; 4600012695, 4600012699 Zilka; 4600012701, 4600012702

Material or Service MaterialTitle & Contract # (s) Non-Perishable Food DOC 8920-08

Number of Suppliers Ten (10) Pcard enabled: Y/N y

Validity Period September 10, 2007---August 30, 2009

DGS BOP Point of Contact

Margaret Mary Juran Commodity Specialist

Contact Phone # 717-346-8112

Email [email protected]

PRICING HIGHLIGHTS PROCESS TO ORDERIncluding Minimum Order Amount (in dollars and/or quantity, if applicable):

CONTRACT TYPE- SRM: (NORMAL(has material masters), MSCC, PUNCHOUT,PRODUCT CATEGORY) , R3: (MRP & Market Priced contracts) or describe other processes to order.

On the twentieth day of the month preceding the end of the current semi-annual period (6 month period), contractors can provide DPW and DMVA ordering locations and the DGS Commodity Specialist a semi-annual price showing available products and there delivered price for that six month period. The new prices would be effective as of the first day of the month of the upcoming semi-annual period.

IF PRODUCT CATEGORY: DEFINE REQUIREMENTS TO FIND CONTRACT

Agencies will place their Purchase Orders through SAP

Page 2: CONTRACT DESCRIPTION CONTRACT INFO

All using Agencies of the Commonwealth, Participating Political

Subdivision, Authorities, Private Colleges and Universities

Your Quotation: Date: Collective No.: Our Quotation:

REPRINTContract No. 4600012728Contract Original Approval Date: 09/11/2007

Page 1 of 2

Your SAP Vendor Number With Us: 306156

Supplier Name/Address:PHILADELPHIA MACARONI CO

CONTE LUNA FOODS

760 S 11TH ST

PHILADELPHIA PA 19147-2614

Supplier Telephone No: 215-923-07611...

Supplier Fax No.: 215-925-3339

Please Deliver To:

To be determined at thetime of the Purchase Order

unless specified below

Payment Terms:NET 30

Purchasing Agent:Name: Elizabeth Lenhart

Phone: 717-346-3848

Fax: 717-783-6241

Valid from/to: 09/01/2007 - 08/31/2009

Item Material/ServiceDesc

Est Qty UOM Net Price Per Unit Total

10 291513PASTA, BOWS,10LB/CS

0.00 Case 5.03 1 Case 0.00

--------------------------------------------------------------- ------------------------------------------------------------------------ -----------------

20 291514PASTA, ELBOWMACARONI, 20LB/CS

0.00 Case 6.83 1 Case 0.00

--------------------------------------------------------------- ------------------------------------------------------------------------ -----------------

30 291515PASTA, NOODLES,MED, 10LB/CS

0.00 Case 4.33 1 Case 0.00

--------------------------------------------------------------- ------------------------------------------------------------------------ -----------------

40 291516PASTA, ROTINI,20LB/CS

0.00 Case 7.29 1 Case 0.00

The Commonwealth of Pennsylvania, through the Department of General Services, accepts the submission of theBidder/Contractor for the awarded item(s) at the price(s) set forth below in accordance with: 1) the RFQ submitted by theBidder/Contractor, if any; 2) the documents attached to this Contract or incorporated by reference, if any, and 3) thecontract terms and conditions stored on the website address at www.dgs.state.pa.us for this type of Contract as of thedate of the RFQ, if any, or other solicitation for this Contract, all of which, as appropriate, are incorporated herein byreference. When the Bidder/Contractor receives an order from a Commonwealth agency, the order constitutes theBidder/Contractor's authority to furnish the item(s) to the agency at the time(s) and place(s) specified in the order. RFQ, asused herein, means Request for Quotations, Invitation for Bids, Invitation to Qualify, or Request for Proposals, asappropriate.

Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCO_L, Version 1.0, Created on 05/27/2003, Last changed on 03/29/2005.

SEE LAST PAGE FOR ESTIMATED

TOTAL VALUE INFORMATION

Page 3: CONTRACT DESCRIPTION CONTRACT INFO

REPRINTContract No. 4600012728Contract Original Approval Date: 09/11/2007

Supplier Name:PHILADELPHIA MACARONI CO

CONTE LUNA FOODS

Page 2 of 2

Item Material/ServiceDesc

Est Qty UOM Net Price Per Unit Total

--------------------------------------------------------------- ------------------------------------------------------------------------ -----------------

50 291517PASTA, SHELLS,20LB/CS

0.00 Case 7.29 1 Case 0.00

--------------------------------------------------------------- ------------------------------------------------------------------------ -----------------

60 291518PASTA, SPAGHETTI,20LB/CS

0.00 Case 7.03 1 Case 0.00

--------------------------------------------------------------- ------------------------------------------------------------------------ -----------------

70 292106PASTA, LASAGNANOODLE, 10LB/CS

0.00 Case 8.12 1 Case 0.00

--------------------------------------------------------------- ------------------------------------------------------------------------ -----------------

General Requirements for all Items:

Header Text

This contract is in effect for Region 2 for the Department of Corrections

No futher information for this contract.

Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCO_L, Version 1.0, Created on 05/27/2003, Last changed on 03/29/2005.

Estimated Total Value:$ 500,000.00

Currency: USD

Page 4: CONTRACT DESCRIPTION CONTRACT INFO
Page 5: CONTRACT DESCRIPTION CONTRACT INFO
Page 6: CONTRACT DESCRIPTION CONTRACT INFO

Exhibit A to Contract 4600012728

A. The Standard Contract Terms andConditions For Department of General ServicesStatewide Contracts for Supplies – SAP,GSPUR12E(SAP) Rev. 05/07/04, attachedhereto as Exhibit A and made a part hereof.

http://www.dgsweb.state.pa.us/comod/CurrentFormsGSPUR12E_SAP.doc

Page 7: CONTRACT DESCRIPTION CONTRACT INFO

Exhibit B to Contract 4600012728

B. Contractor’s Revised Price Submittal, which isattached hereto as Exhibit B and made a parthereof.

Page 8: CONTRACT DESCRIPTION CONTRACT INFO

Conte Luna Foods5/29/2007

FOB Warminster Reg 1 Reg 2 Reg 3 Reg 4 Reg 5

SAP# Description Wt Cs / Plt Price/LB Price/LB RevisedPricingReg 1

Price/LB RevisedPricingReg 2

Price/LB RevisedPricingReg 3

Price/LB RevisedPricingReg 4

Price/LB RevisedPricingReg 5

1 291513 Bows, 10 lbs 10 80 $0.44 $0.5338 $0.5025 $0.5650 $0.5650 $0.5650

2 291514 Elbow, 20 lbs 20 80 $0.31 $0.3569 $0.3413 $0.3725 $0.3725 $0.3725

3 291515 Medium Noodles, 10 lbs 10 80 $0.45 $0.5438 $0.5125 $0.5750 $0.5750 $0.5750

4 291516 Rotini, 20 lbs 20 56 $0.32 $0.3870 $0.3646 $0.4093 $0.4093 $0.4093

5 291517 Shells, 20 lbs 20 56 $0.32 $0.3870 $0.3646 $0.4093 $0.4093 $0.4093

6 291518 Spaghetti, 20 lbs 20 80 $0.32 $0.3669 $0.3513 $0.3825 $0.3825 $0.3825

Page 9: CONTRACT DESCRIPTION CONTRACT INFO
Page 10: CONTRACT DESCRIPTION CONTRACT INFO

REQUEST FOR PROPOSALS (RFP)

FOR

NON-PERISHABLE FOOD

ISSUING OFFICE

Ann M. Kimmel 717-783-0764 Department of General Services

Bureau of Procurement 555 Walnut Street, 6th Floor

Harrisburg, PA 17125

RFP NUMBER: CN00025919

DATE OF ISSUANCE: April 25, 2007

Submit Proposals in a Sealed Envelope Clearly Marked “Proposal-RFP NUMBER: CN00025919”

To:

Department of General Services Bureau of Procurement

Bid Room c/o Ann Kimmel

Forum Place, 6th Floor 555 Walnut Street

Harrisburg, PA 17125

i

Page 11: CONTRACT DESCRIPTION CONTRACT INFO

REQUEST FOR PROPOSALS FOR

NON-PERISHABLE FOODS

TABLE OF CONTENTS CALENDAR OF EVENTS iii Part I—GENERAL INFORMATION 1-8 Part II—PROPOSAL REQUIREMENTS 9-15 Part III—CRITERIA FOR SELECTION 16-19 Part IV—WORK STATEMENT 20-25 ATTACHMENT A - STANDARD CONTRACT TERMS AND CONDITIONS ATTACHMENT B – TECHNICAL QUESTIONNAIRE ATTACHMENT C – PRICE SUBMITTAL ATTACHMENT D – SPECIAL FOOD INSTRUCTIONS AND CONDITIONS ATTACHMENT E – DOC FACILITY MAP AND REGIONS ATTACHMENT F – MINIMUM QUALIFICATIONS SHEET ATTACHMENT G – RECIPROCAL LIMITATIONS ATTACHMENT H– CONTRACTOR’S MONTHLY REPORT ATTACHMENT I - NONCOLLUSION AFFIDAVIT ATTACHMENT J– PROPOSAL COVER SHEET ATTACHMENT K – SUPPLIER INVOICE

ii

Page 12: CONTRACT DESCRIPTION CONTRACT INFO

CALENDAR OF EVENTS The Commonwealth will make every effort to adhere to the following schedule:

Activity Responsibility Date

Deadline to submit Questions via email to Ann Kimmel at [email protected] Potential Offerors 05/03/07

Pre-Proposal Conference to be held Monday, May 7, 2007, 10:00 AM, at the North Office Building, Ground Floor, Meeting Room #2, Commonwealth & North Streets, Harrisburg, PA

Issuing Office/Potential

Offerors 05/07/07

Answers to Potential Offeror questions posted to the DGS website (http://www.dgsweb.state.pa.us/RTA/Search.aspx?Cpg=3&dgsNav=1)) no later than this date.

Issuing Office 05/16/07

Please monitor website for all communications regarding the RFP. Potential Offerors

Sealed proposal must be received by the Issuing Office at Department of General Services, Bureau of Procurement, Bid Room c/o Ann Kimmel, Forum Place, 6th Floor, 555 Walnut Street, Harrisburg, PA 17125 by 1:30 EST. ALL SEALED PROPOSALS MUST BE SUBMITTED TO THE ATTENTION OF ANN KIMMEL REF CN00025919 ON THE OUTSIDE LABEL.

Offerors 05/24/07

iii

Page 13: CONTRACT DESCRIPTION CONTRACT INFO

PART I

GENERAL INFORMATION I-1. Purpose. This Request for Proposal (RFP) offers interested foodservice providers with sufficient information to enable them to prepare and submit proposals for consideration by the Commonwealth of Pennsylvania (“CWOPA” herein), and the Department of Corrections (“DOC” herein) to satisfy a need for non-perishable food products. Non-perishable product specifications and associated special instructions addressed by this RFP are defined in both Attachment C - Price Submittal, and Attachment D- Special Food Instructions and Conditions. This RFP does not cover fresh milk, fresh bread, fresh bakery products, fresh eggs, meat, fresh produce, fresh cheese, poultry or frozen items. The Department of Corrections is seeking to partner with a contractor who can provide exceptional performance and aggressive pricing. DOC intends to reduce its overall costs for non-perishable foods by awarding items by lot and then by region. Each lot in each region may be awarded to one contractor or multiple contractors. In addition to reduced costs and product that provides the best value, DOC is looking for a contractor with the ability to provide process efficiencies through technology, sustained high levels of customer service and a commitment to on-going cost reductions and improvements. CWOPA will select the awarded contractor using all the criteria defined in Section III - Criteria for Selection. I-2. Issuing Office. The Pennsylvania Department of General Services, Bureau of Procurement (“Issuing Office”) has issued this RFP on behalf of the Department of Corrections. The sole point of contact in the Commonwealth for this RFP shall be Ann Kimmel, Department of General Services, 555 Walnut Street, Harrisburg, PA 17125, [email protected]., the Issuing Officer, for this RFP. Please refer all inquiries in writing to the Issuing Officer. I-3. Scope. This RFP contains instructions governing the requested proposals to be submitted and the information and documents to included therein; specifications for non-perishable food which must be met to be eligible for consideration; other requirements to be met; contract terms and conditions; and general evaluation criteria. I-4. Problem Statement. DOC is facing significant budget constraints and intends to reduce its overall costs for non-perishable foods and increase service levels by aggregating like items into lots and awarding by region. Each lot and region would preferably be awarded to a single contractor, who in turn must be able to meet all of DOC’s requirements; however, DGS reserves the right to award to multiple contractors. The awarded contractor/contractors and DOC shall develop a partnership with the objective of combating rising costs while maintaining or improving quality. The Commonwealth estimates the total spend for all lots represented to be approximately 20-25 million dollars over the next two years. Additional detail is provided in Part IV of this RFP. I-5. Type of Contract. It is proposed that if the Issuing Office enters into a contract as a result of this RFP, it will be a firm, fixed price contract for all lots and regions for the first six (6) months of the contract from the official execution date. Awarded supplier should supply 100% of products in each lot for each region (See Attachment E – DOC Facility Map and Region). If supplier does not price entire lot, supplier may be deemed non-responsive and the bid rejected. Any contract that is entered into as a result of this RFP will contain the Standard Contract Terms and Conditions for Department of General Services Statewide Contracts for Supplies (GSPUR-12E), as shown in Attachment A.

Page 1 of 25

Page 14: CONTRACT DESCRIPTION CONTRACT INFO

I-6. Rejection of Proposals. The Issuing Office reserves the right, in its sole and complete discretion, to reject any proposal partially or entirely received as a result of this RFP. I-7. Incurring Costs. The Issuing Office is not liable for any costs the Offeror incurs in preparation and submission of its proposal, in participating in the RFP process or in anticipation of award of the contract. I-8. Pre-Proposal Conference. The Pre-Proposal Conference will be held on Monday, May 7, 2007, at 10:00 AM, North Office Building, Ground Floor, Meeting Room #2, Commonwealth & North Streets, Harrisburg, PA. If there are any questions, please forward them to the Issuing Officer in accordance with Section I-9. I-9. Questions & Answers. If an Offeror has any questions regarding this RFP, the Offeror must submit the questions by email (with the subject line “RFP-CN00025919 Question”) to the Issuing Officer named in Part I, Section I-2 of the RFP. If the Offeror has questions, they must be submitted via email no later than the date indicated on the Calendar of Events. The Offeror shall not attempt to contact the Issuing Officer by any other means. The Issuing Officer shall post the answers to the questions on the DGS website by the date stated on the Calendar of Events. All questions and responses as posted on the DGS website are considered as an addendum to, and part of, this RFP in accordance with RFP Part I, Section I-10. Each Offeror shall be responsible to monitor the DGS website for new or revised RFP information. The Issuing Office shall not be bound by any verbal information nor shall it be bound by any written information that is not either contained within the RFP or formally issued as an addendum by the Issuing Office. The Issuing Office does not consider questions to be a protest of the specifications or of the solicitation. The required protest process for Commonwealth procurements is described on the DGS website. I-10. Addenda to the RFP. If the Issuing Office deems it necessary to revise any part of this RFP before the proposal response date, the Issuing Office will post an addendum to the DGS website at http://www.dgsweb.state.pa.us/RTA/Search.aspx?Cpg=3&dgsNav=1. It is the Offeror’s responsibility to periodically check the website for any new information or addenda to the RFP. Answers to the questions asked during the Questions & Answers period also will be posted to the website as an addendum to the RFP. I-11. Response Date. To be considered for selection, hard copies of proposals must arrive at the Issuing Office on or before the time and date specified in the RFP Calendar of Events. The Issuing Office will not accept proposals via email or facsimile transmission. Offerors who send proposals by mail or other delivery service should allow sufficient delivery time to ensure timely receipt of their proposals. If, due to inclement weather, natural disaster, or any other cause, the Commonwealth office location to which proposals are to be returned is closed on the proposal response date, the deadline for submission will be automatically extended until the next Commonwealth business day on which the office is open, unless the Issuing Office otherwise notifies Offerors. The hour for submission of proposals shall remain the same. The Issuing Office will reject, unopened, any late proposals. I-12. Proposals. To be considered, Offerors should submit a complete Technical response to this RFP, using the format provided in Part II, providing six (6) paper copies of the proposal to the Issuing Office. In addition to the paper copies of the proposal, Offerors shall submit one complete and exact copy of the Technical proposal on CD-ROM in Microsoft Office or Microsoft Office-compatible format. The Price Submittal should be submitted in one (1) paper based original to the Issuing Office along with one (1) electronic copy of the pricing proposal on CD-ROM in Microsoft Office or Microsoft Office-compatible

Page 2 of 25

Page 15: CONTRACT DESCRIPTION CONTRACT INFO

format and submitted in a separate sealed envelope. The Disadvantaged Business Submittal should be submitted as a paper-based original and sealed separately from Technical and Cost. The Offeror shall make no other distribution of its proposal to any other Offeror or Commonwealth official or Commonwealth consultant. Each proposal page should be numbered for ease of reference. An official authorized to bind the Offeror to its provisions must sign the proposal. For this RFP, the proposal must remain valid for one hundred and twenty (120) days or until a contract is fully executed. If the Issuing Office selects the Offeror’s proposal for award, the contents of the selected Offeror’s proposal will become, except to the extent the contents are changed through Best and Final Offers or negotiations, contractual obligations. The information in the proposal will become a public record upon contract execution, except as limited by Section 106 (b)(1) of the Commonwealth Procurement Code, 62 Pa. C.S. § 106 (b)(1). Each Offeror submitting a proposal specifically waives any right to withdraw or modify it, except that the Offeror may withdraw its proposal by written notice received at the Issuing Office’s address for proposal delivery prior to the exact hour and date specified for proposal receipt. An Offeror or its authorized representative may withdraw its proposal in person prior to the exact hour and date set for proposal receipt, provided the withdrawing person provides appropriate identification and signs a receipt for the proposal. An Offeror may modify its submitted proposal prior to the exact hour and date set for proposal receipt only by submitting a new sealed proposal or sealed modification which complies with the RFP requirements. I-13. Disadvantaged Business Information. The Issuing Office encourages participation by small disadvantaged businesses as prime contractors, joint ventures and subcontractors/suppliers and by socially disadvantaged businesses as prime contractors. Small Disadvantaged Businesses are small businesses that are owned or controlled by a majority of persons, not limited to members of minority groups, who have been deprived of the opportunity to develop and maintain a competitive position in the economy because of social disadvantages. The term includes:

a. Department of General Services Bureau of Minority and Women Business Opportunities (BMWBO)-certified minority business enterprises (MBEs) and women business enterprises (WBEs) that qualify as small businesses; and

b. United States Small Business Administration-certified small disadvantaged businesses or

8(a) small disadvantaged business concerns. Small businesses are businesses in the United States that are independently owned, are not dominant in their field of operation, employ no more than 100 persons and earn less than $20 million in gross annual revenues ($25 million in gross annual revenues for those businesses in the information technology sales or service business). Socially disadvantaged businesses are businesses in the United States that BMWBO determines are owned or controlled by a majority of persons, not limited to members of minority groups, who are subject to racial or ethnic prejudice or cultural bias, but which do not qualify as small businesses. In order for a business to qualify as “socially disadvantaged,” the offeror must include in its proposal clear and convincing evidence to establish that the business has personally suffered racial or ethnic prejudice or cultural bias stemming from the business person’s color, ethnic origin or gender.

Page 3 of 25

Page 16: CONTRACT DESCRIPTION CONTRACT INFO

Questions regarding this Program can be directed to:

Department of General Services Bureau of Minority and Women Business Opportunities Room 611, North Office Building Harrisburg, PA 17125 Phone: (717) 787-6708 Fax: (717) 772-0021 Email: [email protected]

Program information and a database of BMWBO-certified minority- and women-owned businesses can be accessed at www.dgs.state.pa.us, DGS Keyword: BMWBO. The federal vendor database can be accessed at http://www.ccr.gov by clicking on Dynamic Small Business Search (certified companies are so indicated). I-14. Information Concerning Small Businesses in Enterprise Zones. The Issuing Office encourages participation by small businesses, whose primary or headquarters facility is physically located in areas the Commonwealth has identified as Designated Enterprise Zones, as prime contractors, joint ventures and subcontractors/suppliers. The definition of headquarters includes, but is not limited to, an office or location that is the administrative center of a business or enterprise where most of the important functions of the business are conducted or concentrated and location where employees are conducting the business of the company on a regular and routine basis so as to contribute to the economic development of the geographical area in which the office or business is geographically located. Small businesses are businesses in the United States that are independently owned, are not dominant in their field of operation, employ no more than 100 persons and earn less than $20 million in gross annual revenues ($25 million in gross annual revenues for those businesses in the information technology sales or service business). There is no database or directory of small businesses located in Designated Enterprise Zones. Information on the location of Designated Enterprise Zones can be obtained by contacting:

Aldona M. Kartorie Center for Community Building PA Department of Community and Economic Development 4th Floor, Commonwealth Keystone Building 400 North Street Harrisburg, PA 17120-0225 Phone: (717) 720-7409 Fax: (717) 787-4088 Email: [email protected]

I-15. Economy of Preparation. Offerors should prepare proposals simply and economically, providing a straightforward, concise description of the Offeror’s ability to meet the requirements of the RFP.

Page 4 of 25

Page 17: CONTRACT DESCRIPTION CONTRACT INFO

I-16. Alternate Proposals. The Issuing Office has identified the basic approach to meeting its requirements, allowing Offerors to be creative and propose their best solution to meeting these requirements. The Issuing Office will not accept alternate proposals. I-17. Discussions for Clarification. Offerors may be required to make an oral or written clarification of their proposals to the Issuing Office to ensure thorough mutual understanding and Offeror responsiveness to the solicitation requirements. The Issuing Office will initiate requests for clarification. I-18. Prime Contractor Responsibilities. The contract will require the selected Offeror to assume responsibility for all services offered in its proposal whether it produces them itself or by subcontract. The Issuing Office will consider the selected Offeror to be the sole point of contact with regard to contractual matters. I-19. Proposal Contents. Offerors should not label proposal submissions as confidential or proprietary. The Issuing Office will hold all proposals in confidence and will not reveal or discuss any proposal with competitors for the contract, unless disclosure is required:

i) Under the provisions of any Commonwealth or United States statute or regulation; or

ii) By rule or order of any court of competent jurisdiction.

After a contract is executed, however, the successful proposal is considered a public record under the Right-to Know Law, 65 P.S. § 66.1—66.9, and therefore subject to disclosure. The financial capability information submitted under Part II, Section II-6 shall not be disclosed in the final contract. All material submitted with the proposal becomes the property of the Commonwealth of Pennsylvania and may be returned only at the Issuing Office’s option. The Issuing Office, in its sole discretion, may include any person other than competing Offerors on its proposal evaluation committee. The Issuing Office has the right to use any or all ideas presented in any proposal regardless of whether the proposal becomes part of a contract. I-20. Best and Final Offers. The Issuing Office reserves the right to conduct discussions with Offerors for the purpose of obtaining “best and final offers.” To obtain best and final offers from Offerors, the Issuing Office may do one or more of the following:

iii) Enter into pre-selection negotiations, including the use of an online auction;

iv) Schedule oral presentations; and

v) Request revised proposals. The Issuing Office will limit any discussions to responsible Offerors (those that have submitted responsive proposals and possess the capability to fully perform the contract requirements in all respects and the integrity and reliability to assure good faith performance) whose proposals the Issuing Office has determined to be reasonably susceptible of being selected for award. The Criteria for Selection found in Part III, Section III-4, shall also be used to evaluate the best and final offers. Price reductions offered through any reverse online auction shall have no effect upon the Offeror’s Technical Submittal. Dollar commitments to Disadvantaged Businesses and Enterprise Zone Small Businesses can be reduced only in the same percentage as the percent reduction in the total price offered through negotiations, including the online auction.

Page 5 of 25

Page 18: CONTRACT DESCRIPTION CONTRACT INFO

I-21. News Releases. Offerors shall not issue news releases, Internet postings, advertisements or any other public communications pertaining to this Project without prior written approval of the Issuing

ffice, and then only in coordination with the Issuing Office.

proposal with other Commonwealth personnel and/or competing Offeror personnel may e disqualified.

osals. An Offeror’s xercise of the opportunity to be debriefed does not constitute the filing of a protest.

and other

nd provide liaison between the Agency and the ontractor’s project manager for Agency related matters.

e responsible for preparing and distributing related procedures and uidelines to each Agency Contact.

Offeror for ny service or work performed or expenses incurred before the Effective Date of the contract.

rizations. By submitting its proposal, each Offeror nderstands, represents, and acknowledges that:

c.

e facts relating to the Proposal submission, punishable pursuant to 18 Pa. C.S. § 4904.

d.

without consultation, communication, or agreement with any other Offeror or potential

O I-22. Restriction of Contact. From the issue date of this RFP until the Issuing Office selects a proposal for award, the Issuing Officer is the sole point of contact concerning this RFP. Any violation of this condition may be cause for the Issuing Office to reject the offending Offeror’s proposal. If the Issuing Office later discovers that the Offeror has engaged in any violations of this condition, the Issuing Office may reject the offending Offeror’s proposal or rescind its contract award. Offerors must agree not to distribute any part of their proposals beyond the Issuing Office. An Offeror who shares information contained in its b I-23. Debriefing Conferences. Offerors whose proposals are not selected will be notified of the name of the selected Offeror and given the opportunity to be debriefed. The Issuing Office will schedule the time and location of the debriefing. The debriefing will not compare the Offeror with other Offerors, other than the position of the Offeror’s proposal in relation to all other Offeror prope I-24. Issuing Office Participation. Offerors shall provide all services, supplies, facilities,support necessary to complete the identified work, except as otherwise provided in this Part I, Section I-24. For the purpose of contract administration, the Department of General Services (DGS) will designate a person to serve as the CWOPA Contract Officer. The Contract Officer will serve as the primary liaison between DOC and the selected contractor and will coordinate overall management and administration of the contract for DOC. Each Agency may designate an individual to serve as the main point of contact for the Agency and the Contract Officer, ac The CWOPA Contract Officer will bg I-25. Term of Contract. The term of the contract will commence on the Effective Date and will have an initial term of two (2) years with options to renew for three (3) additional one (1) year renewal periods. The Issuing Office will fix the Effective Date after the contract has been fully executed by the selected Offeror and by the Commonwealth and all approvals required by Commonwealth contracting procedures have been obtained. The selected Offeror shall not start the performance of any work prior to the Effective Date of the contract and the Commonwealth shall not be liable to pay the selected a I-26. Offeror’s Representations and Authou

All of the Offeror’s information and representations in the proposal are material and important, and the Issuing Office may rely upon the contents of the proposal in awarding the contract(s). The Commonwealth shall treat any misstatement, omission or misrepresentation as fraudulent concealment of the tru

The Offeror has arrived at the price(s) and amounts in its proposal independently and

Page 6 of 25

Page 19: CONTRACT DESCRIPTION CONTRACT INFO

offeror. The Offeror is expected to complete the Noncollusion Affidavit as referenced in Attachment I and submit with proposal.

e. The Offeror has not disclosed the price(s), the amount of the proposal, nor the

approximate price(s) or amount(s) of its proposal to any other firm or person who is an Offeror or potential offeror for this RFP, and the Offeror shall not disclose any of these items on or before the proposal submission deadline specified in the Calendar of Events of this RFP.

f. The Offeror has not attempted, nor will it attempt, to induce any firm or person to refrain

from submitting a proposal on this contract, or to submit a proposal higher than this proposal, or to submit any intentionally high or noncompetitive proposal or other form of complementary proposal.

g. The Offeror makes its proposal in good faith and not pursuant to any agreement or

discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive proposal.

h. To the best knowledge of the person signing the proposal for the Offeror, the Offeror, its

affiliates, subsidiaries, officers, directors, and employees are not currently under investigation by any governmental agency and have not in the last four years been convicted or found liable for any act prohibited by State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding or proposing on any public contract, except as the Offeror has disclosed in its proposal.

i. To the best of the knowledge of the person signing the proposal for the Offeror and

except as the Offeror has otherwise disclosed in its proposal, the Offeror has no outstanding, delinquent obligations to the Commonwealth including, but not limited to, any state tax liability not being contested on appeal or other obligation of the Offeror that is owed to the Commonwealth.

j. The Offeror is not currently under suspension or debarment by the Commonwealth, any

other state or the federal government, and if the Offeror cannot so certify, then it shall submit along with its proposal a written explanation of why it cannot make such certification.

k. The Offeror has not made, under separate contract with the Issuing Office, any

recommendations to the Issuing Office concerning the need for the services described in its proposal or the specifications for the services described in the proposal.

l. Each Offeror, by submitting its proposal, authorizes Commonwealth agencies to release

to the Commonwealth information concerning the Offeror's Pennsylvania taxes, unemployment compensation and workers’ compensation liabilities.

m. Until the selected Offeror receives a fully executed and approved written contract from

the Issuing Office, there is no legal and valid contract, in law or in equity, and the Offeror shall not begin to perform.

Page 7 of 25

Page 20: CONTRACT DESCRIPTION CONTRACT INFO

I-27. Notification of Selection. The Issuing Office will notify the selected Offeror in writing of its selection for negotiation after the Issuing Office has determined, taking into consideration all of the evaluation factors, the proposal that is the most advantageous to the Issuing Office. I-28. RFP Protest Procedure. The RFP Protest Procedure is on the DGS website at http://www.dgs.state.pa.us . A protest by a party not submitting a proposal must be filed within seven days after the protesting party knew or should have known of the facts giving rise to the protest, but no later than the proposal submission deadline specified in the Calendar of Events of the RFP. Offerors may file a protest within seven (7) days after the protesting Offeror knew or should have known of the facts giving rise to the protest, but in no event may an Offeror file a protest later than seven (7) days after the date the notice of award of the contract is posted on the DGS website. The date of filing is the date of receipt of the protest. A protest must be filed in writing with the Issuing Office. I-29. Use of Electronic Versions of this RFP. This RFP is being made available by electronic means. If an Offeror electronically accepts the RFP, the Offeror acknowledges and accepts full responsibility to insure that no changes are made to the RFP. In the event of a conflict between a version of the RFP in the Offeror’s possession and the Issuing Office’s version of the RFP, the Issuing Office’s version shall govern. I-30. Reciprocal Limitations Act 146 The Reciprocal Limitations Act 146 as referenced in Attachment G requires the Department to give Pennsylvania resident offerors a preference against a non-resident offeror from any state that gives or requires a preference to offerors from that state. The amount of preference shall be equal to the amount of preference applied by the state of the non-resident offeror. More information on this Act, or how to claim preference, can be obtained at our Internet site at www.dgs.state.pa.us, by faxing a request to (717) 787-0725, or by calling Vendor Services at (717) 787-2199 or 4705.

Page 8 of 25

Page 21: CONTRACT DESCRIPTION CONTRACT INFO

PART II

PROPOSAL REQUIREMENTS Offerors must submit their proposals in the format, including heading descriptions, outlined below. To be considered, the proposal must respond to all requirements in this part of the RFP. Offerors should provide any other information thought to be relevant, but not applicable to the enumerated categories, as an appendix to the Proposal. ALL COST DATA RELATING TO THIS PROPOSAL AND ALL DISADVANTAGED BUSINESS COST DATA SHOULD BE KEPT SEPARATE FROM AND NOT INCLUDED IN THE TECHNICAL SUBMITTAL. Each Proposal shall consist of the following three separately sealed submittals:

a. Technical Submittal, which shall be a response to RFP, Attachment B.

b. Disadvantaged Business Submittal, in response to RFP Part II, Section II-8; and c. Price Submittal, in response to RFP Part II, Section II-9. The Issuing Office reserves the right to request additional information which, in the Issuing Office’s opinion, is necessary to assure that the Offeror’s competence, number of qualified employees, business organization, and financial resources are adequate to perform according to the RFP. The Issuing Office may make investigations as deemed necessary to determine the ability of the Offeror to perform the Project, and the Offeror shall furnish to the Issuing Office all requested information and data. The Issuing Office reserves the right to reject any proposal if the evidence submitted by, or investigation of, such Offeror fails to satisfy the Issuing Office that such Offeror is properly qualified to carry out the obligations of the RFP and to complete the Project as specified. II-1. Statement of the Problem. State in succinct terms your understanding of the problem presented or the service required by this RFP. II-2. Management Summary. Include a narrative description of the proposed effort and a list of the items to be delivered or services to be provided. II-3. Work Plan. Describe in narrative form your technical plan for accomplishing the work. Use the task descriptions in Part IV of this RFP as your reference point. Modifications of the task descriptions are permitted; however, reasons for changes should be fully explained. Indicate the number of person hours allocated to each task. Include a Program Evaluation and Review Technique (PERT) or similar type display, time related, showing each event. If more than one approach is apparent, comment on why you chose this approach.

Page 9 of 25

Page 22: CONTRACT DESCRIPTION CONTRACT INFO

II-4. Prior Experience. Include experience in supplying a full range of food utilizing a large base of represented manufacturers in order to meet the requirements of Agency needs within the Commonwealth of Pennsylvania. Experience shown should be work done by individuals who will be assigned to this project as well as that of your company. Studies or projects referred to must be identified and the name of the customer shown, including the name, address, and telephone number of the responsible official of the customer, company, or agency who may be contacted. II-5. Training. If appropriate, indicate recommended training of agency personnel. Include the agency personnel to be trained, the number to be trained, duration of the program, place of training, curricula, training materials to be used, number and frequency of sessions, and number and level of instructors. II-6. Financial Capability. Describe your company’s financial stability and economic capability to perform the contract requirements. Financial documents such as audited financial statements or recent tax returns will be acceptable to the Commonwealth. II-7. Objections and Additions to Standard Contract Terms and Conditions. The Offeror will identify which, if any, of the terms and conditions (contained in Attachment A) it would like to renegotiate and what additional terms and conditions the Offeror would like to add to the standard contract terms and conditions. The Offeror’s failure to make a submission under this paragraph will result in its waiving its right to do so later, but the Issuing Office may consider late objections and requests for additions if to do so, in the Issuing Office’s sole discretion, would be in the best interest of the Commonwealth. The Issuing Office may, in its sole discretion, accept or reject any requested changes to the standard contract terms and conditions. The Offeror shall not request changes to the other provisions of the RFP, nor shall the Offeror request to completely substitute its own terms and conditions for Attachment A. All terms and conditions must appear in one integrated contract. The Issuing Office will not accept references to the Offeror’s, or any other, online guides or online terms and conditions contained in any proposal. Regardless of any objections set out in its proposal, the Offeror must submit its proposal, including the cost proposal, on the basis of the terms and conditions set out in Attachment A. The Issuing Office will reject any proposal that is conditioned on the negotiation of terms and conditions other than those set out in Attachment A. II-8. Disadvantaged Business Submittal.

a. Disadvantaged Business Information.

i) To receive credit for being a Small Disadvantaged Business or a Socially Disadvantaged Business or for entering into a joint venture agreement with a Small Disadvantaged Business or for subcontracting with a Small Disadvantaged Business (including purchasing supplies and/or services through a purchase agreement), an Offeror must include proof of Disadvantaged Business qualification in the Disadvantaged Business Submittal of the proposal, as indicated below:

1) A Small Disadvantaged Businesses certified by BMWBO as an

MBE/WBE must provide a photocopy of their BMWBO certificate.

2) Small Disadvantaged Businesses certified by the U.S. Small Business Administration pursuant to Section 8(a) of the Small Business Act (15

Page 10 of 25

Page 23: CONTRACT DESCRIPTION CONTRACT INFO

U.S.C. § 636(a)) as an 8(a) or small disadvantaged business must submit proof of U.S. Small Business Administration certification. The owners of such businesses must also submit proof of United States citizenship.

3) All businesses claiming Small Disadvantaged Business status, whether as

a result of BMWBO certification or U.S. Small Business Administration certification as an 8(a) or small disadvantaged business, must attest to the fact that the business has 100 or fewer employees.

4) All businesses claiming Small Disadvantaged Business status, whether as

a result of BMWBO certification or U.S. Small Business Administration certification as an 8(a) or small disadvantaged business, must submit proof that their gross annual revenues are less than $20,000,000 ($25,000,000 for those businesses in the information technology sales or service business). This can be accomplished by including a recent tax return or audited financial statement.

ii) All businesses claiming status as a Socially Disadvantaged Business must include

in the Disadvantaged Business Submittal of the proposal clear and convincing evidence to establish that the business has personally suffered racial or ethnic prejudice or cultural bias stemming from the business person’s color, ethnic origin or gender. The submitted evidence of prejudice or bias must:

1) Be rooted in treatment that the business person has experienced in

American society, not in other countries.

2) Show prejudice or bias that is chronic and substantial, not fleeting or insignificant.

3) Indicate that the business person’s experience with the racial or ethnic

prejudice or cultural bias has negatively impacted his or her entry into and/or advancement in the business world.

BMWBO shall determine whether the Offeror has established that a business is socially disadvantaged by clear and convincing evidence.

iii) In addition to the above verifications, the Offeror must include in the

Disadvantaged Business Submittal of the proposal the following information:

1) The name and telephone number of the Offeror’s project (contact) person for the Small Disadvantaged Business.

2) The business name, address, name and telephone number of the primary

contact person for each Small Disadvantaged Business included in the proposal. The Offeror must specify each Small Disadvantaged Business to which it is making commitments. The Offeror will not receive credit for stating that it will find a Small Disadvantaged Business after the contract is awarded or for listing several businesses and stating that one will be selected later.

Page 11 of 25

Page 24: CONTRACT DESCRIPTION CONTRACT INFO

3) The specific work, goods or services each Small Disadvantaged Business will perform or provide.

4) The estimated dollar value of the contract to each Small Disadvantaged

Business.

5) Of the estimated dollar value of the contract to each Small Disadvantaged Business, the percent of the total value of services or products purchased or subcontracted that will be provided by the Small Disadvantaged Business directly.

6) The location where each Small Disadvantaged Business will perform

these services.

7) The timeframe for each Small Disadvantaged Business to provide or deliver the goods or services.

8) The amount of capital, if any, each Small Disadvantaged Business will

be expected to provide.

9) The form and amount of compensation each Small Disadvantaged Business will receive.

10) For a joint venture agreement, a copy of the agreement, signed by all

parties.

11) For a subcontract, a signed subcontract or letter of intent.

iv) The Offeror is required to submit only one copy of its Disadvantaged Business Submittal. The submittal shall be clearly identified as Disadvantaged Business information and sealed in its own envelope, separate from the remainder of the proposal.

v)

llowing will become a contractual obligation once the contract is fully executed:

1) of the selected Offeror’s Disadvantaged Business

commitment;

2) The name of each Small Disadvantaged Business; and

3) siness will provide, including the timeframe for performing the services.

vi) ubcontractor with as

many prime contractors as it chooses in separate proposals.

The Offeror must include the dollar value of the commitment to each Small Disadvantaged Business in the same sealed envelope with its Disadvantaged Business Submittal. The fo

The amount

The services each Small Disadvantaged Bu

A Small Disadvantaged Business can be included as a s

Page 12 of 25

Page 25: CONTRACT DESCRIPTION CONTRACT INFO

vii) An Offeror that qualifies as a Small Disadvantaged Business and submits a proposal as a prime contractor is not prohibited from being included as a subcontractor in separate proposals submitted by other Offerors.

b. Enterprise Zone Small Business Participation.

i) To receive credit for being an enterprise zone small business or entering into a joint venture agreement with an enterprise zone small business or subcontracting with an enterprise zone small business, an Offeror must include the following information in the Disadvantaged Business Submittal of the proposal:

1) Proof of the location of the business’ headquarters (such as a lease or

deed or Department of State corporate registration), including a description of those activities that occur at the site to support the other businesses in the enterprise zone.

2) Confirmation of the enterprise zone in which it is located (obtained from

the local enterprise zone office).

3) Proof of United States citizenship of the owners of the business.

4) Certification that the business employs 100 or fewer employees.

5) Proof that the business’ gross annual revenues are less than $20,000,000 ($25,000,000 for those businesses in the information technology sales or service business). This can be accomplished by including a recent tax return or audited financial statement.

6) Documentation of business organization, if applicable, such as articles of

incorporation, partnership agreement or other documents of organization.

ii) In addition to the above verifications, the Offeror must include in the Disadvantaged Business Submittal of the proposal the following information:

1) The name and telephone number of the Offeror’s project (contact) person

for the Enterprise Zone Small Business.

2)

for listing several businesses and stating that one will be selected later.

3) rvices each Enterprise Zone Small

Business will perform or provide.

The business name, address, name and telephone number of the primary contact person for each Enterprise Zone Small Business included in the proposal. The Offeror must specify each Enterprise Zone Small Business to which it is making commitments. The Offeror will not receive credit for stating that it will find an Enterprise Zone Small Business after the contract is awarded or

The specific work, goods or se

Page 13 of 25

Page 26: CONTRACT DESCRIPTION CONTRACT INFO

4) d dollar value of the contract to each Enterprise Zone Small

Business.

5)

subcontracted that each Enterprise Zone Small Business will provide.

6) here each Enterprise Zone Small Business will perform

these services.

7) rprise Zone Small Business to provide or

8) f any, each Enterprise Zone Small Business will

9) t of compensation each Enterprise Zone Small

10) int venture agreement, a copy of the agreement, signed by all

iii)

will become a contractual obligation

1) ected Offeror’s Enterprise Zone Small Business

3) The services each Enterprise Zone Small Business will provide,

any questions about hether a cost or other component is included or applies. All Offerors will then have the benefit of the

The estimate

Of the estimated dollar value of the contract to each Enterprise Zone Small Business, the percent of the total value of services or products purchased or

The location w

The timeframe for each Entedeliver the goods or services.

The amount of capital, ibe expected to provide.

The form and amounBusiness will receive.

For a joparties.

11) For a subcontract, a signed subcontract or letter of intent.

The dollar value of the commitment to each Enterprise Zone Small Business must be included in the same sealed envelope with the Disadvantaged Business Submittal of the proposal. The following once the contract is fully executed:

The amount of the selcommitment;

2) The name of each Enterprise Zone Small Business; and

including the timeframe for performing the services.

II-9. Price Submittal. The information requested in this Part II, Section II-9 shall constitute the Price Submittal. The Price Submittal consisting of one hard copy and one electronic copy on CD shall be placed in a separate sealed envelope within the sealed proposal, separated from the technical submittal. Offerors should not include any assumptions in their cost submittals. If the Offeror includes assumptions in its cost submittal, the Issuing Office may reject the proposal. Offerors should direct in writing to the Issuing Office pursuant to Part I, Section I-9, of this RFP wIssuing Office’s written answer so that all proposals are submitted on the same basis.

Page 14 of 25

Page 27: CONTRACT DESCRIPTION CONTRACT INFO

The Issuing Office will reimburse the selected Offeror for work satisfactorily performed aftexecution of a written contract and the start of the contract term, in accordance with contrarequirements, and only after the Issuing Office has issued a notice to proceed. II-10. Samples: Vendor may be required to submit samples for evaluation prior to and after award of this contract. If samples are required, bidders will be notified to label them with their name, the requisition/contract number, item number, and opening date and send them prepaid to the requesting agency. The outside of the sample package must show the bidder’s name and the requisition

er ct

/contract umber. Failure to furnish the required samples to this location within the time period specified in the

his information shall e provided with 30 calendar days after receiving notification of award, and within 30 calendar days of

rogram from a manufacturer during the contract period. DGS

to the Commonwealth. Any rejected product ft beyond thirty (30) calendar days following notification will be regarded as abandoned property

nd the Commonwealth will have the right to dispose of the product as it own. The Contractor will ot invoice the Commonwealth for non-complying product and/or will issue a full credit for non-mplying product that has already been invoiced/paid.

nnotification to submit samples may be cause for rejection of the bid. After evaluation, samples submitted may be returned; transportation charges collect, upon written request. Otherwise the samples will be disposed of at the discretion of the Commonwealth 60 days after bid opening II-11. Rebate, Promotional Allowances or Bill Backs: The awarded Contractors shall provide the agency purchasing agents a copy of any rebate, promotional or bill back programs available from manufacturers supplying products to the Commonwealth through this contract. Tbreceiving any promotional or bill back preserves the right to review manufacturers invoices to ensure compliance with pass through, rebates and promotional allowances periodically, to inquire about all applicable rebates. 11-12. Shelf Life/Rejection Process: Contractor will maintain records of Julian Dates for products when coded shelf life dates are used. This information will readily be available and will be provided to the requesting agency on demand. Any product that fails to conform to the specifications, or has inadequate shelf life remaining may be rejected by the facility. All facilities will have sixty (60) days to reject product and will inform the supplier within the sixty (60) days from the date of receipt. It will be the responsibility of the contractor to remove rejected products from the premises when the next delivery is made or within thirty (30) calendar days of notification without expenseleanco

Page 15 of 25

Page 28: CONTRACT DESCRIPTION CONTRACT INFO

PART III

CRITERIA FOR SELECTION III-1. Mandatory Responsiveness Requirements. To be eligible for selection, a proposal must be:

a. Timely received from an Offeror; b. Properly signed by the Offeror;

III-2. Technical Nonconforming Proposals. The Issuing Office reserves the right, in its sole discretion, to waive technical or immaterial nonconformities in an Offeror’s proposal. III-3. Evaluation. The Issuing Office has selected a committee of qualified personnel to review and evaluate timely submitted proposals. Independent of the committee, BMWBO will evaluate the Disadvantaged Business Submittal and provide the Issuing Office with a rating for this component of each proposal. The Issuing Office will notify in writing of its selection for negotiation the responsible Offeror whose proposal is determined to be the most advantageous to the Commonwealth as determined by the Issuing Office after taking into consideration all of the evaluation factors. The Issuing Office will award a contract only to an Offeror determined to be responsible in accordance with the most current version of Commonwealth Management Directive 215.9, Contractor Responsibility Program. III-4. Criteria for Selection. The following criteria will be used, in order of relative importance from the highest to the lowest weighted factors, in evaluating each proposal: DGS may or may not award each lot in each region to one supplier.

a. Attachment C – Price Submittal: Items have been consolidated into a list of products by lots that represent Department of Corrections’ most frequently used items. The following information is being provided for these items: Material Number, Unit of Measure, Short Text, Long Text (specifications), estimated annual usage by region. Contractors are required to submit a quote based on the long text specifications for each lot and region. Contractor should supply 100% of products in each lot for each region. The offeror must represent the fixed delivered cost. Pricing shall not increase during the first 6 months from the award date of the contract. For the second six (6)-month period, the pricing will be negotiated between the Contractor and DGS. Exception: See Below – Price Adjustment – Sugar Prices. Failure to indicate defined cost to DOC for any lot will be interpreted that the offeror cannot provide that item to DOC and may result in rejection of the proposal.

b. Requirements: Forty-five days (45) prior to the end of the current semi-annual six

(6) month period, Contractors shall provide the DGS Commodity Specialist with a semi-annual price showing available products and their proposed delivered price for the upcoming six (6) month period for review and approval. The proposed prices must be submitted via a Microsoft Excel spreadsheet and shall be itemized in a clear and concise form.

It is the responsibility of the Contractor to adequately justify price decreases and increases. All requests for updates must be accompanied by the manufacturer’s submitted invoices to the Contractor illustrating the Contractor’s requested price change to the CWOPA.

Page 16 of 25

Page 29: CONTRACT DESCRIPTION CONTRACT INFO

All price changes must be approved and accepted by DGS.

c. If approved, DGS will issue a contract change notice adding the updated prices to the contract

d. The new prices shall be effective as of the first day of the month of the upcoming semi-annual period. If an updated price is not received 45 days prior to the end of the current six (6) month period, no change in pricing will be allowed. Prices must hold for the entire six (6) months.

DGS in conjunction with the DOC reserves the right to review usage and identify new items, and to add/delete any items on any lot within a region(s) at any time throughout the life of the contract. Any new items identified to be added to the Contract are to be at a fixed cost. DGS on behalf of the DOC reserves the right to recommend alternate products or substitutes of equal value at a lower or reduced cost. DGS would expect the contractor to do likewise. Contractors shall also provide the DGS Commodity Specialist with a report showing individual product usage in sales dollars and quantities by ordering location on a quarterly basis. Additionally, contractors will supply a monthly fill rate and a weekly backorder report. These reports must be provided electronically in Microsoft Excel.

Contractors shall deliver products to an ordering location within ten (10) business days after receiving an order. If the Contractor is out of stock on an item, the Contractor is required to notify the ordering location via facsimile within 24 hours of receipt of an order. If the 24-hour period ends on a weekend, the Contractor must notify the ordering location by 4:00 PM the next working day.

e. PRICE ADJUSTMENT: Sugar Prices – Lot 20 - Shall be adjusted monthly in accordance with increases or decreases of the AGRICULTURE FUTURES, SUGAR - DOMESTIC PRICES, 112,000 POUNDS, published in The Wall Street Journal, April 27, 2007. These figures are compared with Sugar – Domestic, 112,000 lbs. appearing the LAST FRIDAY OF EACH SUBSEQUENT MONTH.

f. The contractor’s bid price and subsequent monthly-adjusted prices shall be increased

or decreased in accordance with the amount of the increase or decrease in the published Wall Street Journal “Commodities, Futures Contracts” index. Increase or decrease will be effective for all others delivered on or after the first day of the month. All contractors, comptrollers, and Using Agencies shall be notified of these changes by contract change notice.

BASE PRICE: The Base Price is taken from the Wall Street Journal publication

dated April 27, 2007, AGRICULTURE FUTURES, SUGAR - DOMESTIC PRICES, 112,000 POUNDS. Contractors will use a BASE PRICE of $20.92, (July) as published in the Wall Street Journal April 27, 2007, to compute their bid price. The below price of $.2092 represents the WSJ published price of $20.92 divided by one hundred pounds ($20.92/100 = $.2092) to determine price per pound. EXAMPLE ONLY Per pound. Contractor’s bid price on a given item is $.3240 per pound.

Page 17 of 25

Page 30: CONTRACT DESCRIPTION CONTRACT INFO

December 28-Agriculture Futures, Sugar – Domestic, published on December 29 is $.2105 per pound. Change from $.2065, the base figure, to $.2105 is $.004. Contractor’s price is increased by this change on January 1. The new price will be $.3280 per pound. This price will apply to all orders delivered on or after the first day

f the month. o The same procedure is employed for each succeeding month always using $.2065 per pound as base figure from which to compute all changes.

g. Technical: Evaluation will be based on the technical capabilities and the offeror’s

corresponding responses in the Technical Questionnaire (Attachment B) as well as its responses to Part IV: Personnel, Customer Service Representative Team, Account Manager, Delivery and Minimum Orders, Product Specification, Order Fill Rate, Warranty, Orders, Returns, Invoicing, Payments, Reports, Company Capabilities, and Catalogs.

h. Disadvantaged Business Participation: Evaluation will be based upon the following in

order of priority:

Priority Rank 1 Proposals submitted by Small Disadvantaged Businesses.

Priority Rank 2 Proposals submitted from a joint venture

with a Small Disadvantaged Business as a joint venture partner.

Priority Rank 3 Proposals submitted with subcontracting

commitments to Small Disadvantaged Businesses.

Priority Rank 4 Proposals submitted by Socially

Disadvantaged Businesses.

Each proposal will be rated for its approach to enhancing the utilization of Small Disadvantaged Businesses and/or Socially Disadvantaged Businesses. Each approach will be evaluated, with Priority Rank 1 receiving the highest score and the succeeding options receiving scores in accordance with the above-listed priority ranking

To the extent that an Offeror qualifies as a Small Disadvantaged Business or a Socially Disadvantaged Business, the Small Disadvantaged Business or Socially Disadvantaged Business cannot enter into subcontract arrangements for more than 40% of the total estimated dollar amount of the contract. If a Small Disadvantaged Business or a Socially Disadvantaged Business subcontracts more than 40% of the total estimated dollar amount of the contract to other contractors, the Disadvantaged Business Participation scoring shall be proportionally lower for that proposal.

i. Enterprise Zone Small Business Participation: The following options will be

considered as part of the final criteria for selection:

Page 18 of 25

Page 31: CONTRACT DESCRIPTION CONTRACT INFO

Priority Rank 1 Proposals submitted by an Enterprise Zone Small Business will receive the highest score.

Priority Rank 2 Proposals submitted by a joint venture

with an Enterprise Zone Small Business as a joint venture partner will receive the next highest score for this criterion.

Priority Rank 3 Proposals submitted with a

subcontracting commitment to an Enterprise Zone Small Business will receive the lowest score for this criterion.

Priority Rank 4 Proposals with no Enterprise Zone

Small Business Utilization shall receive no points under this criterion.

To the extent that an Offeror is an Enterprise Zone Small Business, the Offeror cannot enter into contract or subcontract arrangements for more than 40% of the total estimated dollar amount of the contract in order to qualify as an Enterprise Zone Small Business for purposes of this RFP.

Page 19 of 25

Page 32: CONTRACT DESCRIPTION CONTRACT INFO

PART IV

WORK STATEMENT IV-1. Objectives.

a. General. DOC intends to reduce its overall costs for non-perishable foods by channeling volume within specified lots and regions to a single contractor or contractors offering the proposal determined to be the most advantageous to DOC. Given that competition is very high, and that there is no guarantee that DOC will request Best and Final Offers (BAFOs), it is strongly recommended that the offerors provide their best discounts and best pricing with their proposal. The lots are as follows:

Lot # LOT DESCRIPTION 1 Baking 2 Bases, Vegetable 3 Beverage Bases 4 Canned Fruits and Vegetables 5 Cereal 6 Coffee 7 Condiments 8 Dairy 9 Dry/Dehydrated Miscellaneous 10 Grains 11 Juices 12 Oils 13 Pasta 14 Snacks 15 Soup 16 Spices 17 Tea 18 Entrees 19 Flour 20 Sugar 21 Miscellaneous

b. Specific. The successful contractor(s) will be required to provide non-perishable food for Department of Corrections and should be able to provide 100% of items in lot within regions.

The Commonwealth is looking to award this contract(s) to company(ies) that can provide the following: A wide array of non-perishable food that meet the quality requirements of the agencies at a very competitive cost with delivery within the delivery requirements set by our agencies. In order to accomplish this, the Commonwealth has established twenty-one (21) Lots and five (5) regions within the Commonwealth of Pennsylvania.

Page 20 of 25

Page 33: CONTRACT DESCRIPTION CONTRACT INFO

IV-2. Nature and Scope of the Project. The selected contractor will be required to assume responsibility for providing all awarded non-perishable food items per the requirements specified in this RFP in their proposal. IV-3. Requirements.

a. Technical Questionnaire: Offerors must address all of the questions stated in the Technical Questionnaire (Attachment B) and provide an integral description of all of the services, resources, capabilities, etc. that will meet DOC non-perishable food needs.

b. Company Capabilities: Offerors must describe their current infrastructure in the

Commonwealth of Pennsylvania and any enhancements that would be necessary to service the entire Commonwealth for this contract, including the startup time necessary if awarded the contract.

c. Personnel: Include the number of executive and professional personnel, analysts,

auditors, researchers, programmers, consultants, etc., who will be engaged in the work. Show where these personnel will be physically located during the time they are engaged in the Project. For key personnel include the employee’s name and, through a resume or similar document, the Project personnel’s education and experience in servicing similar size customers. Indicate the responsibilities each individual will have in this Project and how long each has been with your company. Identify by name any subcontractors you intend to use and the services they will perform.

d. Customer Service Representative Team: The contractor must provide the

Commonwealth with a customer service team that will be dedicated to the Commonwealth’s account and be available at a minimum of Monday through Friday from 8AM to 5PM. The contractor must provide a toll free telephone, a toll free facsimile number, and an email address to contact the customer service team to place orders. This team will take orders from any Commonwealth agency representative for the purchase of food. The team’s prime responsibilities consist of managing their network’s distribution and warehousing centers that carries the requested part and arranging prompt delivery to the Commonwealth’s locations. The team must be knowledgeable, qualified, and experienced in the industry of the lot they are proposing upon so that they can assist the Commonwealth by providing advice on the type of food that best suits their needs.

e. Account Manager: In addition to the Customer Service Representative Team, the

contractor must designate a dedicated account manager that will serve as a main point of contact for insuring the successful and seamless implementation of this contract. The account manager will be, at minimum, available to the Commonwealth from Monday to Friday. The account manager will play an important role in overseeing the contractor’s Customer Service Representative Team. He/she will be responsible but not limited to ensuring high quality of service, resolving problems, and proactively addressing cost savings and optimization opportunities across DOC facilities. The account manager will use the monthly reports to identify and analyze issues and/or opportunities that may arise over the course of this contract. The Account Manager will be especially accountable for

Page 21 of 25

Page 34: CONTRACT DESCRIPTION CONTRACT INFO

ensuring that the food products ordered are delivered within the set Service Level Agreements and resolve any issues revolving around delivery, stocking levels, product quality, and other delicate issues that directly effect customer satisfaction levels. Account Manager must supply a telephone for emergency situations during non-traditional business hours.

f. Cost Savings: DOC expects contractor(s) to pass on any savings from any source. Any

price decreases will be available immediately to DOC. Written confirmation of the price decrease must be submitted to the Contracting Officer. Acceptance of any decrease will be made through a change notice and posted on the DGS website within 5 business days.

g. Order Acceptance: Only work satisfactorily performed after execution of a written

contract, after the contractor’s receipt of a purchase order from DOC and after the contract term has begun will be reimbursed. Failure to report accurate Contractor’s prices will be considered fraudulent by CWOPA, and will result in the immediate termination of the contract.

h. Monthly Program Review: Contractor shall provide reports to DGS at the end of each

month of the contract term. The reports shall include:

• Performance data • Usage data • Reporting processes • Process improvements and cost saving opportunities • Recap current year’s accomplishments • Set goals for following year • Other areas as necessary

IV-4. Tasks.

a. Delivery and Minimum Orders:

i) Transportation of goods shall be FOB Destination, freight included to any point. ii) The minimum order for this contract shall be $500.00 per single delivery per

location. Orders for less than $500.00 may be accepted by mutual agreement.

iii) In the event of an emergency, DOC reserves the right to pick up orders at the closest contractor supply location, only if Contractor has other locations. DOC will determine what orders are emergency orders.

iv) Deliveries must be scheduled Monday thru Friday per the attached delivery

schedule (Attachment E). However, suppliers must work with respective institutions to establish delivery time frames that are best suited to the institution’s needs. Noncompliance will be cause for rejection of delivery unless prior approval for the change has been pre-arranged with the ordering facility. Failure to meet delivery time frames resulting in suppliers need to make additional trips will be at the cost of the supplier and will be viewed as a late delivery for performance purposes.

Page 22 of 25

Page 35: CONTRACT DESCRIPTION CONTRACT INFO

b. Order Fill Rate: Order Fill rates will be maintained at 95% or greater. Order Fill rate, heretofore, will be defined as “the total number of items on an order filled completely and delivered within the delivery timeframe divided by the total number of items on an order.” Contractor is responsible for providing corrective action per each incident of failure to maintain required fill rate of 95%. Should a contractor consistently fail to meet this fill rate without acceptable corrective action, the contractor may be deemed non-responsive, and the contract cancelled.

c. Orders: The contractor must have the ability to accept orders manually, electronically, over the phone (via a 1-800 number), and fax (via a 1-800 number) through a single point of contact.

i) The contractor must notify the ordering agency via facsimile within twenty-four

(24) hours of receipt of order if an item is out of stock, along with the length of the wait time for availability. The ordering agency will then make the determination if it can wait for the proposed delivery. If not, the agency may purchase the item from another source.

ii) Each order should be accompanied with a packing slip referencing the purchase

order number, order date, ship to name and address, and any additional information requested by the ordering agency.

d. Returns: Any items delivered in poor condition, in excess of the amount ordered, or not

included in the purchase order may, at the discretion of the DOC ordering entity, be returned to the contractor at the contractor’s expense within 60 days. There shall be no restocking fees assessed to DOC. In the event that DOC orders the wrong item, the item will be returned to the contractor on the next delivery the contractor makes to the facility; during the interim the product will be safely warehoused by the facility. Credit for returned goods shall be made immediately after the contractor receives the returned item(s).

e. Invoicing: The contractor must provide DOC with invoicing that at a minimum contains

the following information; purchasing entity, item category, product, fixed price, SAP material number, line item description, quantity, DOC extended price, method of purchase (PO), and PO number. Invoices must come from and payments must go to a single point of contact. The invoice must follow the same line item format as the purchase order and include all the information that is listed on the purchase order. Contractor to submit all invoicing to the DOC Comptroller in black and white format - NOT colored paper. Sample of invoice at Attachment K- Supplier Invoice.

f. Payments: The contractor, at a minimum, must have the ability to accept payment via

check, and EFT. The contractor will be the single point of invoice and payment remittance.

g. Customer Service: Contractor must be able to provide dedicated customer services

including toll free telephone access. Account management capabilities are vital to the success of this program and contractors must be capable of assisting DOC in areas of reporting, compliance management and continuous improvement.

Page 23 of 25

Page 36: CONTRACT DESCRIPTION CONTRACT INFO

IV-5. Frequency and Size of Orders –Frequency and Size of Orders shall be dependent upon the size and needs of each individual facility listed in “Attachment E”-Delivery Locations and Map”. Contractors must provide flexibility in the ordering practices across DOC’s facilities and must accept special and non-scheduled orders which meet the contract requirements.

IV-6. Auditing - The Commonwealth has the right to review the contractor’s records, which are used to calculate expenses for the proposal(s) and any ensuing contract(s). Upon submission of each contractor’s proposal, CWOPA will automatically audit items that allow semi-annual price adjustments. CWOPA will use the contractor’s documentation of contracted pricing from the manufacturer/producer as proof of the proposed manufacturer pricing. After the contract has been implemented, CWOPA reserves the right to audit the contractor’s pricing for any item quarterly, based on but not limited to the following situations:

• Selected items with questionable price increases • Selected items showing price increases • Selected items showing no price changes

Upon CWOPA’s request for an audit, the contractor will be required to provide manufacturer/producer pricing as proof of the pricing that was established for DOC. CWOPA will work with the awarded contractor to determine the amount of time allotted to the contractor to gather the auditing documentation. Audits of the contractor’s pricing may also be conducted in the following situations:

• At the end of the contract period • Mid-term of the contract • At the discretion of CWOPA officials at any time internal price reviews indicate

that a problem might exist. • To review manufacturer rebates.

IV-7. – Rejection, Final Acceptance and Payment – Products received by the Commonwealth shall not be deemed acceptable until the Commonwealth has had a reasonable opportunity to inspect the products. Any product that is discovered to be defective or fails to conform to the specifications may be rejected upon initial inspection or any later time if the defects contained in the material were not reasonable ascertainable upon the initial inspection. It shall, thereupon, become the duty of the contractor to remove the rejected products from the premises without expense to the Commonwealth within the next delivery date not to exceed thirty (30) calendar days after phone notification. Rejected items left longer than thirty (30) calendar days following phone notification will be regarded as abandoned and the Commonwealth shall have the right to dispose of them as its own property. The contractor shall replace all such rejected items with products conforming to the specifications within five (5) calendar days or the next delivery date not to exceed thirty (30) calendar days following notification of rejection as documented on the complaint/rejected notice. The facility may require earlier replacement of critical items upon request to the contractor. If the contractor fails, neglects or refuses to do so, the Commonwealth shall then have the right to purchased on the open market and charge the defaulting contractor any increase in price plus $100.00 for liquidated damages. Partial or late deliveries or incorrect items may be rejected. Partial, late or incorrect deliveries uncorrected after the next delivery date not to exceed thirty (30) calendar days will result in the contractor being charged any difference in price for repurchase, plus $100.00 for liquidated damages.

Page 24 of 25

Page 37: CONTRACT DESCRIPTION CONTRACT INFO

IV-8. - Reports and Project Control. Usage Reports on Department of Corrections Facilities. The Contractor shall furnish to the Contracting Officer an electronic monthly usage report, preferably in spreadsheet format no later than the last day of the month as referenced in Attachment H – Contractor’s Monthly Report. Reports shall be e-mailed to the Contracting Officer for the Contract. Each report shall include the following information for each order received: the name and address of the Contractor, contract number, and period covered by the report. IV-9 - Contract Requirements—Disadvantaged Business Participation and Enterprise Zone Small Business Participation.

All contracts containing Disadvantaged Business participation and/or Enterprise Zone Small Business participation must also include a provision requiring the selected contractor to meet and maintain those commitments made to Disadvantaged Businesses and/or Enterprise Zone Small Businesses at the time of proposal submittal or contract negotiation, unless a change in the commitment is approved by the BMWBO. All contracts containing Disadvantaged Business participation and/or Enterprise Zone Small Business participation must include a provision requiring Small Disadvantaged Business subcontractors, Enterprise Zone Small Business subcontractors and Small Disadvantaged Businesses or Enterprise Zone Small Businesses in a joint venture to perform at least 50% of the subcontract or Small Disadvantaged Business/Enterprise Zone Small Business participation portion of the joint venture. The selected contractor’s commitments to Disadvantaged Businesses and/or Enterprise Zone Small Businesses made at the time of proposal submittal or contract negotiation shall be maintained throughout the term of the contract. Any proposed change must be submitted to BMWBO, which will make a recommendation to the Contracting Officer regarding a course of action. If a contract is assigned to another contractor, the new contractor must maintain the Disadvantaged Business participation and/or Enterprise Zone Small Business participation of the original contract. The selected contractor shall complete the Prime Contractor’s Quarterly Utilization Report (or similar type document containing the same information) and submit it to the contracting officer of the Issuing Office and BMWBO within 10 workdays at the end of each quarter the contract is in force. This information will be used to determine the actual dollar amount paid to Small Disadvantaged Business and/or Enterprise Zone Small Business subcontractors and suppliers, and Small Disadvantaged Business and/or Enterprise Zone Small Business participants involved in joint ventures. Also, this information will serve as a record of fulfillment of the commitment the selected contractor made and for which it received Disadvantaged Business and Enterprise Zone Small Business points. If there was no activity during the quarter then the form must be completed by stating “No activity in this quarter.” NOTE: EQUAL EMPLOYMENT OPPORTUNITY AND CONTRACT COMPLIANCE STATEMENTS REFERRING TO COMPANY EQUAL EMPLOYMENT OPPORTUNITY POLICIES OR PAST CONTRACT COMPLIANCE PRACTICES DO NOT CONSTITUTE PROOF OF DISADVANTAGED BUSINESSES STATUS OR ENTITLE AN OFFEROR TO RECEIVE CREDIT FOR DISADVANTAGED BUSINESSES UTILIZATION.

Page 25 of 25

Page 38: CONTRACT DESCRIPTION CONTRACT INFO

Department of General Services GSPUR-12C Rev. 05/07/04

1

STANDARD CONTRACT TERMS AND CONDITIONS

FOR STATEWIDE CONTRACTS FOR SUPPLIES 1. TERM OF CONTRACT The term of the Contract shall commence on the Effective Date (as defined below) and shall end on the Expiration Date identified in the Contract, subject to the other provisions of the Contract. The Effective Date shall be: a) the date the Contract has been fully executed by the Contractor and by the Commonwealth and all approvals required by Commonwealth contracting procedures have been obtained or b) the date referenced in the Special Contract Terms and, Conditions and whichever is later. The Contract shall not be a legally binding contract until after the fully-executed Contract has been sent to the Contractor. The Contractor shall not start performance until all of the following have occurred: a. the Effective Date has arrived; b. the Contractor has received a copy of the fully-executed Contract; and c. the Contractor has received a contract purchase order from a Commonwealth agency. The Commonwealth shall not be liable to pay the Contractor for any supply furnished or work performed or expenses incurred before the Effective Date or before the Contractor receives a copy of the fully-executed Contract or before the Contractor has received a contract purchase order. Except as otherwise provided in Paragraph 3, no Commonwealth employee has the authority to verbally direct the commencement of any work or delivery of any supply under this Contract prior to the Effective Date. The Commonwealth reserves the right, upon notice to the Contractor, to extend the term of the Contract, or any part of the Contract, for up to three (3) months upon the same terms and conditions. This will be utilized to prevent a lapse in Contract coverage and only for the time necessary, up to three (3) months, to enter into a new Contract. 2. ESTIMATED QUANTITIES It shall be understood and agreed that any quantities listed in the Contract are estimated only and may be increased or decreased in accordance with the actual requirements of the Commonwealth and that the Commonwealth in accepting any bid or portion thereof, contracts only and agrees to purchase only the supplies in such quantities as represent the actual requirements of the Commonwealth. The Commonwealth reserves the right to purchase supplies covered under the Contract through a separate competitive procurement procedure, whenever the Department of General Services deems it to be in the best interest of the Commonwealth. The right will generally be exercised only when a specific need for a large quantity of the supplies exists. 3. CONTRACT PURCHASE ORDERS Commonwealth agencies may issue contract purchase orders against the Contract. These orders constitute the Contractor‘s authority to make delivery. All contract purchase orders received by the Contractor up to and including the expiration date of the Contract are acceptable and must be performed in accordance with the Contract. Contractors are not permitted to accept contract purchase orders which require performance extended beyond those performance time periods specified in the Contract but in no event longer than ninety (90) days after the expiration date of the Contract period. Each contract purchase order will be deemed to incorporate the terms and conditions set forth in the Contract.

Page 39: CONTRACT DESCRIPTION CONTRACT INFO

Department of General Services GSPUR-12C Rev. 05/07/04

2

Contract purchase orders may be issued electronically or through facsimile equipment. The electronic transmission of a contract purchase order shall require acknowledgement of receipt of the transmission by the Contractor. Receipt of the electronic or facsimile transmission of the contract purchase order shall constitute receipt of an order. Orders received by the Contractor after 4:00 p.m. will be considered received the following business day. In the event of the electronic issuance of a contract purchase order, the Commonwealth and the Contractor specifically agree as follows: a. No handwritten signature shall be required in order for the contract purchase order to be

legally enforceable. b. Upon receipt of an order, the Contractor shall promptly and properly transmit an

acknowledgement in return. Any order which is issued electronically shall not give rise to any obligation to deliver on the part of the Contractor, or any obligation to receive and pay for delivered products on the part of the Commonwealth agency, unless and until the Commonwealth agency transmitting the order has properly received an acknowledgement.

c. The parties agree that no writing shall be required in order to make the order legally binding,

notwithstanding contrary requirements in any law. The parties hereby agree not to contest the validity or enforceability of a genuine contract purchase order or acknowledgement issued electronically under the provisions of a statute of frauds or any other applicable law relating to whether certain agreements be in writing and signed by the party bound thereby. Any genuine contract purchase order or acknowledgement issued electronically, if introduced as evidence on paper in any judicial, arbitration, mediation, or administrative proceedings, will be admissible as between the parties to the same extent and under the same conditions as other business records originated and maintained in documentary form. Neither party shall contest the admissibility of copies of genuine contract purchase orders or acknowledgements under either the business records exception to the hearsay rule or the best evidence rule on the basis that the order or acknowledgement were not in writing or signed by the parties. A contract purchase order or acknowledgment shall be deemed to be genuine for all purposes if it is transmitted to the location designated for such documents.

d. Each party will immediately take steps to verify any document that appears to be obviously

garbled in transmission or improperly formatted to include re-transmission of any such document if necessary.

Contract purchase orders under three thousand dollars ($3,000) in total amount may also be made in person or by telephone using a Commonwealth Procurement VISA Card. When an order is placed by telephone, the Commonwealth agency shall provide the agency name, employee name, credit card number, and expiration date of the card. Contractors agree to accept payment through the use of the Commonwealth Procurement VISA card. 4. INDEPENDENT CONTRACTOR In performing the obligations required by the Contract, the Contractor will act as an independent contractor and not as an employee or agent of the Commonwealth. 5. COMPLIANCE WITH LAW The Contractor shall comply with all applicable federal and state laws and regulations and local ordinances in the performance of the Contract.

Page 40: CONTRACT DESCRIPTION CONTRACT INFO

Department of General Services GSPUR-12C Rev. 05/07/04

3

6. ENVIRONMENTAL PROVISIONS In the performance of the Contract, the Contractor shall minimize pollution and shall strictly comply with all applicable environmental laws and regulations. 7. POST-CONSUMER RECYCLED CONTENT Except as specifically waived by the Department of General Services in writing, any products which are provided to the Commonwealth as a part of the performance of the Contract must meet the minimum percentage levels for total recycled content as specified in Exhibits A-1 through A-8 to these Standard Contract Terms and Conditions. 8. COMPENSATION/INVOICES The Contractor shall be required to furnish the awarded item(s) at the price(s) quoted in the Contract. All item(s) shall be delivered within the time period(s) specified in the Contract. The Contractor shall be compensated only for item(s) which are delivered and accepted by the Commonwealth. Unless otherwise specified or unless the Contractor has been authorized by the Commonwealth for Evaluated Receipt Settlement or Vendor Self-Invoicing, the Contractor shall send an invoice itemized by purchase order line item to the address referenced on the purchase order promptly after the item(s) are delivered. The invoice should include only amounts due under the purchase order. The purchase order number must be included on all invoices. 9. PAYMENT a. The Commonwealth shall put forth reasonable efforts to make payment by the required

payment date. The required payment date is: (a) the date on which payment is due under the terms of the Contract; (b) thirty (30) days after a proper invoice actually is received at the “Bill To” address on the contract purchase order, if a date on which payment is due is not specified in the Contract (a “proper” invoice is not received until the Commonwealth accepts the item(s) as satisfactorily performed); or (c) the payment date specified on the invoice if later than the dates established by (a) and (b) above. Payment may be delayed if the payment amount on an invoice is not based upon the price(s) as stated in the Contract. If any payment is not made within fifteen (15) days after the required payment date, the Commonwealth may pay interest as determined by the Secretary of Budget in accordance with Act No. 266 of 1982 and regulations promulgated pursuant thereto. Payment should not be construed by the Contractor as acceptance of the item(s) furnished by the Contractor. The Commonwealth reserves the right to conduct further testing and inspection after payment, but within a reasonable time after delivery, and to reject the item(s) if such post payment testing or inspection discloses a defect or a failure to meet specifications. The Contractor agrees that the Commonwealth may set off the amount of any state tax liability or other obligation of the Contractor or its subsidiaries to the Commonwealth against any payments due the Contractor under any contract with the Commonwealth.

b. The Commonwealth shall have the option of using the Commonwealth Purchasing Card to make purchases under the Contract. The Commonwealth Purchasing Card is similar to a credit card in that there will be a small fee which the Contractor will be required to pay and the Contractor will receive payment directly from the card issuer rather than the Commonwealth. Any and all fees related to this type of payment are the responsibility of the Contractor. In no case will the Commonwealth allow increases in prices to offset credit card fees paid by the Contractor or any other charges incurred by the Contractor, unless specifically stated in the terms of the Contract.

Page 41: CONTRACT DESCRIPTION CONTRACT INFO

Department of General Services GSPUR-12C Rev. 05/07/04

4

10. TAXES The Commonwealth is exempt from all excise taxes imposed by the Internal Revenue Service and has accordingly registered with the Internal Revenue Service to make tax free purchases under Registration No. 2374001-K. With the exception of purchases of the following items, no exemption certificates are required and none will be issued: undyed diesel fuel, tires, trucks, gas guzzler emergency vehicles, and sports fishing equipment. The Commonwealth is also exempt from Pennsylvania state sales tax, local sales tax, public transportation assistance taxes and fees and vehicle rental tax. The Department of Revenue regulations provide that exemption certificates are not required for sales made to governmental entities and none will be issued. Nothing in this paragraph is meant to exempt a construction contractor from the payment of any of these taxes or fees which are required to be paid with respect to the purchase, use, rental, or lease of tangible personal property or taxable services used or transferred in connection with the performance of a construction contract. 11. WARRANTY The Contractor warrants that all item(s) furnished by the Contractor, its agents and subcontractors shall be free and clear of any defects in workmanship or materials. The Contractor shall pass through to the Commonwealth the manufacturer’s warranty for all parts or supplies provided under the Contract. The Contractor shall correct any problem with the service and/or replace any defective part with a part of equivalent or superior quality without any additional cost to the Commonwealth. 12. DELIVERY All item(s) shall be delivered F.O.B. Destination. The Contractor agrees to bear the risk of loss, injury, or destruction of the item(s) ordered prior to receipt of the items by the Commonwealth. Such loss, injury, or destruction shall not release the Contractor from any contractual obligations. Except as otherwise provided in Paragraph 20, all item(s) must be delivered within the time period specified on the contract purchase order. Time is of the essence and, in addition to any other remedies, the contract purchase order is subject to termination for failure to deliver as specified. Unless otherwise stated by the Contractor in its Bid or indicated in the Special Contract Terms and Conditions, delivery must be made within thirty (30) days after award of the Contract Purchase Order. 13. PATENT, COPYRIGHT, AND TRADEMARK INDEMNITY The Contractor warrants that it is the sole owner or author of, or has entered into a suitable legal agreement concerning either: a) the design of the item(s) or the process provided or used in the performance of the Contract Purchase Order which is covered by a patent, copyright, or trademark registration or other right duly authorized by state or federal law or b) any copyrighted matter in any report document or other material provided to the Commonwealth under the Contract Purchase Order. The Contractor shall defend any suit or proceeding brought against the Commonwealth on account of any alleged patent, copyright or trademark infringement in the United States of the item(s) provided or used in the performance of the Contract. This is upon condition that the Commonwealth shall provide prompt notification in writing of such suit or proceeding; full right, authorization and opportunity to conduct the defense thereof; and full information and all reasonable cooperation for the defense of same. As principles of governmental or public law are involved, the Commonwealth may participate in or choose to conduct, in its sole discretion, the defense of any such action. If information and assistance are furnished by the Commonwealth at the Contractor’s written request, it shall be at the Contractor’s expense, but the responsibility for such expense shall be only that within the Contractor’s written authorization. The Contractor shall indemnify and hold the Commonwealth harmless from all damages, costs, and expenses, including attorney’s fees that the Contractor or the Commonwealth may pay or incur by reason of any infringement or violation of the rights occurring to any holder of copyright, trademark,

Page 42: CONTRACT DESCRIPTION CONTRACT INFO

Department of General Services GSPUR-12C Rev. 05/07/04

5

or patent interests and rights in any item(s) provided or used in the performance of the Contract Purchase Order. If any of the item(s) provided by the Contractor are held in such suit or proceeding to constitute infringement and the use is enjoined, the Contractor shall, at its own expense and at its option, either procure the right to continue use of such infringement item(s), replace them with noninfringement equal performance item(s) or modify them so that they are no longer infringing. If the Contractor is unable to do any of the preceding, the Contractor agrees to remove all the equipment or software which is obtained contemporaneously with the infringing item(s), or, at the option of the Commonwealth, only those items of equipment or software which are held to be infringing, and to pay the Commonwealth: 1) any amounts paid by the Commonwealth towards the item(s) of the product, less straight line depreciation; 2) any license fee paid by the Commonwealth for the use of any software, less a reasonable amount for the period of usage; and 3) the pro rata portion of any maintenance fee representing the time remaining in any period of maintenance paid for. The obligations of the Contractor under this paragraph continue without time limit. No costs or expenses shall be incurred for the account of the Contractor without its written consent. 14. OWNERSHIP RIGHTS The Commonwealth shall have unrestricted authority to reproduce, distribute, and use any submitted report, data, or material, and any software or modifications and any associated documentation that is designed or developed and delivered to the Commonwealth as part of the performance of the Contract. 15. ASSIGNMENT OF ANTITRUST CLAIMS The Contractor and the Commonwealth recognize that in actual economic practice, overcharges by the Contractor’s suppliers resulting from violations of state or federal antitrust laws are in fact borne by the Commonwealth. As part of the consideration for the award of the Contract, and intending to be legally bound, the Contractor assigns to the Commonwealth all right, title and interest in and to any claims the Contractor now has, or may acquire, under state or federal antitrust laws relating to the supplies and services which are the subject of the Contract. 16. HOLD HARMLESS PROVISION The Contractor shall hold the Commonwealth harmless from and indemnify the Commonwealth against any and all claims, demands and actions based upon or arising out of any activities performed by the Contractor and its employees and agents under this Contract and shall, at the request of the Commonwealth, defend any and all actions brought against the Commonwealth based upon any such claims or demands. 17. AUDIT PROVISIONS The Commonwealth shall have the right, at reasonable times and at a site designated by the Commonwealth, to audit the books, documents and records of the Contractor to the extent that the books, documents and records relate to costs or pricing data for the Contract. The Contractor agrees to maintain records which will support the prices charged and costs incurred for the Contract. The Contractor shall preserve books, documents, and records that relate to costs or pricing data for the Contract for a period of three (3) years from date of final payment. The Contractor shall give full and free access to all records to the Commonwealth and/or their authorized representatives. 18. INSPECTION AND REJECTION No item(s) received by the Commonwealth shall be deemed accepted until the Commonwealth has had a reasonable opportunity to inspect the item(s). Any item(s) which is discovered to be defective or fails to conform to the specifications may be rejected upon initial inspection or at any later time if

Page 43: CONTRACT DESCRIPTION CONTRACT INFO

Department of General Services GSPUR-12C Rev. 05/07/04

6

the defects contained in the item(s) or the noncompliance with the specifications were not reasonably ascertainable upon the initial inspection. It shall thereupon become the duty of the Contractor to remove rejected item(s) from the premises without expense to the Commonwealth within fifteen (15) days after notification. Rejected item(s) left longer than fifteen (15) days will be regarded as abandoned, and the Commonwealth shall have the right to dispose of them as its own property and shall retain that portion of the proceeds of any sale which represents the Commonwealth’s costs and expenses in regard to the storage and sale of the item(s). Upon notice of rejection, the Contractor shall immediately replace all such rejected item(s) with others conforming to the specifications and which are not defective. If the Contractor fails, neglects or refuses to do so, the Commonwealth shall then have the right to procure a corresponding quantity of such item(s), and deduct from any monies due or that may thereafter become due to the Contractor, the difference between the price stated in the Contract cost thereof to the Commonwealth. 19. DEFAULT a. The Commonwealth may, subject to the provisions of Paragraph 20, Force Majeure, and in

addition to its other rights under the Contract, declare the Contractor in default by written notice thereof to the Contractor, and terminate (as provided in Paragraph 21, Termination Provisions) the whole or any part of this Contract including a contract purchase order, for any of the following reasons: 1) Failure to deliver the awarded item(s) within the time specified in the Contract or

contract purchase order or as otherwise specified; 2) Improper delivery;

3) Failure to provide an item(s) which is in conformance with the specifications

referenced in the Invitation For Bids;

4) Delivery of a defective item;

5) Failure or refusal to remove and replace any item(s) rejected as defective or nonconforming within fifteen (15) days after notification;

6) Insolvency or bankruptcy;

7) Assignment made for the benefit of creditors;

8) Failure to protect, to repair, or to make good any damage or injury to property; or 9) Breach of any provision of this Contract.

b. In the event that the Commonwealth terminates this Contract in whole or in part as provided

in Subparagraph a. above, the Commonwealth may procure, upon such terms and in such manner as it determines, on item(s) similar or identical to those so terminated, and the Contractor shall be liable to the Commonwealth for any reasonable excess costs for such similar or identical item(s) included within the terminated part of the Contract.

c. If the Contract is terminated in whole or in part as provided in Subparagraph a. above, the

Commonwealth, in addition to any other rights provided in this paragraph, may require the Contractor to transfer title and deliver immediately to the Commonwealth in the manner and to the extent directed by the Department of General Services, such partially manufactured or delivered item(s) as the Contractor has specifically produced or specifically acquired for the performance of such part of the Contract as has been terminated. Except as provided below, payment for any partially manufactured or delivered item(s) accepted by the

Page 44: CONTRACT DESCRIPTION CONTRACT INFO

Department of General Services GSPUR-12C Rev. 05/07/04

7

Commonwealth shall be in an amount agreed upon by the Contractor and the Commonwealth. The Commonwealth may withhold from amounts otherwise due the Contractor for such partially manufactured or delivered item(s), such sum as the Commonwealth determines to be necessary to protect the Commonwealth against loss.

d. The rights and remedies of the Commonwealth provided in this paragraph shall not be

exclusive and are in addition to any other rights and remedies provided by law or under this Contract.

e. The Commonwealth’s failure to exercise any rights or remedies provided in this paragraph shall not be construed to be a waiver by the Commonwealth of its rights and remedies in regard to the event of default or any succeeding event of default.

f. Following exhaustion of the Contractor’s administrative remedies as set forth in Paragraph 22, the Contractor's exclusive remedy shall be to seek damages in the Board of Claims.

20. FORCE MAJEURE Neither party will incur any liability to the other if its performance of any obligation under this Contract is prevented or delayed by causes beyond its control and without the fault or negligence of either party. Causes beyond a party’s control may include, but are not limited to, acts of God or war, changes in controlling law, regulations, orders or the requirements of any governmental entity, severe weather conditions, civil disorders, natural disasters, fire, epidemics and quarantines, general strikes throughout the trade, and freight embargoes. The Contractor shall notify the Commonwealth orally within five (5) days and in writing within ten (10) days of the date on which the Contractor becomes aware, or should have reasonably become aware, that such cause would prevent or delay its performance. Such notification shall (i) describe fully such cause(s) and its effect on performance, (ii) state whether performance under the contract is prevented or delayed and (iii) if performance is delayed, state a reasonable estimate of the duration of the delay. The Contractor shall have the burden of proving that such cause(s) delayed or prevented its performance despite its diligent efforts to perform and shall produce such supporting documentation as the Commonwealth may reasonably request. After receipt of such notification, the Commonwealth may elect either to cancel the Contract or to extend the time for performance as reasonably necessary to compensate for the Contractor’s delay. In the event of a declared emergency by competent governmental authorities, the Commonwealth by notice to the Contractor, may suspend all or a portion of the Contract. 21. TERMINATION PROVISIONS The Commonwealth has the right to terminate this Contract for any of the following reasons. Termination shall be effective upon written notice to the Contractor. a. TERMINATION FOR CONVENIENCE: The Commonwealth shall have the right to terminate the

Contract or a contract purchase order for its convenience if the Commonwealth determines termination to be in its best interest. The Contractor shall be paid for work satisfactorily completed prior to the effective date of the termination, but in no event shall the Contractor be entitled to recover loss of profits.

b. NON-APPROPRIATION: The Commonwealth’s obligation to make payments during any

Commonwealth fiscal year succeeding the current fiscal year shall be subject to availability and appropriation of funds. When funds (state and/or federal) are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal year period, the Commonwealth shall have the right to terminate the Contract or contract

Page 45: CONTRACT DESCRIPTION CONTRACT INFO

Department of General Services GSPUR-12C Rev. 05/07/04

8

purchase order. The Contractor shall be reimbursed for the reasonable value of any nonrecurring costs incurred but not amortized in the price of the supplies or services delivered under the contract or contract purchase order. Such reimbursement shall not include loss of profit, loss of use of money, or administrative or overhead costs. The reimbursement amount may be paid from any appropriations available for that purpose.

c. TERMINATION FOR CAUSE: The Commonwealth shall have the right to terminate the Contract for Contractor default under Paragraph 19, Default, upon written notice to the Contractor. The Commonwealth shall also have the right, upon written notice to the Contractor, to terminate the Contract or a contract purchase order for other cause as specified in this Contract or by law. If it is later determined that the Commonwealth erred in terminating the Contract or a contract purchase order for cause, then, at the Commonwealth’s discretion, the Contract shall be deemed to have been terminated for convenience under the Subparagraph 21.a.

22. CONTRACT CONTROVERSIES a. In the event of a controversy or claim arising from the Contract, the Contractor must, within six

months after the cause of action accrues, file a written claim with the contracting officer for a determination. The claim shall state all grounds upon which the Contractor asserts a controversy exists. If the Contractor fails to file a claim or files an untimely claim, the Contractor is deemed to have waived its right to assert a claim in any forum.

b. The contracting officer shall review timely-filed claims and issue a final determination, in writing, regarding the claim. The final determination shall be issued within 120 days of the receipt of the claim, unless extended by consent of the contracting officer and the Contractor. The contracting officer shall send his/her written determination to the Contractor. If the contracting officer fails to issue a final determination within the 120 days (unless extended by consent of the parties), the claim shall be deemed denied. The contracting officer's determination shall be the final order of the purchasing agency.

c. Within fifteen (15) days of the mailing date of the determination denying a claim or within 135 days of filing a claim if, no extension is agreed to by the parties, whichever occurs first, the Contractor may file a statement of claim with the Commonwealth Board of Claims. Pending a final judicial resolution of a controversy or claim, the Contractor shall proceed diligently with the performance of the Contract in a manner consistent with the determination of the contracting officer and the Commonwealth shall compensate the Contractor pursuant to the terms of the Contract.

23. ASSIGNABILITY AND SUBCONTRACTING a. Subject to the terms and conditions of this Paragraph 23, the Contract shall be binding upon

the parties and their respective successors and assigns.

b. The Contractor shall not subcontract with any person or entity to perform all or any part of the work to be performed under the Contract without the prior written consent of the Department of General Services, which consent may be withheld at the sole and absolute discretion of the Department of General Services.

c. The Contractor may not assign, in whole or in part, the Contract or its rights, duties, obligations, or responsibilities hereunder without the prior written consent of the Department of General Services, which consent may be withheld at the sole and absolute discretion of the Department of General Services.

Page 46: CONTRACT DESCRIPTION CONTRACT INFO

Department of General Services GSPUR-12C Rev. 05/07/04

9

d. Notwithstanding the foregoing, the Contractor may, without the consent of the Department of General Services, assign its rights to payment to be received under the Contract or a contract purchase order, provided that the Contractor provides written notice of such assignment to the Buyer and the ordering Commonwealth agency together with a written acknowledgement from the assignee that any such payments are subject to all of the terms and conditions of the Contract.

e. For the purposes of the Contract, the term “assign” shall include, but shall not be limited to, the sale, gift, assignment, pledge, or other transfer of any ownership interest in the Contractor provided, however, that the term shall not apply to the sale or other transfer of stock of a publicly traded company.

f. Any assignment consented to by the Department of General Services shall be evidenced by a written assignment agreement executed by the Contractor and its assignee in which the assignee agrees to be legally bound by all of the terms and conditions of the Contract and to assume the duties, obligations, and responsibilities being assigned.

g. A change of name by the Contractor, following which the Contractor’s federal identification number remains unchanged, shall not be considered to be an assignment hereunder. The Contractor shall give the Buyer written notice of any such change of name.

24. NONDISCRIMINATION/SEXUAL HARASSMENT CLAUSE During the term of the Contract, Contractor agrees as follows: a. In the hiring of any employees for the manufacture of supplies, performance of work, or any

other activity required under the Contract or any subcontract, the Contractor, subcontractor or any person acting on behalf of the Contractor or subcontractor shall not by reason of gender, race, creed, or color discriminate against any citizen of this Commonwealth who is qualified and available to perform the work to which the employment relates.

b. Neither the Contractor nor any subcontractor nor any person on their behalf shall in any manner discriminate against or intimidate any employee involved in the manufacture of supplies, the performance of work or any other activity required under the Contract on account of gender, race, creed, or color.

c. The Contractor and subcontractors shall establish and maintain a written sexual harassment policy and shall inform its employees of the policy. The policy must contain a notice that sexual harassment will not be tolerated and employees who practice it will be disciplined.

d. The Contractor shall not discriminate by reason of gender, race, creed, or color against any subcontractor or supplier who is qualified to perform the work to which the contract relates.

e. The Contractor and each subcontractor shall furnish all necessary employment documents and records to and permit access to its books, records, and accounts by the contracting officer and the Department of General Services' Bureau of Contract Administration and Business Development for purposes of investigation to ascertain compliance with the provisions of this Nondiscrimination/Sexual Harassment Clause. If the Contractor or any subcontractor does not possess documents or records reflecting the necessary information requested, it shall furnish such information on reporting forms supplied by the contracting officer or the Bureau of Contract Administration and Business Development.

f. The Contractor shall include the provisions of this Nondiscrimination/Sexual Harassment Clause in every subcontract so that such provisions will be binding upon each subcontractor.

Page 47: CONTRACT DESCRIPTION CONTRACT INFO

Department of General Services GSPUR-12C Rev. 05/07/04

10

g. The Commonwealth may cancel or terminate the Contract, and all money due or to become due under the Contract may be forfeited for a violation of the terms and conditions of this Nondiscrimination/Sexual Harassment Clause. In addition, the agency may proceed with debarment or suspension and may place the Contractor in the Contractor Responsibility File.

25. CONTRACTOR INTEGRITY PROVISIONS a. For purposes of this clause only, the words “confidential information,” “consent,” “contractor,”

“financial interest,” and “gratuity” shall have the following definitions.

1) Confidential information means information that is not public knowledge, or available to the public on request, disclosure of which would give an unfair, unethical, or illegal advantage to another desiring to contract with the Commonwealth.

2) Consent means written permission signed by a duly authorized officer or employee of

the Commonwealth, provided that where the material facts have been disclosed, in writing, by prequalification, bid, proposal, or contractual terms, the Commonwealth shall be deemed to have consented by virtue of execution of this agreement.

3) Contractor means the individual or entity that has entered into the Contract with the

Commonwealth, including directors, officers, partners, managers, key employees and owners of more than a five percent interest.

4) Financial interest means:

a) Ownership of more than a five percent interest in any business; or

b) Holding a position as an officer, director, trustee, partner, employee, or the

like, or holding any position of management.

5) Gratuity means any payment of more than nominal monetary value in the form of cash, travel, entertainment, gifts, meals, lodging, loans, subscriptions, advances, deposits of money, services, employment, or contracts of any kind.

b. The Contractor shall maintain the highest standards of integrity in the performance of the

Contract and shall take no action in violation of state or federal laws, regulations, or other requirements that govern contracting with the Commonwealth.

c. The Contractor shall not disclose to others any confidential information gained by virtue of the

Contract. d. The Contractor shall not, in connection with this or any other agreement with the

Commonwealth, directly, or indirectly, offer, confer, or agree to confer any pecuniary benefit on anyone as consideration for the decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty by any officer or employee of the Commonwealth.

e. The Contractor shall not, in connection with this or any other agreement with the

Commonwealth, directly or indirectly, offer, give, or agree or promise to give to anyone any gratuity for the benefit of or at the direction or request of any officer or employee of the Commonwealth.

f. Except with the consent of the Commonwealth, neither the Contractor nor anyone in privity

with him or her shall accept or agree to accept from, or give or agree to give to, any person,

Page 48: CONTRACT DESCRIPTION CONTRACT INFO

Department of General Services GSPUR-12C Rev. 05/07/04

11

any gratuity from any person in connection with the performance of work under the Contract except as provided therein.

g. Except with the consent of the Commonwealth, the Contractor shall not have a financial

interest in any other contractor, subcontractor, or supplier providing services, labor, or material on this project.

h. The Contractor, upon being informed that any violation of these provisions has occurred or

may occur, shall immediately notify the Commonwealth in writing. i. The Contractor, by execution of the Contract and by the submission of any bills or invoices for

payment pursuant thereto, certifies, and represents that he or she has not violated any of these provisions.

j. The Contractor, upon the inquiry or request of the Inspector General of the Commonwealth

or any of that official’s agents or representatives, shall provide, or if appropriate, make promptly available for inspection or copying, any information of any type or form deemed relevant by the Inspector General to the Contractor’s integrity or responsibility, as those terms are defined by the Commonwealth’s statutes, regulations, or management directives. Such information may include, but shall not be limited to, the Contractor’s business or financial records, documents or files of any type or form which refers to or concern the Contract. Such information shall be retained by the Contractor for a period of three years beyond the termination of the Contract unless otherwise provided by law.

k. For violation of any of the above provisions, the Commonwealth may terminate this and any

other agreement with the Contractor, claim liquidated damages in an amount equal to the value of anything received in breach of these provisions, claim damages for all expenses incurred in obtaining another Contractor to complete performance hereunder, and debar and suspend the Contractor from doing business with the Commonwealth. These rights and remedies are cumulative, and the use or nonuse of any one shall not preclude the use of all or any other. These rights and remedies are in addition to those the Commonwealth may have under law, statute, regulation, or otherwise.

26. CONTRACTOR RESPONSIBILITY PROVISIONS a. The Contractor certifies, for itself and all its subcontractors, that as of the date of its execution

of the bid/contract, that neither the Contractor, nor any subcontractors, nor any suppliers are under suspension or debarment by the Commonwealth or any governmental entity, instrumentality, or authority and, if the Contractor cannot so certify, then it agrees to submit, along with its Bid, a written explanation of why such certification cannot be made.

b. The Contractor must also certify, in writing, that as of the date of its execution of the bid/contract, it has no tax liabilities or other Commonwealth obligations.

c. The Contractor’s obligations pursuant to these provisions are ongoing from and after the effective date of the contract through the termination date thereof. Accordingly, the Contractor shall have an obligation to inform the Commonwealth if, at any time during the term of the Contract, it becomes delinquent in the payment of taxes, or other Commonwealth obligations, or if it or any of its subcontractors are suspended or debarred by the Commonwealth, the federal government, or any other state or governmental entity. Such notification shall be made within 15 days of the date of suspension or debarment.

d. The failure of the Contractor to notify the Commonwealth of its suspension or debarment by the Commonwealth, any other state, or the federal government shall constitute an event of default of the Contract with the Commonwealth.

Page 49: CONTRACT DESCRIPTION CONTRACT INFO

Department of General Services GSPUR-12C Rev. 05/07/04

12

e. The Contractor agrees to reimburse the Commonwealth for the reasonable costs of

investigation incurred by the Office of State Inspector General for investigations of the Contractor’s compliance with the terms of this or any other agreement between the Contractor and the Commonwealth, which results in the suspension or debarment of the Contractor. Such costs shall include, but shall not be limited to, salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor shall not be responsible for investigative costs for investigations that do not result in the Contractor’s suspension or debarment.

f. The Contractor may obtain a current list of suspended and debarred Commonwealth contractors by either searching the internet at http://www.dgs.state.pa.us or contacting the: Department of General Services Office of Chief Counsel 603 North Office Building Harrisburg, PA 17125 Telephone No. (717) 783-6472 FAX No. (717) 787-9138

27. AMERICANS WITH DISABILITIES ACT a. Pursuant to federal regulations promulgated under the authority of The Americans With

Disabilities Act, 28 C.F.R. § 35.101 et seq., the Contractor understands and agrees that it shall not cause any individual with a disability to be excluded from participation in this Contract or from activities provided for under this Contract on the basis of the disability. As a condition of accepting this contract, the Contractor agrees to comply with the “General Prohibitions Against Discrimination,” 28 C.F.R. § 35.130, and all other regulations promulgated under Title II of The Americans With Disabilities Act which are applicable to all benefits, services, programs, and activities provided by the Commonwealth of Pennsylvania through contracts with outside contractors.

b. The Contractor shall be responsible for and agrees to indemnify and hold harmless the

Commonwealth of Pennsylvania from all losses, damages, expenses, claims, demands, suits, and actions brought by any party against the Commonwealth of Pennsylvania as a result of the Contractor’s failure to comply with the provisions of subparagraph a above.

28. HAZARDOUS SUBSTANCES The Contractor shall provide information to the Commonwealth about the identity and hazards of hazardous substances supplied or used by the Contractor in the performance of the Contract. The Contractor must comply with Act 159 of October 5, 1984, known as the “Worker and Community Right to Know Act” (the “Act”) and the regulations promulgated pursuant thereto at 4 Pa. Code Section 301.1 et seq. a. Labeling. The Contractor shall insure that each individual product (as well as the carton,

container or package in which the product is shipped) of any of the following substances (as defined by the Act and the regulations) supplied by the Contractor is clearly labeled, tagged or marked with the information listed in Paragraph (1) through (4):

1) Hazardous substances:

a) The chemical name or common name,

b) A hazard warning, and

Page 50: CONTRACT DESCRIPTION CONTRACT INFO

Department of General Services GSPUR-12C Rev. 05/07/04

13

c) The name, address, and telephone number of the manufacturer.

2) Hazardous mixtures:

a) The common name, but if none exists, then the trade name,

b) The chemical or common name of special hazardous substances comprising .01% or more of the mixture,

c) The chemical or common name of hazardous substances consisting 1.0% or

more of the mixture,

d) A hazard warning, and

e) The name, address, and telephone number of the manufacturer.

3) Single chemicals:

a) The chemical name or the common name,

b) A hazard warning, if appropriate, and

c) The name, address, and telephone number of the manufacturer.

4) Chemical Mixtures: a) The common name, but if none exists, then the trade name,

b) A hazard warning, if appropriate,

c) The name, address, and telephone number of the manufacturer, and

d) The chemical name or common name of either the top five substances by

volume or those substances consisting of 5.0% or more of the mixture.

A common name or trade name may be used only if the use of the name more easily or readily identifies the true nature of the hazardous substance, hazardous mixture, single chemical, or mixture involved.

Container labels shall provide a warning as to the specific nature of the hazard arising from the substance in the container.

The hazard warning shall be given in conformity with one of the nationally recognized and accepted systems of providing warnings, and hazard warnings shall be consistent with one or more of the recognized systems throughout the workplace. Examples are:

• NFPA 704, Identification of the Fire Hazards of Materials.

• National Paint and Coatings Association: Hazardous Materials

Identification System.

• American Society for Testing and Materials, Safety Alert Pictorial Chart.

• American National Standard Institute, Inc., for the Precautionary Labeling of Hazardous Industrial Chemicals.

Page 51: CONTRACT DESCRIPTION CONTRACT INFO

Department of General Services GSPUR-12C Rev. 05/07/04

14

Labels must be legible and prominently affixed to and displayed on the product and the carton, container, or package so that employees can easily identify the substance or mixture present therein.

b. Material Safety Data Sheet. The contractor shall provide Material Safety Data Sheets (MSDS) with the information required by the Act and the regulations for each hazardous substance or hazardous mixture. The Commonwealth must be provided an appropriate MSDS with the initial shipment and with the first shipment after an MSDS is updated or product changed. For any other chemical, the contractor shall provide an appropriate MSDS, if the manufacturer, importer, or supplier produces or possesses the MSDS. The contractor shall also notify the Commonwealth when a substance or mixture is subject to the provisions of the Act. Material Safety Data Sheets may be attached to the carton, container, or package mailed to the Commonwealth at the time of shipment.

29. COVENANT AGAINST CONTINGENT FEES The Contractor warrants that no person or selling agency has been employed or retained to solicit or secure the contract purchase order upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, except bona fide employees or bona fide established commercial or selling agencies maintained by the Contractor for the purpose of securing business. For breach or violation of this warranty, the Commonwealth shall have the right to terminate the contract purchase order without liability or in its discretion to deduct from the contract price or consideration, or otherwise recover the full amount of such commission, percentage, brokerage, or contingent fee. 30. APPLICABLE LAW The Contract shall be governed by and interpreted and enforced in accordance with the laws of the Commonwealth of Pennsylvania (without regard to any conflict of laws provisions) and the decisions of the Pennsylvania courts. The Contractor consents to the jurisdiction of any court of the Commonwealth of Pennsylvania and any federal courts in Pennsylvania, waiving any claim or defense that such forum is not convenient or proper. The Contractor agrees that any such court shall have in personam jurisdiction over it, and consents to service of process in any manner authorized by Pennsylvania law. 31. INTEGRATION The Bid/Statewide Contract For Supplies form or the Statewide Contract For Supplies form, including all documents referenced on the form, as well as the contract purchase orders constitute the entire agreement between the parties. No agent, representative, employee or officer of either the Commonwealth or the Contractor has authority to make, or has made, any statement, agreement or representation, oral or written, in connection with the Contract, which is any way can be deemed to modify add to or detract from, or otherwise change or alter its terms and conditions. No negotiations between the parties, nor any custom or usage, shall be permitted to modify or contradict any of the terms and conditions of the Contract. No modifications, alterations, changes, or waiver to the Contract or any of its terms shall be valid or binding unless accomplished by a written amendment signed by both parties or by a change order signed by the Commonwealth. All such amendments and change orders will be made using the appropriate Commonwealth form. 32. CHANGE ORDERS The Commonwealth reserves the right to issue change orders at any time during the term of the Contract or any renewals or extensions thereof: 1) to increase or decrease the quantities resulting from variations between any estimated quantities in the Contract and actual quantities; 2) to make

Page 52: CONTRACT DESCRIPTION CONTRACT INFO

Department of General Services GSPUR-12C Rev. 05/07/04

15

changes to the supply within the scope of the Contract; 3) to exercise an option to purchase or early payment option; 4) to notify the Contractor that the Commonwealth is exercising any Contract renewal or extension option; or 5) to modify the time of performance that does not alter the scope of the Contract to extend the completion date beyond the Expiration Date of the Contract or any renewals or extensions thereof. Any such change order shall be in writing signed by a. the contracting officer shown on the Bid/Statewide Contract For Supplies form or the Standard Contract For Supplies form, or b. the agency contracting officer for changes to contract purchase orders. The change order shall be effective as of the date appearing on the change order, unless the change order specifies a later effective date. Such increases, decreases, changes, modifications or exercises of purchase options will not invalidate the Contract, nor, if performance security is being furnished in conjunction with the Contract, release the security obligation. The Contractor agrees to provide the supply in accordance with the change order. Any dispute by the Contractor in regard to the performance required under any change order shall be handled through Paragraph 22, “Contract Controversies”. For purposes of this Contract, “change order” is defined as a written order signed by the Department of General Services contracting officer (or agency contracting officer for changes to contract purchase orders) directing the Contractor to make changes authorized under this clause.

Page 53: CONTRACT DESCRIPTION CONTRACT INFO

Department of General Services GSPUR-12C Rev. 05/07/04

16

EXHIBIT A-1 CONSTRUCTION PRODUCTS

RECYCLED CONTENT (A) REQUIREMENT All construction products offered by the bidder, or included in the final product offered by the bidder, and sold to the Commonwealth must contain the minimum percentage of post-consumer and recovered material content as shown below for the applicable products:

Construction Products

Material

% of Post-Consumer Materials

% of Total Recovered Materials

Structural Fiberboard Recovered Materials - 80 Laminated Paperboard Post-consumer Paper 100 - Rock Wool Insulation Slag - 75 Fiberglass Insulation Glass Cullet - 20 Cellulose Insulation (loose-fill and spray-on) Post-consumer Paper 75 - Perlite Composite Board Insulation Post-consumer Paper 23 - Plastic Rigid Foam, Polyisocyanurate/ Polyurethane: Rigid Foam Insulation

Recovered Material - 9

Foam-in-Place Insulation Recovered Material - 5 Glass Fiber Reinforced Insulation Recovered Material - 6 Phenolic Rigid Foam Insulation Recovered Material - 5 Floor Tiles (heavy duty/commercial use) Rubber

Plastic 90 -

- 90

Patio Blocks Rubber or Rubber Blends Plastic or Plastic Blends

90 -

- 90

Polyester Carpet Fiber Face Polyethylene terephthalate (PET) resin

25 -

Latex Paint: --Consolidated1 --Reprocessed2 -----White, Off-White, Pastel Colors -----Grey, Brown, Earthtones, and Other Dark Colors

Recovered Material Recovered Material Recovered Material

100

20 50

- - -

Shower and Restroom Dividers/Partitions: Plastic 20 -

Steel4

16 67

9 33

Carpet Cushion: --Bonded Polyurethane --Jute --Synthetic Fibers --Rubber

Old Carpet Cushion Burlap Carpet Fabrication Scrap Tire Rubber

15 40 -

60

- -

100 -

Railroad Grade Crossing Surfaces --Concrete --Rubber3 --Steel4

Coal Fly Ash Tire Rubber Steel

- -

16 67

15 85 9

33 “Post-consumer” material is “material or finished product that has served its intended use and has been diverted or recovered from waste destined for disposal, having completed it life as a consumer item. Post-consumer material is part of the broader category of recovered material.”

“Recovered Materials” refers to waste materials and by-products which have been recovered or diverted from solid waste, but does not include those materials and by-products generated from, and commonly reused within, an original manufacturing process

1 Consolidated latex paint used for covering graffiti, where color and consistency of performance are not primary concerns. 2 Reprocessed latex paint used for interior and exterior architectural applications such as wallboard, ceiling, and trim; gutterboards; and concrete, stucco, masonry, wood, and metal surfaces. 3The recommended recovered materials content for rubber railroad grade crossing surfaces are based on the weight of the raw materials, exclusive of any additives such as binders or additives 4 The recommended recovered materials content levels for steel in this table reflect the fact that the designated items can be made from steel manufactured from either a Basic Oxygen Furnace (BOF) or an Electric Arc Furnace (EAF). Steel from the BOF process contains 25-30% total recovered materials, of which 16% is post-consumer steel. Steel from the EAF process contains a total of 100% recovered steel, of which 67% is post-consumer.

Page 54: CONTRACT DESCRIPTION CONTRACT INFO

Department of General Services GSPUR-12C Rev. 05/07/04

17

(B) BIDDER’S CERTIFICATION Bidder certifies that the construction product(s) which the bidder is offering contains the required minimum percentage of post-consumer and recovered material content as shown above for the product.

(C) MANUFACTURER/MILL CERTIFICATION In addition to the Bidders Certification in Subsection (B), a manufacturer certification must be completed and signed by the manufacturer before payment will be made to the successful bidder for the delivered items. The enclosed Manufacturer/Mill Certification form must be used. Bidders are not required to submit the completed and signed Manufacturer/MIll Certification form with their bids. THE COMMONWEALTH SHALL HAVE NO OBLIGATION TO PAY FOR THE ITEM(S) UNTIL A PROPERLY COMPLETED AND SIGNED MANUFACTURER/MILL CERTIFICATION IS SUBMITTED FOR THE DELIVERED ITEM.

(D) ENFORCEMENT Awarded bidders may be required, after delivery of the construction product(s), to provide the Commonwealth with documentary evidence that the construction product(s) were in fact produced with the required minimum percentage of post-consumer and recovered material content.

Page 55: CONTRACT DESCRIPTION CONTRACT INFO

Department of General Services GSPUR-12C Rev. 05/07/04

18

EXHIBIT A-2 VEHICULAR PRODUCTS

RECYCLED CONTENT (A) REQUIREMENT All vehicular products offered by the bidder, or included in the final product offered by the bidder, and sold to the Commonwealth must contain the minimum percentage of post-consumer and recovered material content as shown below for the applicable products:

Vehicular Product

Requirements

Re-Refined Oil

25% re-refined oil base stock for engine lubricating oils, hydraulic fluids, and gear oils.

“Post-consumer” material is “material or finished product that has served its intended use and has been diverted or recovered from waste destined for disposal, having completed its life as a consumer item. Post-consumer material is part of the broader category of recovered material.”

“Recovered Materials” refers to waste materials and by-products which have been recovered or diverted from solid waste, but does not include those materials and by-products generated from, and commonly reused within, an original manufacturing process.

“Re-refined oil” is oil that is manufactured with a minimum of twenty-five percent basestock made from used oil that has been recovered and processed to make it reusable as oil. Once the oil has been refined, no difference can be detected between re-refined and virgin oil.

(B) BIDDER’S CERTIFICATION Bidder certifies that the vehicular product(s) which the bidder is offering contains the required minimum percentage of post-consumer and recovered material content as shown above for the product.

(C) MANUFACTURER/MILL CERTIFICATION In addition to the Bidders Certification in Subsection (B), a manufacturer certification must be completed and signed by the manufacturer before payment will be made to the successful bidder for the delivered items. The enclosed Manufacturer/Mill Certification form must be used. Bidders are not required to submit the completed and signed Manufacturer/Mill Certification form with their bids. THE COMMONWEALTH SHALL HAVE NO OBLIGATION TO PAY FOR THE ITEM(S) UNTIL A PROPERLY COMPLETED AND SIGNED MANUFACTURER/MILL CERTIFICATION IS SUBMITTED FOR THE REFERENCED ITEM.

(D) ENFORCEMENT Awarded bidders may be required, after delivery of the vehicular product(s), to provide the Commonwealth with documentary evidence that the vehicular product(s) were in fact produced with the required minimum percentage of post-consumer and recovered material content.

Page 56: CONTRACT DESCRIPTION CONTRACT INFO

Department of General Services GSPUR-12C Rev. 05/07/04

19

EXHIBIT A-3 PAPER PRODUCTS

RECYCLED CONTENT

(A) REQUIREMENT All paper offered by the bidder, or included in the final product offered by the bidder, and sold to the Commonwealth must contain the minimum percentage of post-consumer content as shown below for the applicable products:

Item

Notes Post-Consumer Content

(%) Printing and Writing Papers Reprographic

Business papers such as bond, electrostatic, copy, mimeo, duplicator and reproduction

30

Offset

Used for book publishing, commercial printing, direct mail, technical documents, and manuals

30

Tablet

Office paper such as note pads and notebooks

30

Forms bond

Bond type papers used for business forms such as continuous, cash register, sales book, unit sets, and computer printout, excluding carbonless

30

Envelope

Wove Kraft, white and colored (including manila) Kraft, unbleached Excludes custom envelopes

30 10 10

Cotton fiber

High-quality papers used for stationery, invitations, currency, ledgers, maps, and other specialty items

30

Text and cover

Premium papers used for cover stock, books, and stationery and matching envelopes

30

Supercalendered

Groundwood paper used for advertising and mail order inserts, catalogs, and some magazines

10

Machine finished groundwood

Groundwood paper used in magazines and catalogs

10

Papeteries

Used for invitations and greeting cards

30

Check safety

Used in the manufacture of commercial and government checks

10

Coated

Used for annual reports, posters, brochures, and magazines. Have gloss, dull, or matte finishes

10

Carbonless

Used for multiple-impact copy forms

30

File folders

Manila or colored

30

Dyed filing products

Used for multicolored hanging folders and wallet files

20

Index and card stock

Used for index cards and postcards

20

Pressboard

High-strength paperboard used in binders and report covers

20

Tags and tickets

Used for toll and lottery tickets, licenses, and

20

Page 57: CONTRACT DESCRIPTION CONTRACT INFO

Department of General Services GSPUR-12C Rev. 05/07/04

20

identification and tabulating cards Newsprint Newsprint

Groundwood paper used in newspapers

20

Commercial Sanitary Tissue Products Bathroom tissue

Used in rolls or sheets

20

Paper towels

Used in rolls or sheets

40

Paper napkins

Used in food service applications

30

Facial tissue

Used for personal care

10

General-purpose industrial wipers

Used in cleaning and wiping applications

40

Paperboard and Packaging Products Corrugated containers (<300 psi) (300 psi)

Used for packaging and shipping a variety of goods

25 25

Solid fiber boxes

Used for specialized packaging needs such as dynamite packaging and army ration boxes

40

Folding cartons Used to package a wide variety of foods, household products, cosmetics, pharmaceuticals, detergent, and hardware

40

Industrial paperboard Used to create tubes, cores, cans and drums

45

Miscellaneous Includes “chipboard” pad backings, book covers, covered binders, mailing tubes, game boards, and puzzles

75

Padded mailers

Made from kraft paper that is usually brown but can be bleached white

5

Carrierboard

A type of folding carton designed for multipack beverage cartons

10

Brown papers

Used for bags and wrapping paper

5

Miscellaneous Paper Products Tray liners

Used to line food service trays. Often contain printed information.

50

“Post-consumer” content is “material or finished product that has served its intended use and has been diverted or recovered from waste destined for disposal, having completed it life as a consumer item. Post-consumer content is part of the broader category of recovered material.”

The Commonwealth of Pennsylvania recognizes that paper products are universally made with scrap material recovered from the manufacturing process; use of such materials is a standard practice, both efficient and economical for the paper maker; therefore, bidders of paper products need not certify that their products are made with “pre-consumer,” “recovered.” or “secondary” paper fiber.

Page 58: CONTRACT DESCRIPTION CONTRACT INFO

Department of General Services GSPUR-12C Rev. 05/07/04

21

(B) BIDDER’S CERTIFICATION Bidder certifies that the paper product(s) which the bidder is offering contains the required minimum percentage of post-consumer content as shown above for the product.

(C) MANUFACTURER/MILL CERTIFICATION In addition to the Bidders Certification in Subsection (B), a mill certification must be completed and signed by the mill before payment will be made to the successful bidder for the delivered items. The enclosed Manufacturer/Mill Certification form must be used. Bidders are not required to submit the completed and signed Manufacturer/Mill Certification form with their bids. THE COMMONWEALTH SHALL HAVE NO OBLIGATION TO PAY FOR THE ITEM(S) UNTIL A PROPERLY COMPLETED AND SIGNED MANUFACTURER/MILL CERTIFICATION IS SUBMITTED FOR THE DELIVERED ITEM.

(D) ENFORCEMENT Awarded bidders may be required, after delivery of the paper product(s), to provide the Commonwealth with documentary evidence that the paper product(s) were in fact produced with the required minimum percentage of post-consumer content.

Page 59: CONTRACT DESCRIPTION CONTRACT INFO

Department of General Services GSPUR-12C Rev. 05/07/04

22

EXHIBIT A-4 LANDSCAPING PRODUCTS

RECYCLED CONTENT (A) REQUIREMENT All landscaping products offered by the bidder, or included in the final product offered by the bidder, and sold to the Commonwealth must contain the minimum percentage of post-consumer and recovered material content as shown below for the applicable products:

Landscaping Products Recovered Material Content Hydraulic Mulch: ------Paper ------Wood/Paper

100% (post-consumer) 100% (total)

Compost Made From Yard Trimmings and/or Food Waste

Purchase or use compost made from yard trimmings, leaves, grass clippings and/or food wastes for applications such as landscaping, seeding of grass or other plants, as nutritious mulch under trees and shrubs, and in erosion control and soil reclamation. DGS further recommends implementing a composting system for these materials when agencies have an adequate volume and sufficient space.

Garden Hose: ------Rubber and/or Plastic Soaker Hose: ------Rubber and/or Plastic

60% (post-consumer) 60% (post-consumer)

Lawn and Garden Edging: ------Rubber and/or Plastic

30% (post-consumer)/30-100% (total)

Landscaping Timber and Posts: ------HDPE ------Mixed Plastics/Sawdust ------HDPE/Fiberglass ------Other mixed Resins

25% (post-consumer) + 50% (recovered) 50% (post-consumer) + 50% (recovered) 75% (post-consumer) + 20% (recovered) 50% (post-consumer) + 45% (recovered)

“Post-consumer” material is “material or finished product that has served its intended use and has been diverted or recovered from waste destined for disposal, having completed it life as a consumer item. Post-consumer material is part of the broader category of recovered material.”

“Recovered Materials” refers to waste materials and by-products which have been recovered or diverted from solid waste, but does not include those materials and by-products generated from, and commonly reused within, an original manufacturing process

(B) BIDDER’S CERTIFICATION Bidder certifies that the landscaping product(s) which the bidder is offering contains the required minimum percentage of post-consumer and recovered material content as shown above for the product.

(C) MANUFACTURER/MILL CERTIFICATION In addition to the Bidders Certification in Subsection (B), a manufacturer certification must be completed and signed by the manufacturer before payment will be made to the successful bidder for the delivered items. The enclosed Manufacturer/Mill Certification form must be used. Bidders are not required to submit the completed and signed Manufacturer/Mill Certification form with their bids. THE COMMONWEALTH SHALL HAVE NO OBLIGATION TO PAY FOR THE ITEM(S) UNTIL A PROPERLY COMPLETED AND SIGNED MANUFACTURER/MILL CERTIFICATION IS SUBMITTED FOR THE DELIVERED ITEM.

(D) ENFORCEMENT Awarded bidders may be required, after delivery of the landscaping product(s), to provide the Commonwealth with documentary evidence that the landscaping product(s) were in fact produced with the required minimum percentage of post-consumer and recovered material content.

Page 60: CONTRACT DESCRIPTION CONTRACT INFO

Department of General Services GSPUR-12C Rev. 05/07/04

23

EXHIBIT A-5 MISCELLANEOUS PRODUCTS

RECYCLED CONTENT

(A) REQUIREMENT All miscellaneous products offered by the bidder, or included in the final product offered by the bidder, and sold to the Commonwealth must contain the minimum percentage of post-consumer and recovered material content as shown below for the applicable products: Miscellaneous Products

Recovered Material Content

Awards and Plaques ----------Glass ----------Wood ----------Paper ----------Plastic and Plastic/Wood Composites

75% (post-consumer) + 25% (recovered) 100% (total) 40% (post-consumer) 50% (post-consumer) + 45% (recovered)

Industrial Drums ----------Steel1 ----------Plastic (HDPE) ----------Fiber (paper)

16% (post-consumer) + 9% (recovered) 30% (post-consumer) 100% (post-consumer)

Mats ---------Rubber ---------Plastic ---------Rubber/Plastic Composite

75% (post-consumer) +10% (recovered) 10% (post-consumer) + 90% (recovered) 100% (post-consumer)

Pallets ---------Wood ---------Plastic ---------Thermoformed ---------Paperboard

95% (post-consumer) 100% (post-consumer) 25% (post-consumer) 50% (post-consumer)

Signage ---------Plastic ---------Aluminum ---------Plastic Sign Posts/Supports

---------Steel Sign Posts/Supports2

80% (post-consumer) 25% (post-consumer) 80% (post-consumer) 16% (post-consumer) + 9% (recovered) 67% (post-consumer) + 33% (recovered)

Sorbents ---------Paper ---------Textiles ---------Plastics ---------Wood3 ---------Other Organics/Multimaterials4

90% (post-consumer) +10% (recovered) 95% (post-consumer) 25% (total) 100% (total) 100% (total)

Manual-Grade Strapping ----------Polyester ----------Polypropylene ----------Steel2

50% (post-consumer) 10% (total) 16% (post-consumer) +9% (recovered) 67% (post-consumer) +33% (recovered)

“Post-consumer” material is “material or finished product that has served its intended use and has been diverted or recovered from waste destined for disposal, having completed it life as a consumer item. Post-consumer material is part of the broader category of recovered material.”

“Recovered Materials” refers to waste materials and by-products which have been recovered or diverted from solid waste, but does not include those materials and by-products generated from, and commonly reused within, an original manufacturing process

1Steel used in steel drums is manufactured using the Basic Oxygen Furnace (BOF) process, which contains 25-30% total recovered material, of which 16% is post-consumer steel. Steel used in manual-grade strapping is manufactured using either the BOF process or the Electric Arc Furnace (EAF) process, which contains 100% total recovered materials, of which 67% is post-consumer steel. 2 The recommended recovered materials content levels for steel in this table reflect the fact that the designated items can be made from steel manufactured in either a Basic Oxygen Furnace (BOF) or an Electric Arc Furnace (EAF). Steel from the BOF process contains 25-30% total recovered materials, of which 16% is post-consumer steel. Steel from the EAF process contains a total of 100% recovered steel, of which 67% is post-consumer. 3 “Wood” includes materials such as sawdust and lumber mill trimmings. 4 Examples of other organics include, but are not limited to, peanut hulls and corn stover. An example of multimaterial sorbents would include, but not be limited to, a polymer and cellulose fiber combination. 2 The recommended recovered materials content levels for steel in this table reflect the fact that the designated items can be made from steel manufactured in either a Basic Oxygen Furnace (BOF) or an Electric Arc Furnace (EAF). Steel from the BOF process contains 25-30% total recovered materials, of which 16% is post-consumer steel. Steel from the EAF process contains a total of 100% recovered steel, of which 67% is post-consumer.

Page 61: CONTRACT DESCRIPTION CONTRACT INFO

Department of General Services GSPUR-12C Rev. 05/07/04

24

(B) BIDDER’S CERTIFICATION Bidder certifies that the miscellaneous product(s) which the bidder is offering contains the required minimum percentage of post-consumer and recovered material content as shown above for the product.

(C) MANUFACTURER/MILL CERTIFICATION In addition to the Bidders Certification in Subsection (B), a manufacturer certification must be completed and signed by the manufacturer before payment will be made to the successful bidder for the delivered items. The enclosed Manufacturer/Mill Certification form must be used. Bidders are not required to submit the completed and signed Manufacturer/Mill Certification form with their bids. THE COMMONWEALTH SHALL HAVE NO OBLIGATION TO PAY FOR THE ITEM(S) UNTIL A PROPERLY COMPLETED AND SIGNED MANUFACTURER/MILL CERTIFICATION IS SUBMITTED FOR THE DELIVERED ITEM.

(D) ENFORCEMENT Awarded bidders may be required, after delivery of the miscellaneous product(s), to provide the Commonwealth with documentary evidence that the miscellaneous product(s) were in fact produced with the required minimum percentage of post-consumer and recovered material content.

Page 62: CONTRACT DESCRIPTION CONTRACT INFO

Department of General Services GSPUR-12C Rev. 05/07/04

25

EXHIBIT A-6 NONPAPER OFFICE PRODUCTS

RECYCLED CONTENT

(A) REQUIREMENT All nonpaper office products offered by the bidder, or included in the final product offered by the bidder, and sold to the Commonwealth must contain the minimum percentage of post-consumer and recovered material content as shown below for the applicable products:

Nonpaper Office Product

Recovered Material Content

Recycling Containers and Waste Receptacles: ----------Plastic ----------Steel1 ----------Paper ------------Corrugated ------------Solid Fiber Boxes ------------Industrial Paperboard

20% (post-consumer) 16% (post-consumer) +9% (recovered) 25% (post-consumer) 40% (post-consumer) 40% (post-consumer) + 60% (recovered)

Plastic Desktop Accessories (polystyrene) including desk organizers, sorters, and trays, and memo, note, and pencil holders.

25% (post-consumer)

Binders: ----------Plastic-Covered ----------Paper-Covered ----------Pressboard ----------Solid Plastic ------------HDPE ------------PE ------------PET ------------Misc. Plastics

25% 75% (post-consumer) +15% (recovered) 20% (post-consumer) + 30% (recovered) 90% (post-consumer) 30% (post-consumer) 100% (post-consumer) 80% (post-consumer)

Trash Bags (plastic)

10% (post-consumer)

Toner Cartridges

Return used toner cartridges for remanufacturing and reuse or purchase a remanufactured or recycled-content replacement cartridge.

Printer Ribbons

Procure printer ribbon reinking or reloading services or procure reinked or reloaded printer ribbons.

Plastic Envelopes

25% (post-consumer)

Plastic Clipboards: ------------HDPE ------------PS ------------Misc. Plastics

90% (post-consumer) 50% (post-consumer) 15% (post-consumer)

Plastic File Folders ------------HDPE

90% (post-consumer)

Plastic Clip Portfolios ------------HDPE

90% (post-consumer)

Plastic Presentation Folders ------------HDPE

90% (post-consumer)

“Post-consumer” material is “material or finished product that has served its intended use and has been diverted or recovered from waste destined for disposal, having completed it life as a consumer item. Post-consumer material is part of the broader category of recovered material.”

1 The recommended recovered materials content levels for steel in this table reflect the fact that the designated item is made from steel manufactured from in a Basic Oxygen Furnace (BOF). Steel from the BOF process contains 25-30% total recovered materials, of which 16% is post-consumer steel.

Page 63: CONTRACT DESCRIPTION CONTRACT INFO

Department of General Services GSPUR-12C Rev. 05/07/04

26

“Recovered Materials” refers to waste materials and by-products which have been recovered or diverted from solid waste, but does not include those materials and by-products generated from, and commonly reused within, an original manufacturing process

(B) BIDDER’S CERTIFICATION Bidder certifies that the nonpaper office products which the bidder is offering contains the required minimum percentage of post-consumer and recovered material content as shown above for the product.

(C) MANUFACTURER/MILL CERTIFICATION In addition to the Bidders Certification in Subsection (B), a manufacturer certification must be completed and signed by the manufacturer before payment will be made to the successful bidder for the delivered items. The enclosed Manufacturer/Mill Certification form must be used. Bidders are not required to submit the completed and signed Manufacturer/Mill Certification form with their bids. THE COMMONWEALTH SHALL HAVE NO OBLIGATION TO PAY FOR THE ITEM(S) UNTIL A PROPERLY COMPLETED AND SIGNED MANUFACTURER/MILL CERTIFICATION IS SUBMITTED FOR THE DELIVERED ITEM.

(D) ENFORCEMENT Awarded bidders may be required, after delivery of the paper, to provide the Commonwealth with documentary evidence that the nonpaper office product(s) were in fact produced with the required minimum percentage of post-consumer and recovered material content.

Page 64: CONTRACT DESCRIPTION CONTRACT INFO

Department of General Services GSPUR-12C Rev. 05/07/04

27

EXHIBIT A-7 PARK & RECREATION PRODUCTS

RECYCLED CONTENT

(A) REQUIREMENT All park and recreation products offered by the bidder, or included in the final product offered by the bidder, and sold to the Commonwealth must contain the minimum percentage of post-consumer and recovered material content as shown below for the applicable products:

Park & Recreation Product

Recovered Material Content1

Park Benches & Picnic Tables: -----Plastic2 -----Plastic Composites -----Aluminum -----Concrete -----Steel3

90% (post-consumer) + 10% (recovered) 50% (post-consumer) + 50% (recovered) 25% (post-consumer) 15% (total) 16% (post-consumer) + 9% (recovered) 67% (post-consumer) + 33% (recovered)

Plastic Fencing for Specified Uses4 60% (post-consumer) + 30% (recovered) Playground Equipment -----Plastic3

-----Plastic Composites -----Steel4 -----Aluminum

90% (post-consumer) + 10% (recovered) 50% (post-consumer) + 45% (recovered) 16% (post-consumer) + 9% (recovered) 67% (post-consumer) + 33% (recovered) 25% (post-consumer)

Playground Surfaces: -----Plastic or Rubber

90% (post-consumer)

Running Tracks: -----Plastic or Rubber

90% (post-consumer)

“Post-consumer” material is “material or finished product that has served its intended use and has been diverted or recovered from waste destined for disposal, having completed it life as a consumer item. Post-consumer material is part of the broader category of recovered material.”

“Recovered Materials” refers to waste materials and by-products which have been recovered or diverted from solid waste, but does not include those materials and by-products generated from, and commonly reused within, an original manufacturing process

(B) BIDDER’S CERTIFICATION Bidder certifies that the park and recreational product(s) which the bidder is offering contains the required minimum percentage of post-consumer and recovered material content as shown above for the product.

(C) MANUFACTURER/MILL CERTIFICATION In addition to the Bidders Certification in Subsection (B), a manufacturer certification must be completed and signed by the manufacturer before payment will be made to the successful bidder for the delivered items. The enclosed Manufacturer/Mill Certification form must be used. Bidders are not required to submit the completed and signed Manufacturer/Mill Certification form with their bids. THE COMMONWEALTH SHALL HAVE NO OBLIGATION TO PAY FOR THE ITEM(S) UNTIL A PROPERLY COMPLETED AND SIGNED MANUFACTURER/MILL CERTIFICATION IS SUBMITTED FOR THE DELIVERED ITEM.

(D) ENFORCEMENT Awarded bidders may be required, after delivery of the park and recreational product(s), to provide the Commonwealth with documentary evidence that the park and recreational product(s) were in fact produced with the required minimum percentage of post-consumer and recovered material content.

1 The recommended recovered materials content levels are based on the dry weight of the raw materials, exclusive of any additives such as adhesives, binders, or coloring agents. 2 “Plastic” includes both single and mixed plastic resins. Park benches and picnic tables made with recovered plastic may also contain other recovered materials such as sawdust, wood, or fiberglass. The percentage of these materials contained in the product would also count toward the recovered materials content level of the item. 3 The recommended recovered materials content levels for steel in this table reflect the fact that the designated items can be made from steel manufactured from either a Basic Oxygen Furnace (BOF) or an Electric Arc Furnace (AF). Steel from the BOF process contains 25-30% total recovered materials, of which 16% is post-consumer steel. Steel from the EAF process contains a total of 100% recovered steel, of which 67% is post-consumer. 4 Designation includes fencing containing recovered plastic for use in controlling snow or sand drifting and as a warning/safety barrier in construction or other applications.

Page 65: CONTRACT DESCRIPTION CONTRACT INFO

Department of General Services GSPUR-12C Rev. 05/07/04

28

EXHIBIT A-8 TRANSPORTATION PRODUCTS

RECYCLED CONTENT

(A) REQUIREMENT All transportation products offered by the bidder, or included in the final product offered by the bidder, and sold to the Commonwealth must contain the minimum percentage of post-consumer and recovered material content as shown below for the applicable products: Transportation Products Recovered Material Content1 Traffic Cones: -----Plastic (PVC and LDPE) -----Crumb Rubber

50% (recovered) 50% (recovered)

Traffic Barricades (type I and II only): -----Plastic (HDPE, LDPE, PET) -----Steel2 -----Fiberglass

80% (post-consumer) + 20% (recovered) 16% (post-consumer) + 9% (recovered) 67% (post-consumer) + 33% (recovered) 100% (recovered)

Parking Stops: -----Plastic and/or Rubber -----Concrete Containing Coal Fly Ash -----Concrete Containing Ground Granulated Blast Furnace Slag

100% (recovered) 20% (recovered) 15% when used as a partial cement replacement as an admixture in concrete. 25% (recovered)

Traffic Control Devices: -----Channelizers: ---------Plastic ---------Rubber (base only) ------Delineators: ---------Plastic ---------Rubber (base only) ---------Steel (base only)2 -----Flexible Delineators

25% (post-consumer) 100% (post-consumer) 25% (post-consumer) 100% (post-consumer) 16% (post-consumer) + 9% (recovered) 67% (post-consumer) + 33% (recovered) 25% (post-consumer)

“Post-consumer” material is “material or finished product that has served its intended use and has been diverted or recovered from waste destined for disposal, having completed it life as a consumer item. Post-consumer material is part of the broader category of recovered material.”

“Recovered Materials” refers to waste materials and by-products which have been recovered or diverted from solid waste, but does not include those materials and by-products generated from, and commonly reused within, an original manufacturing process

(B) BIDDER’S CERTIFICATION Bidder certifies that the transportation product(s) which the bidder is offering contains the required minimum percentage of post-consumer and recovered material content as shown above for the product.

(C) MANUFACTURER/MILL CERTIFICATION In addition to the Bidders Certification in Subsection (B), a manufacturer certification must be completed and signed by the manufacturer before payment will be made to the successful bidder for the delivered items. The enclosed Manufacturer/Mill Certification form must be used. Bidders are not required to submit the completed and signed Manufacturer/Mill Certification form with their bids. THE COMMONWEALTH SHALL HAVE NO OBLIGATION TO PAY FOR THE ITEM(S) UNTIL A PROPERLY COMPLETED AND SIGNED MANUFACTURER/MILL CERTIFICATION IS SUBMITTED FOR THE DELIVERED ITEM.

(D) ENFORCEMENT

Awarded bidders may be required, after delivery of the transportation product(s), to provide the Commonwealth with documentary evidence that the transportation product(s) were in fact produced with the required minimum percentage of post-consumer and recovered material content.

1 Content levels are based on the dry weight of the raw materials, exclusive of any additives such as adhesives, binders, or coloring agents. 2 The recommended recovered materials content levels for steel in this table reflect the fact that the designated items can be made from steel manufactured from either a Basic Oxygen Furnace (BOF) or an Electric Arc Furnace (EAF). Steel from the BOF process contains 25-30% total recovered materials, of which 16% is post-consumer steel. Steel from the EAF process contains a total of 100% recovered steel, of which 67% is post-consumer.

Page 66: CONTRACT DESCRIPTION CONTRACT INFO

Department of General Services GSPUR-12C Rev. 05/07/04

29

MANUFACTURER/MILL CERTIFICATION

(To be submitted with invoice for each order) TO BE COMPLETED BY MANUFACTURER/MILL: NAME OF MANUFACTURER/MILL:________________________________________ ADDRESS OF MANUFACTURER/MILL: ____________________________________ FEDERAL EMPLOYER I.D. NO.: ___________________________________________ CONTRACT OR REQUISITION NO. ________________________________________ NAME OF CONTRACTOR: ________________________________________________ ADDRESS OF CONTRACTOR:_____________________________________________ Type of product(s) which the manufacturer/mill furnished to the contractor: ___________ ________________________________________________________________________ ________________________________________________________________________ CERTIFICATION: I, the undersigned officer of the above-named manufacturer/mill, do hereby certify that I am authorized to provide this certification on behalf of the above-named manufacturer/mill and that the type of product(s) listed above which my company furnished to the contractor named above for the referenced contract or purchase requisition, contained not less than ______% post-consumer materials and ______% recovered materials as those terms are defined in the invitation for bids. I understand that this document is subject to the provisions of the Unsworn Falsification of Authorities Act (18 P.S. Section 4904). _____________________________________ Signature _____________________________________ Name of Signatory _____________________________________ Title Date

Page 67: CONTRACT DESCRIPTION CONTRACT INFO

ATTACHMENT B – TECHNICAL QUESTIONNAIRE

Instructions: Contractors must provide below their responses addressing Technical capabilities (Refer to Section II-4 of the RFP). Answer all of the following questions in full. Answer in the space provided below each question (adding more space, if required). If a question is not applicable, or if there is no response, so state that. References to supporting documentation in contractor’s proposal not specifically provided or reproduced in the space below should have appropriate page number(s) and reference(s) listed. Address only those components requested. II-4 Technical Questionnaire

1. State in succinct terms your understanding of the non-perishable products required and the strategic goals of CWOPA in this RFP.

II-4.1 Service

2. The Commonwealth requires various delivery frequencies and delivery times. Please explain your plan to meet the Commonwealth’s delivery needs. Describe your fleet in detail. Please use Attachment E – DOC Facility Map and Regions to review the Commonwealth’s locations.

3. Do you have a HACCP and/or Good Manufacturing Practices (GMP) plan in

place? If so, provide it. (Bear in mind, the HACCP plan and/or GMP shall be from your receipt of product to delivery to Commonwealth’s facilities. Also include your Integrated Pest Control Management Plan.) If not, describe your method of holding products at different temperatures and your sanitation procedures for both warehouse and delivery. The Commonwealth reserves the right to visit contractor’s facilities.

4. Describe your delivery process to ensure that the Commonwealth receives the

“right product at the right time”. What is your average order fill rate for customers of comparable size? What is your policy for backorders? What are your standard lead-times for replenishment of your stock from your manufacturers?

5. How many distribution centers will service the Commonwealth and where are they

located? Will certain locations have sole responsibility for servicing a particular region of the state or will servicing the Commonwealth be a joint effort between warehouse locations.

6. The Commonwealth feels that it is advantageous to have delivery personnel that

are familiar with its institutions and procedures. What has your average staff turnover rate been for delivery personnel over the past 3 years? The

Page 68: CONTRACT DESCRIPTION CONTRACT INFO

Commonwealth requires proper identification and background checks on all personnel making deliveries to the secured Commonwealth facilities. Do you provide standard company uniforms and ID badges to all of your delivery personnel?

7. The contractor must designate an account manager that will serve as a single

source of accountability for this contract. The contractor shall also provide customer service staff to support the account manager for general customer service tasks. The account manager shall meet with the Commonwealth on a quarterly basis. Services to be provided shall include but not limited to checking order status, answering general billing questions, assisting with emergencies or change orders, researching missed deliveries or shortages and quality control issues. Please describe how your account team will be structured to meet or exceed these expectations. Include average time frames for resolution of the types of issues listed above.

8. If an emergency occurs at a DOC facility, please describe your plan of

action to meet the Commonwealth’s needs on short notice for varying lengths of time. Specific types of food may be needed depending on the type and level of emergency. Also include your policy and procedure for providing delivery of food products into Commonwealth facilities during a Pennsylvania Emergency Management Agency (PEMA) situation. Describe your plan for continuity of operations in the event of strikes.

9. The Commonwealth’s expectation for rejected product is that the contractor will

pick up and replace product with the next delivery or thirty(30) calendar days (unless the facility requests earlier replacement for critical items). Please describe your ability to meet or exceed the Commonwealth product rejection policy as stated in Section IV-7.

10. Describe your contingency plan in the event that an act of God, fire,

contamination, etc,. and how it affects your ability to supply food to the Commonwealth. Additionally, in the event that there is a product recall, what are your internal procedures to communicate this to the Commonwealth? Please include a project schedule outlining your internal procedures from recall to replacement. How long from the time that you are notified of a recall do you notify your customers? Please describe your ability to deliver to the facilities in inclement weather.

11. What processes do you have in place to track inventory to ensure supply and to

correct inventory shortages? How and when will you communicate inventory shortages to the Commonwealth? What is your plan of action to correct shortages.

12. If there is a situation where a manufacturer has placed a product on allocation,

Page 69: CONTRACT DESCRIPTION CONTRACT INFO

how will the demands of the Commonwealth be met, and where will the Commonwealth rank on your customer list? What is your plan of action to notify the Commonwealth and seek other sources?

13. Explain any rebate policies that you have in place. How will the availability of

rebates and promotions be communicated to the Commonwealth? All manufacturers’ rebates should be submitted directly to the ordering DOC Facility on a quarterly basis.

14. Do you typically use sub-contractors? Do you think sub-contractors will be necessary to service the Commonwealth? How will you ensure that your sub-contractors abide by the contract resulting from this RFP? How will you ensure that the service provided by the sub-contractor is monitored and enforced?

II-4.2 Contractor Experience 15. Provide proof of your company’s financial stability and infrastructure, including

annual sales, financial statements, number of employees, parent company information, etc. Specifically, please indicate the number of employees and locations within the Commonwealth of Pennsylvania. Please also describe in detail what enhancements, if any, would be necessary to service the Commonwealth under this contract.

16. Provide at least three (3) current references of comparable size. Include the

following:

a. Account size in terms of dollars and number of locations/delivery points

b. Food categories delivered to these customers c. Contact person that managed the account d. Contact person’s current e-mail, phone number and address e. Contract period for each reference.

17. What other government entities do you currently service? Have you serviced entities with institutional settings? Please provide the size of the accounts and length of time you have been a contractor to each government agency?

18. Have you ever had a contract terminated early? If so, list the customer name(s) and explain why?

19. Please describe your company’s current service and distribution infrastructure

that will be used to service the Commonwealth of Pennsylvania under this award. What enhancements to this service and distribution network would be necessary to service the Commonwealth under this contract? Provide a network map/organization structure illustrating the locations and resources that comprise your service and distribution network. What internal policies does your company

Page 70: CONTRACT DESCRIPTION CONTRACT INFO

have to utilize Pennsylvania grown and/or processed non-perishable food as well as Pennsylvania based sub-contractors?

II-4.3 Technology

20. The Commonwealth is looking for increased awareness of trends and buying habits through regular electronic reporting. What types of reports can you provide the Commonwealth and in what format? Please provide examples of these report types, which shall include but not limited to “spend by institution,” “spend by item,” ”total volumes purchased,” and “purchasing cycles.”

21. The Commonwealth requires that invoices are structured to include specific

fields. At a minimum, invoices shall include the contractor name, contractor address, remit to address, the Commonwealth’s Purchase Order number, and the contractor’s SAP number. Invoices shall also include the FOB Delivered Price. Also, items on the invoice shall be listed in the same order as on the Purchase Order AND the unit of measure must be the same as shown on the purchase order. Provide a sample invoice to support your ability to include the above fields.

22. What type of technology does your company offer to its customers to enhance

the efficiency of their foodservice operations? What are the value added capabilities that are available to your customers using this technology?

II-4.4 Implementation

23. Is your current infrastructure and product inventory sufficient to service the Commonwealth? If not, describe any limitations, the type of ramp up necessary and each step and associated time frame required to correct these limitations and/or ramp up.

Page 71: CONTRACT DESCRIPTION CONTRACT INFO

CN00025919 Price submittal

CWOPA Material

#UOM Short text Long Text (Specifications) Est Annual

Usage-Reg 1

UOM FOB Delivered

Cost Region 1

Extended FOB Total Delivered Cost R1

Est Annual Usage - Reg 2

UOM FOB Delivered

Cost Region 2

Extended FOB Total Delivered Cost R2

Est Annual Usage Reg 3

UOM FOB Delivered

Cost Region 3

Extended FOB Total Delivered Cost R3

Est Annual Usage Reg 4

UOM FOB Delivered

Cost Region 4

Extended FOB Total Delivered Cost R4

Est Annual Usage Reg 5

UOM FOB Delivered

Cost Region 5

LOT 1 - BAKING

291335 CS BAKING, BAKING POWDER, 6-5LB/CS

FOOD GRADE BAKING POWDER, SHALL MEET THE QUALITY SPECIFICATIONS OF THE FOOD CHEMICALS CODEX. TO HAVE A REGULATED MULTIPLE ACTION DESIGNED TO GIVE PROLONGED BENCH TOLERANCE AND PRODUCE A BAKED PRODUCT WITH EXCELLENT GRAIN AND TEXTURE. ACCEPTABLE PACK SIZE: 6-5 LB/CASE.

226 -$ 130 -$ 363 -$ 343 -$ 263

291336 CS BAKING, BAKING SODA, 12-2LB/CS

FOOD GRADE SODIUM BICARBONATE, SHALL MEET THE QUALITY SPECIFICATIONS OF THE FOOD CHEMICALS CODEX. BICARBONATE OF SODA FOR USE IN AN INSTITUTIONAL BAKERY. ACCEPTABLE PACK SIZE: 12-2 LB/CASE.

33 -$ 80 -$ 76 -$ 77 -$ 132

292054 CS BAKING, CHOC CHIP, 25LB/CS

THE CANDY AND CHOCOLATE CONFECTIONS SHALL BE PROCESSED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICE (21 CFR PART 110). DAIRY INGREDIENTS USED IN THE MANUFACTURE OF PRODUCTS PROVIDED FOR IN THIS CID SHALL ORIGINATE FROM A PLANT THAT HAS BEEN APPROVED BYTHE DAIRY GRADING BRANCH, DAIRY PROGRAMS (DP), AGRICULTURAL MARKETING SERVICE (AMS), USDA. THE MANUFACTURING PLANTS SHALL BE ELIGIBLE FOR LISTING IN THE MOST RECENT VERSION OF THE PUBLICATION DAIRY PLANTS SURVEYED AND APPROVED FOR USDA GRADING SERVICE. THE CHOCOLATE DISKS SHALL CONSIST OF SWEET MILK CHOCOLATE OR ONE OF THE OTHER STANDARDIZED CHOCOLATES. THE COUNT PER POUND SHALL NOT BE LESS THAN 480, NOT MORE THAN 540 WITH THE BULK WEIGHT OF THE PACKAGED PRODUCT NOT TO EXCEED 2 PERCENT BROKEN OR CRUSHED PIECES. THE CHOCOLATE DISKS SHALL HAVE 42.5G (1.50 DZ) OR LOOSE DISKS PACKED IN A BAG. ALL INGREDIENTS SHALL BE CLEAN, SOUND, WHOLESOME, AND FREE FROM EVIDENCE OF RODENT OR INSECT INFESTATION. ACCEPTABLE PACK SIZE: 25 LB/CASE.

86 -$ 150 -$ 10 -$ 95 -$ 175

291337 BAG BAKING, COCOA, 5 LB/BAG

PULVERIZED PRODUCT OF THE GROUND CACAO NIB CONTAINING LESS THAN 22% CACAO FAT BUT MORE THAN 10% COCOA FAT BY WEIGHT. COCOA SHALL CONFORM TO THE DEFINITION AND STANDARD OF IDENTITY, AND IS SUBJECT TO THE REQUIREMENTS FOR LABEL DECLARATION OF INGREDIENTS AS SET FORTH IN 21 CFR PART 163. ACCEPTABLE PACK SIZE: 5 LB/BAG

205 -$ 298 -$ 630 -$ 135 -$ 50

304768 CS BAKING, CORNMEAL, YELLOW, 25LB BAG/CS

100% YELLOW DEGERMED CORN MEAL, ENRICHED. THE CORN MEAL SHALL POSSESS A NATURAL MILLED CORN TASTE AND AROMA, AND BE FREE FROM RANCID, BITTER, MUSTY, OTHER OBJECTIONABLE ODORS AND FLAVORS. THE CORN MEAL SHALL HAVE A GOOD NATURAL CHARACTERISTIC COLOR OF YELLOW CORN. THE CORN MEAL SHALL NOT EXCEED THE SPECIFIED U.S. FOOD AND DRUG ADMINISTRATION (FDA) TOLERANCE FOR "DEFECT ACTION LEVELS" (21 CFR PART 110.110). THE CORN MEAL SHALL BE PROCESSED AND PACKAGED NOT MORE THAN 60 DAYS PRIOR TO DELIVERY TO THE PURCHASER. ACCEPTABLE PACK SIZE: 25 LB BAG/CS.

244 -$ 410 -$ 396 -$ 496 -$ 442

291338 CS BAKING, CORN STARCH, 24-1LB/CS

FINE CREAMY ODORLESS CORNSTARCH POWDER WITH A SLIGHT CHARACTERISTIC TASTE. DERIVED FROM THE WET MILLING OF YELLOW CORN WITH SUBSEQUENT DRYING TO VARYING MOISTURE CONTENTS. ACCEPTABLE PACK SIZE: 24-1 LB/CASE. 377 -$ 431 -$ 490 -$ 308 -$ 317

292110 CS BAKING, DATES, DRIED, 15LB/CS

WHOLE DRY DATES, PITTED, U.S. GRADE B OR U.S. CHOICE, THAT ARE OF ONE VARIETY, THAT POSSESS A REASONABLY GOOD COLOR, THAT ARE REASONABLY UNIFORM IN SIZE, THAT ARE REASONABLY FREE FROM DEFECTS, THAT POSSESS A REASONABLY GOOD CHARACTER. ACCEPTABLE PACK SIZE: 15 LB/CASE.

20 -$ 20 -$ 49 -$ 30 -$ 40

291340 CS BAKING, EXTRACT, VANILLA, 4-1GAL/CS

VANILLA FLAVORING, NO ALCOHOL, FOR USE IN COMMERCIAL BAKING APPLICATIONS. SHALL CONFORM TO THE DEFINITION AND STANDARD OF IDENTITY, AND IS SUBJECT TO THE REQUIREMENTS FOR LABEL DECLARATION OF INGREDIENTS AS SET FORTH IN 21 CFR, PART AND SUBPARTS 169. ACCEPTABLE PACK SIZE: 4-1 GAL/CASE

501 -$ 317 -$ 247 -$ 404 -$ 138

200665 LB MILK,NONFAT, DRY (SIZES IN LONG TEXT)

FORTIFIED NON-FAT DRY MILK, US EXTRA GRADE AS SET FORTH IN THE UNITED STATES STANDARDS FOR NON-FAT DRY MILK. MADE FROM GRADE A MILK. PRODUCT DELIVERED SHALL HAVE BEEN PROCESSED IN THE UNITED STATES FROM FLUID MILK PRODUCED IN THE UNITED STATES. SIZE TO BE ANNOTATED ON PURCHASE ORDER

500 -$ 500 -$ 500 -$ 675 -$ 50

291345 BAG BAKING, MILK, NONFAT, DRY, 50LB/BG

FORTIFIED NON-FAT DRY MILK, US EXTRA GRADE AS SET FORTH IN THE UNITED STATES STANDARDS FOR NON-FAT DRY MILK. MADE FROM GRADE A MILK. PRODUCT DELIVERED SHALL HAVE BEEN PROCESSED IN THE UNITED STATES FROM FLUID MILK PRODUCED IN THE UNITED STATES. ACCEPTABLE PACK SIZE: 50 LB/BAG

403 -$ 412 -$ 1553 -$ 935 -$ 1058

258083 CS BAKING, MIX, BISCUIT 6-5 LB/CS

COMPLETE BISCUIT MIX, JUST ADD WATER. ONE BISCUIT, PREPARED TO PROVIDE LESS THAN 200 CALORIES, LESS THAN 10 GRAM FAT AND LESS THAN 325 MG SODIUM PER SERVING. PACK SIZE - 6/5#/CS

20 -$ 20 -$ 30 -$ 30 -$ 25

291346 CS BAKING, MIX, BROWNIE, 6-6LB/CS

COMPLETE BROWNIE MIX, JUST ADD WATER. TO PROVIDE LESS THAN 200 CALORIES, LESS THAN 10 GRAM FAT AND LESS THAN 180 MG SODIUM PER SERVING. PACK SIZE - 6/6#/CS

447 -$ 750 -$ 531 -$ 294 -$ 402

292158 CS BAKING, MIX, BROWNIE, 6-5LB/CS

COMPLETE BROWNIE MIX, JUST ADD WATER. TO PROVIDE LESS THAN 200 CALORIES, LESS THAN 10 GRAM FAT AND LESS THAN 180 MG SODIUM PER SERVING. PACK SIZE - 6/5#/CS

20 -$ 20 -$ 20 -$ 32 -$ 275

291347 CS BAKING, MIX, CAKE, YELLOW, 6-5LB/CS

COMPLETE YELLOW CAKE MIX, JUST ADD WATER. PREPARED MIX TO PROVIDE LESS THAN 200 CALORIES, LESS THAN 10 GRAM FAT AND LESS THAN 180 MG SODIUM PER SERVING. PACK SIZE - 6/5#CS

1609 -$ 1465 -$ 625 -$ 1520 -$ 1054

291348 CS BAKING, MIX, MUFFIN, BASIC, 6-5LB/CS

COMPLETE BASIC MUFFIN MIX, JUST ADD WATER. PREPARED MIX TO PROVIDE LESS THAN 200 CALORIES, LESS THAN 5 GRAM FAT AND LESS THAN 180 MG SODIUM PER SERVING. PACK SIZE - 6/5#/CS

575 -$ 20 -$ 186 -$ 148 -$ 260

291349 CS BAKING, MIX, MUFFIN, BRAN, 6-5LB/CS

COMPLETE BRAN MUFFIN MIX, JUST ADD WATER. PREPARED MIX TO PROVIDE LESS THAN 200 CALORIES, LESS THAN 5 GRAM FAT AND LESS THAN 180 MG SODIUM PER SERVING. PACK SIZE - 6/5#/CS

388 -$ 20 -$ 228 -$ 90 -$ 50

291350 CS BAKING, MIX, MUFFIN, CORN, 6-5LB/CS

COMPLETE CORN MUFFIN MIX, JUST ADD WATER. PREPARED MIX TO PROVIDE LESS THAN 200 CALORIES, LESS THAN 5 GRAM FAT AND LESS THAN 180 MG SODIUM PER SERVING. PACK SIZE - 6/5#/CS

145 -$ 335 -$ 49 -$ 76 -$ 50

291351 BAG BAKING, MIX, PANCAKE, 50LB/BAG

COMPLETE PANCAKE MIX, JUST ADD WATER. PREPARED MIX TO PROVIDE LESS THAN 250 CALORIES, 10 GRAMS FAT AND 500 MG SODIUM PER SERVING. ACCEPTABLE PACK SIZE - 50#/BAG

755 -$ 450 -$ 565 -$ 226 -$ 255

Page 72: CONTRACT DESCRIPTION CONTRACT INFO

CN00025919 Price submittal

291352 CSBAKING, MIX, PUDDING, BUTTERSCOTCH,25LB/CS

BUTTERSCOTCH PUDDING MIX, JUST ADD MILK. DESSERT POWDERS SHALL BE UNIFORMLY BLENDED DRY MIXTURES PREPARED FROM FOOD GRADE MATERIALS. WHEN RECONSTITUTED, SHALL HAVE A PLEASING SWEET FLAVOR/AROMA CHARACTERISTIC SPECIFIC TO BUTTERSCOTCH. NO FOREIGN FLAVORS/ODORS SUCH AS, BUT NOT LIMITED TO: BURNT, SCORCHED, STALE, OR RANCID. THE DESSERT POWDERS SHALL BE FREE-FLOWING, HOMOGENOUS, FREE FROM LUMPS, SPECKS, AND GRAININESS. RECONSTITUTED PUDDINGS SHALL CONTAIN NO FREE LIQUID AND SHALL NOT BE WATERY NOR WEEP UPON STANDING. RECONSTITUTED PUDDINGS SHALL POSSESS A SMOOTH, CREAMY, AND MODERATELY THICK CONSISTENCY WITH NO DISCERNABLE LUMPS, CHALKINESS OR SEDIMENTATION. THE FINISHED PUDDING DESSERT POWDER SHALL BE CLEAN, SOUND, WHOLESOME, AND FREE FROM EVIDENCE OF RODENT OR INSECT INFESTATION. MUST CONTAIN NOT LESS THAN 4 GRAMS OF PROTEIN AND 140 GRAMS OF CALCIUM PER 4 OZ SERVING UNLESS OTHERWISE SPECIFIED, PUDDING DESSERT POWDER SHALL NOT BE MORE THAN 120 DAYS OLD ON DATE OF DELIVERY TO PURCHASER/USER AND SHALL HAVE A SHELF LIFE OF AT LEAST 12 MONTHS. ACCEPTABLE PACK SIZE: 25 LB/CASE.

81 -$ 35 -$ 368 -$ 332 -$ 25

291353 CS BAKING, MIX, PUDDING, CHOCOLATE,25LB/CS

CHOCOLATE PUDDING MIX, JUST ADD MILK. DESSERT POWDERS SHALL BE UNIFORMLY BLENDED DRY MIXTURES PREPARED FROM FOOD GRADE MATERIALS. WHEN RECONSTITUTED, SHALL HAVE A PLEASING SWEET FLAVOR/AROMA CHARACTERISTIC SPECIFIC TO CHOCOLATE. NO FOREIGN FLAVORS/ODORS SUCH AS, BUT NOT LIMITED TO: BURNT, SCORCHED, STALE, OR RANCID. THE DESSERT POWDERS SHALL BE FREE-FLOWING, HOMOGENOUS, FREE FROM LUMPS, SPECKS, AND GRAININESS. RECONSTITUTED PUDDINGS SHALL CONTAIN NO FREE LIQUID AND SHALL NOT BE WATERY NOR WEEP UPON STANDING. RECONSTITUTED PUDDINGS SHALL POSSESS A SMOOTH, CREAMY, AND MODERATELY THICK CONSISTENCY WITH NO DISCERNABLE LUMPS, CHALKINESS OR SEDIMENTATION. THE FINISHED PUDDING DESSERT POWDER SHALL BE CLEAN, SOUND, WHOLESOME, AND FREE FROM EVIDENCE OF RODENT OR INSECT INFESTATION. MUST CONTAIN NOT LESS THAN 4 GRAMS OF PROTEIN AND 140 GRAMS OF CALCIUM PER 4 OZ SERVING UNLESS OTHERWISE SPECIFIED, PUDDING DESSERT POWDER SHALL NOT BE MORE THAN 120 DAYS OLD ON DATE OF DELIVERY TO PURCHASER/USER AND SHALL HAVE A SHELF LIFE OF AT LEAST 12 MONTHS. ACCEPTABLE PACK SIZE: 26 LB/CASE.

619 -$ 197 -$ 703 -$ 647 -$ 593

291354 CS BAKING, MIX, PUDDING, LEMON,25LB/CS

LEMON PUDDING MIX, , JUST ADD MILK. DESSERT POWDERS SHALL BE UNIFORMLY BLENDED DRY MIXTURES PREPARED FROM FOOD GRADE MATERIALS. WHEN RECONSTITUTED, SHALL HAVE A PLEASING SWEET FLAVOR/AROMA CHARACTERISTIC SPECIFIC TO LEMON. NO FOREIGN FLAVORS/ODORS SUCH AS, BUT NOT LIMITED TO: BURNT, SCORCHED, STALE, OR RANCID. THE DESSERT POWDERS SHALL BE FREE-FLOWING, HOMOGENOUS, FREE FROM LUMPS, SPECKS, AND GRAININESS. RECONSTITUTED PUDDINGS SHALL CONTAIN NO FREE LIQUID AND SHALL NOT BE WATERY NOR WEEP UPON STANDING. RECONSTITUTED PUDDINGS SHALL POSSESS A SMOOTH, CREAMY, AND MODERATELY THICK CONSISTENCY WITH NO DISCERNABLE LUMPS, CHALKINESS OR SEDIMENTATION. THE FINISHED PUDDING DESSERT POWDER SHALL BE CLEAN, SOUND, WHOLESOME, AND FREE FROM EVIDENCE OF RODENT OR INSECT INFESTATION. MUST CONTAIN NOT LESS THAN 4 GRAMS OF PROTEIN AND 140 GRAMS OF CALCIUM PER 4 OZ SERVING UNLESS OTHERWISE SPECIFIED, PUDDING DESSERT POWDER SHALL NOT BE MORE THAN 120 DAYS OLD ON DATE OF DELIVERY TO PURCHASER/USER AND SHALL HAVE A SHELF LIFE OF AT LEAST 12 MONTHS. ACCEPTABLE PACK SIZE: 25 LB/CASE.

24 -$ 5 -$ 213 -$ 191 -$ 125

291355 CS BAKING, MIX, PUDDING, VANILLA, 25LB/CS

VANILLA PUDDING MIX, JUST ADD MILK. DESSERT POWDERS SHALL BE UNIFORMLY BLENDED DRY MIXTURES PREPARED FROM FOOD GRADE MATERIALS. WHEN RECONSTITUTED, SHALL HAVE A PLEASING SWEET FLAVOR/AROMA CHARACTERISTIC SPECIFIC TO VANILLA. NO FOREIGN FLAVORS/ODORS SUCH AS, BUT NOT LIMITED TO: BURNT, SCORCHED, STALE, OR RANCID. THE DESSERT POWDERS SHALL BE FREE-FLOWING, HOMOGENOUS, FREE FROM LUMPS, SPECKS, AND GRAININESS. RECONSTITUTED PUDDINGS SHALL CONTAIN NO FREE LIQUID AND SHALL NOT BE WATERY NOR WEEP UPON STANDING. RECONSTITUTED PUDDINGS SHALL POSSESS A SMOOTH, CREAMY, AND MODERATELY THICK CONSISTENCY WITH NO DISCERNABLE LUMPS, CHALKINESS OR SEDIMENTATION. THE FINISHED PUDDING DESSERT POWDER SHALL BE CLEAN, SOUND, WHOLESOME, AND FREE FROM EVIDENCE OF RODENT OR INSECT INFESTATION. MUST CONTAIN NOT LESS THAN 4 GRAMS OF PROTEIN AND 140 GRAMS OF CALCIUM PER 4 OZ SERVING UNLESS OTHERWISE SPECIFIED, PUDDING DESSERT POWDER SHALL NOT BE MORE THAN 120 DAYS OLD ON DATE OF DELIVERY TO PURCHASER/USER AND SHALL HAVE A SHELF LIFE OF AT LEAST 12 MONTHS. ACCEPTABLE PACK SIZE: 25 LB/CASE.

605 -$ 145 -$ 583 -$ 302 -$ 502

291356 CS BAKING, MOLASSES, 4-1GAL/CS

COOKING MOLASSES, BLEND OF U.S. FANCY AND BLACK STRAP. SHALL POSSESS A GOOD FLAVOR; SHALL MEET THE U.S. GRADE A REQUIREMENTS FOR BRIX, SUGAR, ASH, AND SULFITES; SHALL POSSESS A GOOD COLOR; THAT IS PRACTICALLY FREE FROM DEFECTS. ACCEPTABLE PACK SIZE: 4-1 GAL/CASE

69 -$ 65 -$ 50 -$ 26 -$ 25

291357 CS BAKING, PUMPKIN, CN, 6#10/CS

CANNED PUMPKIN, U.S. GRADE A OR U.S. FANCY. PREPARED FROM CLEAN, SOUND, PROPERLY MATURED, GOLDEN FLESHED, FIRM SHELLED, SWEET VARIETIES OF PUMPKINS BY WASHING, STEMMING, CUTTING, STEAMING AND REDUCING TO A PULP. THE PRODUCT IS PROPERLY SIEVED AND FINISHED IN ACCORDANCE WITH GOOD COMMERCIAL PRACTICE AND IS THEN SUFFICIENTLY PROCESSED BY HEAT TO ASSURE PRESERVATION OF THE PRODUCT IN HERMETICALLY SEALED CONTAINERS. POSSESSES A GOOD COLOR; POSSESSES A GOOD CONSISTENCY; POSSESSES A GOOD FINISH; THAT IS PRACTICALLY FREE FROM DEFECTS; THAT POSSESSES A NORMAL FLAVOR. SHALL BE PREPARED IN ACCORDANCE WTIH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). ACCEPTABLE PACK SIZE: 6/#10 CANS/CASE

50 -$ 76 -$ 231 -$ 143 -$ 175

291358 CS BAKING, RAISINS, 30LB/CS

RAISINS, SELECT SIZE, SEEDLESS U.S. GRADE B OR BETTER. THE PROCESSED RAISINS ARE PREPARED FROM CLEAN, SOUND, DRIED GRAPES; ARE PROPERLY STEMMED AND CAP STEMMED; ARE PROPERLY SEEDED IN SEEDED STYLES; ARE SORTED OR CLEANED, OR BOTH; AND, ARE WASHED IN WATER TO ASSURE A WHOLESOME PRODUCT. RAISINS SHALL HAVE A SIMILAR VARIETAL CHARACTERISTICS; THAT HAVE A REASONABLY GOOD TYPICAL COLOR; THAT HAVE A GOOD CHARACTERISTIC FLAVOR; THAT SHOW DEVELOPMENT CHARACTERISTICS OF RAISINS PREPARED FROM REASONABLY WELL-MATURED GRAPES WITH NOT LESS THAN 70 PERCENT, BY WEIGHT, OF RAISINS THAT ARE WELL-MATURED OR REASONABLY WELL-MATURED; THAT CONTAIN NOT MORE THAN 18 PERCENT,BY WEIGHT, OF MOISTURE FOR ALL VARIETIES OF SEEDLESS RAISINS EXCEPT THE MONUKKA VARIETY. ALL DRIED FRUIT MUST BE REPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). ALL DRIED FRUIT MUST BE FROM THE CURRENT PACKING SEASON/CROP YEAR. ACCEPTABLE PACK SIZE: 30 LB/CASE

487 -$ 1342 -$ 266 -$ 380 -$ 479

300733 CS TAPIOCA, PEARL, MINUTE, 4/5LB/CS

PEARL, QUICK COOKING MINUTE TAPIOCA. PRODUCT SHALL BE CLEAN, FREE FROM DEBRIS. NO FOREIGN FLAVORS OR ODOR. ACCEPTABLE PACK SIZE: 4-5 LB/CASE. 20 -$ 10 -$ 20 -$ 20 -$ 20

Page 73: CONTRACT DESCRIPTION CONTRACT INFO

CN00025919 Price submittal

-292058 CS BAKING, THICKENER, 128OZ/CS

INSTANT FOOD THICKENER. SHALL THICKEN HOT AND COLD LIQUIDS AND FOODS; SHALL DISSOLVE INSTANTLY; AND, SHALL NOT CHANGE APPEARANCE OR TASTE OF LIQUIDS OR FOODS. COMPARABLE TO THICK-IT OR THICK & EASY BRANDS OR EQUIVALENT. SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). ACCEPTABLE PACK SIZE: 12-8 OZ/CASE

70 -$ 20 -$ 20 -$ 2 -$ 20

291362 CSBAKING, TOPPING, WHIPPED MIX, 12-1LB/CS

COMPLETE NON-DAIRY TOPPING MIX, JUST ADD WATER. AFTER PREPARATION, MAINTAINS STABILITY UNDER REFRIGERATION FOR SEVERAL HOURS. SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). ACCEPTABLE PACK SIZE: 12-1 LB/CASE.

20 -$ 68 -$ 50 -$ 320 -$ 153

291363 BAG BAKING, YEAST ENHANCER, 50 LB/BAG

YEAST ENHANCER, COMPARABLE TO READY SPONGE BRAND OR EQUAL. SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). ACCEPTABLE PACK SIZE - 50LB/BAG.

50 -$ 10 -$ 20 -$ 20 -$ 20

291364 CS BAKING, YEAST, 20-1LB/CS

BAKER’S YEAST, INSTANT ACTIVE DRY YEAST. THE BAKER’S YEAST SHALL BE PREPARED IN ACCORDANCE WITH GOOD COMMERCIAL PRACTICE (21 CFR PART 110), SHALL BE IN PARTICULATE FORM AND SHALL BE DERIVED FROM A PURE CULTURE OF BAKER’S YEAST (SACCHAROMYCES CEREVISIAE), SHALL BE FREE FROM OBJECTIONABLE ODORS AND FLAVORS. THE FINISHED PRODUCT SHALL BE CLEAN, SOUND, WHOLESOME, FREE FROM ANY EVIDENCE OF RODENT OR INSECT INFESTATION AND FOREIGN MATERIAL. WHEN PROPERLY USED IN BAKING,THE BAKER'S YEAST SHALL PRODUCE PRODUCTS OF GOOD VOLUME AND TEXTURE, SHALL MEET ALL USDA MICROBIOLOGICAL AND ANALYTICAL REQUIREMENTS FOR BAKER'S YEAST. DELIVERED BAKER'S YEAST SHALL COMPLY WITH ALL APPLICABLE PROVISIONS OF THE FEDERAL FOOD, DRUG AND COSMETIC ACT AND REGULATIONS PROMULGATED THEREUNDER. UPON DELIVERY, SHALL HAVE A MINIMUM OF 6 MONTHS SHELF LIFE PRIOR TO EXPIRATION DATE. ACCEPTABLE PACK SIZE: 20-1 LB/CASE

515 -$ 138 -$ 316 -$ 444 -$ 473

TOTAL LOT 1 -$ -$ -$ -$

LOT 2 - BASES, VEGETABLE

291365 CS BASE, VEGGIE, BEEF, LS, 12-1 LB/CS

VEGETARIAN BEEF FLAVOR BASE, LOW SODIUM TO CONTAIN LESS THAN 100 MG SODIUM PER OUNCE. SHALL CONTAIN NO ANIMAL PRODUCTS OR BY-PRODUCTS; SHALL BE CLEAN, SOUND, WHOLESOME, AND UNIFORMLY BLENDED. WHEN PREPARED ACCORDING TO THE PACKAGE DIRECTIONS, THE BOUILLON (SOUP AND GRAVY BASES) SHALL DISSOLVE IN BOILING WATER. THE BOUILLON (SOUP AND GRAVY BASES) SHALL HAVE NO OFF-ODORS OR OFF-FLAVORS AND SHALL HAVE A FLAVOR TYPICAL OF ITS TYPE. BEEF FLAVORED BASE SHALL CONTAIN NO ANIMAL PRODUCTS OR BYPRODUCTS. COLOR SHALL BE TYPICAL OF THE TYPE OF BOUILLON (SOUP AND GRAVY BASES) SPECIFIED. SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). ACCEPTABLE PACK SIZE: 12-1 LB/CASE.

2589 -$ 738 -$ 1904 -$ 1789 -$ 1006

291366 CSBASE, VEGGIE, CHICKEN, LS, 12-1 LB/CS

VEGETARIAN CHICKEN FLAVOR BASE, LOW SODIUM TO CONTAIN LESS THAN 100 MG SODIUM PER OUNCE. SHALL CONTAIN NO ANIMAL PRODUCTS OR BY-PRODUCTS; SHALL BE CLEAN, SOUND, WHOLESOME, AND UNIFORMLY BLENDED. WHEN PREPARED ACCORDING TO THE PACKAGE DIRECTIONS, THE BOUILLON (SOUP AND GRAVY BASES) SHALL DISSOLVE IN BOILING WATER. THE BOUILLON (SOUP AND GRAVY BASES) SHALL HAVE NO OFF-ODORS OR OFF-FLAVORS AND SHALL HAVE A FLAVOR TYPICAL OF ITS TYPE. BEEF FLAVORED BASE SHALL CONTAIN NO ANIMAL PRODUCTS OR BYPRODUCTS. COLOR SHALL BE TYPICAL OF THE TYPE OF BOUILLON (SOUP AND GRAVEY BASES) SPECIFIED. SHALL BE PREPARED IN ACCORDANCEWITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). ACCEPTABLE PACK SIZE: 12-1 LB/CASE.

2388 -$ 654 -$ 1622 -$ 1817 -$ 900

291367 CSBASE, VEGGIE, VEGETABLE, LS, 12-1LB/CS

VEGETARIAN VEGETABLE FLAVOR BASE, LOW SODIUM TO CONTAIN LESS THAN 100 MG SODIUM PER OUNCE. SHALL CONTAIN NO ANIMAL PRODUCTS OR BY-PRODUCTS; SHALL BE CLEAN, SOUND, WHOLESOME, AND UNIFORMLY BLENDED. WHEN PREPARED ACCORDING TO THE PACKAGE DIRECTIONS, THE BOUILLON (SOUP AND GRAVY BASES) SHALL DISSOLVE IN BOILING WATER. THE BOUILLON (SOUP AND GRAVY BASES) SHALL HAVE NO OFF-ODORS OR OFF-FLAVORS AND SHALL HAVE A FLAVOR TYPICAL OF ITS TYPE. BEEF FLAVORED BASE SHALL CONTAIN NO ANIMAL PRODUCTS OR BYPRODUCTS. COLOR SHALL BE TYPICAL OF THE TYPE OF BOUILLON (SOUP AND GRAVY BASES) SPECIFIED,. SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). ACCEPTABLE PACK SIZE: 12-1 LB/CASE.

965 -$ 529 -$ 784 -$ 1180 -$ 491

TOTAL LOT 2 -$ -$ -$ -$

LOT3 - BEVERAGE BASES

291369 CS BEV, BASE, DRY, LEMONADE, 72-5OZ/CS

MAY BE SWEETENED WITH A COMBINATION OF SUGAR AND A NON-NUTRITIVE SWEETENER. TO PROVIDE LESS THAN 10 CALORIES PER 8 OZ SERVING WHEN RECONSTITUTED. MUST BE FORTIFIED WITH AT LEAST 30 MG CALCIUM PER 8 OZ SERVING WHEN RECONSTITUTED ACCEPTABLE PACK SIZE 72-5 OZ/CS

191 -$ 140 -$ 25 -$ 20 -$ 20

291371 CS BEV, BASE, DRY, ORANGE, 72-5OZ/CS

MAY BE SWEETENED WITH A COMBINATION OF SUGAR AND A NON-NUTRITIVE SWEETENER. TO PROVIDE LESS THAN 10 CALORIES PER 8 OZ SERVING WHEN RECONSTITUTED. MUST BE FORTIFIED WITH AT LEAST 30 MG CALCIUM PER 8 OZ SERVING WHEN RECONSTITUTED ACCEPTABLE PACK SIZE 72-5 OZ/CS

31 -$ 140 -$ 25 -$ 20 -$ 20

291373 CS BEV, BASE, DRY, PUNCH, 72-5OZ/CS

MAY BE SWEETENED WITH A COMBINATION OF SUGAR AND A NON-NUTRITIVE SWEETENER. TO PROVIDE LESS THAN 10 CALORIES PER 8 OZ SERVING WHEN RECONSTITUTED. MUST BE FORTIFIED WITH AT LEAST 30 MG CALCIUM PER 8 OZ SERVING WHEN RECONSTITUTED ACCEPTABLE PACK SIZE 72-5 OZ/CS

144 -$ 140 -$ 25 -$ 25 -$ 25

304760 CS BASE,ICED TEA,DRY,K,1.8G,1000/CS

MAY BE SWEETENED WITH A COMBINATION OF SUGAR AND A NON-NUTRITIVE SWEETENER. TO PROVIDE LESS THAN 10 CALORIES PER 8 OZ SERVING WHEN RECONSTITUTED. MUST BE FORTIFIED WITH AT LEAST 30 MG CALCIUM PER 8 OZ SERVING WHEN RECONSTITUTED ACCEPTABLE PACK SIZE IS 1.8 GRAM, 1000/CS MUST BE CERTIFIED KOSHER

20 -$ 20 -$ 20 -$ 20 -$ 20

304761 CS BASE,LEMONADE,DRY,K,1.8G,1000/CS

MAY BE SWEETENED WITH A COMBINATION OF SUGAR AND A NON-NUTRITIVE SWEETENER. TO PROVIDE LESS THAN 10 CALORIES PER 8 OZ SERVING WHEN RECONSTITUTED. MUST BE FORTIFIED WITH AT LEAST 30 MG CALCIUM PER 8 OZ SERVING WHEN RECONSTITUTED ACCEPTABLE PACK SIZE 1.8 G, 1000/CS MUST BE CERTIFIED KOSHER

20 -$ 10 -$ 20 -$ 20 -$ 30

Page 74: CONTRACT DESCRIPTION CONTRACT INFO

CN00025919 Price submittal

304762 CS BASE,ORANGE,DRY,K,1.8G,1000/CS

MAY BE SWEETENED WITH A COMBINATION OF SUGAR AND A NON-NUTRITIVE SWEETENER. TO PROVIDE LESS THAN 10 CALORIES PER 8 OZ SERVING WHEN RECONSTITUTED. MUST BE FORTIFIED WITH AT LEAST 30 MG CALCIUM PER 8 OZ SERVING WHEN RECONSTITUTED ACCEPTABLE PACK SIZE 1.8 G, 1000/CS. MUST BE CERTIFIED KOSHER

20 -$ 10 -$ 20 -$ 20 -$ 20

304763 CS BASE,PUNCH,DRY,K,1.8G,1000/CS

MAY BE SWEETENED WITH A COMBINATION OF SUGAR AND A NON-NUTRITIVE SWEETENER. TO PROVIDE LESS THAN 10 CALORIES PER 8 OZ SERVING WHEN RECONSTITUTED. MUST BE FORTIFIED WITH AT LEAST 30 MG CALCIUM PER 8 OZ SERVING WHEN RECONSTITUTED ACCEPTABLE PACK SIZE 1.8G, 1000/CS MUST BE CERTIFIED KOSHER

20 -$ 10 -$ 20 -$ 20 -$ 20

291375 CS BEV, BASE, LIQ, ICED TEA, 4-1GAL/CS

MAY BE SWEETENED WITH A COMBINATION OF SUGAR AND A NON-NUTRITIVE SWEETENER. TO PROVIDE LESS THAN 10 CALORIES PER 8 OZ SERVING WHEN RECONSTITUTED. MUST BE FORTIFIED WITH AT LEAST 30 MG CALCIUM PER 8 OZ SERVING WHEN RECONSTITUTED, CAN BE 15/1 OR 8/1 CONCENTRATE ACCEPTABLE PACK SIZE: 4-1 GAL/CASE

1038 -$ 485 -$ 1174 -$ 50 -$ 25

291376 CS BEV, BASE, LIQ, LEMONADE, 4-1GAL/CS

MAY BE SWEETENED WITH A COMBINATION OF SUGAR AND A NON-NUTRITIVE SWEETENER. TO PROVIDE LESS THAN 10 CALORIES PER 8 OZ SERVING WHEN RECONSTITUTED. MUST BE FORTIFIED WITH AT LEAST 30 MG CALCIUM PER 8 OZ SERVING WHEN RECONSTITUTED, CAN BE 15/1 OR 8/1 CONTRATE. ACCEPTABLE PACK SIZE: 4-1 GAL/CASE

711 -$ 890 -$ 1303 -$ 50 -$ 43

291377 CS BEV, BASE, LIQ, ORANGE, 4-1GAL/CS

MAY BE SWEETENED WITH A COMBINATION OF SUGAR AND A NON-NUTRITIVE SWEETENER. TO PROVIDE LESS THAN 10 CALORIES PER 8 OZ SERVING WHEN RECONSTITUTED. MUST BE FORTIFIED WITH AT LEAST 30 MG CALCIUM PER 8 OZ SERVING WHEN RECONSTITUTED, CAN BE 15/1 OR 8/1 CONCENTRATE ACCEPTABLE PACK SIZE: 4-1 GAL/CASE

878 -$ 825 -$ 1460 -$ 50 -$ 51

291378 CS BEV, BASE, LIQ, PUNCH, 4-1GAL/CS

MAY BE SWEETENED WITH A COMBINATION OF SUGAR AND A NON-NUTRITIVE SWEETENER. TO PROVIDE LESS THAN 10 CALORIES PER 8 OZ SERVING WHEN RECONSTITUTED. MUST BE FORTIFIED WITH AT LEAST 30 MG CALCIUM PER 8 OZ SERVING WHEN RECONSTITUTED, CAN BE 15/1 OR 8/1 CONCENTRATE. ACCEPTABLE PACK SIZE: 4-1 GAL/CASE.

449 -$ 836 -$ 1464 -$ 50 -$ 25

TOTAL LOT 3 -$ -$ -$ -$

LOT 4 - CANNED FRUITS AND VEGETABLES

291453 CS FRUIT, APPLES, CN, 6#10/CS

CANNED SLICED APPLES, U.S. GRADE A OR U.S. FANCY. NATURAL JUICE PACK, NO ADDED SUGAR. PREPARED FROM SOUND, FRESH APPLES OF PROPER MATURITY AND PROPER RIPENESS, AND IS SUFFICIENTLY PROCESSED BY HEAT TO ASSURE PRESERVATION OF THE PRODUCT IN HERMETICALLY SEALED CONTAINERS. POSSESS SIMILAR VARIETAL CHARACTERISTICS; THAT POSSESS A NORMAL FLAVOR AND ODOR; THAT POSSESS A GOOD COLOR; THAT ARE PRACTICALLY UNIFORM IN SIZE; THAT ARE PRACTICALLY FREE FROM DEFECTS; THAT POSSESS A GOOD CHARACETER, SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). ACCEPTABLE PACK SIZE: 6#10 CANS/CASE

2094 -$ 3136 -$ 3929 -$ 1957 -$ 1327

291456 CS FRUIT, APPLESAUCE, CN, 6#10/CS

CANNED APPLESAUCE, UNSWEETENED, U.S. GRADE A. NATURAL FLAVOR AND COLOR, REGULAR STYLE. THE PRODUCT SHALL CONFORM AS DEFINED IN THE STANDARDS OF IDENTITY FOR CANNED APPLESAUCE (21 CFR 145.110) ISSUED PURSUANT TO THE FEDERAL FOOD, DRUG, AND COSMETIC ACT. SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). ACCEPTABLE PACK SIZE: 6 #10 CANS/CASE

5040 -$ 6051 -$ 5230 -$ 4135 -$ 1843

292076 CS FRUIT, CRANBERRY SAUCE, CN, 6#10/CS

CANNED CRANBERRY SAUCE, STYLE I JELLIED, U.S. GRADE A OR U.S. FANCY. PREPARED FROM CLEAN, SOUND, MATURED OR FAIRLY WELL-MATURED CRANBERRIES; A SWEETENING INGREDIENT OR SWEETENING INGREDIENTS, AND WATER. PECTIN MAY BE ADDED BUT ONLY IN A QUANTITY WHICH REASONABLY COMPENSATES FOR DEFICIENCY, IF ANY, OF THE NATURAL PECTIN CONTENT OF THE CRANBERRIES. THE MIXTURE IS CONCENTRATED AND SUFFICIENTLY PROCESSED BY HEAT TO ASSURE PRESERVATION OF THE PRODUCT IN HERMETICALLY SEALED CONTAINERS. THE SOLUBLE SOLIDS FO THE FINISHED PRODUCT IS NOT LESS THAN 35 PERCENT AND NOT MORE THAN 45 PERCENT. SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). ACCEPTABLE PACK SIZE: 6 #10 CANS/CASE.

50 -$ 168 -$ 46 -$ 20 -$ 50

291460 CS FRUIT, FRUIT COCKTAIL, CN, 6#10/CS

CANNED FRUIT COCKTAIL, PACKED IN FRUIT JUICE(S), U.S. GRADE B OR U.S. CHOICE OR BETTER. PRODUCT SHALL CONFORM AS DEFINED IN THE STANDARD OF IDENTITY (21 CFR 27.40 AND 27.43) FOR CANNED FRUIT COCKTAIL, ISSUED PURSUANT TO THE FOOD, DRUG, AND COSMETIC ACT. IS THE QUALITY THAT POSSESSES A FARILY CLEAR LIQUID MEDIA; THAT IS REASONABLY UNIFORM IN SIZE; THAT IS REASONABLY FREE FROM DEFECTS; THAT POSSESSES A REASONABLY GOOD CHARACTER; THAT POSSES A NORMAL FLAVOR, COLOR, AND ODOR. SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). ACCEPTABLE PACK SIZE: 6 #10 CANS/CASE

2905 -$ 2352 -$ 4980 -$ 4190 -$ 1342

291462 CS FRUIT, GRAPEFRUIT, SECT, CN, 12-46OZ/CS

CANNED GRAPEFRUIT, U.S. GRADE A OR U.S. FANCY, SECTIONS OR SEGMENTS, WHITE OR PINK, PACKED IN SLIGHTLY SWEETENED GRAPEFRUIT JUICE OR EXTRA LIGHT SYRUP. PREPARED FROM CLEAN, SOUND, AND MATURE GRAPEFRUIT (CITRUS PARADISI MACFADYEN), AS SUCH PRODUCT IS DEFINED IN THE STANDARDS OF IDENTITY FOR CANNED GRAPEFRUIT (21 CFR 27.90) ISSUED PURSUANT TO THE FEDERAL FOOD, DRUG AND COSMETIC ACT. BEFORE PROCESSING, THE FRUIT SHALL HAVE BEEN PROPERLY WASHED AND PEELED AND THE MEMBRANE, SEEDS AND CORE SHALL HAVE BEEN SUBSTANTIALLY REMOVED FROM THE SECTIONS. HAS AN AVERAGE DRAINED WEIGHT OF NOT LESS THAN 53 PERCENT OF THE WATER CAPACITY OF THE CONTAINER, OF WHICH NOT LESS THAN 65 PERCENT BY WEIGHT OF THE DRAINED GRAPEFRUIT CONSISTS OF WHOLE OR PRACTICALLY WHOLE SEGMENTS; HAS A GOOD COLOR; IS PRACTICALLY FREE FROM DEFECTS; HAS A GOOD CHARACTER; HAS GOOD FLAVOR AND ODOR. SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). ACCEPTABLE PACK SIZE: 12-46 OZ. CANS/CASE

330 -$ 336 -$ 472 -$ 1103 -$ 595

291465 CS FRUIT, PEACH, CN, 6#10/CS

CANNED PEACHES, DICED, U.S. GRADE B OR BETTER, PACKED IN FRUIT JUICE(S), CLINGSTONE OR FREESTONE. AS DEFINED IN THE STANDARDS OF IDENTITY FOR CANNED PEACHES (21 CFR 145.170 AND 145.171) ISSUED UNDER THE FEDERAL FOOD, DRUG, AND COSMETIC ACT. IS THE QUALITY THAT POSSESS SIMILAR VARIETAL CHARACTERISTICS; THAT POSSESS A NORMAL FLAVOR AND ODOR; THAT POSSESS A REASONABLY GOOD COLOR; THAT ARE REASONABLY UNIFORM IN SIZE AND SYMMETRY FOR THE APPLICABLE STYLE; THAT ARE REASONABLY FREE FROM DEFECTS; THAT POSSESS A REASONABLY GOOD CHARACTER, SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). ACCEPTABLE PACK SIZE: 6 #10 CANS/CASE.

4273 -$ 5681 -$ 5808 -$ 4859 -$ 3300

Page 75: CONTRACT DESCRIPTION CONTRACT INFO

CN00025919 Price submittal

291468 CS FRUIT, PEARS, CN, 6#10/CS

CANNED PEARS, DICED, U.S. GRADE B OR BETTER, PACKED IN FRUIT JUICE(S). PREPARED FROM PROPERLY PREPARED, MATURE PEARS, AS SUCH PRODUCT IS PURPORTED TO BE IN THE STANDARDS OF IDENTITY FOR CANNED PEARS (21 CFR 145.175; 145.176) ISSUED PURSUANT TO THE FEDERAL FOOD, DRUG, AND COSEMTIC ACT. IS THE QUALITY THAT POSSESS SIMILAR VARIETAL CHARACTERISTICS; THAT POSSESS A NORMAL FLAVOR AND ODOR; THAT POSSESS A REASONABLY GOOD COLOR; THAT ARE REASONABLY UNIFORM IN SIZE AND SYMMETRY FOR THE APPLICABLE STYLE; THAT ARE REASONABLY FREE FROM DEFECTS; THAT POSSESS A REASONABLY GOOD CHARACTER, SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). ACCEPTABLE PACK SIZE: 6 #10 CANS/CASE.

4354 -$ 5131 -$ 4884 -$ 4646 -$ 2405

291470 CS FRUIT, PINEAPPLE, CN, 6#10/CS

CANNED PINEAPPLE, TIDBITS, U.S. GRADE B OR BETTER, PACKED IN PINEAPPLE JUICE. THE PRODUCT REPRESENTED AS DEFINED IN THE STANDARDS OF IDENTITY, QUALITY, AND FILL OF CONTAINER FOR CANNED PINEAPPLE (21 CFR 145.180 AND 145.181) ISSUED UNDER THE FEDERAL FOOD, DRUG AND COSMETIC ACT. IS THE QUALITY THAT POSSESS SIMILAR VARIETAL CHARACTERISTICS; THAT POSSESS A NORMAL FLAVOR AND ODOR; THAT POSSESS A REASONABLY GOOD COLOR; THAT ARE REASONABLY UNIFORM IN SIZE AND SYMMETRY FOR THE APPLICABLE STYLE; THAT ARE REASONABLY FREE FROM DEFECTS; THAT POSSESS A REASONABLY GOOD CHARACTER, SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). ACCEPTABLE PACK SIZE: 6 #10 CANS/CASE.

4609 -$ 6154 -$ 6574 -$ 3874 -$ 2067

291553 CSVEG, BEAN, GREAT NORTHERN, LS,CN,6#10/CS

CANNED GREAT NORTHERN BEANS, U.S. GRADE B OR BETTER, LOW SODIUM TO CONTAIN NOT MORE THAN 20 MG SODIUM PER ½ CUP SERVING. PREPARED FROM DRY MATURE BEANS USED FOR CANNING. ANY SAFE AND SUITABLE INGREDIENTS PERMISSIBLE UNDER THE PROVISIONS OF THE FEDERAL FOOD, DRUG, AND COSMETIC ACT MAY BE USED. THE PRODUCT IS PREPARED BY WASHING, SOAKING, BLANCHING, COOKING, OR OTHER PROCESSING. IT IS PACKED IN HERMETICALLY SEALED CONTAINERS AND SUFFICIENTLY PROCESSED BY HEAT TO ASSURE PRESERVATION OF THE QUALITY THAT POSSESS REASONABLY SIMILAR VARIETAL CHARACTERISTICS; REASONABLY FREE FROM DEFECTS; REASONABLY GOOD CHARACTER; REASONABLY GOOD FLAVOR; REASONABLY GOOD COLOR. SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). ACCEPTABLE PACK SIZE: 6 #10 CANS/CASE.

4186 -$ 1745 -$ 4670 -$ 3473 -$ 1674

291555 CS VEG, BEAN, GREEN, CUT, LS, CN, 6#10/CS

CANNED GREEN BEANS, CUTS, U.S. GRADE B OR BETTER, ROUND TYPE, SIZE 4, REGULAR PACK, LOW SODIUM TO CONTAIN NOT MORE THAN 20 MG SODIUM PER ½ CUP SERVING. PRODUCT AS DEFINED IN THE FOOD AND DRUG STANDARD OF IDENTITY FOR CANNED GREEN BEANS (21 CFR 155.120). OF THE QUALITY THAT HAVE SIMILAR VARIETAL CHARACTERISTICS; HAVE A GOOD FLAVOR AND ODOR; HAVE A REASONABLY GOOD APPEARANCE; ARE NOT MATERIALLY AFFECTED BY SLOUGHING; ARE REASONABLE FREE FROM SMALL PIECES (UNITS LESS THAN 13 MM (0.50 IN) IN LENGTH) AND ODD CUT UNITS. SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). LATEST SEASON'S PACK. ACCEPTABLE PACK SIZE: 6 #10 CANS/CASE

3288 -$ 3599 -$ 4828 -$ 2024 -$ 1557

291557 CS VEG, BEAN, KIDNEY, LS, CN, 6#10/CS

CANNED KIDNEY BEANS, LIGHT RED OR DARK RED, U.S. GRADE B OR BETTER, LOW SODIUM TO CONTAIN NOT MORE THAN 20 MG SODIUM PER ½ CUP SERVING. PREPARED FROM DRY MATURE BEANS USED FOR CANNING. ANY SAFE AND SUITABLE INGREDIENTS PERMISSIBLE UNDER THE PROVISIONS OF THE FEDERAL FOOD, DRUG AND COSMETIC ACT MAY BE USED. THE PRODUCT IS PREPARED BY WASHING, SOAKING, BLANCHING, COOKING, OR OTHER PROCESSING. IT IS PACKED IN HERMETICALLY SEALED CONTAINERS AND SUFFICIENTLY PROCESSED BY HEAT TO ASSURE PRESERVATION OF THE QUALITY THAT POSSESS REASONABLY SIMILAR VARIETAL CHARACTERISTICS; REASONABLY FREE FROM DEFECTS; REASONABLY GOOD CHARACTER; REASONABLY GOOD FLAVOR; REASONABLY GOOD COLOR. SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). ACCEPTABLE PACK SIZE: 6 #10 CANS/CASE.

1464 -$ 1354 -$ 1982 -$ 2227 -$ 900

291560 CS VEG, BEAN, PINTO, LS, CN, 6#10/CS

CANNED PINTO BEANS, U.S. GRADE B OR BETTER, LOW SODIUM TO CONTAIN NOT MORE THAN 20 MG SODIUM PER ½ CUP SERVING. PREPARED FROM DRY MATURE BEANS USED FOR CANNING. ANY SAFE AND SUITABLE INGREDIENTS PERMISSIBLE UNDER THE PROVISIONS OF THE FEDERAL FOOD, DRUG, AND COSMETIC ACT MAY BE USED. THE PRODUCT IS PREPARED BY WASHING, SOAKING, BLANCHING, COOKING, OR OTHER PROCESSING. IT IS PACKED IN HERMETICALLY SEALED CONTAINERS AND SUFFICIENTLY PROCESSED BY HEAT TO ASSURE PRESERVATION OF THE QUALITY THAT POSSESS REASONABLY SIMILAR VARIETAL CHARACTERISTICS; REASONABLY FREE FROM DEFECTS; REASONABLY GOOD CHARACTER; REASONABLY GOOD FLAVOR; REASONABLY GOOD COLOR. SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). ACCEPTABLE PACK SIZE: 6 #10 CANS/CASE.

2327 -$ 2567 -$ 2741 -$ 1544 -$ 1515

291562 CS VEG, BEAN, WAX, LS, CN, 6#10/CS

CANNED WAX BEANS, CUTS, U.S. GRADE B OR BETTER, ROUND TYPE, SIZE 4, REGULAR PACK, LOW SODIUM TO CONTAIN NOT MORE THAN 20 MG SODIUM PER ½ CUP SERVING. PRODUCT AS DEFINED IN THE FOOD AND DRUG STANDARD OF IDENTITY FOR CANNED WAX BEANS (21 CFR 155.120). OF THE QUALITY THAT HAVE SIMILAR VARIETAL CHARACTERISTICS; HAVE A GOOD FLAVOR AND ODOR; HAVE A REASONABLY GOOD APPEARANCE; ARE NOT MATERIALLY AFFECTED BY SLOUGHING; ARE REASONABLE FREE FROM SMALL PIECES (UNITS LESS THAN 13 MM (0.50 IN) IN LENGTH) AND ODD CUT UNITS. SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). LATEST SEASON'S PACK. ACCEPTABLE PACK SIZE: 6 #10 CANS/CASE

4493 -$ 4440 -$ 3421 -$ 1642 -$ 1442

300750 CS BEETS, DICED

CANNED BEETS, DICED, U.S. GRADE A OR U.S. FANCY, LOW SODIUM TO CONTAIN NOT MORE THAN 75 MG SODIUM PER ½ CUP SERVING. PRODUCT AS DEFINED IN THE DEFINITIONS AND STANDARDS OF IDENTITY FOR CANNED VEGETABLES (21 CFR 155.200), ISSUED PURSUANT TO THE FEDERAL FOOD, DRUG, AND COSMETIC ACT. QUALITY OF CANNED BEETS THAT POSSESS SIMILAR VARIETAL CHARACTERISTICS; POSSESS A NORMAL FLAVOR AND ODOR; POSSESS A GOOD COLOR; ARE PRACTICALLY FREE FROM DEFECTS; ARE TENDER,AND POSSESS UNIFORMITY OF SIZE AND SHAPE, SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). LATEST SEASON'S PACK. ACCEPTABLE PACK SIZE: 6 #10 CANS/CASE

224 -$ 112 -$ 50 -$ 316 -$ 100

Page 76: CONTRACT DESCRIPTION CONTRACT INFO

CN00025919 Price submittal

291571 CS VEG, CARROT, DICED, LS, CN, 6#10/CS

CANNED CARROTS, DICED, U.S. GRADE A OR U.S. FANCY, LOW SODIUM TO CONTAIN NOT MORE THAN 20 MG SODIUM PER ½ CUP SERVING. PRODUCT PROPERLY PREPARED FROM THE CLEAN, SOUND ROOT OF THE CARROT PLANT AS DEFINED IN THE DEFINITIONS AND STANDARDS OF IDENTITY FOR CANNED VEGETABLES (21 CFR 155.200) ISSUED PURSUANT TO THE FEDERAL FOOD, DRUG AND COSMETIC ACT. IS THE QUALITY OF CANNED CARROTS THAT POSSESS SIMILAR VARIETAL CHARACTERISTICS; THAT POSSESS A NORMAL FLAVOR AND ODOR; THAT POSSESS A GOOD COLOR; THAT ARE PRACTICALLY FREE FROM DEFECTS; THAT ARE TENDER; THAT ARE PRACTICALLY UNIFORM IN SIZE AND SHAPE. SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). LATEST SEASON'S PACK. ACCEPTABLE PACK SIZE: 6 #10 CANS/CASE

1315 -$ 2983 -$ 3112 -$ 853 -$ 1112

291580 CSVEG, CORN WHOLE KERNEL, LS, CN, 6#10/CS

CANNED WHOLE KERNEL CORN, GOLDEN (YELLOW) CONVENTIONAL VARIETY, U.S. GRADE B OR BETTER, LOW SODIUM TO CONTAIN NOT MORE THAN 20 MG SODIUM PER ½ CUP SERVING. PRODUCT PROPERLY PREPARED FROM CLEAN, SOUND, SUCCULENT KERNELS OF SWEET CORN AS DEFINED IN THE STANDARD OF IDENTITY FOR CANNED CORN (21 CFR 155.130) ISSUED PURSUANT TO THE FEDERAL FOOD, DRUG AND COSMETIC ACT. IS THE QUALITY OF CANNED CORN THAT HAS SIMILAR VARIETAL CHARACTERISTICS; HAS A REASONABLY GOOD APPEARANCE; IS REASONABLY WELL CUT; HAS A GOOD FLAVOR AND ODOR; AND HAS REASONABLY GOOD TENDERNESS AND MATURITY FOR THE VARIETAL TYPE. SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). LATEST SEASON'S PACK. ACCEPTABLE PACK SIZE: 6 #10 CANS/CASE

1582 -$ 1378 -$ 3367 -$ 1089 -$ 1563

291582 CSVEG, GREENS, COLLARD, LS, CN, 6#10/CS

CANNED COLLARD GREENS, WHOLE LEAF OR CUT LEAF, U.S. GRADE B OR U.S. EXTRA STANDARD, LOW SODIUM TO CONTAIN NOT MORE THAN 20 MG SODIUM PER ½ CUP SERVING. PRODUCT AS DEFINED IN THE STANDARDS OF IDENTITY FOR CERTAIN OTHER CANNED VEGETABLES (21 CFR 155.200) ISSUED PURSUANT TO THE FEDERAL FOOD, DRUG, AND COSMETIC ACT. PRODUCT PROPERLY PREPARED FROM THE SUCCULENT LEAVES OF THE COLLARD GREEN PLANT AND IS PACKED WITH THE ADDITION OF WATER IN HERMETICALLY SEALED CONTAINERS AND SUFFICIENTLY PROCESSED BY HEAT TO PREVENT SPOILAGE, CITRIC ACIT OR A VINEGAR MAY BE ADDED IN A QUANTITY NOT MORE THAN SUFFICIENT TO PERMIT EFFECTIVE PROCESSING BY HEAT WITHOUT DISCOLORATION OR OTHER IMPAIRMENT OF THE PRODUCT. THE QUALITY OF CANNED COLLARDS THAT POSSESS REASONABLY SIMILAR VARIETAL CHARACTERISTICS; REASONABLY FREE FROM DEFECTS, DAMAGE, AND HARMLESS EXTRANEOUS MATERIAL; REASONABLY GOOD CHARACTER; A GOOD FLAVOR, COLOR AND ODOR; IS REASONALBY FREE FROM EXTRANEOUS STEM MATERIAL. SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). LATEST SEASON'S PACK. ACCEPTABLE PACK SIZE: 6 #10 CANS/CASE

322 -$ 890 -$ 911 -$ 738 -$ 470

291585 CSVEG, GREENS, SPINACH, LS, CN, 6#10/CS

CANNED SPINACH, WHOLE LEAF OR CUT LEAF, U.S. GRADE B OR U.S. EXTRA STANDARD, LOW SODIUM TO CONTAIN NOT MORE THAN 20 MG SODIUM PER ½ CUP SERVING. PRODUCT AS DEFINED IN THE STANDARDS OF IDENTITY FOR CERTAIN OTHER CANNED VEGETABLES (21 CFR 155.200) ISSUED PURSUANT TO THE FEDERAL FOOD, DRUG, AND COSMETIC ACT. PRODUCT PROPERLY PREPARED FROM THE SUCCULENT LEAVES OF THE SPINACH PLANT AND IS PACKED WITH THE ADDITIONAL OF WATER IN HERMETICALLY SEALED CONTIANERS AND SUFFICIENTLY PROCESSED BY HEAT TO PREVENT SPOILAGE, CITRIC ACID OR A VINEGAR MAY BE ADDED IN A QUANTITY NOT MORE THAN SUFFICIENT TO PERMIT EFFECTIVE PROCESSING BY HEAT WITHOUT DISCOLORATION OR OTHER IMPAIRMENT OF THE PRODUCT. THE QUALITY OF CANNED COLLARDS THAT POSSESS REASONABLY SIMILAR VARIETAL CHARACTERISTICS; REASONABLY FREE FROM DEFECTS, DAMAGE, AND HARMLESS EXTRANEOUS MATERIAL; REASONABLY GOOD CHARACTER; A GOOD FLAVOR, COLOR AND ODOR; IS REASONALBY FREE FROM EXTRANEOUS STEM MATERIAL. SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). LATEST SEASON'S PACK. ACCEPTABLE PACK SIZE: 6 #10 CANS/CASE

1840 -$ 2035 -$ 1646 -$ 1268 -$ 555

291588 CS VEG, MIXED, LS, CN, 6#10/CS

CANNED MIXED VEGETABLES, U.S. GRADE B OR BETTER, LOW SODIUM TO CONTAIN NOT MORE THAN 20 MG SODIUM PER ½ CUP SERVING. PRODUCT SHALL BE PREPARED FROM FOUR OR FIVE OF THE FOLLOWING BASIC VEGETABLES: CUT GREEN OR WAX BEANS, WHOLE LIMA BEANS, DICED CARROTS, WHOLE KERNEL CORN AND SWEET PEAS. THE PROPORTIONS FOR THE FOUR STYLE MIX ARE : NONE OF THE VEGETBLES IS LESS THAN 8% NOR MORE THAN 35% BY WEIGHT. THE FIVE STYLE MIX PROPORATIONS ARE: NONE OF THE VEGETABLES IS LESS THAN 8% NOR MORE THAN 30% BY WEIGHT. THE QUALITY OF CANNED VEGETABLES THAT POSSESS REASONABLY SIMILAR VARIETAL CHARACTERISTICS; REASONABLY FREE FROM DEFECTS, DAMAGE AND HARMLESS EXTRANEOUS MATERIAL.; REASONABLY GOOD CHARACTER; A GOOD FLAVOR, COLOR AND ODOR; AND HAS REASONABLY GOOD TENDERNESS AND MATURITY. SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFCTURING PRACTICES (21 CFR PART 110). LATEST SEASON'S PACK. ACCEPTABLE PACK SIZE: 6 #10 CANS/CASE

539 -$ 1471 -$ 1185 -$ 2579 -$ 700

291593 CS VEG, PEAS, SWEET, GREEN, LS, CN, 6#10/CS

CANNED SWEET PEAS, U.S. GRADE B OR BETTER, LOW SODIUM TO CONTAIN NOT MORE THAN 20 MG SODIUM PER ½ CUP SERVING. PREPARED FROM CLEAN, SOUND, SHELLED, SUCCULENT PEAS AS SUCH PRODUCT IS DEFINED IN THE STANDARDS OF IDENTITY FOR CANNED PEAS (21 CFR 155.170) ISSUED PURSUANT TO THE FEDERAL FOOD, DRUG AND COSMETIC ACT, OF THE QUALITY THAT HAVE SIMILAR VARIETAL CHARACTERISTS; HAVE A GOOD APPEARANCE; HAVE NOT MORE THAN ONE AND ONE-HALF (1.5) PERCENT, BY COUNT, BLOND PEAS; HAVE A GOOD LIQUOR; AND HAVE A GOOD FLAVOR AND ODOR. SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). LATEST SEASON'S PACK. ACCEPTABLE PACK SIZE: 6 #10 CANS/CASE

2332 -$ 1665 -$ 3586 -$ 1140 -$ 1206

296814 CS VEG, PEAS, BLACK-EYED, CN, 6#10/CS

CANNED BLACK-EYE PEAS, U.S. GRADE A OR U.S. FANCY, LOW SODIUM TO CONTAIN NOT MORE THAN 20 MG SODIUM PER ½ CUP SERVING. PRODUCT AS DEFINED IN THE DEFINITIONS AND STANDARDS OF IDENTITY FOR CANNED VEGETABLES (21 CFR 155.200), ISSUED PURSUANT TO THE FEDERAL FOOD, DRUG, AND COSMETIC ACT. OF THE QUALITY THAT POSSESS SIMILAR VARIETAL CHARACTERISTICS; THAT POSSESS A NORMAL FLAVOR AND ODOR; THAT ARE FAIRLY YOUNG; THAT ARE PRACTICALLY FREE FROM DEFECTS; THAT POSSESS AT LEAST A FAIRLY GOOD COLOR. SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). LATEST SEASON'S PACK. ACCEPTABLE PACK SIZE: 6 #10 CANS/CASE

64 -$ 112 -$ 130 -$ 57 -$ 60

Page 77: CONTRACT DESCRIPTION CONTRACT INFO

CN00025919 Price submittal

291601 CS VEG, POTATO, WHITE, WH, LS, CN, 6#10/CS

CANNED WHOLE WHITE POTATOES, SIZE 2 (SMALL), U.S. GRADE B OR BETTER, LOW SODIUM TO CONTAIN NOT MORE THAN 100 MG SODIUM PER ½ CUP SERVING. PRODUCT AS DEFINED IN THE STANDARDS OF IDENTITY FOR CERTAIN OTHER CANNED VEGETABLES (21 CFR 155.200) ISSUED UNDER THE FEDERAL FOOD, DRUG, AND COSMETIC ACT. OF THE QUALITY THAT POSSESS SIMILAR VARIETAL CHARACTERISTICS; THAT POSSESS A REASONABLE GOOD FLAVOR AND ODOR; THAT ARE REASONABLY UNIFORM IN SIZE AND SHAPE; THAT ARE REASONABLY FREE FROM DEFECTS; THAT POSSESS A REASONABLY GOOD TEXTURE, SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR APRT 110). LATEST SEASON'S PACK. ACCEPTABLE PACK SIZE: 6 #10 CANS/CASE

430 -$ 878 -$ 50 -$ 42 -$ 30

291594 CSVEG, PEPPER, MXD GREEN/RED, CN, 6#10/CS

CANNED PEPPERS, MIXED RED AND GREEN, SLICED (STRIPS), U.S. STANDARD OR BETTER. PRODUCT AS DEFINED IN THE STANDARDS OF IDENTITY FOR CERTAIN OTHER CANNED VEGETABLES (21 CFR 155.200). OF THE QUALITY THAT POSSESS SIMILAR VARIETAL CHARACTERISTICS; POSSESS A NORMAL FLAVOR; POSSESS A FARILY GOOD COLOR; ARE FAIRLY UNIFORM IN SIZE AND SHAPE FOR THE APPLICABLE STYLE; ARE FARILY FREE FROM DEFECTS; POSSESS A FAIRLY GOOD CHARACTER. SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). LATEST SEASON'S PACK. ACCEPTABLE PACK SIZE: 6 #10 CANS/CASE

1933 -$ 646 -$ 572 -$ 724 -$ 1191

292140 CSVEG, SAUERKRAUT, SHREDDED, CN, 6#10/CS

CANNED SAUERKRAUT, SHREDDED, U.S. GRADE A OR U.S. FANCY. PREPARED FROM CLEAN, SOUND, WELL MATURED HEADS OF THE CABBAGE PLANT (BRASSICA OLERACEA VAR. CAPITATA L.) WHICH HAVE BEEN PROPERLY TRIMMED AND CUT; TO WHICH SALT IS ADDED AND WHICH IS CURED BY NATURAL FERMENTATION AS A PERMISSIBLE UNDER THE POVISIONS OF THE FEDERAL FOOD, DRUG AND COSMETIC ACT OR APPLICABLE STATE LAWS OR REGULATIONS OF THE QUALITY THAT POSSES A GOOD COLOR; THAT IS WELL CUT, THAT IS PRACTICALLY FREE FROMDEFECTS; THAT POSSESSES A GOOD CHARACTER; THAT POSSESSES A GOOD FLAVOR,. SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). LATEST SEASON'S PACK. ACCEPTABLE PACK SIZE: 6 #10 CANS/CASE

115 -$ 112 -$ 82 -$ 62 -$ 90

291610 CS VEG, SWEET POTATO, CN, 6#10/CS

CANNED SWEET POTATOES, CUT, GOLDEN VARIETY, REGULAR PACK IN WATER, U.S. GRADE B OR BETTER, LOW SODIUM TO CONTAIN NOT MORE THAN 20 MG SODIUM PER ½ CUP SERVING. IS THE PRODUCT AS DEFINED IN THE STANDARDS OF IDENTITY FOR CERTAIN OTHER CANNED VEGETABLES (21 CFR 155.200) ISSUED UNDER THE FEDERAL FOOD, DRUG, AND COSMETIC ACT. OF THE QUALITY THAT POSSESSES A REASONABLY GOOD COLOR; THAT IS REASONABLY UNIFORM IN SIZE; THAT IS REASONABLY FREE FROM DEFECTS; THAT POSSESSES A REASONABLY GOOD CHARACTER; THAT POSSESSES A REASONABLY GOOD FLAVOR AND ODOR, SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). LATEST SEASON'S PACK. ACCEPTABLE PACK SIZE: 6 #10 CANS/CASE

3198 -$ 2936 -$ 3907 -$ 2998 -$ 2594

291612 CS VEG, TOMATO, DICED, LS, CN, 6#10/CS

CANNED DICED TOMATOES, REGULAR PACK IN TOMATO JUICE, U.S. GRADE A. NO ADDED SALT, LOW SODIUM TO CONTAIN NOT MORE THAN 100 MG SODIUM PER ½ CUP SERVING. IS THE PRODUCT AS DEFINED IN THE STANDARDS OF IDENTITY FOR CANNED TOMATOES (21 CFR 155.190) ISSUED UNDER THE FEDERAL FOOD, DRUG AND COSMETIC ACT. OF THE QUALITY THAT POSSESSES A GOOD CHARACTER; POSSESS A COLOR AT LEAST 90% USDA TOMATO RED, BUT NOT MORE THAN 5% LESS RED THAN MINIMUM RED FOR CANNED TOMATOES OR YELLOW, AND NONE MAY BE VIVID GREEN; THAT IS PRACTICALLY FREE FROM DEFECTS; THAT POSESSES A GOOD, NORMAL, FLAVOR AND ODOR. SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). ACCEPTABLE PACK SIZE: 6 #10 CANS/CASE

6844 -$ 3977 -$ 6560 -$ 5184 -$ 3574

291615 CS VEG, TOMATO, PASTE, LS, CN, 6#10/CS

CANNED TOMATO PASTE, HEAVY CONCENTRATION, FINE TEXTURE, U.S. GRADE A OR U.S. FANCY. NO ADDED SALT, LOW SODIUM TO CONTAIN NOT MORE THAN 50 MG SODIUM PER ½ CUP SERVING. THE CLEAN SOUND, WHOLESOME PRODUCT AS DEFINED IN THE STANDARD OF IDENTITY FOR TOMATO PASTE (21 CFR 155.191) ISSUED PURSUANT TO THE FEDERAL FOOD, DRUG, AND COSMETIC ACT AND CONTAINS NOT LES THAN 32.0 PERCENT OF NATURAL TOMATO SOLUBLE SOLIDS, OF THE QUALITY THAT: HAS A GOOD FLAVOR AND ODOR, HAS A GOOD COLOR, IS PRACTICALLY FREE FROM DEFECTS, SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). ACCEPTABLE PACK SIZE: 6 #10 CANS/CASE

3086 -$ 1737 -$ 1438 -$ 1800 -$ 1683

291616 CS VEG, TOMATO, SAUCE, LS, RTU, 6#10/CS

CANNED TOMATO SAUCE, U.S. GRADE A, NO ADDED SALT, LOW SODIUM TO CONTAIN NOT MORE THAN 50 MG SODIUM PER ½ CUP SERVING. PRODUCT AS DEFINED IN THE STANDARDS OF IDENTITY FOR TOMATO CONCENTRATES (21 CFR 155.191) ISSUED UNDER THE FEDERAL FOOD, DRUG, AND COSMETIC ACT. OF THE QUALITY THAT POSSESSES A GOOD FINISH AND CHARACER; POSSESSES A GOOD COLOR; THAT IS PRACTICALLY FREE FROM DEFECTS; THAT POSSESSES A GOOD, NORMAL FLAVOR AND ODOR; THAT POSSESSES A GOOD CONSISTENCY. SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). ACCEPTABLE PACK SIZE: 6 #10 CANS/CASE

8435 -$ 5764 -$ 10703 -$ 5103 -$ 4829

TOTAL LOT 4 -$ -$ -$ -$

LOT 5 - CEREAL

291390 CS CEREAL, ASST, COLD, BOWLS, K, 96-1OZ/CS

BOWLS SUGGESTED PACK SIZE - 96-1OZ/CASE. MUST BE CERTIFIED KOSHER. 150 -$ 62 -$ 50 -$ 140 -$ 50

291391 CS CEREAL, BRAN FLAKES, BWL, K, 96-1OZ/CS

*BOWLS MUST BE KOSHER SUGGESTED PACK SIZE - 96-1OZ/CASE

235 -$ 1690 -$ 478 -$ 115 -$ 95

291392 CS CEREAL, BRAN FLAKES, K, 20LB/CS

*MUST BE KOSHER ACCEPTABLE PACK SIZE - 20 LB/CS1364 -$ 1352 -$ 2895 -$ 2421 -$ 1604

291393 CS CEREAL, CORN FLAKES, BWL, K, 96-1OZ/CS

*BOWLS MUST BE KOSHER ACCEPTABLE PACK SIZE - 96-1OZ/CASE

231 -$ 1827 -$ 439 -$ 51 -$ 97

291394 BAG CEREAL, CORN FLAKES, K, 20LB BG/CS

*MUST BE KOSHER SUGGESTED PACK SIZE - 20LB(BAG)/CASE

1755 -$ 1080 -$ 2667 -$ 2222 -$ 1714

Page 78: CONTRACT DESCRIPTION CONTRACT INFO

CN00025919 Price submittal

291395 CSCEREAL, CREAM OF WHEAT, HOT, 12-28OZ/CS

ENRICHED FARINA CEREAL, TYPE I QUICK-COOKING, UNFLAVORED. PRODUCT SHALL BE PREPARED FROM CLEAN, SOUND, & SCOURED WHEAT, OTHER THAN MIXED WHEAT, DURUM WHEAT OR RED DURUM WHEAT AS DEFINED IN THE UNITED STATES STANDARDS FOR WHEAT; FREE FROM EVIDENCE OF RODENT OR INSECT INFESTATION. PRODUCT SHALL COMPLY WITH THE U.S. STANDARD OF IDENTITY FOR ENRICHED FARINA (21 CFR PART 137.305) IN ALL RESPECTS, EXCEPT MAXIMUM MOISTURE LEVEL FOR TYPE I QUICK-COOKING FARINA WHEAT CEREAL SHALL BE LIMITED TO 14.0 PERCENT. PRODUCT SHALL BE QUICK-COOKING, READY FOR TABLE USE BY BOILING IN WATER IN AN OPEN VESSEL IN NOT MORE THAN FIVE MINUTES. SHALL POSSESS A CHARACTERISTIC WHEAT APPEARANCE, COLOR, ODOR, FLAVOR, & TEXTURE. THERE SHALL BE NO EVIDENCE OF FOREIGN MATERIAL SUCH AS, BUT NOT LIMITED TO, DIRT, INSECT PARTS, HAIR, WOOD, GLASS, OR METAL. SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). WHEN PREPARED AS DIRECTED ON THE PACKAGE, THE READY-TO-EAT FARINA CEREAL SHALL BE SOFT AND MODERATELY THICK. SHALL BE MANUFACTURED NOT MORE THAN 60 DAYS PRIOR TO DELIVERY TO THE PURCHASER. ACCEPTABLE PACK SIZE: 12/28 OZ/CAS

2081 -$ 1231 -$ 1686 -$ 1089 -$ 1083

291396 CS CEREAL, GRITS, HOT, 50LB/CS

100% WHITE CORN GRITS, DEGERMINATED, ENRICHED. PRODUCT SHALL COMPLY WITH THE U.S. STANDARD OF IDENTITY FOR ENRICHED WHITE CORN GRITS (21 CFR PART 137.265) IN ALL RESPECTS. PRODUCT SHALL POSSESS A NATURAL MILLED CORN TASTE AND AROMA, AND BE FREE FROM RANCID, BITTER, MUSTY, OTHER OBJECTIONALBE ODORS AND FLAVORS; HAVE A GOOD NATURAL CHARACTERISTIC COLOR OF WHITE CORN; SHALL NOT EXCEED THE SPECIFIED U.S. FOOD AND DRUG ADMINISTRATION (FDA) TOLERANCE FOR "DEFECT ACTION LEVELS" (21 CFR PART 110.110). WHEN PREPARED AS DIRECTED ON THE PACKAGE, THE READY-TO-EAT GRITS CEREAL SHALL BE SOFT AND MODERATELY THICK. SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTIES (21 CFR PART 110). SHALL BE MANUFCTURED NOT MORE THAN 60 DAYS PRIOR TO DELIVERY TO THE PURCHASER . ACCEPTABLE PACK SIZE: 50 LB/CASE

1512 -$ 910 -$ 878 -$ 798 -$ 680

291397 CS CEREAL, OATMEAL, ROLLED, HOT, 50LB/CS

ENRICHED ROLLED OATS CEREAL, UNFLAVORED. PRODUCT SHALL BE PREPARED FROM CLEAN, SOUND, AND SCOURED OAT, AND FREE FROM EVIDENCE OF RODENT OR INSECT INFESTATION. PRODUCT SHALL BE QUICK-COOKING AND READY FOR TABLE USE BY BOILING IN WATER IN AN OPEN VESSEL FOR NOT MORE THAN FIVE MINUTES. SHALL POSSESS A CHARACTERISTIC APPEARANCE AND OAT COLOR; A CHARACTERISTIC OAT ODOR AND FLAVOR, FREE FROM UNDESIRABLE FLAVORS AND ODORS; AND, A CHARACTERISTIC TEXTURE. THERE SHALL BE NO EVIDENCE OF FOREIGN MATERIAL, SUCH AS, BUT NOT LIMITED TO, DIRT, INSECT PARTS, HAIR, WOOD, GLASS, OR METAL. WHEN PREPARED AS DIRECTED ON THE PACKAGE, THE READY-TO-EAT ROLLED OATS CEREAL SHALL BE SOFT AND MODERATELY THICK. SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). SHALL BE MANUFACTURED NOT MORE THAN 90 DAYS PRIOR TO DELIVERY TO THE PURCHASER. ACCEPTABLE PACK SIZE: 50 LB/CASE

1975 -$ 620 -$ 1035 -$ 691 -$ 700

291398 CS CEREAL, OATMEAL, QUICK, HOT, 12-42OZ/CS

ENRICHED ROLLED OATS CEREAL, TYPE II QUICK-COOKING, UNFLAVORED. PRODUCT SHALL BE PREPARED FROM CLEAN, SOUND, AND SCOURED OAT, AND FREE FROM EVIDENCE OF RODENT OR INSECT INFESTATION. PRODUCT SHALL BE QUICK-COOKING AND READY FOR TABLE USE BY BOILING IN WATER IN AN OPEN VESSEL FOR NOT MORE THAN ONE MINUTE. SHALL POSSESS A CHARACTERISTIC APPEARANCE AND OAT COLOR; A CHARACTERISTIC OAT ODOR AND FLAVOR, FREE FROM UNDESIRABLE FLAVORS AND ODORS; AND A CHARACTERISTIC TEXTURE. THERE SHALL BE NO EVIDENCE OF FOREIGN MATERIAL SUCH AS, BUT NOT LIMITED TO, DIRT, INSECT PARTS, HAIR, WOOD, GLASS, OR METAL. WHEN PREPARED AS DIRECTED ON THE PACKAGE, THE READY-TO-EAT ROLLED OATS CEREAL SHALL BE SOFT AND MODERATLEY THICK. SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). SHALL BE MANUFCTURED NOT MORE THAN 90 DAYS PRIOR TO DELIVERY TO THE PURCHASER. ACCEPTABLE PACK SIZE: 12/42 OZ/CASE

364 -$ 470 -$ 588 -$ 360 -$ 561

291399 CSCEREAL, OATS, TOASTED, BWL, K, 96-1OZ/CS

*BOWLS MUST BE KOSHER SUGGESTED PACK SIZE - 96-1OZ/CASE

306 -$ 1187 -$ 401 -$ 55 -$ 95

291400 CS CEREAL, OATS, TOASTED, K, 20LB/CS

*MUST BE KOSHER ACCEPTABLE PACK SIZE - 20 LB/CS1915 -$ 310 -$ 2406 -$ 2130 -$ 1269

291401 CS CEREAL, RICE, CRISP, BOWLS, K, 96-1OZ/CS

*BOWLS MUST BE KOSHER ACCEPTABLE PACK SIZE - 96-1OZ/CASE153 -$ 515 -$ 421 -$ 55 -$ 84

291402 CS CEREAL, RICE, CRISP, K, 20LB/CS

*MUST BE KOSHER ACCEPTABLE PACK SIZE - 20LBS/CS1768 -$ 830 -$ 2310 -$ 2027 -$ 1560

TOTAL LOT 5 -$ -$ -$ -$

LOT 6 - COFFEE

291379 CS BEV, COFFEE, DECAF, 20-8.75OZ/CS

COFFEE, DECAFFEINATED, GROUND-FOR USE IN INSTITUTIONAL COFFEE URNS. TO CONTAIN 100% PURE COFFEE. PKGED IN 7-8.75 OZ PKTS. ACCEPTABLE PACK SIZE - 19-8.75OZ/CASE

32 -$ 20 -$ 20 -$ 20 -$ 20

291380 CS BEV, COFFEE, REG, 24-1LB/CS

REGULAR, GROUND ACCEPTABLE PACK SIZE - 24-1LB/CASE1516 -$ 135 -$ 250 -$ 1128 -$ 770

291381 CS BEV, COFFEE, REG, SINGLE SERVE, 1000/CS

COFFEE, REGULAR, SINGLE SERVE-GROUND 100% PURE COFFEE. ACCEPTABLE PACK SIZE - 1000 ct/CASE 190 -$ 561 -$ 50 -$ 20 -$ 20

TOTAL LOT 6 -$ -$ -$ -$

LOT 7 - CONDIMENTS

291403 CS COND, CATSUP, 1000 IND PK/CS

ACCEPTABLE PACK SIZE-MIN 5 GM MAX 15 GM/PACKET6 1000 IND PACKS/CASE2935 -$ 2389 -$ 2410 -$ 2230 -$ 1650

291404 CS COND, CATSUP, 6#10/CS

CANNED CATSUP. PREPARED FROM NATURAL TOMATO PASTE, CONCENTRATE, CORN SYRUP, DISTILLED VINEGAR, -SUGAR -WATER -VINEGAR -SALT 2% - NATURAL FLAVORINGS. FROM 1% TO 2.3% AS ACETIC ACID. FREE FROM SOUR AND CARMELIZATION TASTE. FREE FROM OFF ODOR AND OFF FLAVOR. FREE FROM ANY PRESERVATIVES OR ADDED COLOR. DEEP RED COLOR WITH VERY SMOOTH FINISH AND CONSISTENCY. NOT EXCESSIVELY THICK OR THIN WITH NO MORE THAN SLIGHT SEPARATION OF FREE LIQUID. FREE FROM MICRO-ORGANISMS WHICH CAUSE SPOILAGE. FREE FROM PATHOGENIC MICRO-ORGANISMS. ACCEPTABLE PACK SIZE: 6 #10 CANS/CASE

2801 -$ 2281 -$ 2547 -$ 1891 -$ 1304

291405 CSCOND, CREAMER, COFFEE, NON DAIRY,1000/CS

ACCEPTABLE PACK SIZE - 1 TSP/PACKET 1000 IND PACKS/CASE

835 -$ 1543 -$ 138 -$ 2564 -$ 75

Page 79: CONTRACT DESCRIPTION CONTRACT INFO

CN00025919 Price submittal

292115 CS COND, HONEY, K, 200 PK/CS

INDIVIDUAL PACKETS, MIN 5 GM - MAX 15 GM 200 COUNT/CASE. MUST BE CERTIFIED KOSHER. 20 -$ 4 -$ 10 -$ 5 -$ 15

291407 CS COND, JELLY, APPLE, 6#10/CS

ACCEPTABLE PACK SIZE - 6/#10/CS488 -$ 25 -$ 387 -$ 16 -$ 40

291406 CS COND, JELLY, APPLE, K, 200/CS

INDIVIDUAL ACCEPTABLE PACK SIZE - MIN 5 GM - MAX 15 GM IND 200 PACKS/CASE. MUST BE CERTIFIED KOSHER. 893 -$ 1717 -$ 3110 -$ 1406 -$ 900

291408 CS COND, JELLY, ASSORTED, K, 200/CS

INDIVIDUAL MUST BE KOSHER ACCEPTABLE PACK SIZE MIN 5 GM - MAX 15 GM - 200 IND PACKS/CASE. 408 -$ 4925 -$ 3110 -$ 6534 -$ 5659

291409 CS COND, JELLY, ASST, DIET, K, 200 /CS

INDIVIDUAL MUST BE KOSHER ACCEPTABLE PACK SIZE -MIN 5 GM - MAX 15 GM 200 IND PACK/CASE 869 -$ 266 -$ 146 -$ 73 -$ 145

291410 CS COND, JELLY, GRAPE, 6#10/CS

ACCEPTABLE PACK SIZE - 6/#10/CS676 -$ 25 -$ 657 -$ 66 -$ 50

291411 CS COND, JELLY, GRAPE, K, 200/CS

INDIVIDUAL ACCEPTABLE PACK SIZE - MIN 5 GM - MAX 15 GM 200 IND PACKS/CASE MUST BE CERTIFIED KOSHER. 1827 -$ 1804 -$ 2895 -$ 1434 -$ 500

291412 CS COND, JUICE, LEMON, 12-1QT/CS

THE CONCENTRATED LEMON JUICE SHALL BE PREPARED FROM FOOD GRADE MATERIALS AND SHALL BE PROCESSED USING GOOD MANUFACTURING PROCEDURES. CENTRATED JUICES OF CLEAN, SOUND, MATURE, HIGH-ACID LEMONS, LEMON OIL, AND OTHER INGREDIENTS. THE LEMON JUICE CONCENTRATE. 12-1 QT/CS

153 -$ 165 -$ 43 -$ 53 -$ 117

296045 CS COND, KITCHEN BOUQUET, 4/1 GAL/CS

KITCHEN BOUQUET BRAND, PLASTIC, ACCEPTABLE PACK SIZE - 4-1GAL/CASE16 -$ 10 -$ 87 -$ 37 -$ 92

291413 CS COND, MUSTARD, PREPARED, 4-1GAL/CS

PACKED IN WIDE MOUTH PLASTIC CONTAINER. THE PREPARED MUSTARD SHALL BE MANUFACTURED FROM GROUND MUSTARD SEED, VINEGAR, TURMERIC, SALT AND SPICES. TYPE I - YELLOW (SALAD STYLE) MUSTARD. ADDED GUMS OR ARTIFICIAL COLORS ARE NOT PERMITTED. THE PREPARED MUSTARD SHALL CONTAIN NO ADDED STARCH-BEARING MATERIAL OTHER THAN TURMERIC (ALLEPY TYPE), GINGER, AND BLACK PEPPER, YELLOW (SALAD STYLE) MUSTARD SHALL HAVE A SMOOTH CONSISTENCY, FREE FROM COARSE PARTICLES. THE YELLOW MUSTARD SHALL HAVE A MILD MUSTARD FLAVOR WITH SLIGHT ACID TASTE. THE FINISHED PRODUCT SHALL BE FREE OF HULLS IN EXCESS OF NATURAL SEED CONTENT. THE PREPARED MUSTARD SHALL BE FREE FROM ANY FOREIGN, ASTRINGENT, MEDICAL FLAVOR NOTES, OR OTHER OBJECTIONABLE FLAVORS OR ODORS. UNLESS OTHERWISE SPECIFIED IN THE SOLICITAITON, CONTRACT, OR PURCHASE ORDER, PREPARED MUSTARD SHALL NOT BE OVER 60 DAYS OLD AT TIME OF DELIVERY. ACCEPTABLE PACK SIZE - 4-1 GAL/CASE

486 -$ 497 -$ 634 -$ 525 -$ 226

291414 CSCOND, MUSTARD, PREPARED, 500 IND PK/CS

THE PREPARED MUSTARD SHALL BE MANUFACTURED FROM GROUND MUSTARD SEED, VINEGAR, TURMERIC, SALT AND SPICES. TYPE I - YELLOW (SALAD STYLE) MUSTARD. ADDED GUMS OR ARTIFICIAL COLORS ARE NOT PERMITTED. THE PREPARED MUSTARD SHALL CONTAIN NO ADDED STARCH-BEARING OTHER THAN TURMERIC (ALLEPY TYPE), GINGER, AND BLACK PEPPER, YELLOW (SALAD STYLE) MUSTARD SHALL HAVE A SMOOTH CONSISTENCY, FREE FROM COARSE PARTICLES. THE YELLOW MUSTARD SHALL HAVE A MILD MUSTARD FLAVOR WITH SLIGHT ACID TASTE. THE FINISHED PRODUCT SHALL BE FREE OF HULLS IN EXCESS OF NATURAL SEED CONTENT. THE PREPARED MUSTARD SHALL BE FREE FROM ANY FOREIGN, ASTRINGENT, MEDICAL FLAVOR NOTES, OR OTHER OBJECTIONABLE FLAVORS OR ODORS. UNLESS OTHERWISE SPECIFIED IN THE SOLICITAITON, CONTRACT, OR PURCHASE ORDER, PREPARED MUSTARD SHALL NOT BE OVER 60 DAYS OLD AT TIME OF DELIVERY. ACCEPTABLE PACK SIZE - 500 MIN 5 GM MAX 15 GM/IND PACKS/CASE

2664 -$ 3125 -$ 3645 -$ 3096 -$ 1963

291415 CS COND, PEPPER, BLACK, 3000PK/CS

PACKETS ACCEPTABLE PACK SIZE - 3000 1/8 TSP/IND PACKS/CASE2796 -$ 3028 -$ 790 -$ 868 -$ 1836

291416 CS COND, SALT, IODIZED, 3000PK/CS

PACKETS ACCEPTABLE PACK SIZE - 3000 1/8 TSP/IND PACKS/CASE2553 -$ 3581 -$ 1328 -$ 1523 -$ 1902

291417 CS COND, SAUCE, COCKTAIL, 200 PK/CS

SEAFOOD COCKTAIL SAUCE SQUEEZE PACK ACCEPTABLE PACK SIZE - MIN 15 GM - MAX 30 GM, 200 COUNT/CASE 400 -$ 270 -$ 505 -$ 1184 -$ 644

292118 CS COND, SAUCE, HOT, 200 PK/CS

INDIVIDUAL PACKETS, MIN 15 GM - MAX 30 GM 200 COUNT/CASE150 -$ 4 -$ 262 -$ 557 -$ 30

291418 CS COND, SAUCE, SOY, 4-1GAL/CS

THE SOY SAUCE SHALL BE FORMULATED, PREPARED, AND BOTTLED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICE TO RESULT IN GOOD QUALITY PRESERVED PRODUCTS. THE FERMENTED SOY SAUCE SHALL BE PRODUCED FROM THE FERMENTATION OF SOYBEANS OR DEFATTED SOYBEANS WITH FERMENTED MASH TOGETHER WITH SALT BRINE AND WITH OR WITHOUT PRESERVATIVES, SUCH AS BENZOIC ACID OR SODIUM BENZOATE. SOY SAUCE SHALL HAVE A WELL-BLENDED, PALATABLE, TART, AND SALTY FLAVOR. THE TYPE III SOY SAUCE SHALL HAVE A WELL-BLENDED PALATABLE, TART, AND SLIGHTLY SALTY FLAVOR. SOY SAUCE SHALL BE A CLEAR REDDISH-BROWN LIQUID. TYPE II SOY SAUCE SHALL BE A CLEAR DARK-BROWN LIQUID. TYPE III SOY SAUCE SHALL BE A REDDISH-BRWON OR DARK BROWN LIQUID. ALL TYPES SHALL BE PRACTICALLY FREE OF SEDIMENT. ACCEPTABLE PACK SIZE - 4-1 GAL/CASE

594 -$ 589 -$ 611 -$ 563 -$ 432

291419 CS COND, SAUCE, TACO, 200 PK/CS

ACCEPTABLE PACK SIZE - MIN 10 GM - MAX 15 GM, 200 COUNTS/CASE1894 -$ 1985 -$ 2969 -$ 1240 -$ 2542

291420 CS COND, SAUCE, TARTAR, 200 PK/CS

ACCEPTABLE PACK SIZE -MIN 5 GM - MAX 15 GM, 200 IND PACKS/CASE2504 -$ 2565 -$ 2375 -$ 1963 -$ 1819

291421 CSCOND, SAUCE, WORCHESTER, 4-1GAL/CS

PACKED IN PLASTIC CONTAINER. ACCEPTABLE PACK SIZE - 4-1GAL/CASE

679 -$ 330 -$ 300 -$ 563 -$ 490

291422 CS COND, SLD DRESSING , FRENCH, 4-1GAL/CS

REGULAR, PACKED IN WIDE MOUTH PLASTIC CONTAINER. ACCEPTABLE PACK SIZE - 4-1GAL/CASE 147 -$ 143 -$ 268 -$ 179 -$ 81

291423 CS COND, SLD DRESSING, FRENCH, 200 PK/CS

REGULAR ACCEPTABLE PACK SIZE - MIN 15 GM - MAX 30 GM, 200 IND PACKS/CASE

1298 -$ 880 -$ 1181 -$ 1369 -$ 1089

291424 CS COND, SLD DRESSING, ITAL, 200PK/CS

REGULAR ACCEPTABLE PACK SIZE - MIN 10 GM - MAX 30 GM 200 INC PACKS/CASE

2829 -$ 1960 -$ 1688 -$ 2016 -$ 1025

291425 CS COND, SLD DRESSING, ITAL, 4-1GAL/CS

REGULAR, PACKED IN WIDE MOUTH PLASTIC CONTAINER. ACCEPTABLE PACK SIZE - 4-1GAL/CASE 406 -$ 245 -$ 498 -$ 629 -$ 140

291426 CS COND, SLD DRESSING, ITAL, LF,4-1GAL/CS

LOW FAT, PACKED IN WIDE MOUTH PLASTIC ONTAINERS. ACCEPTABLE PACK SIZE - 4/1 GAL/CASE 54 -$ 10 -$ 95 -$ 25 -$ 54

Page 80: CONTRACT DESCRIPTION CONTRACT INFO

CN00025919 Price submittal

291427 CS COND, SLD DRESSING, MAYO TYPE, 200 PK/CS

MAYONNAISE TYPE SALAD DRESSING PACKED IN PORTION CONTROL INDIVIDUAL ACCEPTABLE PACK SIZE -MIN 10 GM - MAX 30 GM, 200 IND/CASE 3688 -$ 2990 -$ 6597 -$ 4946 -$ 4330

291428 CS COND, SLD DRESSING, MAYO TYPE, 4-1GAL/CS

MAYONNAISE TYPE SALAD DRESSING PACKED IN WIDE MOUTH PLASTIC CONTAINERS. ACCEPTABLE PACK SIZE - 4/1 GAL/CASE 5669 -$ 4411 -$ 6875 -$ 4567 -$ 3259

291429 CS COND, SLD DRESSING, RANCH, 200PK/CS

REGULAR ACCEPTABLE PACK SIZE - MIN 10 GM - MAX 30 GM 200 IND PACKS/CASE

955 -$ 1849 -$ 1213 -$ 1773 -$ 1137

291430 CS COND, SLD DRESSING, RANCH, 4-1GAL/CS

PACKED IN WIDE MOUTH PLASTIC CONTAINER. ACCEPTABLE PACK SIZE - 4/1GAL/CASE

123 -$ 173 -$ 500 -$ 407 -$ 326

291431 CS COND, SLD DRESSING, RANCH, FF,4-1GAL/CS

FAT FREE ACCEPTABLE PACK SIZE - 4-1GAL/CASE

10 -$ 34 -$ 56 -$ 110 -$ 67

291432 CS COND, SUGAR, PACKET, 2000PK/CS

INDIVIDUAL SUGAR PACKETS. 5 GM SUGAR PER PACKET, NO OTHER SIZE ACCEPTABLE. 2000 IND PACKS/CASE. 9359 -$ 9330 -$ 6550 -$ 7268 -$ 5424

291433 CS COND, SUGAR, SUB, EQUAL, 2000 IND PK/CS

PACKETS, EQUAL ACCEPTABLE PACK SIZE - 2000 1 GM/IND PACKS/CASE

201 -$ 300 -$ 185 -$ 74 -$ 40

291434 CSCOND, SUGAR, SUBSTITUTE, 2000 IND PK/CS

PACKETS, ACCEPTABLE PACK SIZE - 2000 1 GM/IND PACKS/CASE

778 -$ 10 -$ 276 -$ 218 -$ 229

291435 CS COND, SYRUP, 100PK/CS

THE SYRUP SHALL BE HEAT PROCESSED (PASTEURIZED) IN ACCORDANCE WITH GOOD COMMERCIAL PRACTICE (21 CFR PART 110). EITHER HOT FILL OR PASTEURIZATION IN THE CONTAINER IS ACCEPTABLE. THE SYRUP SHALL BE CLEAN, CLEAR, FREE FROM FERMENTATION, AND FREE FROM ANY OBJECTIONALBE FLAVOR, ODOR, OR SEDIMENT. SYRUP SHALL POSSESS A FLAVOR AND COLOR CHARACTERISTIC OF THAT SPECIFIED. THE SYRUP SHALL BE MMANUFACTURED IN ACCORDANCE WITH THE US STANDARDS OF IDENTITY FOR TABLE SYRUP, 21 CFR § 186.180. FLAVOR A, IMITATION MAPLE, SHALL BE COLORED TO SIMULATE THE UNITED STATES STANDARDS FOR GRADES OF TABLE MAPLE SYRUP, U.S. GRADE A. THE COLOR SHALL NOT BE LIGHTER THAN LIGHT AMBER NOR MORE THAN SLIGHTLY DARKER THAN DARK AMBER, HOWEVER, IT MAY NOT BE OFF-COLOR. GRADE B OR BETTER. ACCEPTABLE PACK SIZE - MIN 1 OZ MAX 2 OZ 100 IND/CASE

18321 -$ 13545 -$ 12705 -$ 13061 -$ 11368

291436 CS COND, SYRUP, 4-1GAL/CS

THE SYRUP SHALL BE HEAT PROCESSED (PASTEURIZED) IN ACCORDANCE WITH GOOD COMMERCIAL PRACTICE (21 CFR PART 110). EITHER HOT FILL OR PASTEURIZATION IN THE CONTAINER IS ACCEPTABLE. THE SYRUP SHALL BE CLEAN, CLEAR, FREE FROM FERMENTATION, AND FREE FROM ANY OBJECTIONALBE FLAVOR, ODOR, OR SEDIMENT. SYRUP SHALL POSSESS A FLAVOR AND COLOR CHARACTERISTIC OF THAT SPECIFIED. THE SYRUP SHALL BE MMANUFACTURED IN ACCORDANCE WITH THE US STANDARDS OF IDENTITY FOR TABLE SYRUP, 21 CFR § 186.180. FLAVOR A, IMITATION MAPLE, SHALL BE COLORED TO SIMULATE THE UNITED STATES STANDARDS FOR GRADES OF TABLE MAPLE SYRUP, U.S. GRADE A. THE COLOR SHALL NOT BE LIGHTER THAN LIGHT AMBER NOR MORE THAN SLIGHTLY DARKER THAN DARK AMBER, HOWEVER, IT MAY NOT BE OFF-COLOR. GRADE B. ACCEPTABLE PACK SIZE - 4-1 GAL/CASE

706 -$ 350 -$ 2276 -$ 1225 -$ 687

291437 CS COND, SYRUP, DIET, 100PK/CS

SWEETENED WITH A NON NUTRITIVE SWETENER. MAPLE FLAVORED. GRADE B ACCEPTABLE PACK SIZE - MIN 1 OZ - MAX 2 OZ - 100 IND PACKS/CASE 306 -$ 260 -$ 136 -$ 103 -$ 210

291438 CS COND, VINEGAR, CIDER, 4-1GAL/CS

NO ARTIFICIAL PRESERVATIVES, COLOR, DAIRY, SUGAR, STARCH, SOYA, FLAVOR, CORN, WHEAT OR YEAST. ACCEPTABLE PACK SIZE - 4-1GAL/CASE 730 -$ 675 -$ 702 -$ 762 -$ 570

TOTAL LOT 7 -$ -$ -$ -$

LOT 8 - DAIRY

291444 CSDAIRY, CHEESE, PARMESAN, GRATED,200PK/CS

PACKETS, GRATED, SHELF STABLE SUGGESTED PACK SIZE - 200 1/2 OZ IND PACKS/CASE 374 -$ 560 -$ 283 -$ 998 -$ 1374

291445 BAG DAIRY, CHEESE, SAUCE DRY, 50LB/BAG

DRY MIX PRODUCT TO CONTAIN PER 1 OUNCE SERVING (RECONSTITUTED): LESS THAN 60 CALORIES, LESS THAN 150 MG SODIUM, LESS THAN 15 MG CHOLESTEROL, MORE THAN 2 GM PROTEIN AND MORE THAN 80 MG CALCIUM. SHALL POSSESS GOOD FLAVOR, AROMA, WITH SMOOTH TEXTURE, AND COLOR. CHARACTERISTIC OF CHEESE SAUCE NO OFF FLAVORS. PACK SIZE - 50 LB/BAG

251 -$ 145 -$ 417 -$ 373 -$ 255

TOTAL LOT 8 -$ -$ -$ -$

LOT 9 - DRY/DEHYDRATED MISCELLANEOUS

292064 CS DRYMIS, BREAD CRUMBS, 6-5LB/CS

BREAD CRUMBS, PLAIN, WITHOUT FLAVORING OR SEASONINGS. ACCEPTABLE PACK SIZE: 6-5LBS/CS 20 -$ 20 -$ 20 -$ 112 -$ 25

292065 CS DRYMIS, BREAD, PITA 100-144/CS

PITA BREAD, PLAIN, MADE FROM ENRICHED WHEAT FLOUR. 100-144/CS20 -$ 20 -$ 20 -$ 20 -$ 20

292066 CS DRYMIS, GELATIN, PEACH, 12-24OZ/CS

ACCEPTABLE PACK SIZE - 12-24OZ/CASE20 -$ 20 -$ 20 -$ 26 -$ 20

292067 CS GELATIN, PEACH, VEG BASED 12 24 OZ/CS

VEGETABLE GELATIN - SEAWEED BASED, ACCEPTABLE PACKAGE 12/24 OZ/CS 20 -$ 20 -$ 20 -$ 20 -$ 20

292068 CSDRYMIS, ICE CREAM TOP, WALNUT,12-46OZ/CS

ICE CREAM TOPPING, WET WALNUT 12-46 OZ/CS

20 -$ 20 -$ 20 -$ 5 -$ 6

292069 CSDRYMIS, ICE CREAM TOP,CARAMEL,12-46OZ/CS

ICE CREAM TOPPING, CARAMEL SYRUP 12 46OZ/CS

20 -$ 20 -$ 20 -$ 5 -$ 6

292070 CS DRYMIS, ICE CREAM TOP,STRAW,12-46OZ/CS

ICE CREAM TOPPING, CRUSHED STRAWBERRIES IN SAUCE. 12 46OZ/CS

20 -$ 20 -$ 20 -$ 5 -$ 20

292071 CS DRYMIS, SPRINKLES, CHOC, 4-6LB/CS

BULK PACKAGING, 4-6LB/CS20 -$ 10 -$ 20 -$ 20 -$ 10

292072 CS DRYMIS, SPRINKLES, RAINBOW, 4-6LB/CS

BULK PACKAGING, 4-6LB/CS1 -$ 10 -$ 6 -$ 15 -$ 9

Page 81: CONTRACT DESCRIPTION CONTRACT INFO

CN00025919 Price submittal

292073 CS DRYMIS, SYRUP, CHOC, 24-24OZ/CS

EASILY POURABLE 24-24OZ/CS20 -$ 20 -$ 20 -$ 50 -$ 13

291447 CSDRYMIS, TORTILLA SHELLS, HARD, 200 CT/CS

TORILLA SHELLS, HARD SHELL. SHALL CONSIST OF GROUND CORN WHICH HAS BEEN TREATED WITH LIME WATER OR CORN MASA FLOUR WITH/WITHOUT PRESERVATIVES. CONSISTENT WITH TYPICAL TACO SHELL. THE TORTILLAS SHALL BE BAKED OR FRIED IN NON-ANIMAL FAT COOKING OILS OR FDA APPROVED FAT REPALCERS. THERE SHALL NOT BE AN EXCESSIVE AMOUNT OF BREAKAGE (MORE THAN 20%). 200 CT/CASE

1898 -$ 640 -$ 633 -$ 1665 -$ 1180

291552 BAGVEG, BEAN, GREAT NORTHERN, DRY, 50LB/BAG

UNPROCESSED DRY BEAN, GREAT NORTHERN VARIETY. MAY INCLUDE UP TO 55 TOTAL DEFECTS DUE TO SURFACE DIRT WHICH IS READILY REMOVED DURING PROCESSING AND SHALL MEET THE SPECIFICATIONS AS DEFINED IN THE "US STANDARDS FOR BEANS." MINIMUM SHELF LIFE ONE YEAR. ACCEPTABLE PACK SIZES - 50 LB/BAG

674 -$ 269 -$ 695 -$ 560 -$ 450

291556 BAG VEG, BEAN, KIDNEY, DRY, 50LB/BAG

UNPROCESSED DRY BEAN, KIDNEY BEAN VARIETY, LIGHT OR DARK. MAY INCLUDE UP TO 55 TOTAL DEFECTS DUE TO SURFACE DIRT WHICH IS READILY REMOVED DURING PROCESSING AND SHALL MEET THE SPECIFICATIONS AS DEFINED IN THE "US STANDARDS FOR BEANS." MINIMUM SHELF LIFE ONE YEAR. ACCEPTBLE PACK SIZES - 50 LB/BAG

341 -$ 374 -$ 185 -$ 140 -$ 545

291559 BAG VEG, BEAN, PINTO, DRY 50LB/BAG

UNPROCESSED DRY BEAN, PINTO VARIETY. MAY INCLUDE UP TO 55 TOTAL DEFECTS DUE TO SURFACE DIRT WHICH IS READILY REMOVED DURING PROCESSING AND SHALL MEET THE SPECIFICATIONS AS DEFINED IN THE "US STANDARDS FOR BEANS." MINIMUM SHELF LIFE ONE YEAR. ACCEPTABLE PACK SIZE 50 LB/BAG

105 -$ 140 -$ 410 -$ 329 -$ 400

300751 BAG LENTIL, BROWN, DRY, 24/1LB/BAG

UNPROCESSED DRY WHOLE LENTILS BROWN VARIETY. MAY INCLUDE UP TO 55 TOTAL DEFECTS DUE TO SURFACE DIRT WHICH IS READILY REMOVED DURING PROCESSING AND SHALL MEET THE SPECIFICATIONS AS DEFINED IN THE "US STANDARDS FOR BEANS." MINIMUM SHELF LIFE ONE YEAR. ACCEPTABLE PACKE SIZE - 24-1 LB/BAG

20 -$ 5 -$ 20 -$ 20 -$ 20

291590 CS VEG, ONION, DEHYD, 30LB/CS

DICED DRY ONION. PACK SIZE 30LB/CASE32 -$ 262 -$ 189 -$ 87 -$ 109

300752 BAG PEAS, SPLIT, DRY, 50 LB/BAG

UNPROCESSED DRY BEAN, SPLIT PEAS VARIETY. MAY INCLUDE UP TO 55 TOTAL DEFECTS DUE TO SURFACE DIRT WHICH IS READILY REMOVED DURING PROCESSING AND SHALL MEET THE SPECIFICATIONS AS DEFINED IN THE "US STANDARDS FOR BEANS." MINIMUM SHELF LIFE ONE YEAR. ACCEPTEPTABLE PACK SIZE - 50 LB/BAG

20 -$ 20 -$ 20 -$ 90 -$ 30

300753 CS PEPPER, DEHYD, MXD, 6/5 LB/CS

DICED DRIED PEPPERS, RED AND/OR GREEN. COLOR, AROMA AND FLAVOR CHARACTERISTIC OF FRESH PEPPERS WHEN RECONSTITUTED. CLEAN, FREE FROM DEBRIS. MINIMUM SHELF LIFE 1 YEAR. ACCEPTABLE PACK SIZE 6/5LB/CS

20 -$ 275 -$ 25 -$ 25 -$ 186

304749 BX PEPPER, DEHYD, MXD, 15LB/BX

DICED DRIED PEPPERS, RED AND/OR GREEN COLOR, AROMA AND FLAVOR CHARACTERISTIC OF FRESH PEPPERS WHEN RECONSTITUTED. CLEAN, FREE FROM DEBRIS. MINIMUM SHELF LIFE 1 YEAR. ACCEPTABLE PACKAGE SIZE 15 LB/BX

20 -$ 20 -$ 20 -$ 20 -$ 20

291599 CSVEG, POTATO, HASH BROWN, DEHYD, 25LB/CS

POTATOES, WHITE, DEHYDRATED, TYPE IV SHREDDED, STYLE A, SIZE 1. PRODUCT SHALL CONFORM TO USDA COMMERCIAL ITEM DESCRIPTION (CID) FOR DEHYDRATED WHITE POTATOES. SHALL BE PREPARED FROM CLEAN, SOUND, WHITE TO PALE YELLOW-FLESHED POTATO PIECES OR WHOLE POTATOES. ALL ADDITIVES AND OPTIONAL INGREDIENTS USED IN THE PREPARATION OF THE PRODUCT SHALL BE OF FOOD CHEMICALS CODEX PURITY. SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). THERE SHALL NOT BE ANY SPECIFIC DEFECT OR COMBINATION OF DEFECTS WHICH MATERIALLY AFFECTS THE APPEARANCE, EDIBILITY, STORAGE, OR SHIPPING QUALITY OF THE PRODUCT. THE REHYDRATED OR PREPARED POTATOES SHALL HAVE A GOOD FLAVOR AND ODOR TYPICAL FOR THE TYPE AND STYLE OF POTATOES. THE PRODUCT SHALL BE FREE FROM OBJECTIONABLE OR FOREIGN FLAVOR OR ODOR (E.G., SOUR, MUSTY, RANCID, SCORCHED, ETC); SHALL BE FREE FROM EXTRANEOUS MATTER; SHALL BE FREE FORM FOREIGN MATERIAL SUCH AS, BUT NOT LIMITED TO DIRT, GLASS, WOOD, PAINT, FILTH, INSECTS, METAL, ETC.; SHALL HAVE A SHELF LIFE OF AT LEAST 12 MONTHS FROM DATE OF PRODUCTIONS/PACKAGINE. ACCEPTABLE PACK SIZE: 25 LB/CASE

233 -$ 573 -$ 321 -$ 919 -$ 640

291600 CS VEG, POTATO, SLICED, DEHYD, 25LB/CS

POTATOES, WHITE, DEHYDRATED, TYPE III SLICED, STYLE A, SIZE 1. PRODUCT SHALL CONFORM TO USDA COMMERCIAL ITEM DESCRIPTION (CID) FOR DEHYDRATED WHITE POTATOES. SHALL BE PREPARED FROM CLEAN, SOUND, WHITE TO PALE YELLOW-FLESHED POTATO PIECES OR WHOLE POTATOES. ALL ADDITIVES AND OPTIONAL INGREDIENTS USED IN THE PREPARATION OF THE PRODUCT SHALL BE OF FOOD CHEMICALS CODEX PURITY. SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). THERE SHALL NOT BE ANY SPECIFIC DEFECT OR COMBINATION OF DEFECTS WHICH MATERIALLY AFFECTS THE APPEARANCE, EDIBILITY, STORAGE, OR SIPPING QUALITY OF THE PRODUCT. THE REHYDRATED OR PREPARED POTATOES SHALL HAVE A GOOD FLAVOR AND ODOR TYPICAL FOR THE TYPE AND STYLE OF POTATOES. THE PRODUCT SHALL BE FREE FROM OBJECTIONABLE OR FOREIGN FLAVOR OR ODOER (E.G., SOUR, MUSTY, RANCID, SCORCHED, ETC); SHALL BE FREE FROM EXTRANEOUS MATTER; SHALL BE FREE FORM FOREIGN MATERIAL SUCH AS, BUT NOT LIMITED TO DIRT, GLASS, WOOD, PAINT, FILTH, INSECTS, METAL, ETC.; SHALL HAVE A SHELF LIFE OF AT LEAST 12 MONTHS FROM DATE OF PRODUCTIONS/PACKAGING. ACCEPTABLE PACK SIZE: 25 LB/CASE

10 -$ 1599 -$ 138 -$ 262 -$ 17

291602 CSVEG, POTATO, WHT, MASHED, DEHYD, 40LB/CS

POTATOES, WHITE, DEHYDRATED, TYPE II MASHED, GRANULES OR FLAKES W/O PEELS, W/O SULFITING AGENTS. NO ADDED MILK OR FLAVORINGS. LOW SODIUM & MSG FREE. SHALL CONFORM TO USDA COMMERCIAL ITEM DESCRIPTION (CID) FOR DEHYDRATED WHITE POTATOES. BE PREPARED FROM CLEAN, SOUND, WHITE TO PALE YELLOW-FLESHED POTATO PIECES OR WHOLE POTATOES. ALL ADDITIVES AND OPTIONAL INGREDIENTS USED IN THE PREPARATION OF THE PRODUCT SHALL BE OF FOOD CHEMICALS CODEX PURITY. SHALL BE PREPARED IN ACCORDANCE WITH GOOD MANUFACTURING PRACTICES (21 CFR PART 110). THERE SHALL NOT BE ANY SPECIFIC DEFECT OR COMBINATION OF DEFECTS WHICH MATERIALLY AFFECTS THE APPEARANCE, EDIBILITY, STORAGE, OR SIPPING QUALITY OF THE PRODUCT. THE REHYDRATED OR PREPARED POTATOES SHALL HAVE A GOOD FLAVOR AND ODOR TYPICAL FOR THE TYPE AND STYLE OF POTATOES. THE PRODUCT SHALL BE FREE FROM OBJECTIONABLE OR FOREIGN FLAVOR OR ODOER (E.G., SOUR, MUSTY, RANCID, SCORCHED, ETC); SHALL BE FREE FROM EXTRANEOUS MATTER; SHALL BE FREE FORM FOREIGN MATERIAL SUCH AS, BUT NOT LIMITED TO DIRT, GLASS, WOOD, PAINT, FILTH, INSECTS, METAL, ETC.; SHALL HAVE A SHELF LIFE OF AT LEAST 12 MONTHS FROM DATE OF PRODUCTIONS/PACKAGING. ACCEPTABLE PACK SIZE: 40 LB/CASE

1975 -$ 1908 -$ 594 -$ 460 -$ 170

340751 BAG SOUP, TOMATO, LS, DEHYD, 25 LB/BAG

LOW SODIUM. PRECOOKED. RAPIDLY REHYDRATING POWDER. FINISHED PRODUCT SHALL HAVE WELL BLENDED TOMATO COLOR & ODOR. FLAVOR CHARACTERISTIC OF TOMATO. SHALL HAVE LESS THAN 375 MILLIGRAMS SODIUM PER 1 CUP SERVING. ACCEPTABLE PACK SIZE 25LB BAG

20 -$ 20 -$ -$ -$

Page 82: CONTRACT DESCRIPTION CONTRACT INFO

CN00025919 Price submittal

300755 CS SOUP,TOMATO, LS, DEHYD, 12-1 LB/CS

LOW SODIUM. PRECOOKED. RAPIDLY REHYDRATING POWDER. FINISHED PRODUCT SHALL HAVE WELL BLENDED TOMATO COLOR AND ODOR. FLAVOR CHARACTERISTIC OF TOMATO. SHALL HAVE LESS THAN 375 MILLIGAMS SODIUM PER 1 CUP SERVING. ACCEPTABLE PACKAGING 12-1LB/CS

20 -$ 20 -$ 20 -$ 20 -$ 20

300756 CSSAUCE, SPAGHETTI, TOMATO, DEHYDRATED 6 2.5#/CS

LOW SODIUM. PRECOOKED. RAPIDLY REHYDRATING POWDER. FINISHED PRODUCT SHALL HAVE WELL BLENDED TOMATO COLOR AND ODOR. FLAVOR CHARACTERISTIC OF SPAGHETTI SAUCE. SHALL HAVE LESS THAN 375 MILLIGRAMS SODIUM PER 1 CUP SERVING. ACCEPTABLE PACKAGING 6-2.5LB/POUCHES/CS

20 -$ 20 -$ 20 -$ 10 -$ 250

340750 BAG SAUCE, SPAG, TOMATO, LS,DEHYD,25#/BAG

LOW SODIUM, PRECOOKED. RAPIDLY REHYDRATING POWDER. FINISHED PRODUCT SHALL HAVE WELL BLENDED TOMATO COLOR AND ODOR. FLAVOR CHARACETERISTIC OF TOMATO. SHALL HAVE LESS THAN 375 MILLIGRAMS SODIUM PER 1 CUP SERVING. ACCEPTABLE PACKAGING 25 LB BAG

20 -$ 20 -$ 20 -$ 20 -$ 20

TOTAL LOT 9 -$ -$ -$ -$

LOT 10 - GRAINS

292085 CSGRAINS, BARLEY, PEARL,MED COOK,24-1LB/CS

PEARL BARLEY, MEDIUM COOKING, NOT INSTANT 24 1LB/CS

5 -$ 38 -$ 20 -$ 15 -$ 20

292086 BAG GRAINS, RICE, BROWN, 25LB/BAG

MEDIUM LENGTH BROWN RICE WITH HULLS INTACT - ACCEPTABLE PACK SIZES - 25LB BAG; 20 -$ 20 -$ 20 -$ 6 -$ 10

292368 BAG GRAINS, RICE, CONVERTED, 25/BAG

US #1 LONG GRAIN CONVERTED ACCEPTABLE PACK SIZE - 25LB BAG 8751 -$ 6768 -$ 10884 -$ 8509 -$ 5100

TOTAL LOT 10 -$ -$ -$ -$

LOT 11 - JUICES

291382 CS BEV, JUICE, APPLE, 12-46OZ/CS

100% JUICE FROM CONCENTRATE, NO ADDED SUGAR, SUGGESTED PACK SIZE - 12-46OZ/CASE 1826 -$ 2063 -$ 2307 -$ 1350 -$ 2338

304741 CSJUICE, CONCENT,APPLE,CAN 6#10/CS

100% JUICE CONCENTRATE APPLE. NO REFRIGERATION REQUIRED PRIOR TO DILUTION. TO YIELD 100% JUICE WHEN RECONSTITUTED WITH WATER. ACCEPTABLE DILUTION RATIO TO BE 4 TO 1 MIX OR 3 TO 1 MIX. EACH 4 OUNCE SERVING TO PROVIDE THE USRDI OF VITAMIN-C. NO SUGAR ADDED. NO ARTIFICIAL FLAVORS, NOT ARTIFICIAL COLORS, NO PRESERVATIVES. ACCEPTABLE PACKAGE 6 #10 CANS PER CASE

20 -$ 20 -$ 20 -$ 200 -$ 60

304738 CSJUICE, CONCENT,APPLE,ASEPTIC,12/CS

100% JUICE CONCENTRATE APPLE. SHELF STABLE ASEPTIC PACKAGE. NO REFRIGERATION REQUIRED PRIOR TO DILUTION. TO YIELD BETWEEN 1 AND 2 GALLONS OF 100% JUICE WHEN RECONSTITUTED WITH WATER. EACH 4-OUNCE SERVING TO PROVIDE THE USRDI OF VITAMIN-C. NO SUGAR ADDED. NO ARTIFICIAL FLAVORS, NO ARTIFICIAL COLORS, NO PRESERVATIVES. ACCEPTABLE PACKAGE 12/CASE

20 -$ 30 -$ 20 -$ 20 -$ 30

304743 CS JUICE, CONCENT, CRAN,ASEPTIC 12/CS

100% JUICE CONCENTRATE CRANBERRY. SHELF STABLE ASEPTIC PACKAGE. NO REFRIGERATION REQUIRED PRIOR TO DILUTION. TO YIELD BETWEEN 1 AND 2 GALLONS OF 100% JUICE WHEN RECONSTITUTED WITH WATER. EACH 4-OUNCE SERVING TO PROVIDE THE USRDI OF VITAMIN-C. NO SUGAR ADDED. NO ARTIFICIAL FLAVORS, NO ARTIFICIAL COLORS, NO PRESERVATIVES. ACCEPTABLE PACKAGE 12/CASE

20 -$ 20 -$ 20 -$ 20 -$ 20

304742 CS JUICE, CONCENT,CRAN, CAN 6 #10/CS

100% JUICE CONCENTRATE CRANBERRY. NO REFRIGERATION REQUIRED PRIOR TO DILUTION. TO YIELD 100% JUICE WHEN RECONSTITUTED WITH WATER. ACCEPTABLE DILUTION RATIO TO BE 4 TO 1 MIX OR 3 TO 1 MIX. EACH 4 OUNCE SERVING TO PROVIDE THE USRDI OF VITAMIN-C. NO SUGAR ADDED. NO ARTIFICIAL FLAVORS, NO ARTIFICIAL COLORS, NO PRESERVATIVES. ACCEPTABLE PACKAGE 6 #10 CANS PER CASE

20 -$ 20 -$ 20 -$ 20 -$ 20

291384 CSBEV, JUICE, CRANBERRY, 12-46OZ/CS

100% JUICE FROM CONCENTRATE, NO ADDED SUGAR, SUGGESTED PACK SIZE - 12-46OZ/CASE 510 -$ 50 -$ 50 -$ 30 -$ 25

256603 CS JUICE, GRAPE, UNSWEET, 12/46 OZ/CS

100% JUICE CONCENTRATE GRAPE. SHELF STABLE ASEPTIC PACKAGE. NO REFRIGERATION REQUIRED PRIOR TO DILUTION. TO YIELD BETWEEN 1 AND 2 GALLONS OF 100% JUICE WHEN RECONSTITUTED WITH WATER. EACH 4-OUNCE SERVING TO PROVIDE THE USRDI OF VITAMIN-C. NO SUGAR ADDED. NO ARTIFICIAL FLAVORS, NO ARTIFICIAL COLORS, NO PRESERVATIVES. ACCEPTABLE PACKAGE 12 46 OZ/CASE

20

-$

20

-$ 20 -$ 20 -$ 20

304740 CS JUICE,CONCENT,ORANGE,ASEPTIC 12/CS

100% JUICE CONCENTRATE ORANGE. SHELF STABLE ASEPTIC PACKAGE. NO REFRIGERATION REQUIRED PRIOR TO DILUTION. TO YIELD BETWEEN 1 AND 2 GALLONS OF 100% JUICE WHEN RECONSTITUTED WITH WATER. EACH 4-OUNCE SERVING TO PROVIDE THE USRDI OF VITAMIN-C. NO SUGAR ADDED. NO ARTIFICIAL FLAVORS, NO ARTIFICIAL COLORS, NO PRESERVATIVES. ACCEPTABLE PACKAGE 12/CASE

20 -$ 20 -$ 20 -$ 20 -$ 20

304744 CS JUICE,CONCENT,ORANGE,CAN,6#10/CS

100% JUICE CONCENTRATE ORANGE. NO REFRIGERATION REQUIRED PRIOR TO DILUTION. TO YIELD 100% JUICE WHEN RECONSTITUTED WITH WATER. ACCEPTABLE DILUTION RATIO TO BE 4 TO 1 MIX OR 3 TO 1 MIX. EACH 4 OUNCE SERVING TO PROVIDE THE USRDI OF VITAMIN-C. NO SUGAR ADDED. NO ARTIFICIAL FLAVORS, NO ARTIFICIAL COLORS, NO PRESERVATIVES. ACCEPTABLE PACKAGE 6 #10 CANS PER CASE

20 -$ 20 -$ 20 -$ 20 -$ 600

291386 CS BEV, JUICE, ORANGE, 12-46OZ/CS

100% JUICE FROM CONCENTRATE, NO ADDED SUGAR, SUGGESTED PACK SIZE - 12-46OZ/CASE 1987 -$ 1874 -$ 2535 -$ 673 -$ 2478

304745 CS JUICE,CONCENT,PINEAPL,CAN 6#10/CS

100% JUICE CONCENTRATE PINEAPPLE. NO REFRIGERATION REQUIRED PRIOR TO DILUTION. TO YIELD 100% JUICE WHEN RECONSTITUTED WITH WATER. ACCEPTABLE DILUTION RATIO TO BE 4 TO 1 MIX OR 3 TO 1 MIX. EACH 4 OUNCE SERVING TO PROVIDE THE USRDI OF VITAMIN-C. NO SUGAR ADDED. NO ARTIFICIAL FLAVORS, NO ARTIFICIAL COLORS, NO PRESERVATIVES. ACCEPTABLE PACKAGE 6 #10 CANS PER CASE

20 -$ 20 -$ 20 -$ 20 -$ 20

304746 CS JUICE,CONCENT,PINEAPL,ASEP,12/CS

100% JUICE CONCENTRATE PINEAPPLE. SHELF STABLE ASEPTIC PACKAGE. NO REFRIGERATION REQUIRED PRIOR TO DILUTION. TO YIELD BETWEEN 1 AND 2 GALLONS OF 100% JUICE WHEN RECONSTITUTED WITH WATER. EACH 4-OUNCE SERVING TO PROVIDE THE USRDI OF VITAMIN-C. NO SUGAR ADDED. NO ARTIFICIAL FLAVORS, NO ARTIFICIAL COLORS, NO PRESERVATIVES. ACCEPTABLE PACKAGE 12/CASE

20 -$ 20 -$ 20 -$ 20 -$ 20

TOTAL LOT 11 -$ -$ -$ -$

LOT 12 - OILS

291509 EA OIL, SHORTENING, LIQUID, 5 GAL

REQUIRED SHORTENING (DEEP FAT FRYING) SHALL CONSIST ONLY OF DEODORIZED VEGETABLE FATS AND OILS OR BLENDS OF VEGETABLE OILS. THE FATS AND OILS SHALL HAVE BEEN PROCESSED BY HYDROGENATION. THE LIQUID SHORTENING SHALL CONTAIN ANTIFOAMING AGENTS AND MAY CONTAIN ANTIOXIDANTS. NO ANIMAL BY PRODUCTS OR EXOTIC OILS. PACK SIZE 5 GAL. CONTAINER

20 -$ 110 -$ 994 -$ 766 -$ 465

Page 83: CONTRACT DESCRIPTION CONTRACT INFO

CN00025919 Price submittal

291510 CS OIL, SHORTENING, SOLID, 50 LB/CS

GENERAL PURPOSE CONSISTING ONLY OF PARTIALLY HYDROGENATED DEODORIZED VEGETABLE OIL OR BLEND OF VEGETABLE OILS. THIS PRODUCT SHALL NOT CONTAIN ANTIOXIDANTS OR ANTIFOAMING AGENTS. NO ANIMAL BY PRODUCTS OR EXOTIC OILS. PACK SIZES 50LB CS

737 -$ 875 -$ 1349 -$ 1220 -$ 1055

291512 CS OIL, VEGETABLE OIL, 4-1GAL/CS

SUGGESTED PACK SIZE - 4-1GAL/CASE5374 -$ 2566 -$ 3181 -$ 3118 -$ 1747

TOTAL LOT 12 -$ -$ -$ -$

LOT 13 - PASTA

291513 CS PASTA, BOWS, 10LB/CSBOW TIES SHALL BE PLAIN, ENRICHED, AND REGULAR COOKING. ACCEPTABLE PACK SIZES - 10LB CASE 2529 -$ 2300 -$ 4310 -$ 4815 -$ 2535

291514 CS PASTA, ELBOW MACARONI, 20LB/CS

PASTA SHALL BE PLAIN, ENRICHED, AND REGULAR COOKING. ACCEPTABLE PACK SIZE - 20LB/CS 7474 -$ 3370 -$ 4844 -$ 3324 -$ 2945

292106 CS PASTA, LASAGNA NOODLE, 10LB/CS

PASTA SHALL BE PLAIN, ENRICHED, AND REGULAR COOKING. ACCEPTABLE PACK SIZE - 10LB/CS 173 -$ 50 -$ 692 -$ 379 -$ 406

291515 CS PASTA, NOODLES, MED, 10LB/CS

MEDIUM ENRICHED 1/8 INCH ACCEPTABLE PACK SIZES - 10LB CASE1765 -$ 1805 -$ 1593 -$ 3876 -$ 3690

291516 CS PASTA, ROTINI, 20LB/CSROTINI PASTA SHALL BE PLAIN, ENRICHED, AND REGULAR COOKING. ACCEPTABLE PACK SIZE - 20LB/CS 1756 -$ 1837 -$ 1290 -$ 1632 -$ 1315

291517 CS PASTA, SHELLS, 20LB/CS

MEDIUM PASTA SHALL BE PLAIN, ENRICHED, AND REGULAR COOKING. ACCEPTABLE PACK SIZE - 20LB/CS 3169 -$ 3164 -$ 5615 -$ 3226 -$ 2631

291518 CS PASTA, SPAGHETTI, 20LB/CS

REG #8SPAGHETTI SHALL BE PLAIN, ENRICHED, REGULAR COOKING, AND LONG. THE SPAGHETTI SHALL BE IN THE FORM OF SOLID CYLINDRICAL UNITES, REASONABLY UNIFORM IN DIAMETER AT LEAST 0.060 INCH BUT NOT MORE THAN 0.083 INCH IN DIAMETER. ACCEPTABLE PACK SIZE - 20LB/CS

3682 -$ 2405 -$ 4135 -$ 2584 -$ 2015

TOTAL LOT 13 -$ -$ -$ -$

LOT 14 - SNACKS

304754 CS COOKIE, CHOC CHIP, 2EA/60 CT/CS

INDIVIDUAL PACKAGE ACCEPTABLE PACK SIZE - APPROX 1 OZ PER INDIVIDUAL PKG 2 EA/60 CT/CS 20 -$ 20 -$ 20 -$ 20 -$ 20

291519 CS SNACK, COOKIE, CHOC CHIP, 2EA/200CT/CS

INDIVIDUAL PACKAGE ACCEPTABLE PACK SIZE - APPROX 1 OZ PER INDIVIDUAL PKG 2 EA/200 CT/CS 199 -$ 960 -$ 193 -$ 59 -$ 120

304753 CS COOKIE, OATMEAL, IND 2 EA/60CT/CS

INDIVIDUAL PACKAGE ACCEPTABLE PACK SIZE - APPROX 1 OZ PER INDIVIDUAL PKG 2 EA/60 CT/CS 20 -$ 20 -$ 20 -$ 20 -$ 20

291520 CSSNACK, COOKIE, OATMEAL, IND, 2EA/120CT/CS

INDIVIDUAL PACKAGE ACCEPTABLE PACK SIZE - APPROX. 1 OZ PER INDIVIDUAL PKG2 EA/120/CT/CS 178 -$ 578 -$ 200 -$ 34 -$ 25

291521 CSSNACK, COOKIE, IND, VANILLA WAFER, 60 CT/CS

INDIVIDUAL PACKAGE ACCEPTABLE PACK SIZE - 60-1OZ/CASE

20 -$ 422 -$ 85 -$ 7 -$ 100

304752 CS COOKIE, VAN WAFER, IND, 2 EA/60/CS

INDIVIDUAL PACKAGE ACCEPTABLE PACK SIZE - 60-1 OZ/CASE20 -$ 20 -$ 20 -$ 20 -$ 30

291522 CS SNACK, CRACKER, GRAHAM, K, 150-3CT/CS

*INDIVIDUAL WRAP MUST BE KOSHER ACCEPTABLE PACK SIZE - 150-3CT/CASE

2690 -$ 2748 -$ 1520 -$ 1319 -$ 925

291523 CS SNACK, CRACKER, SALTINE, K, 300-2CT/CS

*INDIVIDUAL WRAP; UNSALTED TOPS; MUST BE KOSHER ACCEPTABLE PACK SIZE - 300-2CT/CASE 1187 -$ 882 -$ 2028 -$ 1429 -$ 563

304748 CS GRANOLA BAR, CRUNCHY, 144 EA/CS

CRUNCHY GRANOLA BAR. OAT AND HONEY; CINNAMON ACCEPTABLE FLAVORS 1.5 OZ - 2 BAR PKG, LESS THAN 200 CALORIES/1.5 OZ LESS THAN 200 MG SODIUM/1.5 OZ 144 EA/CS

20 -$ 20 -$ 20 -$ 20 -$ 20

292128 CS SNACK, POTATO CHIPS, 4-1LB/CS

BULK PACKAGING 1 LB BAG, 4 BAGS/CASE20 -$ 10 -$ 20 -$ 20 -$ 20

292129 CS SNACK, POTATO CHIPS, 60-1OZ/CS

INDIVIDUAL PACKAGE ACCEPTABLE PACK SIZE - 60-1OZ/CASE40 -$ 30 -$ 445 -$ 183 -$ 55

292130 CS SNACK, PRETZEL, 4-1LB BAG/CS

BULK PACKAGEING 1 LB BAG, 4 BAGS/CASE20 -$ 55 -$ 20 -$ 20 -$ 20

292131 CS SNACK, PRETZEL, 60-1OZ/CS

INDIVIDUAL PACKAGE ACCEPTABLE PACK SIZE - 60-1OZ/CASE30 -$ 49 -$ 220 -$ 15 -$ 43

291524 CSPUDDING, BUTTERSCOTCH,IND,48-3.5/CS

INDIVIDUAL PORTION, SHELF STABLE, SUGGESTED PACK SIZE - 48-3.5OZ/CASE

20 -$ 1587 -$ 150 -$ 15 -$ 255

291525 CSPUDDING, CHOCOLATE,IND,48-3.5/CS

INDIVIDUAL PORTION, SHELF STABLE, SUGGESTED PACK SIZE - 48-3.5OZ/CASE

50 -$ 1665 -$ 130 -$ 128 -$ 365

291526 CS PUDDING, VANILLA,IND, 48-3.5/CS

INDIVIDUAL PORTION, SHELF STABLE, SUGGESTED PACK SIZE - 48-3.5OZ/CASE20 -$ 1355 -$ 125 -$ 65 -$ 365

291527 CS RICE CAKES, PLAIN PLAIN RICE CAKE. 3-4 INCH DIAMETER, 12/4.5 OZ 92 -$ 40 -$ 25 -$ 84 -$ 13TOTAL LOT 14 -$ -$ -$ -$

LOT 15 - SOUP

293809 CS SOUP, CHIX NOODLE, LS, CN, 24-7 1/4 OZ/CS

SOUP, CANNED. LOW SODIUM, READY TO EAT, HEAT AND SERVE. CHICKEN NOODLE. EASY OPEN TOP. INDIVIDUAL 7 1/4 OZ PORTION CANS 24/CS. 25 -$ 10 -$ 20 -$ 25 -$ 20

293815 CS SOUP, VEGETABLE, LS, CN, 24- 7 1/4 OZ

SOUP, CANNED. LOW SODIUM, READY TO EAT, HEAT AND SERVE. VEGETABLE. EASY OPEN TOP. INDIVIDUAL 7 1/4 OZ PORTION CANS 24/CS. 25 -$ 10 -$ 20 -$ 20 -$ 30

293813 CS SOUP, TOMATO, LS, CN, 24-7 1/4 OZ

SOUP, CANNED. LOW SODIUM, READY TO EAT, HEAT AND SERVE. TOMATO. EASY OPEN TOP. INDIVIDUAL 7 1/4 OZ PORTION CANS 24/CS. 25 -$ 10 -$ 20 -$ 25 -$ 20

TOTAL LOT 15 -$ -$ -$ -$

LOT 16 - SPICES

291528 CS SPICE, ALL SPICE, 6-1LB/CS

GROUND, MUST BE IN COMPLIANCE WITH AMERICAN SPICE TRADE ASSOCIATION CLEANLINESS SPECIFICATIONS. MINIMUM SHELF LIFE 1 YEAR. ACCEPTABLE PACK SIZE - 6-1LB/CASE

2 -$ 15 -$ 15 -$ 15 -$ 28

291529 CS SPICE, BASIL, GROUND, 12-1LB/CS

GROUND, MUST BE IN COMPLIANCE WITH AMERICAN SPICE TRADE ASSOCIATION CLEANLINESS SPECIFICATIONS. MINIMUM SHELF LIFE 1 YEAR. ACCEPTABLE PACK SIZE - 12-1LB/CASE

46 -$ 10 -$ 17 -$ 35 -$ 102

Page 84: CONTRACT DESCRIPTION CONTRACT INFO

CN00025919 Price submittal

-

291530 CS SPICE, BAY LEAF, WHOLE, 1LB/CS

MUST BE IN COMPLIANCE WITH AMERICAN SPICE TRADE ASSOCIATION CLEANLINESS SPECIFICATIONS. MINIMUM SHELF LIFE 1 YEAR ACCEPTABLE PACK SIZE - 1LB/CASE 13 -$ 55 -$ 22 -$ 15 -$ 20

292133 CS SPICE, CARAWAY SEED, 6-1 LB/CS

MUST BE IN COMPLIANCE WITH AMERICAN SPICE TRADE ASSOCIATION CLEANLINESS SPECIFICATIONS. MINIMUM SHELF LIFE 1 YEAR ACCEPTABLE PACK SIZE - 6-1LB/CASE 20 -$ 20 -$ 20 -$ 5 -$ 20

291531 CS SPICE, CELERY SEED, 6-1LB/CS

MUST BE IN COMPLIANCE WITH AMERICAN SPICE TRADE ASSOCIATION CLEANLINESS SPECIFICATIONS. MINIMUM SHELF LIFE 1 YEAR ACCEPTABLE PACK SIZE - 6-1LB/CASE 40 -$ 49 -$ 66 -$ 8 -$ 46

291532 CS SPICE, CHILI POWDER, 6-1LB/CS

MUST BE IN COMPLIANCE WITH AMERICAN SPICE TRADE ASSOCIATION CLEANLINESS SPECIFICATIONS. MINIMUM SHELF LIFE 1 YEAR ACCEPTABLE PACK SIZE - 6-1LB/CASE 451 -$ 296 -$ 441 -$ 330 -$ 341

291533 CS SPICE, CINNAMON, GROUND, 6-1LB/CS

MUST BE IN COMPLIANCE WITH AMERICAN SPICE TRADE ASSOCIATION CLEANLINESS SPECIFICATIONS. MINIMUM SHELF LIFE 1 YEAR ACCEPTABLE PACK SIZE - 6-1LB/CASE 168 -$ 134 -$ 144 -$ 159 -$ 162

291534 CS SPICE, CUMIN, GROUND, 6-1LB/CS

MUST BE IN COMPLIANCE WITH AMERICAN SPICE TRADE ASSOCIATION CLEANLINESS SPECIFICATIONS. MINIMUM SHELF LIFE 1 YEAR ACCEPTABLE PACK SIZE - 6-1LB/CASE 117 -$ 65 -$ 58 -$ 16 -$ 146

300748 CS CURRY, GROUND, 6-1 LB/CS

MUST BE IN COMPLIANCE WITH AMERICAN SPICE TRADE ASSOCIATION CLEANLINESS SPECIFICATIONS. MINIMUM SHELF LIFE 1 YEAR ACCEPTABLE PACK SIZE - 6-1LB/CASE 20 -$ 20 -$ 20 -$ 65 -$ 20

292134 CS SPICE, FENNEL SEED, 61 LB/CS

MUST BE IN COMPLIANCE WITH AMERICAN SPICE TRADE ASSOCIATION CLEANLINESS SPECIFICATIONS. MINIMUM SHELF LIFE 1 YEAR ACCEPTABLE PACK SIZE - 6-1LB/CASE 20 -$ 20 -$ 20 -$ 10 -$ 20

291535 CS SPICE, GARLIC POWDER, 6-1LB/CS

DEHYDRATED GARLIC WHICH HAS BEEN INSPECTED, POWDERED AND AIR DRIED. 100 MESH POWDER, CREAMY WHITE TO TAN IN COLOR, WITH THE CHARACTERISTIC SMELL OF GARLIC AND PUNGENT GARLIC TASTE. ACCEPTABLE PACK SIZE - 6-1LB/CASE 1747 -$ 1277 -$ 1530 -$ 1186 -$ 1457

291536 CS SPICE, GINGER, POWDER, 6-1LB/CS

MUST BE IN COMPLIANCE WITH AMERICAN SPICE TRADE ASSOCIATION CLEANLINESS SPECIFICATIONS. ACCEPTABLE PACK SIZE - 6-1LB/CASE 1 -$ 5 -$ 30 -$ 20 -$ 4

292135 CS SPICE, LEMON PEPPER, LS, 6-1 LB/CS

MUST BE IN COMPLIANCE WITH AMERICAN SPICE TRADE ASSOCIATION CLEANLINESS SPECIFICATIONS. BLEND OF GROUND OR CRACKED PEPPER CORNS, LEMON AND OTHER SEASONINGS -NO SALT OR MSG. MINIMUM SHELF LIFE 1 YEAR ACCEPTABLE PACK SIZE - 6-1LB/CASE

2 -$ 20 -$ 20 -$ 11 -$ 20

291537 CS SPICE, MUSTARD, DRY, GROUND, 6-1LB/CS

MUST BE IN COMPLIANCE WITH AMERICAN SPICE TRADE ASSOCIATION CLEANLINESS SPECIFICATIONS. ACCEPTABLE PACK SIZE - 6-1LB/CASE 11 -$ 10 -$ 43 -$ 37 -$ 26

291538 CS SPICE, NUTMEG, 6-1LB/CS

GROUND ACCEPTABLE PACK SIZE - 6-1LB/CASE1 -$ 23 -$ 13 -$ 13 -$ 12

291539 CS SPICE, ONION, POWDER, 6-20OZ/CS

DEHYDRATED ONIONS, FREE OF ALL FOREIGN AND EXTRANEOUS MATTER. 100 MESH POWDER, CREAMY WHITE TO LIGHT TAN IN COLOR SWEETLY PUNGENT ONION AND TASTE. ACCEPTABLE PACK SIZE - 6-20OZ/CASE

549 -$ 1058 -$ 406 -$ 50 -$ 76

291540 CS SPICE, OREGANO, GROUND, 6-12OZ/CS

MUST BE IN COMPLIANCE WITH AMERICAN SPICE TRADE ASSOCIATION CLEANLINESS SPECIFICATIONS. ACCEPTABLE PACK SIZE - 6-12OZ/CASE 110 -$ 87 -$ 94 -$ 102 -$ 155

291541 CS SPICE, PAPRIKA, 6-16 OZ/CS

GROUND, MUST BE IN COMPLIANCE WITH AMERICAN SPICE TRADE ASSOCIATION CLEANLINESS SPECIFICATIONS. MINIMUM SHELF LIFE 1 YEAR. ACCEPTABLE PACK SIZE - 6-16 OZ/CASE

480 -$ 104 -$ 318 -$ 309 -$ 199

291542 CS SPICE, PARSLEY, FLAKES, 6-8OZ/CS

DEHYDRATED PARSLEY, FLAKED. FREE OF ALL FOREIGN AND EXTRANEOUS MATTER. BRIGHT GREEN COLOR IS PREVALENT. MILD AGREEABLE ODOR AND MILD SWEET TASTE. ACCEPTABLE PACK SIZE - 6-8OZ/CASE

137 -$ 128 -$ 99 -$ 180 -$ 160

291543 CS SPICE, PEPPER, BLACK, 6-1LB/CS

BULK ACCEPTABLE PACK SIZE - 6-1LB/CASE691 -$ 608 -$ 1110 -$ 719 -$ 693

292137 CS SPICE, PEPPER, CAYENNE, 6-1 LB/CS

MUST BE IN COMPLIANCE WITH AMERICAN SPICE TRADE ASSOCIATION CLEANLINESS SPECIFICATIONS. MINIMUM SHELF LIFE 1 YEAR ACCEPTABLE PACK SIZE - 6-1LB/CASE 20 -$ 10 -$ 20 -$ 10 -$ 6

291544 CS SPICE, PEPPER, SHAKER, 48-1.5OZ/CS

DISPOSABLE ACCEPTABLE PACK SIZE - 48-1.5OZ/CASE211 -$ 30 -$ 20 -$ 40 -$ 30

291545 CS SPICE, POULTRY SEASONING, 6-12OZ/CS

MUST BE IN COMPLIANCE WITH AMERICAN SPICE TRADE ASSOCIATION CLEANLINESS SPECIFICATIONS. ACCEPTABLE PACK SIZE - 6-12OZ/CASE 46 -$ 25 -$ 44 -$ 29 -$ 110

301910 CS SPICE, SAGE, GROUND, 6-6 OZ/CS

MUST BE IN COMPLIANCE WITH AMERICAN SPICE TRADE ASSOCIATION CLEANLINESS SPECIFICATIONS. ACCEPTABLE PACK SIZE - 6-6OZ/CASE 10 -$ 10 -$ 40 -$ 25 -$ 20

291547 CS SPICE, SALT, IODIZED, SHAKER, 48-4OZ/CS

DISPOSABLE ACCEPTABLE PACK SIZE - 48-4OZ/CASE255 -$ 30 -$ 20 -$ 40 -$ 5

291548 CS SPICE, SALT, IODIZED, 25LB/CS

BULK ACCEPTABLE PACK SIZES - 25LB BAG1434 -$ 995 -$ 2706 -$ 1557 -$ 1180

291549 CS SPICE, SPICE BLEND, LS, 500 PK/CS

MUST BE IN COMPLIANCE WITH AMERICAN SPICE TRADE ASSOCIATION CLEANLINESS SPECIFICATIONS. NO ADDED SODIUM ALL PURPOSE SPICE BLEND. COMPARABLE TO LAWRY'S SALT-FREE 17 SEASONING, MRS. DASH OR APPROVED EQUAL PRODUCT. MINIMUM SHELF LIFE 1 YEAR ACCEPTABLE PACK SIZE - 500 IND PACKS/CASE

20 -$ 20 -$ 20 -$ 20 -$ 20

304747 CS SPICE BLEND, LS, 6-20 OZ/CS

MUST BE IN COMPLIANCE WITH AMERICAN SPICE TRADE ASSOCIATION CLEANLINESS SPECIFICATIONS. NO ADDED SODIUM ALL PURPOSE SPICE BLEND, COMPARABLE TO LAWRY'S SALT-FREE 17 SEASONING, MRS. DASH OR APPROVED EQUAL PRODUCT. MINIMUM SHELF LIFE 1 YEAR ACCEPTABLE PACK SIZE - 6-20 OZ/CASE

20 -$ 20 -$ 20 -$ 20 -$ 30

291550 CSSPICE, TACO SEASONING, LS, 6-5LB/CS

BLEND OF SPICES TO INCLUDE ONION, CHILI POWDER, GARLIC POWDER, CUMIN AND PAPRIKA. WITHOUT MSG OR SALT ACCEPTABLE PACK SIZE - 6-5LB/CS 24 -$ 161 -$ 46 -$ 110 -$ 42

291551 CS SPICE, THYME, GROUND, 6-11OZ/CS

MUST BE IN COMPLIANCE WITH AMERICAN SPICE TRADE ASSOCIATION CLEANLINESS SPECIFICATIONS. ACCEPTABLE PACK SIZE - 6-11OZ/CASE/CS 2 -$ 20 -$ 10 -$ 2 -$ 32

TOTAL LOT 16 -$ -$ -$ -$

LOT 17 - TEA

291388 CS BEV, TEA BAGS, 1000/CS

TEA BAGS WITH INDIVIDUAL TAGS REGULAR ACCEPTABLE PACK SIZE - 10-100/BOX/CS512 -$ 143 -$ 119 -$ 28 -$ 165

291389 BAG BEV, TEA, BULK, 100LB/BAG

REGULAR - LOOSE LEAF - BULK ACCEPTABLE PACK SIZE - 100LB BAG20 -$ 20 -$ 7 -$ 5 -$ 10

TOTAL LOT 17 -$ -$ -$ -$

LOT 18 - ENTREES

Page 85: CONTRACT DESCRIPTION CONTRACT INFO

CN00025919 Price submittal

291450 CS ENTRÉE, RAVIOLI, BEEF, CN, 6#10/CS

RAVIOLI TO MEET 2 OZ PROTEIN REQUIREMENT, INS SAUCE, RTU SUGGESTED PACK SIZE - 6/#10/CS 110 -$ 271 -$ 338 -$ 82 -$ 50

291451 CS ENTRÉE, RAVIOLI, CHEESE, CN, 6#10/CS

RAVIOLI TO MEET 2 OZ PROTEIN REQUIREMENT, IN SAUCE, RTU SUGGESTED PACK SIZE - 6/#10/CS 50 -$ 112 -$ 6 -$ 82 -$ 20

291452 CS ENTRÉE, STEW, BEEF,CN, 6#10/CS

BEEF STEW, SHALL IN GENERAL CONSIST OF THE FOLLOWING: MIN. OF 25% PRECOOKED CHOICE GRADE BEEF; MIN 25% VEGETABLES CONSISTING OF POTATOES, CARROTS, PEAS, TOMATOES, AND ONIONS AND A MAX 50% GRAVY. USDA INSPECTION SEAL ON LABLE. RTU GRADE A SUGGESTED PACK SIZE 6 #10/CS

20 -$ 606 -$ 367 -$ 82 -$ 50

TOTAL LOT 18 -$ -$ -$ -$

LOT 19 - FLOUR

291341 BAG BAKING, FLOUR, ALL PUR BAKING, 50 LB/BAG

ALL PURPOSE ENRICHED FLOUR. FOR USE IN COMMERCIAL BAKING APPLICATIONS. SHALL CONFORM TO THE DEFINITION AND STANDARD OF IDENTITY, AND IS SUBJECT TO THE REQUIREMENTS FOR LABEL STATEMENT OF INGREDIENTS, PRESCRIBED FOR FLOUR AS SET FORTH IN CFR, TITLE 21, PART AND SUBPARTS 137. ACCEPTBLE PACK SIZE: 50 LB/BAG 15626

-$

1050

-$

7374

-$

11992

-$

6632

291342 BAG BAKING, FLOUR, HIGH GLUTEN, 50 LB/BAG

HIGH PROTEIN OR HIGH GLUTEN FLOUR, MILLED FROM SELECTED BLENDS OF HARD SPRING WHEAT. THIS FLOUR SHALL BE PROCESSED IN THE UNITED STATES AND ITS POSSESSIONS FROM WHEAT PRODUCED IN THE UNITED STATES. 50LB/BAG

5190 -$ 30 -$ 10946 -$ 7325 -$ 8597

291343 BAG BAKING, FLOUR, RYE, 50 LB/BAG

THE FLOUR SHALL BE MILLED FROM 100% RYE WHEAT. THE FLOUR SHALL CONFORM TO THE PROVISIONS OF THE FEDERAL FOOD AND DRUG ADMINISTRATION FOR RYE FLOUR. 50LB/BAG

279 -$ 36 -$ 20 -$ 219 -$ 55

291344 BAG BAKING, FLOUR, WHOLE WHEAT, 50 LB/BAG

HIGH PROTEIN OR HIGH GLUTEN FLOUR, MILLED FROM SELECTED BLENDS OF HARD SPRING WHEAT. THIS FLOUR SHALL BE PROCESSED IN THE UNITED STATES AND ITS POSSESSIONS FROM WHEAT PRODUCED IN THE UNITED STATES. 50LB/ BAG

374 -$ 50 -$ 357 -$ 713 -$ 1215

TOTAL LOT 19 -$ -$ -$ -$

LOT 20 - SUGAR

291359 CS BAKING, SUGAR 10X, 50 LB/CS

SUGGESTED PACK SIZE - 50LB BAG/CS812 -$ 211 -$ 369 -$ 660 -$ 613

291360 CS BAKING, SUGAR, GRANULATED, 50 LB/CS

SUGGESTED PACK SIZE - 50# BAG/CS

5574 -$ 2490 -$ 6598 -$ 3359 -$ 3089

291361 CS BAKING, SUGAR, LIGHT BROWN, 50 LB/CS

SUGGESTED PACK SIZE - 50# BAG/CS1317 -$ 968 -$ 1810 -$ 1044 -$ 925

TOTAL LOT 20 -$ -$ -$ -$

LOT 21 - MISCELLANEOUS

304272 CS MILK, SOY, PLAIN, 6-21.2 OZ/CS

PLAIN SOY MILK POWDER. 2 TABLESPOONS OF POWDER RECONSTITUTED WITH 8-OUNCE OF WATER SHALL YIELD A LIQUID PRODUCT THAT WHEN PREPARED PROVIDES 60 CALORIES OR LESS, 2 GRAMS OF FAT OR LESS, 105 MG SODIUM OR LESS AND 3 GRAMS OF PROTEIN OR MORE PER SERVING. NO PRODUCTS MADE FROM GENETICALLY MODIFIED SOYBEANS, NO GLUTEN OR ANIMAL BY PRODUCTS. NO EXOTIC OILS - COCONUT, COTTON, PALM, ETC. ACCEPTABLE PRODUCT DRESSLER'S PLAIN & SIMPLE - SOY GOOD POWDERED SOYMILK OR EQUAL, 6-21.2 LB/CS

20 -$ 20 -$ 20 -$ -$ 20

291457 CS FRUIT, APPLESAUCE, IND, 72-4OZ/CS

UNSWEETENED GRADE A SUGGESTED PACK SIZE - 72 - 4OZ/CASE20 -$ 400 -$ 200 -$ 30 -$ 25

291494 CS MEAT, FISH, TUNA, CN, 6-66.5OZ/CS

CHUNK LIGHT TUNA, WATER PACKED. NO ADDED SEASONINGS/FLAVORINGS. NO ADDED SALT. SUGGESTED PACK SIZE - 6-66.5OZ/CASE 3603 -$ 2211 -$ 3255 -$ 2191 -$ 2456

304755 CS TUNA, POUCH, 100-2 OZ/CS

CHUNK LIGHT TUNA, WATER PACKED. NO ADDED SEASONINGS/FLAVORINGS IN 2 OZ EASY OPEN POUCH. LESS THAN 170 MG SODIUM/2 OZ SERVING. SUGGESTED PACK SIZE 100-2 OZ POUCH/CASE

20 -$ 20 -$ 20 -$ 20 -$ 20

291330 CSALTPRO, PEANUT BUTTER, K, LS, 200 PK/CS

*LIGHT OR MEDIUM ROAST & COLOR. WHEN HELD AT ROOM TEMPERATURE SHOULD NOT BREAK DOWN READILY. SHALL HAVE PLEASING AROMA AND TASTE, CHARACTERISTIC OF PEANUTS. NO RANCID OR OFF FLAVORS.. SHALL CONTAIN NO MORE THAN 100 MG SODIUM PER 1/2 OUNCE. MUST BE KOSHER 200 PK/CS

1719 -$ 4470 -$ 1619 -$ 1003 -$ 2675

291331 EA ALTPRO, PEANUT BUTTER, LS, 35 LB/PAIL

SHELLED PEANUTS USED IN THE MANUFACTURING OF PEANUT BUTTER SHALL BE DOMESTICALLY PRODUCED PEANUTS WITHIN THE REQUIREMENTS FOR U.S. NO. 1 GRADE. ALL PEANUT BUTTER SHALL BE PROCESSED AND PACKAGED UNDER SANITARY CONDITIONS, SHALL BE WHOLESOME AND SHALL MEET ALL OTHER APPLICABLE PROVISIONS OF THE FDA. WHEN HELD AT ROOM TEMPERATURE SHOULD NOT BREAK DOWN READILY. SHALL HAVE PLEASING AROMA & TASTE, CHARACTERISTIC OF PEANUTS. NO RANCID OR OFF FLAVORS. SHALL CONTAIN NO MORE THAN 200 MG SODIUM PER OUNCE. SUGGESTED PACK SIZE - 35 LB PAIL.

1247 -$ 158 -$ 2060 -$ 1025 -$ 621

291332 CS ALTPRO, SOY CRUMBLES, LS, 25LB/CS

TEXTURED VEGETABLE PROTEIN PRIMARY INGREDIENT WHEN REHYDRATED, YIELD MEAT LIKE TEXTURE. CONTAIN NO MEAT OR MEAT BY PRODUCTS., CHOLESTEROL FREE. UNFLAVORED. PROVIDE LESS THAN 400 MG SODIUM PER 4 OZ SERVING. SUGGESTED PACK SIZE - 25LB /CS

872 -$ 799 -$ -$ 883 -$ 889 -$ 654

291334 CS ALTPRO, TOFU, 12-12.3OZ/CS

SOY BEAN CURD, FIRM. ASEPTIC BRICK PACKAGE. MINIMUM SHELF LIFE 6 MONTHS. SUGGESTED PACK SIZE - 12-12.3 OZ/CASE 3220 -$ 1941 -$ -$ 2574 -$ 1706 -$ 1435

TOTAL LOT 21 -$ -$ -$ -$

Page 86: CONTRACT DESCRIPTION CONTRACT INFO

CN00025919 Price submittal

Extended FOB Total Delivered Cost R5

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

Page 87: CONTRACT DESCRIPTION CONTRACT INFO

CN00025919 Price submittal

-$

-$

-$

-$

-$

-$

-$

-$

Page 88: CONTRACT DESCRIPTION CONTRACT INFO

CN00025919 Price submittal

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

Page 89: CONTRACT DESCRIPTION CONTRACT INFO

CN00025919 Price submittal

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

Page 90: CONTRACT DESCRIPTION CONTRACT INFO

CN00025919 Price submittal

-$

-$

-$

-$

-$

-$

-$

-$

Page 91: CONTRACT DESCRIPTION CONTRACT INFO

CN00025919 Price submittal

-$

-$

-$

-$

-$

-$

-$

Page 92: CONTRACT DESCRIPTION CONTRACT INFO

CN00025919 Price submittal

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

Page 93: CONTRACT DESCRIPTION CONTRACT INFO

CN00025919 Price submittal

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

Page 94: CONTRACT DESCRIPTION CONTRACT INFO

CN00025919 Price submittal

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

Page 95: CONTRACT DESCRIPTION CONTRACT INFO

CN00025919 Price submittal

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

Page 96: CONTRACT DESCRIPTION CONTRACT INFO

CN00025919 Price submittal

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

Page 97: CONTRACT DESCRIPTION CONTRACT INFO

CN00025919 Price submittal

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

Page 98: CONTRACT DESCRIPTION CONTRACT INFO

CN00025919 Price submittal

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

Page 99: CONTRACT DESCRIPTION CONTRACT INFO

CN00025919 Price submittal

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

Page 100: CONTRACT DESCRIPTION CONTRACT INFO

CN00025919 Price submittal

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

-$

Page 101: CONTRACT DESCRIPTION CONTRACT INFO

ATTACHMENT D – SPECIAL FOOD INSTRUCTIONS AND CONDITIONS

GENERAL FOOD SPECIAL INSTRUCTIONS AND CONDITIONS CONTRACTOR RESPONSIBILITIES – The contractor assumes responsibility over products supplied under the contract. If the contract is awarded to a single contractor, it will be his responsibility to ensure that all awarded products will be delivered at the current contract price regardless of how or where the product is sourced. This includes the provision of properly labeled and identified products. No pack size changes are permitted without prior approval, in writing, by DGS. MANUFACTURER PRODUCT INFORMATION SHEETS: Contractors will be required to supply Manufacturer Product Information Sheets. This information, if requested, must be provided at the initial delivery and/or upon request by each participating facility or Central Office. All products must come from manufacturers with verifiable HACCP and/or GMP (Good Manufacturing Practices) programs. LABELING: Shipping containers and/or individually packed items shall be legibly labeled, printed or stenciled with product & brand name, date of pack, name and location of packer or contractor, net weight and appropriate ingredient statement. A straightforward calendar date or other coding method must identify date of production/pack. All products must have at least half of the industry’s standard shelf life remaining on the product type from the packing date at the time of product delivery or product will be rejected.

Page 102: CONTRACT DESCRIPTION CONTRACT INFO
Page 103: CONTRACT DESCRIPTION CONTRACT INFO
Page 104: CONTRACT DESCRIPTION CONTRACT INFO
Page 105: CONTRACT DESCRIPTION CONTRACT INFO

ATTACHMENT F

MINIMUM QUALIFICATIONS TO RESPOND TO RFP Nonacceptance of or noncompliance with any minimum qualification, or modification of, or the placing of conditions on acceptance or compliance with any of the minimum qualifications, in whole or in part, may result in immediate disqualification.

All the questions listed below must be answered. In the event of a “No” answer to any question, please accept our appreciation for your interest, and understand that, since CWOPA requires a minimum level of qualification, your proposal may be deemed non-responsive.

This document applies to all lots as listed in the RFP. Please check all lots that you will be proposing upon.

Lot 1 – Baking

Lot 2 – Bases, Vegetable

Lot 3 – Beverage Bases

Lot 4 – Canned Fruits and Vegetables

Lot 5 – Cereal

Lot 6 – Coffee

Lot 7 – Condiments

Lot 8 – Dairy

Lot 9 – Dry/Dehydrated Miscellaneous Products

Lot 10 – Grains

Lot 11 – Juices

Lot 12 – Oils

Lot 13 – Pasta

Lot 14 – Snacks

Lot 15 – Soup 1

Page 106: CONTRACT DESCRIPTION CONTRACT INFO

Lot 16 – Spices

Lot 17 – Tea

Lot 18 – Entrees

Lot 19 – Flour

Lot 20 – Sugar

Lot 21 - Miscellaneous

CHECK “YES” TO ACCEPT or CHECK “NO” TO REJECT.

Yes No

1. Do you agree to provide Non-perishable foods to entire lots by region as listed in Pennsylvania, listed in Attachment E –Map and Facility by Region

2. Do you agree to provide a dedicated Customer Service Team as described in Section IV-3.d?

3. Do you agree to provide a dedicated Account Manager that will perform the duties described in Section IV-3.e?

4. Do you agree to ship all Non-Perishable Food FOB Destination, and in accordance to the delivery timeframe set forth in Section IV-4 in the RFP?

5. Do you agree to provide quality food and not make product substitutions without approval to do so from DOC?

6. Do you agree to maintain Order Fill Rates as described in Section IV-4.b ?

2

Page 107: CONTRACT DESCRIPTION CONTRACT INFO

8. Do you agree to the Ordering parameters set forth in Section IV-4.c?

9. Do you agree to the Returns parameters set forth in Section IV-4.d?

10. Do you agree to the Invoicing parameters set forth in Section IV-4.e?

12. Do you agree to provide reports as described in Section IV-8?

13. Do you have a Disaster Recovery Plan in place? If so, describe details.

14. Do you agree to maintain a 95% fill rate set forth in IV4-b?

15. Do you agree to all of the general food special instructions and conditions as outlined in Attachment D?

3

Page 108: CONTRACT DESCRIPTION CONTRACT INFO

Department of General Services GSPUR-89 Rev. 2/15/02

RECIPROCAL LIMITATIONS ACT REQUIREMENTS

Please Complete Applicable Portion of Pages 3 & 4 and Return with Bid.

NOTE: These Requirements Do Not Apply To Bids Under $10,000.00 I. REQUIREMENTS

A. The Reciprocal Limitations Act requires the Commonwealth to give preference to those bidders offering supplies produced, manufactured, mined or grown in Pennsylvania as against those bidders offering supplies produced, manufactured, mined or grown in any state that gives or requires a preference to supplies produced, manufactured, mined or grown in that state. The amount of the preference shall be equal to the amount of the preference applied by the other state for that particular supply.

The following is a list of states which have been found by the Department of General Services to have applied a preference for in-state supplies and the amount of the preference:

STATE PREFERENCE 1. Alaska 7% (applies only to timber, lumber, and manufactured lumber products originating in the state) 2. Arizona 5% (construction materials produced or manufactured in the state only) 3. Hawaii 10% 4. Illinois 10% for coal only 5. Iowa 5% for coal only 6. Louisiana 4% meat and meat products 4% catfish 10% milk & dairy products 10% steel rolled in Louisiana 7% all other products 7. Montana 5% for residents * 3% for non-residents* *offering in-state goods, supplies, equipment and materials 8. New Mexico 5% 9. New York 3% for purchase of food only 10. Oklahoma 5% 11. Virginia 4% for coal only 12. Washington 5% (fuels mined or produced in the state only) 13. Wyoming 5%

B. The Reciprocal Limitations Act requires the Commonwealth to give preference to those bidders offering printing performed in Pennsylvania as against those bidders offering printing performed in any state that gives or requires a preference to printing performed in that state. The amount of the preference shall be equal to the amount of the preference applied by the other state for that particular category of printing.

The following is a list of states which have been found by the Department of General Services to have applied a preference for in-state printing and the amount of the preference:

STATE PREFERENCE 1. Hawaii 15% 2. Idaho 10% 3. Louisiana 3% 4. Montana 8% 5. New Mexico 5% 6. Wyoming 10%

C. The Reciprocal Limitations Act, also requires the Commonwealth to give resident bidders a preference against a nonresident bidder from any state that gives or requires a preference to bidders from that state. The amount of the preference shall be equal to the amount of the preference applied by the state of the nonresident bidder. The following is a list of the states which have been found by the Department of General Services to have applied a preference for in-state bidders and the amount of the preference:

STATE PREFERENCE 1. Alaska 5%(supplies only) 2. Arizona 5%(construction materials from Arizona resident dealers only) 3. California 5%(for supply contracts only in excess of $100,000.00)

Page 1 of 4

Page 109: CONTRACT DESCRIPTION CONTRACT INFO

Department of General Services GSPUR-89 Rev. 2/15/02

4. Connecticut 10%(for supplies only) 5. Montana 3% 6. New Mexico 5%(for supplies only) 7. South Carolina 2%(under $2,500,000.00) 1%(over $2,500,000.00)

This preference does not apply to construction contracts nor where the price of a single unit exceeds $10,000.

8. West Virginia 2.5%(for the construction, repair or improvement of any buildings 9. Wyoming 5%

D. The Reciprocal Limitations Act also requires the Commonwealth not to specify, use or purchase supplies which are produced, manufactured, mined or grown in any state that prohibits the specification for, use, or purchase of such items in or on its public buildings or other works, when such items are not produced, manufactured, mined or grown in such state. The following is a list of the states which have been found by the Department of General Services to have prohibited the use of out-of-state supplies:

STATE PROHIBITION

1. Alabama Only for printing and binding involving ”messages of the Governor to the Legislature“, all bills, documents and reports ordered by and for the use of the Legislature or either house thereof while in session; all blanks, circulars, notices and forms used in the office of or ordered by the Governor, or by any state official, board, commission, bureau or department, or by the clerks of the supreme court . . ./and other appellate courts/; and all blanks and forms ordered by and for the use of the Senate and Clerk or the House of Representatives, and binding the original records and opinions of the Supreme Court . . . /and other appellate courts/

2. Georgia Forest products only 3. Indiana Coal 4. Michigan Printing

5. New Jersey For legislative printing and bidders for all of the following items:* automotive parts, farm machinery, stainless steel tableware, kitchen small wares, major household appliances, chain link fence, portable sanitation units, glass, glazier supplies, storage batteries, spark plugs and filters, automotive glass, dental casting, prosthetic devices, pianos, musical instruments, carpet and cushion, shades, upholstery materials and supplies, room air conditioning, electrical supplies, plumbing supplies, hardware supplies, fasteners, lumber, building supplies, audiovisual/video equipment, fire extinguishers, fire hose, motor oils, fuel oil, sporting goods, photographic supplies, police equipment and supplies, venetian blinds, drapes, cheese, fresh fruit and vegetables, ammonia, bleach, pails, cleaning soaps, toilet cleaner, bowl cleaner, sponges, paper towel dispensers, water hose, course paper products, corrections department uniforms fine paper and paper cups.

6. New Mexico Construction 7. Ohio Only for House and Senate bills, general and local laws, and joint resolutions; the journals and bulletins of

the Senate and house of Representatives and reports, communications, and other documents which form part of the journals; reports, communications, and other documents ordered by the General Assembly, or either House, or by the executive department or elective state officers; blanks, circulars, and other work for the use of the executive departments, and elective state officers; and opinions of the Attorney General.

8. Rhode Island Only for food for state institutions.

*If the bid discloses that the bidder is offering to supply one of the above-listed products from the listed state (or in the case of New Jersey, if the bid discloses that the bidder is from New Jersey and it is offering one of the above-listed items), it shall be rejected. Contractors are prohibited from supplying these items from these states.

II. CALCULATION OF PREFERENCE In calculating the preference, the amount of a bid submitted by a Pennsylvania bidder shall be reduced by the percentage preference which would be given to a nonresident bidder by its state of residency (as found by the Department of General Services in Paragraph C above). Similarly, the amount of a bid offering Pennsylvania goods, supplies, equipment or materials shall be reduced by the percentage preference which would be given to another bidder by the state where the goods, supplies, equipment or materials are produced, manufactured, mined or grown (as found by the Department of General Services in Paragraphs A and B above).

Page 2 of 4

Page 110: CONTRACT DESCRIPTION CONTRACT INFO

Department of General Services GSPUR-89 Rev. 2/15/02

THIS FORM MUST BE COMPLETED AND RETURNED WITH THE BID

III. STATE OF MANUFACTURE All bidders must complete the following chart by listing the name of the manufacturer and the state (or foreign country) of manufacture for each item. If the item is domestically produced, the bidder must indicate the state in the United States where the item will be manufactured. This chart must be completed and submitted with the bid or no later than two (2) business days after notification from the Issuing Office to furnish the information. Failure to complete this chart and provide the required information prior to the expiration of the second business day after notification shall result in the rejection of the bid. STATE (OR FOREIGNCOUNTRY) ITEM NUMBER NAME OF MANUFACTURER OF MANUFACTURE IV. BIDDER’S RESIDENCY

A. In determining whether the bidder is a nonresident bidder from a state that gives or requires a preference to bidders from that state, the address given on the first page of this invitation to bid shall be used by the Commonwealth. If that address is incorrect, or if no address is given, the correct address should be provided in the space below:

Correct Address:

________________________________________________________________________

________________________________________________________________________

________________________________________________________________________

________________________________________________________________________

Page 3 of 4

Page 111: CONTRACT DESCRIPTION CONTRACT INFO

Department of General Services GSPUR-89 Rev. 2/15/02

B. In order to claim the preference provided under Section I.B., Pennsylvania resident bidders must complete the following or have such information on file with the Issuing Office:

1. Address of bidder’s bona fide establishment in Pennsylvania at which it was transacting business on the date when bids for this contract/requisition were first solicited:

2. a. If the bidders is a corporation:

(1) The corporation is or is not incorporated under the laws of the Commonwealth of Pennsylvania. (a) If the bidder is incorporated under the laws of the Commonwealth of Pennsylvania, provide date of incorporation:

(b) If the bidder is not incorporated under the laws of the Commonwealth of Pennsylvania, it must have a certificate of authority to d o business in the Commonwealth of Pennsylvania from the Pennsylvania Department of State as required by the Pennsylvania Business Corporation Law (15 P.S. §2001). Provide date of issuance of certificate of authority:

(2) The corporation is or is not conducting business in Pennsylvania under an assumed or fictitious name. If the bidder is conducting business under an assumed or fictitious name, it must register the fictitious name with the Secretary of the Commonwea lth and the office of the prothonotary of the county wherein the registered office of such corporation is located as required by the Fictitious Corporate Name Act, as amended 15 P.S. §51 et seq. Corporate bidders conducting business under an assumed or fictitious name must provide date of registry of the assumed or fictitious name:

b. If the bidder is a partnership:

(1) The partnership is or is not conducting business in Pennsylvania under an assumed or fictitiou s name. If the bidder is conducting business under an assumed or fictitious name, it must file with the Secretary of the Commonwealth and the office of the prothonotary the county wherein the principal place of business is located as required by the Fictitious Name Act of May 24, 1945, P.L. 967, as amended 54 P.S. §28.1. Partnerships conducting business under an assumed or fictitious name must provide the date of filing of the assumed or fictitious name with the Secretary of the Commonwealth:

(2) The partnership is or is not a limited partnership formed under the laws of any jurisdiction other than the Commonwealth of Pennsylvania. If the bidder is an Out-of-state limited partnership, it must register with the Pennsylvania Department of State as required by the Act of July 10, 1981, P.L. 237, as amended, 59 Pa. C.S.A. §503. Out-of-state limited partnerships must provide the date of registry with the Pennsylvania Department of State:

c. If the bidder is an individual:

He or she is or is not conducting business under an assumed or fictitious name. If the bidder is conducting business under an assumed or fictitious name, he or she must file with the Secretary of the Commonwealth and the office of the prothonotary in the county wherein the principal place of business is located as required by the Fictitious Name Act of May 24, 1945, P.L. 967, as amended, 54 P.S. §28.1. Individuals conducting business under an assumed or fictitious name must provide the date of filing of the assumed or fictitious name with the Secretary of the Commonwealth:

Page 4 of 4

Page 112: CONTRACT DESCRIPTION CONTRACT INFO

9/19/2007

ATTACHMENT H - SUPPLIER MONTHLY REPORT

CONTRACTOR TO SUBMIT TO DEPARTMENT OF GENERAL SERVICES/CONTRACT OFFICER BY THE 15TH DAY FOLLOWING THE REPORTING MONTH.

Supplier Monthly Report (Contractor Name) - Month of (Reporting Month) 2006

Account #

Ordering Agency Name Shipping Address

Supplier Name

CWOPA SAP

Number

Supplier Catalog Number Item Description

Unit of Measure

Order Quantity

Supplier's Retail List

% Discount

CWOPA Unit Cost

CWOPA Extended

Cost Manufacturer NameMfg.

Number

Core or NonCore (C or N)

Ordering Method

Merchandise Category

Code123456789

1011121314151617181920212223242526272829303132333435363738394041424344454647484950

1

Page 113: CONTRACT DESCRIPTION CONTRACT INFO

9/19/2007

2

Page 114: CONTRACT DESCRIPTION CONTRACT INFO

ATTACHMENT I – NONCOLLUSION AFFIDAVIT

INSTRUCTIONS FOR NONCOLLUSION AFFIDAVIT

1. This Noncollusion Affidavit is material to any contract/purchase order awarded pursuant to this bid. According to Section 4507 of Act 57 of May 15, 1998, 62 Pa. C. S. § 4507, governmental agencies may require Noncollusion Affidavits to be submitted with bids.

2. This Noncollusion Affidavit must be executed by the member, officer or employee of the bidder who makes the final decision on prices and the amount quoted in the bid. 3. Bid rigging and other efforts to restrain competition, and the making of false sworn statements in connection with the submission of bids are unlawful and may be subject to criminal prosecution. The person who signs the affidavit should examine it carefully before signing and assure himself or herself that each statement is true and accurate, making diligent inquiry, as necessary, of all other persons employed by or associated with the bidder with responsibilities for the preparation, approval or submission of the bid. 4. In the case of a bid submitted by a joint venture, each party to the venture must be identified in the bid documents, and an affidavit must be submitted separately on behalf of each party. 5. The term "complementary bid" as used in the affidavit has the meaning commonly associated with that term in the bidding process, and includes the knowing submission of bids higher than the bid of another firm, any intentionally high or noncompetitive bid, and any other form of bid submitted for the purpose of giving a false appearance of competition. 6. Failure to submit an affidavit with the bid proposal in compliance with these instructions may result in disqualification of the bid.

Page 115: CONTRACT DESCRIPTION CONTRACT INFO

ATTACHMENT I – NONCOLLUSION AFFIDAVIT

NONCOLLUSION AFFIDAVIT

Contract/Requisition No. ______________________

State of __________________________________: County of _________________________________: s.s. I state that I am ________(Title) of ____________(Name of Firm) and that I am authorized to make this affidavit on behalf of my firm, and its owners, directors, and, officers. I am the person responsible in my firm for the price(s) and the amount of this bid. I state that: (1) The price(s) and amount of this bid have been arrived at independently and without consultation, communication or agreement with any other contractor, bidder or potential bidder. (2) Neither the price(s) nor the amount of this bid, and neither the approximate price(s) nor approximate amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder, and they will not be disclosed before bid opening. (3) No attempt has been made or will be made to induce any firm or person to refrain from bidding on this contract, or to submit a bid higher than this bid, or to submit any intentionally high or noncompetitive bid or other form of complementary bid. (4) The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive bid. (5) (Name of Firm) its affiliates, subsidiaries, officers, directors, and employees are not currently under investigation by any governmental agency and have not in the last four years been convicted or found liable for any act prohibited by state or federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding on any public contract, except as follows: I state that (Name of Firm) understands and acknowledges that the above representations are material and important, and will be relied on by (Name of Purchasing Agency) in awarding the contract(s)/ purchase order(s) for which this bid is submitted. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as fraudulent concealment from the Purchasing Agency of the true facts relating to the submission of this bid. (Signature) (Signatory's Name) ___________________________________________ (Signatory's Title) SWORN TO AND SUBSCRIBED BEFORE ME THIS _________DAY OF _______________________________ 20____ _______________________________________My Commission Expires__________________________ Notary Public

Page 116: CONTRACT DESCRIPTION CONTRACT INFO

ATTACHMENT K - PROPOSAL COVER SHEET COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES

RFP# CN00025919

Enclosed in three separately sealed submittals is the proposal of the Offeror identified below for the above-referenced RFP:

Offeror Information:

Offeror Name Offeror Mailing Address

Offeror Website Offeror Contact Person Contact Person’s Phone Number Contact Person’s Facsimile Number Contact Person’s E-Mail Address Offeror Federal ID Number

Submittals Enclosed and Separately Sealed:

Technical Submittal

Disadvantaged Business Submittal

Cost Submittal

Signature

Signature of an official authorized to bind the Offeror to the provisions contained in the Offeror’s proposal:

Printed Name Title

FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM WITH THE OFFEROR’S PROPOSAL MAY RESULT IN THE REJECTION OF THE OFFEROR’S PROPOSAL

Page 117: CONTRACT DESCRIPTION CONTRACT INFO

INVOICECompany Name

INVOICE #[100]Customer Account #: _____________

Sales Order #: _____________Quote #: _____________

Invoice Date: September 19, 2007

Supplier Corporate Address: Company Name Street Address City, State, Zip Phone: (123) 456-7890 Fax: (234) 567-8901 SAP Vendor #: 125435

Supplier Remit Address: Company Name Street Address City, State, Zip Phone: (123) 456-7890 Fax: (234) 567-8901 SAP Vendor #: 125435-123 Bank Routing Information: (If utilizing ACH) Make all checks payable to “Company Name”

Bill To Address: Comptroller’s Office Commonwealth of Pennsylvania PO Box City, PA, Zip Tel #:

Ship To Address: Agency/Department Name and Facility/Institution Commonwealth of Pennsylvania PO Box City, PA, Zip Tel #:

COMMENTS OR SPECIAL INSTRUCTIONS:

SAP P.O. Number Procurement Contact Shipped via F.O.B. Point Terms

Net xx days Date of invoice receipt

SAP P.O. Line Item #

SAP Material #

Description Quantity Shipped

Unit of Measure

Unit Price Total Price

TOTAL DUE

If you have any questions concerning this invoice, contact: Name: Email: Tel: Fax:

Notes: SAP is our enterprise software system. To find out your SAP vendor numbers, please contact your procurement representative. If applicable, shipping and handling must be a line item on the purchase order and invoice. If applicable, additional documentation will be attached to this invoice as required. The Bill To address should be the Comptroller’s Office as shown on the SAP Purchase Order. Provide the date(s) of service or delivery in the “Comments or Special Instructions”. For leases, the supplier should add “Payment XX of YY” in the “Comments or Special Instructions”.

Page 118: CONTRACT DESCRIPTION CONTRACT INFO

Recommendations when invoicing (not part of invoice template)

1. Do no submit invoices on colored paper (yellow, green, blue, etc.). Please submit on only black and white. Colored paper creates issues when they are imaged and may delay the payment process.

2. Please insure that invoices are legible. If paper invoices are ‘barely’ legible, scanning the invoices make them less legible and may delay the payment process.

3. Invoices with missing or incorrect Purchase Order numbers may be returned to the supplier.

4. The “Procurement Contact” field should be the agency procurement person. 5. Changes to the supplier name, remittance address, or Taxpayer Identification Number

(either Employer Identification Number or Social Security Number) must be communicated promptly to the Commonwealth's Central Vendor Management Unit (“CVMU”). Please contact CVMU at (866) 775-2868 for instructions.

6. The scheduled payment due date is determined based on the date the Commonwealth receives a correct invoice.

Page 119: CONTRACT DESCRIPTION CONTRACT INFO

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES

BUREAU OF PROCUREMENT HARRISBURG

May 9, 2007

Subject: Non-Perishable Food Bid Number: CN00025919 Opening Date/Time: 5/24/07 1:30 PM Flyer: 1 To All Bidders: The following questions and answers are furnished for clarification. 1. Q - Is the bid conference mandatory on May 7, 2007 A - No the pre-proposal conference is not mandatory. 2. Q - Do we have to bid on every item in the lot to be considered? A - Suppliers should supply 100% of products in each lot for each region, however, DOC reserves the right to award partial lots in the best interest of the Commonwealth. 3. Q - Do I have to submit 6 copies (paper) of the entire bid even though we are only bidding on items in 2 lots? A - Yes 4. Q - The term of this new contract will be 2 years? A - Yes 5. Q - In Part III-4 please clarify "each lot" - does this mean all items in the lot? A - Yes 6. Q - Once this contract is awarded, can we still decrease pricing at any time? A - Pricing may be decreased at any time, however, it is expected that you would submit your best pricing initially to ensure that you will be on the contract. 7. Q - Can we offer an alternate case/pack or size on any of the items? A - No. See Section 1-16 Alternate Proposals. 8. Q - Will this still be a multi-vendor contract? A - See Section l-1 - The Commonwealth's intent is to award each lot in each reg ion to one contractor but may award to multiple contractors. 9. Q - Will it be required for the agencies to purchase from the low cost supplier? A - If you are the low cost awarded supplier, it is expected that DOC will purchase from you. 10. Q - I notice that the unit on the sugar (Lot 20) is by case. Our quotation would be by pallet (2500#/pallet). Would that change the total quantity by region? A - See response #7 above. Bidders should submit bids in accordance with the designated packaging stipulated within the bid.

Page 120: CONTRACT DESCRIPTION CONTRACT INFO

11. Q - In reference to the above subject, would you be willing to extend the due date. With all the criteria required and the manufacturers response time, the time allotted is too short. An additional two to three weeks (three being ideal) would be in the best interest of all parties involved. A - At this time, the deadline for submittals will not be changed. 12. Q - We have downloaded the RFP. I do not see a date for start of the contract. Is it July? A - DGS anticipates the contract(s) to be effective in August or September 2007. 13. Q - As a manufacturer of portion pack condiments, we have been able to offer the Commonwealth of PA exceptionally low prices, for jelly, catsup, peanut butter, etc. Will the new RFP exclude us from partaking in this bid and force us to try and work with a distributor? As a company classified as a small business and Veteran owned being excluded from this bidding process will financially hurt this company. We would appreciate the opportunity as an independent manufacturer to participate in this bid process. A - It is not the intention of the Commonwealth to exclude any responsive and responsible supplier from the bidding process. See Section I-13 Disadvantaged Business Information. 14. Q - Will DGS allow vendors to add a fuel surcharge should the cost of diesel rise significantly? A - The Commonwealth does not advocate fuel surcharges, however, fuel is one of the components of pricing that may be negotiated between the Commonwealth and the supplier during the six month price adjustments. 15. Q - Why did DGS lower the minimum dollar amount for deliveries, especially considering the recent significant increase in transportation costs? Will DGS allow a freight charge for orders below the minimum:? A - All orders will be FOB Destination. Suppliers are under no obligation to provide items that do not meet the minimum dollar thresholds. 16. Q - When will the new contract begin? Many suppliers and prospective suppliers need to know when they must begin supplying vendors, in order to provide the best pricing possible. Can we anticipate an extension of the current non-perishables contract? If so, under what terms? A - The current contracts will be extended for an additional 3 months or until the new contract is in place whichever occurs first. All terms and conditions remain the same. The current contract period at this time is June 1, 2006 thru May 31, 2007, however the contract has been extended three months thru August 31, 2007 17. Q - The RFP mentions priority of consideration for firms who are in an Enterpise Zone or who are disadvantages firms. What is the numerical weighting for such priorities? Would location in an Enterprise Zone be considered as valuable as being a disadvantaged firm? A - The numerical weighting is not available for bidders. Refer to Section II-8. 18. Q - We have several alternate products we think DGS should consider. How can we provide information on these items? Who would be the contact for this? A - The RFP does not allow for alternate proposals. You may provide that information to Ann Kimmel for consideration, separate from the RFP. 19. Q - We notice that the specifications for canned vegetables contain a low sodium requirement of 20 mg of sodium per 1/2 cup serving. This is significantly lower than the 400 mg per 1/2 cup serving threshold on the current non-perishable contract. It is doubtful that any manufacturer can supply us product with only 20mg of sodium per 1/2 cup serving. Will DGS consider retaining the 400 mg per 1/2 cup serving requirement? A - Until the 2007 canning season commences, the DOC will accept canned vegetables with

Page 121: CONTRACT DESCRIPTION CONTRACT INFO

a sodium content of 400 mg/1/2 cup serving with the following exception: sweet potatoes - 100 mg or less per 1/2 cup tomato paste - 30 mg or less per 2 tablespoons (1 ounce) and tomato sauce - 400 mg per 1/4 cup Beginning with the second quarter (October 1, 2007), sodium content requirements will revert to those as identified in the original specifications. Products with higher sodium content will be rejected unless prior written approval is received from DOC in either case. 20. Q - Please provide clarity on the requested delivery dates/lead times for orders. Currently some institutions are sending orders that request delivery in three weeks while others are sending orders asking for delivery in as little as two days. A - In accordance with III-4, para d- Contractors shall deliver products to an ordering location within ten (10) business days after receiving an order. 21. Q - Who is the contact for questions concerning the long text descriptions (specifications) of the items on the price submittal chart? A - Ann Kimmel is the contact for all questions concerning this RFP. 22. Q - Will there be opportunities for special buys in this contract? Who would be the contact for this? A - Contact Ann Kimmel for any special buys that you might have available. 23. Q - If a state agency should order a product in error (e.g. 50 cs green beans), is it the CWOPA position that a Distributor cannot issue a restocking fee? A - Refer to Section IV-4, Tasks - d. 24. Q - If a Distributor's curent billing system does not have the ability to display all requested information on an invoice (e.g. SAP#), is this cause for disqualification? A - Suppliers are encouraged to submit invoices that reflect the purchase order to ensure accurate billing. 25. Q - In today's environment of rising costs, why did the CWOPA decide to drop a $1500.00 minimum delivery to $500.00 minimum delivery? If fuel rises, can a Distributor implement a fuel surcharge? A - See Question #14 above 26. Q - Can a Distributor bid on an item that is a different pack than the one stated on Attachment C? A - No 27. Q - In order for a Manufacturer to quote prices to the Distributor, they need to have begin/end dates. Are those dates available so that pricing can be quoted accordingly? Prices being held from award date does not work because we do not know the award date. A - DGS anticipates the contract(s) to be effective in August or September 2007. 28. Q - In order for a Distributor to be able to react to responses from the questions submitted on May 3, 2007 in a timely fashion, would it be possible for the CWOPA to answer them sooner that May 16, 2007? Also, can a Distributor ask questions after May 3, 2007 and how soon will they be answered? A - DGS will attempt to have the questions and responses published sooner than May16, 2007. Questions may also be submitted at the preproposal conference. 29. Q - If a Lot is awarded to a Distributor, are they the sole Distributor or do the facilities have the right to purchase from another source? If a Lot is awarded to multiple Disbributors, is that by line item or do the facilities have the option to order any item from that lot from any of the awarded Distributors?

Page 122: CONTRACT DESCRIPTION CONTRACT INFO

A - If a lot is awarded to one supplier, then DOC Facilities will purchase from that supplier. If a lot is awarded to multiple suppliers, it will be awarded by line item. There will be one supplier per line item. 30. Q - Does the award/awards suggest that the facilities purchase from the lowest priced distributor or do the facilties have the option to purchase from any participating distributor based on other criteria (e.g. service, reputation, availability)? A - Refer to question #9 31. Q - Please clarify attachment H. A - This is a template to be used by each supplier to submit a monthly report to DGS. 32. Q - Please clarify attachment B #13. A - This part of the proposal asks suppliers to explain any rebate policies that they have in place and how will they be communicated to the Commonwealth. All rebates should be submitted to the ordering DOC Facility on a quarterly basis. 33. Q - Please clarify last sentence on attachment D and also attchment A pg 15 or 25. Can you please review the 60 day time period for a return? It is too long a time period for a distributor to have product returned back to them. A - No product should be delivered that has less than 1/2 of the shelf life remaining calculated from the packing date at the time the product is delivered. The 60 day return period allows DOC to return products that may not be used immediately upon delivery and are found to be defective. 34. Q - Why is the weight & methodology of calculating disadvantaged businesses kept from the public and the bidders? Attach this flyer to the original copy of your invitation bid proposal. Failure to do so may result in bid disqualification. If you have already returned the original bid, return this flyer with your instructions, annotated or a cover memo attached, to: Bureau of Procurement, Bid Opening Room, 555 Walnut Street, 6th Floor Harrisburg PA 17101.

IF YOU ARE CHANGING PRICE(S), DO NOT FAX this flyer and/or cover memo; you must furnish these instructions in a sealed envelope. Please indicate the bid number and opening date/time on the outside of the envelope. Except as clarified and amended by this flyer, the terms, conditions, specifications, and instructions of the invitation to bid and any previous flyers, remain as originally written. Very truly yours, Ann M. Kimmel, CPPB ____________________________________ Commodity Specialist Phone: 717-783-0764 E-mail: [email protected]

Page 123: CONTRACT DESCRIPTION CONTRACT INFO

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES

BUREAU OF PROCUREMENT HARRISBURG

May 11, 2007

Subject: Non-Perishable Food Bid Number: CN00025919 Opening Date/Time: 5/24/07 1:30 PM (See Below) Flyer: 2 To All Bidders: The bid opening for the RFP CN00025919, Non-Perishable Foods for the Department of Corrections, has been changed until Friday, June 1, 2007 at 1:30 PM. Attach this flyer to the original copy of your invitation bid proposal. Failure to do so may result in bid disqualification. If you have already returned the original bid, return this flyer with your instructions, annotated or a cover memo attached, to: Bureau of Procurement, Bid Opening Room, 555 Walnut Street, 6th Floor Harrisburg PA 17101.

IF YOU ARE CHANGING PRICE(S), DO NOT FAX this flyer and/or cover memo; you must furnish these instructions in a sealed envelope. Please indicate the bid number and opening date/time on the outside of the envelope. Except as clarified and amended by this flyer, the terms, conditions, specifications, and instructions of the invitation to bid and any previous flyers, remain as originally written. Very truly yours, Ann M. Kimmel, CPPB ____________________________________ Commodity Specialist Phone: 717-783-0764 E-mail: [email protected]

Page 124: CONTRACT DESCRIPTION CONTRACT INFO

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES

BUREAU OF PROCUREMENT HARRISBURG

May 24, 2007

Subject: Non-Perishable Food Bid Number: CN00025919 Opening Date/Time: 06/01/07 1:30 PM Flyer: 3 To All Bidders: Additional questions and answers provided. 35. Q To receive credit for working with a small disadvantaged business, does the SDB have to be a PA company? A No. 36. Q Can an offeror submit more than one bid? In other words, could we submit one with a SDB joint venture and one with a SDB as a subcontractor? A An Offeror that qualifies as a SDB can submit a complete proposal as a prime and also be included as a subcontractor on another offerors complete proposal. 37. Q I was told that if a distributor did not submit a plan to utilize a Disadvantaged Business, that their bid would be rejected. Is this the case? A No - they just would not receive any points for Disadvantaged Business 38. Q Do clear bags present a problem for the 10X and brown sugar? A As long as the clear bags are moisture proof and are a heavy gauge that can resist normal punctures, rips, and tears and the weight. 39. Q Should I include pallets in the quotation? A No - bids should only be submitted on package size requested in bid. 40. Q Due to rising fuel costs, we will need to reaccess the fuel surcharges on a monthly basis. Does this work with the quote? A See question #14 on Flyer #1 NOTE: DGS WILL NO LONGER RECEIVE OR ANSWER ANY QUESTIONS CONCERNING THIS REQUEST FOR PROPOSAL. Attach this flyer to the original copy of your invitation bid proposal. Failure to do so may result in bid disqualification. If you have already returned the original bid, return this flyer with your instructions, annotated or a cover memo attached, to: Bureau of Procurement, Bid Opening Room, 555 Walnut Street, 6th Floor Harrisburg PA 17101.

IF YOU ARE CHANGING PRICE(S), DO NOT FAX this flyer and/or cover memo; you must

Page 125: CONTRACT DESCRIPTION CONTRACT INFO

furnish these instructions in a sealed envelope. Please indicate the bid number and opening date/time on the outside of the envelope. Except as clarified and amended by this flyer, the terms, conditions, specifications, and instructions of the invitation to bid and any previous flyers, remain as originally written. Very truly yours, Ann M. Kimmel, CPPB ____________________________________ Commodity Specialist Phone: 717-783-0764 E-mail: [email protected]

Page 126: CONTRACT DESCRIPTION CONTRACT INFO
Page 127: CONTRACT DESCRIPTION CONTRACT INFO
Page 128: CONTRACT DESCRIPTION CONTRACT INFO
Page 129: CONTRACT DESCRIPTION CONTRACT INFO
Page 130: CONTRACT DESCRIPTION CONTRACT INFO
Page 131: CONTRACT DESCRIPTION CONTRACT INFO
Page 132: CONTRACT DESCRIPTION CONTRACT INFO
Page 133: CONTRACT DESCRIPTION CONTRACT INFO
Page 134: CONTRACT DESCRIPTION CONTRACT INFO
Page 135: CONTRACT DESCRIPTION CONTRACT INFO
Page 136: CONTRACT DESCRIPTION CONTRACT INFO
Page 137: CONTRACT DESCRIPTION CONTRACT INFO
Page 138: CONTRACT DESCRIPTION CONTRACT INFO
Page 139: CONTRACT DESCRIPTION CONTRACT INFO
Page 140: CONTRACT DESCRIPTION CONTRACT INFO
Page 141: CONTRACT DESCRIPTION CONTRACT INFO
Page 142: CONTRACT DESCRIPTION CONTRACT INFO
Page 143: CONTRACT DESCRIPTION CONTRACT INFO
Page 144: CONTRACT DESCRIPTION CONTRACT INFO
Page 145: CONTRACT DESCRIPTION CONTRACT INFO
Page 146: CONTRACT DESCRIPTION CONTRACT INFO
Page 147: CONTRACT DESCRIPTION CONTRACT INFO

Contract Reference Number: 8920-08 Collective Number: CN00025919

SAP Contract Number: 4600012728 Change Number: 1 Change Effective Date: 09-13-07

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES

HARRISBURG For: Department of Corrections Subject: Non Perishable Food Contract Period: Beginning Sept.10, 2007 & Ending Aug. 30, 2009 Commodity Specialist Name: Elizabeth Lenhart / 717-346-3848 CHANGE SUMMARY: LASANGA Material Code 292106 added to the following contracts Sept. 13, 2007: Contract # Region # Cost 4600012727 Region 1 $8.27 4600012728 Region 2 $8.12 4600012729 Region 3, 4, 5 $8.43 To maintain efficient operations especially for material handlers whenever possible please order pasta items from Conte Luna ( aka Philadelphia Macaroni Company) in the following order multiples (pallet quantities): Item SAP Material Code Conte Luna number Cases per pallet Weight per case Bow ties 291513 093-09 77 10 lb Elbow 291514 007-09 77 20 lb Medium ribbons 291515 049-02 77 10 lb Rotini 291516 023-01 48 20 lb Shells 291517 083-09 48 20 lb Spaghetti 291518 509-09 77 20 lb Lasagna 292106 583-18 100 10 lb Pot Pie Squares 314648 169-03 50 20 lb To change delivery, inquire about order status, or any other customer service questions please contact: Main Phone: 215-923-7611 Customer Service Rep: Franceen Pickel

Page 148: CONTRACT DESCRIPTION CONTRACT INFO

CSR Phone: 215-923-7611 ext 117 ALL OTHER TERMS AND CONDITIONS OF THIS AGREEMENT NOT CHANGED BY THIS CHANGE NOTICE REMAIN AS ORIGINALLY WRITTEN.

Page 149: CONTRACT DESCRIPTION CONTRACT INFO

Contract Reference Number: 8920-08 Collective Number: CN00025919

SRM/SAP Contract Number:4600012727, 4600012728, 4600012729 Change Number: 2 Change Effective Date: 11-15-07

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES

HARRISBURG For: All using Agencies of the Commonwealth Subject: NON-PERISHABLE FOODS Contract Period: Beginning Sept 10, 2007 and Ending August 31, 2009 Commodity Specialist Name: Margie Juran CHANGE SUMMARY:\ Adding 314983 Pasta, noodle type, no egg, 1/2 inch, curly flat ALL OTHER TERMS AND CONDITIONS OF THIS AGREEMENT NOT CHANGED BY THIS CHANGE NOTICE REMAIN AS ORIGINALLY WRITTEN.

Page 150: CONTRACT DESCRIPTION CONTRACT INFO

Contract Reference Number: 8920-08 Collective Number: CN00025919

SRM/SAP Contract Number: 4600012727,4600012728, 4600012729 Change Number: 3 Change Effective Date: 01-07-08

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES

HARRISBURG For: Department of Corrections Subject: NON-PERISHABLE FOODS Contract Period: Beginning Sept 10, 2007 and Ending August 30, 2008 Commodity Specialist Name: Margie Juran CHANGE SUMMARY:\ Point of contact for the above said contracts is Margie Juran, 717-346-8112, [email protected] ALL OTHER TERMS AND CONDITIONS OF THIS AGREEMENT NOT CHANGED BY THIS CHANGE NOTICE REMAIN AS ORIGINALLY WRITTEN.

Page 151: CONTRACT DESCRIPTION CONTRACT INFO

Contract Reference Number: 8920-08 Collective Number: CN00025919

SAP Contract Number: 4600012727 4600012728 4600012729 Change Number: 4 Change Effective Date: 02-10-08

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES

HARRISBURG For: Department of Corrections Subject: Non Perishable Food Contract Period: Beginning Sept.10, 2007 & Ending Aug. 30, 2009 Commodity Specialist Name: Margie Juran / 717-346-8112 CHANGE SUMMARY: The new prices have been uploaded into SAP effective for February 10, 2008. ALL OTHER TERMS AND CONDITIONS OF THIS AGREEMENT NOT CHANGED BY THIS CHANGE NOTICE REMAIN AS ORIGINALLY WRITTEN.

Page 152: CONTRACT DESCRIPTION CONTRACT INFO

MIN MAX FEB 10 PRICES REGION 1

CWOPA Material # UOM Feesers Elwood Good

Source Karetas Ritter Zilka Shrier Somerset Premier Conte Luna Min Min Supplier Max Old Min Old Min Supplier

%Difference old vs new

min 4600012697 4600012689 4600012691 4600012703 4600012708 4600012701 4600012696 4600012695 4600012698 4600012727

291335 17.5 CS 28 17.95 34.50 17.50 45.13 17.50 Shrier 45.13 17.50 Schrier 0%

291336 12.8 CS 15.46 12.25 15.75 12.80 20.23 12.25 Karetas 20.23 12.90 Karetas -5%

292054 29 CS 37.8 37.30 24.50 29.00 30.96 24.50 Zilka 37.80 25.00 Schrier -2%

291337 7 BAG 7.28 6.20 4.45 7.00 19.00 5.00 4.45 Zilka 19.00 4.50 Premier -1%

304768 8.25 CS 11.00 10.89 8.25 12.70 8.25 Shrier 12.70 7.96 Somerset 4%

291338 13 CS 16.2 13.60 15.75 13.00 23.62 13.00 Shrier 23.62 13.00 Schrier 0%

292110 38 CS 38.25 45.28 38.00 40.32 38.00 Shrier 45.28 22.50 Schrier 69%

291340 9.6 CS 14 12.50 15.50 9.53 9.60 12.24 9.53 Zilka 15.50 9.43 Zilka 1%

200665 4 LB 2.65 2.48 4.00 2.87 2.48 Zilka 4.00 2.65 Karetas -6%

291345 180 BAG 130.00 124.00 180.00 117.75 117.75 Somerset 180.00 135.00 Karetas -13%

258083 16.25 CS 18.30 18.00 16.25 29.62 16.25 Shrier 29.62 16.17 Karetas 0%

291346 22.6 CS 57.24 24.30 27.89 22.60 31.42 22.60 Shrier 57.24 20.60 Schrier 10%

292158 19.6 CS 27.37 21.78 21.50 29.00 19.60 28.62 19.60 Shrier 29.00 19.20 Ritter 2%

291347 16.8 CS 20.75 19.70 18.90 22.71 16.80 24.94 16.80 Shrier 24.94 17.15 Ritter -2%

291348 17.25 CS 20.72 19.95 18.00 24.86 17.25 29.41 17.25 Shrier 29.41 17.25 Schrier 0%

291349 18 CS 19.90 42.90 25.10 18.00 62.89 18.00 Shrier 62.89 18.00 Schrier 0%

291350 16.95 CS 42.8 18.10 39.95 22.15 16.95 58.78 16.95 Shrier 58.78 16.35 Schrier 4%

291351 17.95 BAG 22.95 21.40 20.50 22.00 17.95 26.28 17.95 Shrier 26.28 17.95 Schrier 0%

291352 19.2 CS 19.04 19.80 18.15 18.25 19.20 27.36 18.15 Ritter 27.36 19.04 Feesers -5%

291353 20.6 CS 19.34 21.47 18.25 18.25 20.60 27.79 18.25 Ritter 27.79 19.34 Feesers -6%

291354 23.35 CS 19.04 20.47 18.15 18.25 23.35 27.36 18.15 Ritter 27.36 19.04 Feesers -5%

291355 18.4 CS 19.34 19.30 18.25 18.25 18.40 27.79 18.25 Ritter 27.79 18.40 Schrier -1%

291356 22 CS 23.85 27.15 24.00 22.00 17.85 17.85 Somerset 27.15 15.12 Somerset 18%

291357 27.5 CS 33.75 30.00 21.40 27.50 39.00 21.40 Zilka 39.00 23.50 Zilka -9%

291358 27 CS 38.6 35.00 26.50 27.00 48.00 26.50 Zilka 48.00 27.00 Schrier -2%

300733 55 CS 44.72 55.00 44.72 Karetas 55.00 44.72 Karetas 0%

292058 26.5 CS 32.00 25.45 26.50 52.40 25.45 Zilka 52.40 26.50 Schrier -4%

291362 22 CS 25.76 28.15 14.57 22.00 26.48 14.57 Zilka 28.15 14.57 Zilka 0%

291363 45 BAG 41.25 39.20 45.00 44.90 39.20 Zilka 45.00 39.20 Zilka 0%

291364 38 CS 36.62 38.30 35.26 38.00 47.50 35.26 Zilka 47.50 35.26 Zilka 0%

TOTAL LOT 1

291365 11.1 CS 14.8 11.90 12.95 9.84 11.10 13.46 21.00 9.84 Zilka 21.00 8.84 Zilka 11%

291366 11.1 CS 14.6 11.90 12.95 9.84 11.10 13.46 21.00 9.84 Zilka 21.00 8.84 Zilka 11%

291367 13.5 CS 15.05 11.90 12.95 10.00 13.50 15.11 21.00 10.00 Zilka 21.00 9.00 Zilka 11%

TOTAL LOT 2

291369 39.5 CS 43.32 48.00 33.65 39.50 58.24 33.65 Zilka 58.24 31.05 Zilka 8%

Min Max Feb 10 Prices 1 2/12/2008

Page 153: CONTRACT DESCRIPTION CONTRACT INFO

MIN MAX FEB 10 PRICES REGION 1

CWOPA Material # UOM Feesers Elwood Good

Source Karetas Ritter Zilka Shrier Somerset Premier Conte Luna Min Min Supplier Max Old Min Old Min Supplier

%Difference old vs new

min

291371 39.5 CS 43.32 48.00 33.65 39.50 58.24 33.65 Zilka 58.24 31.05 Zilka 8%

291373 39.5 CS 43.32 48.00 33.65 39.50 58.24 33.65 Zilka 58.24 31.05 Zilka 8%

304760 40 CS 29.58 38.30 38.90 40.00 40.59 29.58 Good Source 40.59 29.58 Good Source 0%

304761 40 CS 29.58 38.30 38.90 40.00 39.59 29.58 Good Source 40.00 29.58 Good Source 0%

304762 40 CS 29.58 38.30 38.90 40.00 39.59 29.58 Good Source 40.00 29.58 Good Source 0%

304763 40 CS 29.58 38.30 38.90 40.00 39.59 29.58 Good Source 40.00 29.58 Good Source 0%

291375 15.75 CS 15.70 16.97 13.99 12.95 15.75 22.09 12.95 Zilka 22.09 11.50 Zilka 13%

291376 15.75 CS 15.70 16.97 13.99 12.95 15.75 18.06 12.95 Zilka 18.06 11.50 Zilka 13%

291377 15.75 CS 15.70 16.97 13.99 12.95 15.75 18.06 12.95 Zilka 18.06 11.50 Zilka 13%

291378 15.75 CS 15.70 16.97 13.99 12.95 15.75 18.06 12.95 Zilka 18.06 11.50 Zilka 13%

TOTAL LOT 3

291453 17.9 CS 25.6 18.80 18.88 17.90 23.32 17.90 Shrier 25.60 16.50 Schrier 8%

291456 17.5 CS 22.86 15.80 19.25 17.16 17.50 22.95 15.80 Karetas 22.95 12.66 Zilka 25%

292076 26.5 CS 30.5 30.20 24.82 32.11 26.50 34.56 24.82 Ritter 34.56 26.26 Ritter -5%

291460 21.8 CS 25.95 24.60 23.40 21.80 31.68 21.80 Shrier 31.68 21.90 Schrier 0%

291462 23.5 CS 27.54 26.00 25.75 23.40 23.50 20.65 20.65 Somerset 27.54 23.50 Schrier -12%

291465 21.4 CS 24 23.44 21.40 21.40 28.73 21.40 Zilka 28.73 21.50 Schrier 0%

291468 17.15 CS 20 22.00 19.45 17.15 16.72 16.72 Somerset 22.00 17.25 Schrier -3%

291470 18.5 CS 23.75 22.00 19.95 19.75 18.50 25.32 18.50 Shrier 25.32 16.50 Schrier 12%291553 14.5 CS 15.83 14.88 14.50 13.70 14.50 14.80 13.70 Zilka 15.83 13.75 Schrier 0%291555 15.5 CS 15.9 16.10 17.75 15.50 17.90 15.50 Shrier 17.90 14.50 Schrier 7%291557 14.7 CS 15.85 14.70 13.65 14.70 17.50 13.65 Zilka 17.50 13.75 Ritter -1%291560 13.95 CS 15.25 14.75 14.50 13.15 13.95 17.25 13.15 Zilka 17.25 13.25 Schrier -1%291562 23 CS 19.62 17.70 20.40 23.00 22.94 17.70 Karetas 23.00 15.57 Zilka 14%300750 15.5 CS 14.85 14.25 16.45 15.50 19.42 14.25 Karetas 19.42 13.39 Zilka 6%291571 15.25 CS 14.3 14.33 16.90 15.25 20.78 14.30 Feesers 20.78 12.75 Schrier 12%291580 16.25 CS 17.7 16.35 15.48 16.25 22.54 15.48 Zilka 22.54 15.50 Schrier 0%291582 16.5 CS 16.27 15.90 21.00 16.50 21.89 15.90 Karetas 21.89 15.50 Schrier 3%291585 17.45 CS 18.53 17.60 21.00 17.45 23.25 17.45 Shrier 23.25 16.75 Schrier 4%291588 15.25 CS 16.50 16.40 15.25 21.94 15.25 Shrier 21.94 14.75 Schrier 3%291593 18.5 CS 17.95 17.00 17.95 18.50 16.77 16.77 Somerset 18.50 14.40 Somerset 16%296814 13.85 CS 15.45 15.25 14.25 16.17 13.85 19.08 13.85 Shrier 19.08 13.95 Ritter -1%291601 20.5 CS 20.35 20.00 25.00 20.50 27.92 20.00 Karetas 27.92 18.00 Karetas 11%291594 18.75 CS 24.15 23.90 24.00 20.25 18.75 17.42 17.42 Somerset 24.15 17.50 Schrier 0%292140 16.5 CS 16.26 16.20 17.25 16.50 21.24 16.20 Karetas 21.24 15.25 Feesers 6%291610 21.25 CS 27.95 23.00 21.40 21.25 21.25 Shrier 27.95 21.50 Schrier -1%291612 14.5 CS 15.92 14.66 13.60 14.50 15.72 13.60 Zilka 15.92 13.23 Zilka 3%291615 17.5 CS 19.60 20.50 17.50 25.50 17.50 Shrier 25.50 16.50 Schrier 6%291616 11.8 CS 14.4 14.60 12.75 11.80 11.47 11.47 Somerset 14.60 11.50 Schrier 0%

TOTAL LOT 4

291390 24.5 CS 26.4 30.60 24.50 24.50 Shrier 30.60 24.50 Schrier 0%

291391 16 CS 21.27 16.70 16.00 16.00 Shrier 21.27 15.50 Schrier 3%

291392 19.3 CS 19.70 19.30 19.30 Shrier 19.70 17.42 Somerset 11%

Min Max Feb 10 Prices 2 2/12/2008

Page 154: CONTRACT DESCRIPTION CONTRACT INFO

MIN MAX FEB 10 PRICES REGION 1

CWOPA Material # UOM Feesers Elwood Good

Source Karetas Ritter Zilka Shrier Somerset Premier Conte Luna Min Min Supplier Max Old Min Old Min Supplier

%Difference old vs new

min

291393 16 CS 22.45 16.70 16.00 16.00 Shrier 22.45 15.50 Schrier 3%

291394 15.7 BAG 16.10 15.70 15.70 Shrier 16.10 15.80 Schrier -1%

291395 12.5 CS 21.1 16.55 17.43 12.50 22.09 12.50 Shrier 22.09 11.50 Schrier 9%

291396 18.95 CS 25.6 19.75 18.95 18.95 Shrier 25.60 18.95 Schrier 0%

291397 18.95 CS 8.95 22.65 25.00 18.75 18.95 22.24 8.95 Feesers 25.00 16.94 Zilka -47%

291398 17.85 CS 21.25 19.85 21.25 17.85 20.52 17.85 Shrier 21.25 18.00 Schrier -1%

291399 16 CS 22.45 16.90 16.00 16.00 Shrier 22.45 15.50 Schrier 3%

291400 19.3 CS 19.70 19.30 19.30 Shrier 19.70 19.40 Schrier -1%

291401 16 CS 22.45 16.90 16.00 16.00 Shrier 22.45 15.50 Schrier 3%

291402 20.9 CS 21.30 20.90 20.90 Shrier 21.30 20.30 Somerset 3%

TOTAL LOT 5

291379 48 CS 60.00 30.48 48.00 30.48 Zilka 60.00 18.98 Zilka 61%

291380 49 CS 52.54 31.30 32.95 49.00 31.30 Karetas 52.54 31.65 Zilka -1%

291381 19.5 CS 29.2 27.25 19.50 22.62 19.50 Shrier 29.20 20.02 Somerset -3%

TOTAL LOT 6

291403 8.88 CS 12.25 9.45 8.79 15.25 8.88 11.23 8.79 Karetas 15.25 8.93 Elwood -2%

291404 15.25 CS 15.84 15.25 14.75 13.95 15.25 18.36 13.95 Zilka 18.36 14.00 Schrier 0%

291405 10.84 CS 14.07 11.25 11.25 10.84 14.17 10.84 Shrier 14.17 10.25 Ritter 6%

292115 9.5 CS 10.71 6.99 12.12 14.95 9.50 11.36 6.99 Elwood 14.95 6.99 Elwood 0%

291407 22.25 CS 25.1 26.00 28.40 22.25 31.81 22.25 Shrier 31.81 21.70 Schrier 3%

291406 4.95 CS 5.48 3.70 5.40 6.95 4.95 4.97 3.70 Elwood 6.95 3.87 Liberty -4%

291408 4.95 CS 4.81 3.78 4.25 5.98 4.95 5.04 3.78 Elwood 5.98 3.96 Liberty -5%

291409 5.25 CS 7.14 4.65 4.95 8.05 5.25 5.04 4.65 Elwood 8.05 4.65 Elwood 0%

291410 24 CS 26 27.00 29.65 24.00 33.47 24.00 Shrier 33.47 23.50 Schrier 2%

291411 4.95 CS 6.41 3.72 4.22 5.98 4.95 4.68 3.72 Elwood 6.41 3.72 Elwood 0%

291412 10.75 CS 15.15 14.55 10.75 12.96 10.75 Shrier 15.15 10.75 Schrier 0%

296045 95 CS 96 84.22 95.00 133.49 84.22 Karetas 133.49 75.00 Schrier 12%

291413 7.2 CS 7.55 9.15 9.95 8.95 7.20 11.43 7.20 Shrier 11.43 7.35 Ritter -2%

291414 3.95 CS 5.3 3.85 3.15 6.25 3.95 4.78 3.15 Karetas 6.25 3.78 Elwood -17%

291415 5.25 CS 7.1 5.50 5.95 6.65 5.25 6.83 5.25 Shrier 7.10 5.05 Schrier 4%

291416 3.35 CS 4.1 4.00 3.95 4.90 3.35 4.78 3.35 Shrier 4.90 3.35 Schrier 0%

291417 5.75 CS 5.60 6.55 5.75 5.39 5.39 Somerset 6.55 4.31 Liberty 25%

292118 4.25 CS 3.90 4.07 4.25 4.62 3.90 Karetas 4.62 3.90 Karetas 0%

291418 10.5 CS 15.5 13.00 10.25 11.25 10.50 11.84 10.25 Ritter 15.50 9.60 Schrier 7%

291419 3.95 CS 3.50 3.87 4.87 3.95 4.22 3.50 Elwood 4.87 3.45 Elwood 1%

291420 3.75 CS 5.08 3.58 3.65 5.46 3.75 3.89 3.58 Elwood 5.46 3.65 Karetas -2%

Min Max Feb 10 Prices 3 2/12/2008

Page 155: CONTRACT DESCRIPTION CONTRACT INFO

MIN MAX FEB 10 PRICES REGION 1

CWOPA Material # UOM Feesers Elwood Good

Source Karetas Ritter Zilka Shrier Somerset Premier Conte Luna Min Min Supplier Max Old Min Old Min Supplier

%Difference old vs new

min

291421 9.6 CS 15.5 13.30 12.75 9.10 9.60 12.60 9.10 Zilka 15.50 9.60 Schrier -5%

291422 18 CS 22.8 14.50 14.00 12.35 14.65 18.00 14.76 12.35 Ritter 22.80 11.95 Ritter 3%

291423 3.75 CS N/A 7.90 3.75 4.36 3.75 Shrier 7.90 3.30 Schrier 14%

291424 3.4 CS 13.09 3.32 4.00 6.67 3.40 3.57 3.32 Elwood 13.09 3.40 Schrier -2%

291425 18 CS 26.5 14.25 13.00 12.65 10.79 18.00 11.90 10.79 Zilka 26.50 11.50 Karetas -6%

291426 13.5 CS 24 11.70 14.00 13.50 12.08 11.70 Elwood 24.00 11.88 Somerset -2%

291427 3.75 CS 3.90 4.50 6.75 3.75 4.22 3.75 Shrier 6.75 3.82 Elwood -2%

291428 14.75 CS 20.5 16.50 16.06 14.75 14.96 14.75 Shrier 20.50 13.95 Schrier 6%

291429 4.1 CS 15.18 4.15 4.70 8.10 4.10 5.00 4.10 Shrier 15.18 4.15 Elwood -1%

291430 23.95 CS 33.19 16.00 16.50 14.65 20.89 23.95 17.34 14.65 Ritter 33.19 14.00 Schrier 5%

291431 23.95 CS 33.97 14.90 28.50 23.95 16.50 14.90 Elwood 33.97 15.12 Somerset -1%

291432 7.2 CS 8.95 7.95 7.20 9.14 7.20 Shrier 9.14 7.43 Karetas -3%

291433 13.5 CS 26.5 12.70 13.50 14.93 12.70 Karetas 26.50 12.70 Karetas 0%

291434 9.9 CS 23.9 10.80 9.90 12.17 9.90 Shrier 23.90 9.50 Schrier 4%

291435 3.5 CS 4.92 3.45 3.75 7.03 3.50 4.78 3.45 Elwood 7.03 3.45 Elwood 0%

291436 12.1 CS 15.64 13.25 14.25 13.00 13.17 12.10 13.54 12.10 Shrier 15.64 12.25 Ritter -1%

291437 4.5 CS 4.61 3.58 3.66 8.92 4.50 4.33 3.58 Elwood 8.92 3.66 Karetas -2%

291438 7.5 CS 16.2 9.77 7.25 7.50 7.50 7.27 7.25 Ritter 16.20 7.07 Zilka 3%

TOTAL LOT 7

291444 12.75 CS 18.35 14.25 12.75 29.36 12.75 Shrier 29.36 11.50 Schrier 11%

291445 55 BAG 57.50 57.25 55.00 69.84 55.00 Shrier 69.84 55.00 Schrier 0%

TOTAL LOT 8

292064 18.5 CS 19.00 18.50 18.50 Shrier 19.00 55.00 Schrier -66%

292065 15.5 CS 15.90 15.50 15.50 Shrier 15.90 55.00 Karetas -72%

292066 25.5 CS 23.75 17.70 16.45 18.50 25.50 16.45 Ritter 25.50 14.72 Zilka 12%

292067 25.5 CS 21.00 21.50 25.50 21.00 Karetas 25.50 15.53 Zilka 35%

292068 119 CS 80.00 119.00 80.00 Karetas 119.00 80.00 Karetas 0%

292069 65 CS 58.44 65.00 58.44 Karetas 65.00 58.44 Karetas 0%

292070 84.5 CS 55.00 84.50 55.00 Karetas 84.50 55.00 Karetas 0%

292071 28 CS 26.28 30.00 24.95 28.00 30.07 24.95 Zilka 30.07 24.50 Schrier 2%

292072 28 CS 25.5 30.00 24.10 28.00 30.07 24.10 Zilka 30.07 24.50 Schrier -2%

292073 39.5 CS 39.75 40.38 39.50 39.50 Shrier 40.38 24.50 61%

291447 8.95 CS 10.58 10.00 8.95 16.40 8.95 Shrier 16.40 7.95 Schrier 13%

291552 33 BAG 34.10 32.45 32.48 33.00 41.84 32.45 Ritter 41.84 26.50 Ritter 22%

291556 33 BAG 40.00 39.28 33.00 54.61 33.00 Shrier 54.61 29.50 Schrier 12%

291559 28 BAG 26.60 25.65 26.65 28.00 35.89 25.65 Ritter 35.89 22.50 Ritter 14%

Min Max Feb 10 Prices 4 2/12/2008

Page 156: CONTRACT DESCRIPTION CONTRACT INFO

MIN MAX FEB 10 PRICES REGION 1

CWOPA Material # UOM Feesers Elwood Good

Source Karetas Ritter Zilka Shrier Somerset Premier Conte Luna Min Min Supplier Max Old Min Old Min Supplier

%Difference old vs new

min

300751 15.5 BAG 14.44 14.50 15.50 18.53 14.44 Karetas 18.53 12.90 Feesers 12%

291590 49.5 CS 54.55 56.25 49.50 75.60 60.00 49.50 Shrier 75.60 42.75 Premier 16%

300752 25 BAG 25.50 24.28 25.00 34.05 24.28 Ritter 34.05 17.50 Ritter 39%

300753 82.5 CS 59.20 82.50 162.00 60.00 59.20 Karetas 162.00 49.87 Premier 19%

304749 41.75 BX 29.60 41.75 81.00 30.00 29.60 Karetas 81.00 28.50 Premier 4%

291599 35.9 CS 45.40 35.90 35.90 Shrier 45.40 36.10 Schrier -1%

291600 36.5 CS 30.00 36.50 30.00 Karetas 36.50 28.22 Karetas 6%

291602 35.2 CS 57.82 32.67 35.20 32.67 Karetas 57.82 32.67 Karetas 0%

304751 BAG 90.00 90.00 Karetas 90.00 52.50 Schrier 71%

300755 48 CS 43.20 48.00 43.20 Karetas 48.00 27.50 Schrier 57%

300756 58 CS 54.00 58.00 54.00 Karetas 58.00 25.50 Schrier 112%

304750 BAG 90.00 90.00 Karetas 90.00 42.50 Schrier 112%

TOTAL LOT 9

292085 15.5 CS 15.67 15.50 15.50 Shrier 15.67 11.95 Ritter 30%

292086 11 BAG 18.7 11.85 11.00 25.93 11.00 Shrier 25.93 10.50 Schrier 5%

292368 9.5 BAG 10.5 10.47 9.50 12.40 9.50 Shrier 12.40 8.50 Schrier 12%TOTAL LOT

10

291382 18.95 CS 14.30 16.94 18.95 21.70 14.30 Karetas 21.70 11.75 Ritter 22%

304741 CS 0.00 0.00 42.50 Schrier

304738 CS 0.00 0.00 17.50 Schrier

304743 CS 0.00 0.00 17.50 Schrier

304742 CS 0.00 0.00 39.50 Schrier

291384 12.75 CS 13.25 12.44 15.00 12.75 15.84 12.44 Ritter 15.84 11.40 Schrier 9%

256603 19.5 CS 19.50 23.41 19.50 Shrier 23.41 18.50 Schrier 5%

304740 CS 0.00 0.00 25.50 Schrier

304744 CS 0.00 0.00 49.50 Schrier

291386 18.5 CS 20.00 16.52 20.83 18.50 25.70 16.52 Ritter 25.70 18.15 Schrier -9%

304745 CS 0.00 0.00 39.50 Schrier

304746 CS 0.00 0.00 19.50 SchrierTOTAL LOT

11

291509 29 EA 26.85 23.00 29.10 25.31 29.00 29.63 23.00 Karetas 29.63 18.10 Ritter 27%

291510 33 CS 33.9 36.00 39.00 36.19 33.00 43.12 33.00 Shrier 43.12 25.00 Karetas 32%

291512 22.5 CS 26.05 25.60 31.50 24.90 22.50 22.50 Shrier 31.50 18.50 Schrier 22%TOTAL LOT

12

Min Max Feb 10 Prices 5 2/12/2008

Page 157: CONTRACT DESCRIPTION CONTRACT INFO

MIN MAX FEB 10 PRICES REGION 1

CWOPA Material # UOM Feesers Elwood Good

Source Karetas Ritter Zilka Shrier Somerset Premier Conte Luna Min Min Supplier Max Old Min Old Min Supplier

%Difference old vs new

min

291513 9 CS 11.45 10.50 10.50 9.00 10.97 9.26 9.00 Shrier 11.45 5.32 Zilka 69%

291514 15 CS 16.6 13.90 11.95 15.00 13.87 14.29 11.95 Zilka 16.60 7.14 Conte Luna 67%

292106 15 CS 11.8 12.50 24.00 15.00 11.73 11.73 Conte Luna 24.00 7.40 Ritter 59%

291515 9 CS 10.20 6.95 9.00 8.12 8.19 6.95 Zilka 10.20 4.64 Conte Luna 50%

291516 15 CS 16.6 14.25 11.95 15.00 14.19 14.96 11.95 Zilka 16.60 7.74 Conte Luna 54%

291517 15 CS 16.6 14.25 11.95 15.00 12.37 14.96 11.95 Zilka 16.60 7.74 Conte Luna 54%

291518 15 CS 16.6 13.90 11.95 15.00 12.37 14.92 11.95 Zilka 16.60 7.34 Conte Luna 63%

314648 CS 15.19 15.19 Conte Luna 15.19 9.94 Conte Luna 53%

314983 CS 8.19 8.19 Conte Luna 8.19 3.84 Conte Luna 113%

TOTAL LOT 13

304754 19.5 CS 16.35 18.80 19.50 16.35 Feesers 19.50 16.32 Karetas 0%

291519 35.5 CS N/A 35.50 35.50 Shrier 35.50 35.50 Schrier 0%

315090 CS 20.22 20.22 Karetas 20.22 18.36 Karetas 10%

304753 19.5 CS 18.80 19.50 18.80 Karetas 19.50 17.32 Karetas 9%

291520 19.5 CS N/A 19.50 19.50 Shrier 19.50 17.50 Schrier 11%

291521 20.4 CS 18.70 20.40 18.70 Karetas 20.40 18.70 Karetas 0%

304752 20.4 CS 18.70 20.40 18.70 Karetas 20.40 18.70 Karetas 0%

291522 19.75 CS 25.06 25.75 20.00 19.75 21.60 19.75 Shrier 25.75 20.00 Zilka -1%

291523 10.95 CS 9.75 11.37 10.95 12.76 9.75 Feesers 12.76 10.95 Schrier -11%

304748 27.5 CS 24.89 27.50 24.89 Karetas 27.50 24.89 Karetas 0%

292128 10.75 CS 10.50 10.75 10.50 Karetas 10.75 10.50 Karetas 0%

292129 10.55 CS 6.3 10.88 10.55 6.30 Feesers 10.88 9.85 Feesers -36%

292130 8.75 CS 11.00 8.75 8.75 Shrier 11.00 8.75 Schrier 0%

292131 10.55 CS 10.35 10.88 10.55 10.35 Feesers 10.88 9.85 Feesers 5%

291524 11.4 CS 11.8 11.90 13.90 11.20 11.40 14.40 11.20 Zilka 14.40 11.55 Feesers -3%

291525 11.4 CS 11.8 11.90 13.90 11.20 11.40 14.40 11.20 Zilka 14.40 11.55 Feesers -3%

291526 11.4 CS 11.8 11.90 13.90 11.20 11.40 14.40 11.20 Zilka 14.40 11.55 Feesers -3%

291527 24 CS 21 22.25 24.00 21.00 Feesers 24.00 20.00 Feesers 5%TOTAL LOT

14

293809 17.75 CS 17.08 18.36 17.75 17.08 Feesers 18.36 16.25 Feesers 5%

293815 17.75 CS 16.84 17.88 17.75 16.84 Feesers 17.88 15.85 Feesers 6%

293813 17.75 CS 16.28 17.40 17.75 16.28 Feesers 17.75 15.46 Feesers 5%TOTAL LOT

15

291528 26.88 CS 34.7 20.70 18.00 26.88 25.92 18.05 18.00 Zilka 34.70 18.05 Premier 0%

291529 26.88 CS N/B 14.95 26.88 24.19 22.80 14.95 Zilka 26.88 13.44 Schrier 11%

Min Max Feb 10 Prices 6 2/12/2008

Page 158: CONTRACT DESCRIPTION CONTRACT INFO

MIN MAX FEB 10 PRICES REGION 1

CWOPA Material # UOM Feesers Elwood Good

Source Karetas Ritter Zilka Shrier Somerset Premier Conte Luna Min Min Supplier Max Old Min Old Min Supplier

%Difference old vs new

min

291530 5.5 CS 4.00 3.39 5.50 4.10 4.00 3.39 Zilka 5.50 2.47 Premier 37%

292133 9.84 CS 11.62 9.90 9.84 14.26 12.00 9.84 Shrier 14.26 9.84 Schrier 0%

291531 9.84 CS 18.48 11.24 9.63 9.84 15.12 11.40 9.63 Zilka 18.48 9.63 Zilka 0%

291532 10.44 CS 21.75 11.84 13.25 9.84 10.44 17.14 10.26 9.84 Zilka 21.75 10.26 Premier -4%

291533 10.08 CS 24.95 11.55 11.25 7.95 10.08 12.17 8.79 7.95 Zilka 24.95 8.79 Premier -10%

291534 13.44 CS 18.9 14.84 16.95 10.90 13.44 21.67 11.40 10.90 Zilka 21.67 11.40 Premier -4%

300748 14.04 CS 24.64 11.00 8.75 14.04 15.20 12.00 8.75 Zilka 24.64 8.79 Premier 0%

292134 15 CS 12.20 11.40 15.00 12.53 12.00 11.40 Zilka 15.00 11.40 Premier 0%

291535 12.6 CS 23.65 13.20 13.50 9.08 12.60 17.28 9.98 9.08 Zilka 23.65 9.98 Premier -9%

291536 18 CS 30.5 7.00 7.50 18.00 19.02 12.83 7.00 Karetas 30.50 7.00 Karetas 0%

292135 14.04 CS 11.24 9.08 14.04 19.01 9.00 9.00 Premier 19.01 8.79 Premier 2%

291537 14.28 CS 18.75 11.48 9.00 14.28 15.12 12.00 9.00 Zilka 18.75 9.03 Premier 0%

291538 26.64 CS 45 24.84 21.38 26.64 34.56 22.80 21.38 Zilka 45.00 21.38 Zilka 0%

291539 14.34 CS 22.9 N/B 10.95 14.34 19.01 15.00 10.95 Zilka 22.90 12.11 Premier -10%

291540 11.28 CS 22.45 12.88 11.14 11.28 15.12 16.00 11.14 Zilka 22.45 10.45 Premier 7%

291541 10.68 CS 21.5 12.08 15.20 9.08 10.68 15.12 12.00 9.08 Zilka 21.50 9.50 Premier -4%

291542 24.84 CS 28.00 16.83 24.84 30.24 32.50 16.83 Zilka 32.50 13.83 Zilka 22%

291543 17.88 CS 43.75 19.28 16.90 17.88 25.72 17.10 16.90 Zilka 43.75 17.10 Premier -1%

292137 15.84 CS 21.15 13.04 13.00 8.99 15.84 17.28 12.00 8.99 Zilka 21.15 8.79 Premier 2%

291544 22 CS 27.42 19.00 22.25 21.61 22.00 25.92 19.00 Karetas 27.42 19.00 Karetas 0%

291545 9.48 CS 28.5 10.64 14.25 9.08 9.48 15.12 13.30 9.08 Zilka 28.50 9.08 Zilka 0%

301910 20.64 CS 45.99 17.84 14.10 20.64 15.12 23.75 14.10 Zilka 45.99 9.87 Zilka 43%

291547 10.5 CS 14.92 8.50 13.25 12.41 10.50 12.96 8.50 Karetas 14.92 7.90 Karetas 8%

291548 4.5 CS 5.15 6.25 4.33 4.50 4.90 4.33 Zilka 6.25 4.33 Zilka 0%

291549 22.95 CS 20.18 22.95 20.18 Karetas 22.95 18.86 Liberty 7%

304747 70 CS 22.25 14.31 70.00 17.81 14.31 Zilka 70.00 14.31 Zilka 0%

291550 46.2 CS 46.20 30.50 46.20 64.80 76.00 30.50 Zilka 76.00 46.20 Karetas -34%

291551 16.5 CS 35.9 13.04 11.67 16.50 26.64 18.00 11.67 Zilka 35.90 10.69 Premier 9%TOTAL LOT

16

291388 13.5 CS 28.5 15.25 13.50 23.60 13.50 Shrier 28.50 12.50 Schrier 8%

291389 69 BAG 155.00 69.00 140.00 69.00 Shrier 155.00 65.00 Schrier 6%TOTAL LOT

17

291450 24.75 CS 45.65 28.85 36.70 24.75 44.64 24.75 Shrier 45.65 22.75 Schrier 9%

291451 24.75 CS 28.58 27.85 36.70 24.75 43.92 24.75 Shrier 43.92 22.75 Schrier 9%

291452 32.75 CS 37.5 33.75 34.05 32.75 43.56 32.75 Shrier 43.56 32.75 Schrier 0%TOTAL LOT

18

Min Max Feb 10 Prices 7 2/12/2008

Page 159: CONTRACT DESCRIPTION CONTRACT INFO

MIN MAX FEB 10 PRICES REGION 1

CWOPA Material # UOM Feesers Elwood Good

Source Karetas Ritter Zilka Shrier Somerset Premier Conte Luna Min Min Supplier Max Old Min Old Min Supplier

%Difference old vs new

min

291341 17.5 BAG 21.50 17.15 17.50 26.65 17.15 Zilka 26.65 11.35 Ritter 51%

291342 18.5 BAG 22.50 17.52 18.50 26.25 17.52 Zilka 26.25 11.25 Ritter 56%

291343 18.5 BAG 22.50 16.29 18.50 27.20 16.29 Zilka 27.20 10.35 Ritter 57%

291344 18.5 BAG 22.50 16.98 18.50 26.40 16.98 Zilka 26.40 11.25 Ritter 51%TOTAL LOT

19

291359 18 CS 20 35.25 18.82 18.00 25.51 18.00 Shrier 35.25 18.19 Feesers -1%

291360 16.35 CS 17.85 20.50 17.42 16.35 38.90 16.35 Shrier 38.90 16.54 Feesers -1%

291361 18.5 CS 20 21.50 19.66 18.50 39.10 18.50 Shrier 39.10 18.69 Feesers -1%TOTAL LOT

20

304272 37.5 CS 63.56 47.44 37.50 37.50 Shrier 63.56 37.50 Schrier 0%

291457 17 CS 16.80 18.59 17.00 16.80 Karetas 18.59 15.00 Schrier 12%

291494 38 CS 42.25 38.95 38.00 56.16 38.00 Shrier 56.16 39.00 Schrier -3%

304755 CS 48.00 48.00 Good Source 48.00 48.00 Good Source 0%

291330 14 CS 18.11 13.25 18.65 18.53 14.00 22.74 13.25 Elwood 22.74 13.25 Schrier 0%

291331 31 EA 40.9 36.60 39.77 31.00 38.81 31.00 Shrier 40.90 29.50 Schrier 5%

291332 27.5 CS 33.09 32.00 19.70 27.50 18.76 18.76 Somerset 33.09 19.70 Zilka -5%

291334 13.5 CS 14 12.40 20.05 13.50 12.40 Karetas 20.05 13.50 Schrier -8%TOTAL LOT

21 5,179.50 0.00 3,355.57 159.47 455.73 5,310.55 1,427.36 3,030.57 5,179.50 4,874.01 660.77 111.69

Feesers Elwood Good Source Karetas Ritter Zilka Shrier Somerset Premier Conte Luna

Items highlighted in blue have no pricing at all

Items highlighted in yellow are low sodium

Min Max Feb 10 Prices 8 2/12/2008

Page 160: CONTRACT DESCRIPTION CONTRACT INFO

FEB 10, 08 MIN MAXDOC REGION 2

Material # UOM 6 Feesers Elwood Good Source Karetas Ritter Zilka Shrier Somerset Premier Conte Luna Min Supplier Max Max Supplier Old Min Old Min

Supplier

%Difference old vs new

min

LOT 1 - BAKING 4600012697 4600012689 4600012691 4600012703 4600012708 4600012701 4600012696 4600012695 4600012698 4600012728

291335 17.95 CS BAKING, BAKING POWDER, 6-5LB/CS 28 17.95 34.50 17.50 45.13 17.50 Shrier 45.13 Somerset 17.5 Schrier 0%291336 12.25 CS BAKING, BAKING SODA, 12-2LB/CS 15.46 12.25 15.75 12.80 20.23 12.25 Karetas 20.23 Somerset 12.9 Karetas -5%292054 37.3 CS BAKING, CHOC CHIP, 25LB/CS 37.8 37.30 24.50 29.00 30.96 24.50 Zilka 37.8 Feesers 25 Schrier -2%291337 6.2 BAG BAKING, COCOA, 5 LB/BAG 7.28 6.20 4.45 7.00 19.00 5.00 4.45 Zilka 19 Somerset 4.5 Premier -1%304768 11 CS BAKING, CORNMEAL, YELLOW, 25LB

BAG/CS 11.00 10.89 8.25 12.70 8.25 Shrier 12.7 Somerset 8.4 Karetas -2%291338 13.6 CS BAKING, CORN STARCH, 24-1LB/CS 16.2 13.60 15.75 13.00 23.62 13.00 Shrier 23.62 Somerset 13 Schrier 0%292110 38.25 CS BAKING, DATES, DRIED, 15LB/CS 38.25 45.28 38.00 40.32 38.00 Shrier 45.28 Zilka 22.5 Schrier 69%291340 12.5 CS BAKING, EXTRACT, VANILLA, 4-1GAL/CS 14 12.50 15.50 9.53 9.60 12.24 9.53 Zilka 15.5 Ritter 9.43 Zilka 1%200665 2.65 LB MILK,NONFAT, DRY (SIZES IN LONG

TEXT) 2.65 2.48 4.00 2.87 2.48 Zilka 4 Shrier 2.65 Karetas -6%291345 130 BAG BAKING, MILK, NONFAT, DRY, 50LB/BG 130.00 124.00 180.00 117.75 117.75 Somerset 180 Shrier 135 Karetas -13%258083 18.3 CS BAKING, MIX, BISCUIT 6-5 LB/CS 18.30 18.00 16.25 29.62 16.25 Shrier 29.62 Somerset 16.17 Karetas 0%291346 24.3 CS BAKING, MIX, BROWNIE, 6-6LB/CS 57.24 24.30 27.89 22.60 31.42 22.60 Shrier 57.24 Feesers 20.6 Schrier 10%292158 21.78 CS BAKING, MIX, BROWNIE, 6-5LB/CS 27.37 21.78 21.50 29.00 19.60 28.62 19.60 Shrier 29 Zilka 19.2 Ritter 2%291347 19.7 CS BAKING, MIX, CAKE, YELLOW, 6-5LB/CS 20.75 19.70 18.90 22.71 16.80 24.94 16.80 Shrier 24.94 Somerset 17.15 Ritter -2%291348 19.95 CS BAKING, MIX, MUFFIN, BASIC, 6-5LB/CS 20.72 19.95 18.00 24.86 17.25 29.41 17.25 Shrier 29.41 Somerset 17.25 Schrier 0%291349 19.9 CS BAKING, MIX, MUFFIN, BRAN, 6-5LB/CS 19.90 42.90 25.10 18.00 62.89 18.00 Shrier 62.89 Somerset 18 Schrier 0%291350 18.1 CS BAKING, MIX, MUFFIN, CORN, 6-5LB/CS 42.8 18.10 39.95 22.15 16.95 58.78 16.95 Shrier 58.78 Somerset 16.35 Schrier 4%291351 21.4 BAG BAKING, MIX, PANCAKE, 50LB/BAG 22.95 21.40 20.50 22.00 17.95 26.28 17.95 Shrier 26.28 Somerset 17.95 Schrier 0%291352 19.8 CS BAKING, MIX, PUDDING,

BUTTERSCOTCH,25LB/CS 19.04 19.80 18.15 18.25 19.20 27.36 18.15 Ritter 27.36 Somerset 19.04 Feesers -5%291353 21.47 CS BAKING, MIX, PUDDING,

CHOCOLATE,25LB/CS 19.34 21.47 18.25 18.25 20.60 27.79 18.25 Ritter 27.79 Somerset 19.34 Feesers -6%291354 20.47 CS BAKING, MIX, PUDDING, LEMON,25LB/CS 19.04 20.47 18.15 18.25 23.35 27.36 18.15 Ritter 27.36 Somerset 19.04 Feesers -5%291355 19.3 CS BAKING, MIX, PUDDING, VANILLA,

25LB/CS 19.34 19.30 18.25 18.25 18.40 27.79 18.25 Ritter 27.79 Somerset 18.4 Schrier -1%291356 27.15 CS BAKING, MOLASSES, 4-1GAL/CS 23.85 27.15 24.00 22.00 17.85 17.85 Somerset 27.15 Karetas 15.12 Somerset 18%291357 30 CS BAKING, PUMPKIN, CN, 6#10/CS 33.75 30.00 21.40 27.50 39.00 21.40 Zilka 39 Somerset 23.5 Zilka -9%291358 35 CS BAKING, RAISINS, 30LB/CS 38.6 35.00 26.50 27.00 48.00 26.50 Zilka 48 Somerset 27 Schrier -2%300733 44.72 CS TAPIOCA, PEARL, MINUTE, 4/5LB/CS 44.72 55.00 44.72 Karetas 55 Shrier 44.72 Karetas 0%292058 32 CS BAKING, THICKENER, 12-8OZ/CS 32.00 25.45 26.50 52.40 25.45 Zilka 52.4 Somerset 26.5 Schrier -4%291362 28.15 CS BAKING, TOPPING, WHIPPED MIX, 12-

1LB/CS 25.76 28.15 14.57 22.00 26.48 14.57 Zilka 28.15 Karetas 14.57 Zilka 0%291363 41.25 BAG BAKING, YEAST ENHANCER, 50 LB/BAG 41.25 39.20 45.00 44.90 39.20 Zilka 45 Shrier 39.2 Zilka 0%291364 38.3 CS BAKING, YEAST, 20-1LB/CS 36.62 38.30 35.26 38.00 47.50 35.26 Zilka 47.5 Somerset 35.26 Zilka 0%

TOTAL LOT 1

LOT 2 - BASES, VEGETABLE

291365 11.9 CS BASE, VEGGIE, BEEF, LS, 12-1 LB/CS 14.8 11.90 12.95 9.84 11.10 13.46 21.00 9.84 Zilka 21 Premier 8.84 Zilka 11%291366 11.9 CS BASE, VEGGIE, CHICKEN, LS, 12-1 LB/CS 14.6 11.90 12.95 9.84 11.10 13.46 21.00 9.84 Zilka 21 Premier 8.84 Zilka 11%291367 11.9 CS BASE, VEGGIE, VEGETABLE, LS, 12-

1LB/CS 15.05 11.90 12.95 10.00 13.50 15.11 21.00 10.00 Zilka 21 Premier 9 Zilka 11%TOTAL LOT 2

LOT3 - BEVERAGE BASES

291369 48 CS BEV, BASE, DRY, LEMONADE, 72-5OZ/CS 43.32 48.00 33.65 39.50 58.24 33.65 Zilka 58.24 Somerset 31.05 Zilka 8%291371 48 CS BEV, BASE, DRY, ORANGE, 72-5OZ/CS 43.32 48.00 33.65 39.50 58.24 33.65 Zilka 58.24 Somerset 31.05 Zilka 8%291373 48 CS BEV, BASE, DRY, PUNCH, 72-5OZ/CS 43.32 48.00 33.65 39.50 58.24 33.65 Zilka 58.24 Somerset 31.05 Zilka 8%304760 38.3 CS BASE,ICED TEA,DRY,K,1.8G,1000/CS 29.58 38.30 38.90 40.00 40.59 29.58 Good Source 40.59 Somerset 29.58 Good

Source 0%304761 38.3 CS BASE,LEMONADE,DRY,K,1.8G,1000/CS 29.58 38.30 38.90 40.00 39.59 29.58 Good Source 40 Shrier 29.58 Good

Source 0%304762 38.3 CS BASE,ORANGE,DRY,K,1.8G,1000/CS 29.58 38.30 38.90 40.00 39.59 29.58 Good Source 40 Shrier 29.58 Good

Source 0%304763 38.3 CS BASE,PUNCH,DRY,K,1.8G,1000/CS 29.58 38.30 38.90 40.00 39.59 29.58 Good Source 40 Shrier 29.58 Good

Source 0%291375 16.97 CS BEV, BASE, LIQ, ICED TEA, 4-1GAL/CS 15.70 16.97 13.99 12.95 15.75 22.09 12.95 Zilka 22.09 Somerset 11.5 Zilka 13%291376 16.97 CS BEV, BASE, LIQ, LEMONADE, 4-1GAL/CS 15.70 16.97 13.99 12.95 15.75 18.06 12.95 Zilka 18.06 Somerset 11.5 Zilka 13%291377 16.97 CS BEV, BASE, LIQ, ORANGE, 4-1GAL/CS 15.70 16.97 13.99 12.95 15.75 18.06 12.95 Zilka 18.06 Somerset 11.5 Zilka 13%

Min Max Feb 10 Prices 9 2/12/200811:53 AM

Page 161: CONTRACT DESCRIPTION CONTRACT INFO

FEB 10, 08 MIN MAXDOC REGION 2

Material # UOM 6 Feesers Elwood Good Source Karetas Ritter Zilka Shrier Somerset Premier Conte Luna Min Supplier Max Max Supplier Old Min Old Min

Supplier

%Difference old vs new

min291378 16.97 CS BEV, BASE, LIQ, PUNCH, 4-1GAL/CS 15.70 16.97 13.99 12.95 15.75 18.06 12.95 Zilka 18.06 Somerset 11.5 Zilka 13%

TOTAL LOT 3

LOT 4 - CANNED FRUITS AND VEGETABLES

291453 19 CS FRUIT, APPLES, CN, 6#10/CS 25.6 19.00 18.88 17.90 23.32 17.90 Shrier 25.6 Feesers 16.5 Schrier 8%291456 15.8 CS FRUIT, APPLESAUCE, CN, 6#10/CS 22.86 15.80 19.25 17.16 17.50 22.95 15.80 Karetas 22.95 Somerset 12.66 Zilka 25%292076 30.2 CS FRUIT, CRANBERRY SAUCE, CN,

6#10/CS 30.5 30.20 24.82 32.11 26.50 34.56 24.82 Ritter 34.56 Somerset 26.26 Ritter -5%291460 24.6 CS FRUIT, FRUIT COCKTAIL, CN, 6#10/CS 25.95 24.60 23.40 21.80 31.68 21.80 Shrier 31.68 Somerset 21.9 Schrier 0%291462 26 CS FRUIT, GRAPEFRUIT, SECT, CN, 12-

46OZ/CS 27.54 26.00 25.75 23.40 23.50 20.65 20.65 Somerset 27.54 Feesers 23.5 Schrier -12%291465 23.44 CS FRUIT, PEACH, CN, 6#10/CS 24 23.44 21.40 21.40 28.73 21.40 Zilka 28.73 Somerset 21.5 Schrier 0%291468 22 CS FRUIT, PEARS, CN, 6#10/CS 20 22.00 19.45 17.15 16.72 16.72 Somerset 22 Karetas 17.25 Schrier -3%291470 22 CS FRUIT, PINEAPPLE, CN, 6#10/CS 23.75 22.00 19.95 19.75 18.50 25.32 18.50 Shrier 25.32 Somerset 16.5 Schrier 12%291553 14.88 CS VEG, BEAN, GREAT NORTHERN,

LS,CN,6#10/CS 15.83 14.88 14.50 13.70 14.50 14.80 13.70 Zilka 15.83 Feesers 13.75 Schrier 0%291555 16.1 CS VEG, BEAN, GREEN, CUT, LS, CN,

6#10/CS 15.9 16.10 17.75 15.50 17.90 15.50 Shrier 17.9 Somerset 14.5 Schrier 7%291557 14.7 CS VEG, BEAN, KIDNEY, LS, CN, 6#10/CS 15.85 14.70 13.65 14.70 17.50 13.65 Zilka 17.5 Somerset 13.75 Ritter -1%291560 14.75 CS VEG, BEAN, PINTO, LS, CN, 6#10/CS 15.25 14.75 14.50 13.15 13.95 17.25 13.15 Zilka 17.25 Somerset 13.25 Schrier -1%291562 17.7 CS VEG, BEAN, WAX, LS, CN, 6#10/CS 19.62 17.70 20.40 23.00 22.94 17.70 Karetas 23 Shrier 15.57 Zilka 14%300750 14.25 CS BEETS, DICED 14.85 14.25 16.45 15.50 19.42 14.25 Karetas 19.42 Somerset 13.39 Zilka 6%291571 14.33 CS VEG, CARROT, DICED, LS, CN, 6#10/CS 14.3 14.33 16.90 15.25 20.78 14.30 Feesers 20.78 Somerset 12.75 Schrier 12%291580 16.35 CS VEG, CORN WHOLE KERNEL, LS, CN,

6#10/CS 17.7 16.35 15.48 16.25 22.54 15.48 Zilka 22.54 Somerset 15.5 Schrier 0%291582 15.9 CS VEG, GREENS, COLLARD, LS, CN,

6#10/CS 16.27 15.90 21.00 16.50 21.89 15.90 Karetas 21.89 Somerset 15.5 Schrier 3%291585 17.6 CS VEG, GREENS, SPINACH, LS, CN,

6#10/CS 18.53 17.60 21.00 17.45 23.25 17.45 Shrier 23.25 Somerset 16.75 Schrier 4%291588 16.5 CS VEG, MIXED, LS, CN, 6#10/CS 16.50 16.40 15.25 21.94 15.25 Shrier 21.94 Somerset 14.75 Schrier 3%291593 17 CS VEG, PEAS, SWEET, GREEN, LS, CN,

6#10/CS 17.95 17.00 17.95 18.50 16.77 16.77 Somerset 18.5 Shrier 14.4 Somerset 16%296814 15.25 CS VEG, PEAS, BLACK-EYED, CN, 6#10/CS 15.45 15.25 14.25 16.17 13.85 19.08 13.85 Shrier 19.08 Somerset 13.95 Ritter -1%291601 20 CS VEG, POTATO, WHITE, WH, LS, CN,

6#10/CS 20.35 20.00 25.00 20.50 27.92 20.00 Karetas 27.92 Somerset 18 Karetas 11%

291594 23.9 CS VEG, PEPPER, MXD GREEN/RED, CN, 6#10/CS 24.15 23.90 24.00 20.25 18.75 17.42 17.42 Somerset 24.15 Feesers 17.5 Schrier 0%

292140 16.2 CS VEG, SAUERKRAUT, SHREDDED, CN, 6#10/CS 16.26 16.20 17.25 16.50 21.24 16.20 Karetas 21.24 Somerset 15.25 Feesers 6%

291610 23 CS VEG, SWEET POTATO, CN, 6#10/CS 27.95 23.00 21.40 21.25 21.25 Shrier 27.95 Feesers 21.5 Schrier -1%291612 14.66 CS VEG, TOMATO, DICED, LS, CN, 6#10/CS 15.92 14.66 13.60 14.50 15.72 13.60 Zilka 15.92 Feesers 13.23 Zilka 3%291615 19.9 CS VEG, TOMATO, PASTE, LS, CN, 6#10/CS 19.90 20.50 17.50 25.50 17.50 Shrier 25.5 Somerset 16.5 Schrier 6%291616 14.6 CS VEG, TOMATO, SAUCE, LS, RTU, 6#10/CS 14.4 14.60 12.75 11.80 11.47 11.47 Somerset 14.6 Karetas 11.5 Schrier 0%

TOTAL LOT 4

LOT 5 - CEREAL

291390 30.6 CS CEREAL, ASST, COLD, BOWLS, K, 96-1OZ/CS 26.4 30.60 24.50 24.50 Shrier 30.6 Karetas 24.5 Schrier 0%

291391 16.7 CS CEREAL, BRAN FLAKES, BWL, K, 96-1OZ/CS 21.27 16.70 16.00 16.00 Shrier 21.27 Feesers 15.5 Schrier 3%

291392 19.7 CS CEREAL, BRAN FLAKES, K, 20LB/CS 19.70 19.30 19.30 Shrier 19.7 Karetas 17.424 Somerset 11%291393 16.7 CS CEREAL, CORN FLAKES, BWL, K, 96-

1OZ/CS 22.45 16.70 16.00 16.00 Shrier 22.45 Feesers 15.5 Schrier 3%291394 16.1 BAG CEREAL, CORN FLAKES, K, 20LB BG/CS 16.10 15.70 15.70 Shrier 16.1 Karetas 15.8 Schrier -1%291395 16.55 CS CEREAL, CREAM OF WHEAT, HOT, 12-

28OZ/CS 21.1 16.55 17.43 12.50 22.09 12.50 Shrier 22.09 Somerset 11.5 Schrier 9%291396 19.75 CS CEREAL, GRITS, HOT, 50LB/CS 25.6 19.75 18.95 18.95 Shrier 25.6 Feesers 18.95 Schrier 0%291397 22.65 CS CEREAL, OATMEAL, ROLLED, HOT,

50LB/CS 8.95 22.65 25.00 18.75 18.95 22.24 8.95 Feesers 25 Ritter 16.94 Zilka -47%291398 19.85 CS CEREAL, OATMEAL, QUICK, HOT, 12-

42OZ/CS 21.25 19.85 21.25 17.85 20.52 17.85 Shrier 21.25 Feesers 18 Schrier -1%291399 16.9 CS CEREAL, OATS, TOASTED, BWL, K, 96-

1OZ/CS 22.45 16.90 16.00 16.00 Shrier 22.45 Feesers 15.5 Schrier 3%291400 19.7 CS CEREAL, OATS, TOASTED, K, 20LB/CS 19.70 19.30 19.30 Shrier 19.7 Karetas 19.4 Schrier -1%

Min Max Feb 10 Prices 10 2/12/200811:53 AM

Page 162: CONTRACT DESCRIPTION CONTRACT INFO

FEB 10, 08 MIN MAXDOC REGION 2

Material # UOM 6 Feesers Elwood Good Source Karetas Ritter Zilka Shrier Somerset Premier Conte Luna Min Supplier Max Max Supplier Old Min Old Min

Supplier

%Difference old vs new

min

291401 16.9 CS CEREAL, RICE, CRISP, BOWLS, K, 96-1OZ/CS 22.45 16.90 16.00 16.00 Shrier 22.45 Feesers 15.5 Schrier 3%

291402 21.3 CS CEREAL, RICE, CRISP, K, 20LB/CS 21.30 20.90 20.90 Shrier 21.3 Karetas 20.304 Somerset 3%TOTAL LOT 5

LOT 6 - COFFEE

291379 60 CS BEV, COFFEE, DECAF, 20-8.75OZ/CS 60.00 30.48 48.00 30.48 Zilka 60 Karetas 18.98 Zilka 61%291380 31.3 CS BEV, COFFEE, REG, 24-1LB/CS 52.54 31.30 32.95 49.00 31.30 Karetas 52.54 Feesers 31.65 Zilka -1%291381 27.25 CS BEV, COFFEE, REG, SINGLE SERVE,

1000/CS 29.2 27.25 19.50 22.62 19.50 Shrier 29.2 Feesers 20.016 Somerset -3%TOTAL LOT 6

LOT 7 - CONDIMENTS

291403 8.79 CS COND, CATSUP, 1000 IND PK/CS 12.25 9.45 8.79 15.25 8.88 11.23 8.79 Karetas 15.25 Ritter 8.93 Elwood -2%291404 15.25 CS COND, CATSUP, 6#10/CS 15.84 15.25 14.75 13.95 15.25 18.36 13.95 Zilka 18.36 Somerset 14 Schrier 0%291405 11.25 CS COND, CREAMER, COFFEE, NON

DAIRY,1000/CS 14.07 11.25 11.25 10.84 14.17 10.84 Shrier 14.17 Somerset 10.25 Ritter 6%292115 12.12 CS COND, HONEY, K, 200 PK/CS 10.71 6.99 12.12 14.95 9.50 11.36 6.99 Elwood 14.95 Ritter 6.99 Elwood 0%291407 26 CS COND, JELLY, APPLE, 6#10/CS 25.1 26.00 28.40 22.25 31.81 22.25 Shrier 31.81 Somerset 21.7 Schrier 3%291406 5.4 CS COND, JELLY, APPLE, K, 200/CS 5.48 3.70 5.40 6.95 4.95 4.97 3.70 Elwood 6.95 Ritter 4.03 Liberty -8%291408 4.25 CS COND, JELLY, ASSORTED, K, 200/CS 4.81 3.78 4.25 5.98 4.95 5.04 3.78 Elwood 5.98 Ritter 4.1 Elwood -8%291409 4.95 CS COND, JELLY, ASST, DIET, K, 200 /CS 7.14 4.65 4.95 8.05 5.25 5.04 4.65 Elwood 8.05 Ritter 4.65 Elwood 0%291410 27 CS COND, JELLY, GRAPE, 6#10/CS 26 27.00 29.65 24.00 33.47 24.00 Shrier 33.47 Somerset 23.5 Schrier 2%291411 4.22 CS COND, JELLY, GRAPE, K, 200/CS 6.41 3.72 4.22 5.98 4.95 4.68 3.72 Elwood 6.41 Feesers 3.72 Elwood 0%291412 14.55 CS COND, JUICE, LEMON, 12-1QT/CS 15.15 14.55 10.75 12.96 10.75 Shrier 15.15 Feesers 10.75 Schrier 0%296045 84.22 CS COND, KITCHEN BOUQUET, 4/1 GAL/CS 96 84.22 95.00 133.49 84.22 Karetas 133.5 Somerset 75 Schrier 12%291413 9.15 CS COND, MUSTARD, PREPARED, 4-

1GAL/CS 7.55 9.15 9.95 8.95 7.20 11.43 7.20 Shrier 11.43 Somerset 7.35 Ritter -2%291414 3.15 CS COND, MUSTARD, PREPARED, 500 IND

PK/CS 5.3 3.85 3.15 6.25 3.95 4.78 3.15 Karetas 6.25 Ritter 3.78 Elwood -17%291415 5.5 CS COND, PEPPER, BLACK, 3000PK/CS 7.1 5.50 5.95 6.65 5.25 6.83 5.25 Shrier 7.1 Feesers 5.05 Schrier 4%291416 4 CS COND, SALT, IODIZED, 3000PK/CS 4.1 4.00 3.95 4.90 3.35 4.78 3.35 Shrier 4.9 Zilka 3.35 Schrier 0%291417 5.6 CS COND, SAUCE, COCKTAIL, 200 PK/CS 5.60 6.55 5.75 5.39 5.39 Somerset 6.55 Ritter 4.48 Liberty 20%292118 3.9 CS COND, SAUCE, HOT, 200 PK/CS 3.90 4.07 4.25 4.62 3.90 Karetas 4.62 Somerset 3.9 Karetas 0%291418 13 CS COND, SAUCE, SOY, 4-1GAL/CS 15.5 13.00 10.25 11.25 10.50 11.84 10.25 Ritter 15.5 Feesers 9.6 Schrier 7%291419 3.87 CS COND, SAUCE, TACO, 200 PK/CS 3.50 3.87 4.87 3.95 4.22 3.50 Elwood 4.87 Ritter 3.45 Elwood 1%291420 3.65 CS COND, SAUCE, TARTAR, 200 PK/CS 5.08 3.58 3.65 5.46 3.75 3.89 3.58 Elwood 5.46 Ritter 3.65 Karetas -2%291421 13.3 CS COND, SAUCE, WORCHESTER, 4-

1GAL/CS 15.5 13.30 12.75 9.10 9.60 12.60 9.10 Zilka 15.5 Feesers 9.6 Schrier -5%291422 14 CS COND, SLD DRESSING , FRENCH, 4-

1GAL/CS 22.8 14.50 14.00 12.35 14.65 18.00 14.76 12.35 Ritter 22.8 Feesers 11.95 Ritter 3%291423 CS COND, SLD DRESSING, FRENCH, 200

PK/CS 7.90 3.75 4.36 3.75 Shrier 7.9 Ritter 3.3 Schrier 14%291424 4 CS COND, SLD DRESSING, ITAL, 200PK/CS 13.09 3.32 4.00 6.67 3.40 3.57 3.32 Elwood 13.09 Feesers 3.4 Schrier -2%291425 13 CS COND, SLD DRESSING, ITAL, 4-1GAL/CS 26.5 14.25 13.00 12.65 10.79 18.00 11.90 10.79 Zilka 26.5 Feesers 11.5 Karetas -6%291426 14 CS COND, SLD DRESSING, ITAL, LF,4-

1GAL/CS 24 11.70 14.00 13.50 12.08 11.70 Elwood 24 Feesers 11.88 Somerset -2%291427 4.5 CS COND, SLD DRESSING, MAYO TYPE, 200

PK/CS 3.90 4.50 6.75 3.75 4.22 3.75 Shrier 6.75 Ritter 3.82 Elwood -2%291428 16.5 CS COND, SLD DRESSING, MAYO TYPE, 4-

1GAL/CS 20.5 16.50 16.06 14.75 14.96 14.75 Shrier 20.5 Feesers 13.95 Schrier 6%291429 4.7 CS COND, SLD DRESSING, RANCH,

200PK/CS 15.18 4.15 4.70 8.10 4.10 5.00 4.10 Shrier 15.18 Feesers 4.15 Elwood -1%291430 16.5 CS COND, SLD DRESSING, RANCH, 4-

1GAL/CS 33.19 16.00 16.50 14.65 20.89 23.95 17.34 14.65 Ritter 33.19 Feesers 14 Schrier 5%291431 28.5 CS COND, SLD DRESSING, RANCH, FF,4-

1GAL/CS 33.97 14.90 28.50 23.95 16.50 14.90 Elwood 33.97 Feesers 15.12 Somerset -1%291432 7.95 CS COND, SUGAR, PACKET, 2000PK/CS 8.95 7.95 7.20 9.14 7.20 Shrier 9.14 Somerset 7.43 Karetas -3%291433 12.7 CS COND, SUGAR, SUB, EQUAL, 2000 IND

PK/CS 26.5 12.70 13.50 14.93 12.70 Karetas 26.5 Feesers 12.7 Karetas 0%291434 10.8 CS COND, SUGAR, SUBSTITUTE, 2000 IND

PK/CS 23.9 10.80 9.90 12.17 9.90 Shrier 23.9 Feesers 9.5 Schrier 4%291435 3.75 CS COND, SYRUP, 100PK/CS 4.92 3.45 3.75 7.03 3.50 4.78 3.45 Elwood 7.03 Ritter 3.45 Elwood 0%291436 14.25 CS COND, SYRUP, 4-1GAL/CS 15.64 13.25 14.25 13.00 13.17 12.10 13.54 12.10 Shrier 15.64 Feesers 12.25 Ritter -1%

Min Max Feb 10 Prices 11 2/12/200811:53 AM

Page 163: CONTRACT DESCRIPTION CONTRACT INFO

FEB 10, 08 MIN MAXDOC REGION 2

Material # UOM 6 Feesers Elwood Good Source Karetas Ritter Zilka Shrier Somerset Premier Conte Luna Min Supplier Max Max Supplier Old Min Old Min

Supplier

%Difference old vs new

min291437 3.66 CS COND, SYRUP, DIET, 100PK/CS 4.61 3.58 3.66 8.92 4.50 4.33 3.58 Elwood 8.92 Ritter 3.66 Karetas -2%291438 9.77 CS COND, VINEGAR, CIDER, 4-1GAL/CS 16.2 9.77 7.25 7.50 7.50 7.27 7.25 Ritter 16.2 Feesers 7.07 Zilka 3%

TOTAL LOT 7

LOT 8 - DAIRY

291444 18.35 CS DAIRY, CHEESE, PARMESAN, GRATED,200PK/CS 18.35 14.25 12.75 29.36 12.75 Shrier 29.36 Somerset 11.5 Schrier 11%

291445 57.5 BAG DAIRY, CHEESE, SAUCE DRY, 50LB/BAG 57.50 57.25 55.00 69.84 55.00 Shrier 69.84 Somerset 55 Schrier 0%TOTAL LOT 8

LOT 9 - DRY/DEHYDRATED MISCELLANEOUS

292064 19 CS DRYMIS, BREAD CRUMBS, 6-5LB/CS 19.00 18.50 18.50 Shrier 19 Karetas 17.5 Schrier 6%292065 15.9 CS DRYMIS, BREAD, PITA 100-144/CS 15.90 15.50 15.50 Shrier 15.9 Karetas 15.5 Karetas 0%292066 17.7 CS DRYMIS, GELATIN, PEACH, 12-24OZ/CS 23.75 17.70 16.45 18.50 25.50 16.45 Ritter 25.5 Shrier 14.72 Zilka 12%292067 21 CS GELATIN, PEACH, VEG BASED 12 24

OZ/CS 21.00 21.50 25.50 21.00 Karetas 25.5 Shrier 15.53 Zilka 35%292068 80 CS DRYMIS, ICE CREAM TOP, WALNUT,12-

46OZ/CS 80.00 119.00 80.00 Karetas 119 Shrier 80 Karetas 0%292069 58.44 CS DRYMIS, ICE CREAM TOP,CARAMEL,12-

46OZ/CS 58.44 65.00 58.44 Karetas 65 Shrier 58.44 Karetas 0%292070 55 CS DRYMIS, ICE CREAM TOP,STRAW,12-

46OZ/CS 55.00 84.50 55.00 Karetas 84.5 Shrier 55 Karetas 0%292071 30 CS DRYMIS, SPRINKLES, CHOC, 4-6LB/CS 26.28 30.00 24.95 28.00 30.07 24.95 Zilka 30.07 Somerset 24.5 Schrier 2%292072 30 CS DRYMIS, SPRINKLES, RAINBOW, 4-

6LB/CS 25.5 30.00 24.10 28.00 30.07 24.10 Zilka 30.07 Somerset 24.5 Schrier -2%292073 40.38 CS DRYMIS, SYRUP, CHOC, 24-24OZ/CS 39.75 40.38 39.50 39.50 Shrier 40.38 Karetas 39.5 Schrier 0%291447 10 CS DRYMIS, TORTILLA SHELLS, HARD, 200

CT/CS 10.58 10.00 8.95 16.40 8.95 Shrier 16.4 Somerset 7.95 Schrier 13%291552 34.1 BAG VEG, BEAN, GREAT NORTHERN, DRY,

50LB/BAG 34.10 32.45 32.48 33.00 41.84 32.45 Ritter 41.84 Somerset 26.5 Ritter 22%291556 40 BAG VEG, BEAN, KIDNEY, DRY, 50LB/BAG 40.00 39.28 33.00 54.61 33.00 Shrier 54.61 Somerset 29.5 Schrier 12%291559 26.6 BAG VEG, BEAN, PINTO, DRY 50LB/BAG 26.60 25.65 26.65 28.00 35.89 25.65 Ritter 35.89 Somerset 22.5 Ritter 14%300751 14.44 BAG LENTIL, BROWN, DRY, 24/1LB/BAG 14.44 14.50 15.50 18.53 14.44 Karetas 18.53 Somerset 12.9 Feesers 12%291590 54.55 CS VEG, ONION, DEHYD, 30LB/CS 54.55 56.25 49.50 75.60 60.00 49.50 Shrier 75.6 Somerset 42.75 Premier 16%300752 25.5 BAG PEAS, SPLIT, DRY, 50 LB/BAG 25.50 24.28 25.00 34.05 24.28 Ritter 34.05 Somerset 17.5 Ritter 39%300753 59.2 CS PEPPER, DEHYD, MXD, 6/5 LB/CS 59.20 82.50 162.00 60.00 59.20 Karetas 162 Somerset 49.87 Premier 19%304749 29.6 BX PEPPER, DEHYD, MXD, 15LB/BX 29.60 41.75 81.00 30.00 29.60 Karetas 81 Somerset 28.5 Premier 4%

291599 45.4 CS VEG, POTATO, HASH BROWN, DEHYD, 25LB/CS 45.40 35.90 35.90 Shrier 45.4 Karetas 36.1 Schrier -1%

291600 30 CS VEG, POTATO, SLICED, DEHYD, 25LB/CS 30.00 36.50 30.00 Karetas 36.5 Shrier 28.22 Karetas 6%

291602 32.67 CS VEG, POTATO, WHT, MASHED, DEHYD, 40LB/CS 57.82 32.67 35.20 32.67 Karetas 57.82 Feesers 32.67 Karetas 0%

304751 90 BAG SOUP, TOMATO, LS, DEHYD, 25 LB/BAG 90.00 90.00 Karetas 90 Karetas 52.5 Schrier 71%300755 43.2 CS SOUP,TOMATO, LS, DEHYD, 12-1 LB/CS 43.20 48.00 43.20 Karetas 48 Shrier 27.5 Schrier 57%300756 54 CS SAUCE, SPAGHETTI, TOMATO,

DEHYDRATED 6 2.5#/CS 54.00 58.00 54.00 Karetas 58 Shrier 25.5 Schrier 112%304750 90 BAG SAUCE, SPAG, TOMATO,

LS,DEHYD,25#/BAG 90.00 90.00 Karetas 90 Karetas 42.5 Schrier 112%TOTAL LOT 9

LOT 10 - GRAINS

292085 15.67 CS GRAINS, BARLEY, PEARL,MED COOK,24-1LB/CS 15.67 15.50 15.50 Shrier 15.67 Karetas 11.95 Ritter 30%

292086 11.85 BAG GRAINS, RICE, BROWN, 25LB/BAG 18.7 11.85 11.00 25.93 11.00 Shrier 25.93 Somerset 10.5 Schrier 5%292368 10.6 BAG GRAINS, RICE, CONVERTED, 25/BAG 10.5 10.60 9.50 12.40 9.50 Shrier 12.4 Somerset 8.5 Schrier 12%

TOTAL LOT 10

LOT 11 - JUICES

291382 14.3 CS BEV, JUICE, APPLE, 12-46OZ/CS 14.30 16.94 18.95 21.70 14.30 Karetas 21.7 Somerset 11.75 Ritter 22%304741 CS JUICE, CONCENT,APPLE,CAN 6#10/CS 0.00 0 42.5 Schrier304738 CS JUICE, CONCENT,APPLE,ASEPTIC,12/CS 0.00 0 17.5 Schrier304743 CS JUICE, CONCENT, CRAN,ASEPTIC 12/CS 0.00 0 17.5 Schrier

Min Max Feb 10 Prices 12 2/12/200811:53 AM

Page 164: CONTRACT DESCRIPTION CONTRACT INFO

FEB 10, 08 MIN MAXDOC REGION 2

Material # UOM 6 Feesers Elwood Good Source Karetas Ritter Zilka Shrier Somerset Premier Conte Luna Min Supplier Max Max Supplier Old Min Old Min

Supplier

%Difference old vs new

min304742 CS JUICE, CONCENT,CRAN, CAN 6 #10/CS 0.00 0 39.5 Schrier291384 13.25 CS BEV, JUICE, CRANBERRY, 12-46OZ/CS 13.25 12.44 15.00 12.75 15.84 12.44 Ritter 15.84 Somerset 11.4 Schrier 9%256603 CS JUICE, GRAPE, UNSWEET, 12/46 OZ/CS 19.50 23.41 19.50 Shrier 23.41 Somerset 18.5 Schrier 5%304740 CS JUICE,CONCENT,ORANGE,ASEPTIC

12/CS 0.00 0 25.5 Schrier304744 CS JUICE,CONCENT,ORANGE,CAN,6#10/CS 0.00 0 49.5 Schrier291386 20 CS BEV, JUICE, ORANGE, 12-46OZ/CS 20.00 16.52 20.83 18.50 25.70 16.52 Ritter 25.7 Somerset 18.15 Schrier -9%304745 CS JUICE,CONCENT,PINEAPL,CAN 6#10/CS 0.00 0 39.5 Schrier304746 CS JUICE,CONCENT,PINEAPL,ASEP,12/CS 0.00 0 19.5 Schrier

TOTAL LOT 11

LOT 12 - OILS

291509 23 EA OIL, SHORTENING, LIQUID, 5 GAL 26.85 23.00 29.10 25.31 29.00 29.63 23.00 Karetas 29.63 Somerset 18.1 Ritter 27%291510 36 CS OIL, SHORTENING, SOLID, 50 LB/CS 33.9 36.00 39.00 36.19 33.00 43.12 33.00 Shrier 43.12 Somerset 25 Karetas 32%291512 25.6 CS OIL, VEGETABLE OIL, 4-1GAL/CS 26.05 25.60 31.50 24.90 22.50 22.50 Shrier 31.5 Ritter 18.5 Schrier 22%

TOTAL LOT 12

LOT 13 - PASTA

291513 10.5 CS PASTA, BOWS, 10LB/CS 11.45 10.50 10.50 9.00 10.97 8.95 8.95 Conte Luna 11.45 Feesers 5.03 Conte Luna 78%

291514 13.9 CS PASTA, ELBOW MACARONI, 20LB/CS 16.6 13.90 11.95 15.00 13.87 13.97 11.95 Zilka 16.6 Feesers 6.83 Conte Luna 75%

292106 12.5 CS PASTA, LASAGNA NOODLE, 10LB/CS 11.8 12.50 24.00 15.00 11.18 11.18 Conte Luna 24 Zilka 7.4 Ritter 51%291515 10.2 CS PASTA, NOODLES, MED, 10LB/CS 10.20 6.95 9.00 8.12 7.87 6.95 Zilka 10.2 Karetas 4.33 Conte

Luna 61%291516 14.25 CS PASTA, ROTINI, 20LB/CS 16.6 14.25 11.95 15.00 14.19 14.51 11.95 Zilka 16.6 Feesers 7.29 Conte

Luna 64%291517 14.25 CS PASTA, SHELLS, 20LB/CS 16.6 14.25 11.95 15.00 12.37 14.51 11.95 Zilka 16.6 Feesers 7.29 Conte

Luna 64%291518 13.9 CS PASTA, SPAGHETTI, 20LB/CS 16.6 13.90 11.95 15.00 12.37 14.61 11.95 Zilka 16.6 Feesers 7.03 Conte

Luna 70%314648 CS PASTA,POT PIE SQUARE,20LBS. 14.69 14.69 Conte Luna 14.69 Conte Luna 9.63 53%314983 CS PASTA,NOODLE TYPE,NO EGG,1/2",FLAT,CURLY 7.87 7.87 Conte Luna 7.87 Conte Luna 3.53 123%

TOTAL LOT 13

LOT 14 - SNACKS

304754 18.8 CS COOKIE, CHOC CHIP, 2EA/60 CT/CS 16.35 18.80 19.50 16.35 Feesers 19.5 Shrier 16.32 Karetas 0%291519 CS SNACK, COOKIE, CHOC CHIP,

2EA/200CT/CS 35.50 35.50 Shrier 35.5 Shrier 35.5 Schrier 0%315090 20.22 CS Cookie, choc chip, 2ea/100ct/cs 20.22 20.22 Karetas 20.22 Karetas new 304753 18.8 CS COOKIE, OATMEAL, IND 2 EA/60CT/CS 18.80 19.50 18.80 Karetas 19.5 Shrier 17.32 Karetas 9%291520 CS SNACK, COOKIE, OATMEAL, IND,

2EA/120CT/CS 19.50 19.50 Shrier 19.5 Shrier 17.5 Schrier 11%291521 18.7 CS SNACK, COOKIE, IND, VANILLA WAFER,

60 CT/CS 18.70 20.40 18.70 Karetas 20.4 Shrier 18.7 Karetas 0%304752 18.7 CS COOKIE, VAN WAFER, IND, 2 EA/60/CS 18.70 20.40 18.70 Karetas 20.4 Shrier 18.7 Karetas 0%291522 25.75 CS SNACK, CRACKER, GRAHAM, K, 150-

3CT/CS 25.06 25.75 20.00 19.75 21.60 19.75 Shrier 25.75 Karetas 20 Zilka -1%291523 11.37 CS SNACK, CRACKER, SALTINE, K, 300-

2CT/CS 9.75 11.37 10.95 12.76 9.75 Feesers 12.76 Somerset 10.95 Schrier -11%304748 24.89 CS GRANOLA BAR, CRUNCHY, 144 EA/CS 24.89 27.50 24.89 Karetas 27.5 Shrier 24.89 Karetas 0%292128 10.5 CS SNACK, POTATO CHIPS, 4-1LB/CS 10.50 10.75 10.50 Karetas 10.75 Shrier 10.5 Karetas 0%292129 10.88 CS SNACK, POTATO CHIPS, 60-1OZ/CS 6.3 10.88 10.55 6.30 Feesers 10.88 Karetas 9.85 Feesers -36%292130 11 CS SNACK, PRETZEL, 4-1LB BAG/CS 11.00 8.75 8.75 Shrier 11 Karetas 8.75 Schrier 0%292131 10.88 CS SNACK, PRETZEL, 60-1OZ/CS 10.35 10.88 10.55 10.35 Feesers 10.88 Karetas 9.85 Feesers 5%291524 11.9 CS PUDDING, BUTTERSCOTCH,IND,48-

3.5/CS 11.8 11.90 13.90 11.20 11.40 14.40 11.20 Zilka 14.4 Somerset 11.55 Feesers -3%291525 11.9 CS PUDDING, CHOCOLATE,IND,48-3.5/CS 11.8 11.90 13.90 11.20 11.40 14.40 11.20 Zilka 14.4 Somerset 11.55 Feesers -3%291526 11.9 CS PUDDING, VANILLA,IND, 48-3.5/CS 11.8 11.90 13.90 11.20 11.40 14.40 11.20 Zilka 14.4 Somerset 11.55 Feesers -3%291527 22.25 CS RICE CAKES, PLAIN 21 22.25 24.00 21.00 Feesers 24 Shrier 20 Feesers 5%

TOTAL LOT 14

LOT 15 - SOUP

293809 18.36 CS SOUP, CHIX NOODLE, LS, CN, 24-7 1/4 OZ/CS 17.08 18.36 17.75 17.08 Feesers 18.36 Karetas 16.25 Feesers 5%

293815 17.88 CS SOUP, VEGETABLE, LS, CN, 24- 7 1/4 OZ 16.84 17.88 17.75 16.84 Feesers 17.88 Karetas 15.85 Feesers 6%

Min Max Feb 10 Prices 13 2/12/200811:53 AM

Page 165: CONTRACT DESCRIPTION CONTRACT INFO

FEB 10, 08 MIN MAXDOC REGION 2

Material # UOM 6 Feesers Elwood Good Source Karetas Ritter Zilka Shrier Somerset Premier Conte Luna Min Supplier Max Max Supplier Old Min Old Min

Supplier

%Difference old vs new

min293813 17.4 CS SOUP, TOMATO, LS, CN, 24-7 1/4 OZ 16.28 17.40 17.75 16.28 Feesers 17.75 Shrier 15.46 Feesers 5%

TOTAL LOT 15

LOT 16 - SPICES

291528 20.7 CS SPICE, ALL SPICE, 6-1LB/CS 34.7 20.70 18.00 26.88 25.92 18.05 18.00 Zilka 34.7 Feesers 18.05 Premier 0%291529 CS SPICE, BASIL, GROUND, 12-1LB/CS 14.95 26.88 24.19 22.80 14.95 Zilka 26.88 Shrier 13.44 Schrier 11%291530 4 CS SPICE, BAY LEAF, WHOLE, 1LB/CS 4.00 3.39 5.50 4.10 4.00 3.39 Zilka 5.5 Shrier 2.47 Premier 37%292133 11.62 CS SPICE, CARAWAY SEED, 6-1 LB/CS 11.62 9.90 9.84 14.26 12.00 9.84 Shrier 14.26 Somerset 9.84 Schrier 0%291531 11.24 CS SPICE, CELERY SEED, 6-1LB/CS 18.48 11.24 9.63 9.84 15.12 11.40 9.63 Zilka 18.48 Feesers 9.63 Zilka 0%291532 11.84 CS SPICE, CHILI POWDER, 6-1LB/CS 21.75 11.84 13.25 9.84 10.44 17.14 10.26 9.84 Zilka 21.75 Feesers 10.26 Premier -4%291533 11.55 CS SPICE, CINNAMON, GROUND, 6-1LB/CS 24.95 11.55 11.25 7.95 10.08 12.17 8.79 7.95 Zilka 24.95 Feesers 8.7875 Premier -10%291534 14.84 CS SPICE, CUMIN, GROUND, 6-1LB/CS 18.9 14.84 16.95 10.90 13.44 21.67 11.40 10.90 Zilka 21.67 Somerset 11.4 Premier -4%300748 11 CS CURRY, GROUND, 6-1 LB/CS 24.64 11.00 8.75 14.04 15.20 12.00 8.75 Zilka 24.64 Feesers 8.7875 Premier 0%292134 12.2 CS SPICE, FENNEL SEED, 6-1 LB/CS 12.20 11.40 15.00 12.53 12.00 11.40 Zilka 15 Shrier 11.4 Premier 0%291535 13.2 CS SPICE, GARLIC POWDER, 6-1LB/CS 23.65 13.20 13.50 9.08 12.60 17.28 9.98 9.08 Zilka 23.65 Feesers 9.975 Premier -9%291536 7 CS SPICE, GINGER, POWDER, 6-1LB/CS 30.5 7.00 7.50 18.00 19.02 12.83 7.00 Karetas 30.5 Feesers 7 Karetas 0%292135 11.24 CS SPICE, LEMON PEPPER, LS, 6-1 LB/CS 11.24 9.08 14.04 19.01 9.00 9.00 Premier 19.01 Somerset 8.7875 Premier 2%291537 11.48 CS SPICE, MUSTARD, DRY, GROUND, 6-

1LB/CS 18.75 11.48 9.00 14.28 15.12 12.00 9.00 Zilka 18.75 Feesers 9.025 Premier 0%291538 24.84 CS SPICE, NUTMEG, 6-1LB/CS 45 24.84 21.38 26.64 34.56 22.80 21.38 Zilka 45 Feesers 21.38 Zilka 0%291539 CS SPICE, ONION, POWDER, 6-20OZ/CS 22.9 10.95 14.34 19.01 15.00 10.95 Zilka 22.9 Feesers 12.1125 Premier -10%291540 12.88 CS SPICE, OREGANO, GROUND, 6-12OZ/CS 22.45 12.88 11.14 11.28 15.12 16.00 11.14 Zilka 22.45 Feesers 10.45 Premier 7%291541 12.08 CS SPICE, PAPRIKA, 6-16 OZ/CS 21.5 12.08 15.20 9.08 10.68 15.12 12.00 9.08 Zilka 21.5 Feesers 9.5 Premier -4%291542 28 CS SPICE, PARSLEY, FLAKES, 6-8OZ/CS 28.00 16.83 24.84 30.24 32.50 16.83 Zilka 32.5 Premier 13.83 Zilka 22%291543 19.28 CS SPICE, PEPPER, BLACK, 6-1LB/CS 43.75 19.28 16.90 17.88 25.72 17.10 16.90 Zilka 43.75 Feesers 17.1 Premier -1%292137 13.04 CS SPICE, PEPPER, CAYENNE, 6-1 LB/CS 21.15 13.04 13.00 8.99 15.84 17.28 12.00 8.99 Zilka 21.15 Feesers 8.7875 Premier 2%291544 19 CS SPICE, PEPPER, SHAKER, 48-1.5OZ/CS 27.42 19.00 22.25 21.61 22.00 25.92 19.00 Karetas 27.42 Feesers 19 Karetas 0%291545 10.64 CS SPICE, POULTRY SEASONING, 6-

12OZ/CS 28.5 10.64 14.25 9.08 9.48 15.12 13.30 9.08 Zilka 28.5 Feesers 9.08 Zilka 0%301910 17.84 CS SPICE, SAGE, GROUND, 6-6 OZ/CS 45.99 17.84 14.10 20.64 15.12 23.75 14.10 Zilka 45.99 Feesers 9.87 Zilka 43%291547 8.5 CS SPICE, SALT, IODIZED, SHAKER, 48-

4OZ/CS 14.92 8.50 13.25 12.41 10.50 12.96 8.50 Karetas 14.92 Feesers 7.9 Karetas 8%291548 6.25 CS SPICE, SALT, IODIZED, 25LB/CS 5.15 6.25 4.33 4.50 4.90 4.33 Zilka 6.25 Karetas 4.33 Zilka 0%291549 20.18 CS SPICE, SPICE BLEND, LS, 500 PK/CS 20.18 22.95 20.18 Karetas 22.95 Shrier 18.86 Liberty 7%304747 22.25 CS SPICE BLEND, LS, 6-20 OZ/CS 22.25 14.31 70.00 17.81 14.31 Zilka 70 Shrier 14.31 Zilka 0%291550 46.2 CS SPICE, TACO SEASONING, LS, 6-5LB/CS 46.20 30.50 46.20 64.80 76.00 30.50 Zilka 76 Premier 46.2 Karetas -34%291551 13.04 CS SPICE, THYME, GROUND, 6-11OZ/CS 35.9 13.04 11.67 16.50 26.64 18.00 11.67 Zilka 35.9 Feesers 10.69 Premier 9%

TOTAL LOT 16

LOT 17 - TEA

291388 15.25 CS BEV, TEA BAGS, 1000/CS 28.5 15.25 13.50 23.60 13.50 Shrier 28.5 Feesers 12.5 Schrier 8%291389 155 BAG BEV, TEA, BULK, 100LB/BAG 155.00 69.00 140.00 69.00 Shrier 155 Karetas 65 Schrier 6%

TOTAL LOT 17

LOT 18 - ENTREES

291450 28.85 CS ENTRÉE, RAVIOLI, BEEF, CN, 6#10/CS 45.65 28.85 36.70 24.75 44.64 24.75 Shrier 45.65 Feesers 22.75 Schrier 9%291451 27.85 CS ENTRÉE, RAVIOLI, CHEESE, CN, 6#10/CS 28.58 27.85 36.70 24.75 43.92 24.75 Shrier 43.92 Somerset 22.75 Schrier 9%291452 33.75 CS ENTRÉE, STEW, BEEF,CN, 6#10/CS 37.5 33.75 34.05 32.75 43.56 32.75 Shrier 43.56 Somerset 32.75 Schrier 0%

TOTAL LOT 18

LOT 19 - FLOUR

291341 21.5 BAG BAKING, FLOUR, ALL PUR BAKING, 50 LB/BAG 21.50 17.15 17.50 26.65 17.15 Zilka 26.65 Somerset $ 11.35 Ritter 51%

291342 22.5 BAG BAKING, FLOUR, HIGH GLUTEN, 50 LB/BAG 22.50 17.52 18.50 26.25 17.52 Zilka 26.25 Somerset $ 11.25 Ritter 56%

291343 22.5 BAG BAKING, FLOUR, RYE, 50 LB/BAG 22.50 16.29 18.50 27.20 16.29 Zilka 27.2 Somerset $ 10.35 Ritter 57%

291344 22.5 BAG BAKING, FLOUR, WHOLE WHEAT, 50 LB/BAG 22.50 16.98 18.50 26.40 16.98 Zilka 26.4 Somerset $ 11.25 Ritter 51%

Min Max Feb 10 Prices 14 2/12/200811:53 AM

Page 166: CONTRACT DESCRIPTION CONTRACT INFO

FEB 10, 08 MIN MAXDOC REGION 2

Material # UOM 6 Feesers Elwood Good Source Karetas Ritter Zilka Shrier Somerset Premier Conte Luna Min Supplier Max Max Supplier Old Min Old Min

Supplier

%Difference old vs new

minTOTAL LOT 19

LOT 20 - SUGAR

291359 35.25 CS BAKING, SUGAR 10X, 50 LB/CS 20 20.62 18.82 18.00 25.51 18.00 Shrier 25.51 Somerset 18.19 Feesers -1%291360 20.5 CS BAKING, SUGAR, GRANULATED, 50

LB/CS 17.85 19.62 17.42 16.35 38.90 16.35 Shrier 38.9 Somerset 16.54 Feesers -1%291361 21.5 CS BAKING, SUGAR, LIGHT BROWN, 50

LB/CS 20 20.62 19.66 18.50 39.10 18.50 Shrier 39.1 Somerset 18.69 Feesers -1%TOTAL LOT 20

LOT 21 - MISCELLANEOUS

304272 47.44 CS MILK, SOY, PLAIN, 6-21.2 OZ/CS 63.56 47.44 37.50 37.50 Shrier 63.56 Good Source 37.5 Schrier 0%

291457 16.8 CS FRUIT, APPLESAUCE, IND, 72-4OZ/CS 16.80 18.59 17.00 16.80 Karetas 18.59 Zilka 15 Schrier 12%291494 42.25 CS MEAT, FISH, TUNA, CN, 6-66.5OZ/CS 42.25 38.95 38.00 56.16 38.00 Shrier 56.16 Somerset 39 Schrier -3%304755 CS TUNA, POUCH, 100-2 OZ/CS 48.00 48.00 Good Source 48 Good

Source 39.1 Zilka 23%

291330 18.65 CS ALTPRO, PEANUT BUTTER, K, LS, 200 PK/CS 18.11 13.25 18.65 18.53 14.00 22.74 13.25 Elwood 22.74 Somerset 13.25 Schrier 0%

291331 36.6 EA ALTPRO, PEANUT BUTTER, LS, 35 LB/PAIL 40.9 36.60 39.77 31.00 38.81 31.00 Shrier 40.9 Feesers 29.5 Schrier 5%

291332 32 CS ALTPRO, SOY CRUMBLES, LS, 25LB/CS 33.09 32.00 19.70 27.50 18.76 18.76 Somerset 33.09 Good Source 19.7 Zilka -5%

291334 12.4 CS ALTPRO, TOFU, 12-12.3OZ/CS 14 12.40 20.05 13.50 12.40 Karetas 20.05 Zilka 13.5 Schrier -8%TOTAL LOT 21 $ 5,311.18 $ - $ - 3,355.57 $ 159.47 $ 455.73 $ 5,294.79 $ 1,427.36 3,030.57 5,179.50 4,874.01 $ 660.77 $ 108.16

Feesers Elwood Good Source Karetas Ritter Zilka Shrier

Somerset Premier Conte Luna

Items highlighted in blue have no pricing at all

Items highlighted in yellow are low sodium

Min Max Feb 10 Prices 15 2/12/200811:53 AM

Page 167: CONTRACT DESCRIPTION CONTRACT INFO

LM FEB 10, 2008 MIN MAXDOC REG 3

CWOPA Material # UOM Feesers Elwood Good

Source Karetas Ritter Zilka Schrier Somerset Premier Conte Luna Min Supplier Max Old Min Old Min Supplier

%Difference old vs new

min4600012697 4600012689 4600012691 4600012705 4600012708 4600012702 4600012695 4600012698 4600012728

291335 CS 28 18.33 34.50 45.13 18.33 Karetas 45.13 19.20 Karetas -5%291336 CS 15.46 12.75 15.75 20.23 12.75 Karetas 20.23 13.10 Karetas -3%292054 CS 37.8 37.85 24.50 30.96 24.50 Zilka 37.85 30.96 Somerset -21%291337 BAG 7.28 6.80 4.45 19.00 5.00 4.45 Zilka 19.00 4.50 Premier -1%304768 CS 11.25 10.89 12.70 10.89 Zilka 12.70 8.50 Ritter 28%291338 CS 16.2 14.00 15.75 23.62 14.00 Karetas 23.62 14.17 Feesers -1%292110 CS 39.00 45.28 40.32 39.00 Karetas 45.28 35.50 Karetas 10%291340 CS 14 13.00 15.50 9.53 12.24 9.53 Zilka 15.50 9.43 Zilka 1%200665 LB 2.80 2.48 2.87 2.48 Zilka 2.87 2.65 Karetas -6%291345 BAG 133.00 124.00 117.75 117.75 Somerset 133.00 135.00 Karetas -13%258083 CS 18.80 18.00 29.62 18.00 Ritter 29.62 17.00 Karetas 6%291346 CS 57.24 24.80 27.89 31.42 24.80 Karetas 57.24 23.46 Karetas 6%292158 CS 27.37 22.78 21.50 29.00 28.62 21.50 Ritter 29.00 19.20 Ritter 12%291347 CS 20.75 20.15 18.90 22.71 24.94 18.90 Ritter 24.94 17.15 Ritter 10%291348 CS 20.72 20.45 18.00 24.86 29.41 18.00 Ritter 29.41 17.98 Ritter 0%291349 CS 20.40 42.90 25.10 62.89 20.40 Karetas 62.89 19.08 Karetas 7%291350 CS 42.8 18.60 39.95 22.15 58.78 18.60 Karetas 58.78 18.28 Karetas 2%291351 BAG 22.95 21.90 20.50 22.00 26.28 20.50 Ritter 26.28 19.01 Karetas 8%291352 CS 19.04 20.20 18.15 18.25 27.36 18.15 Ritter 27.36 19.04 Feesers -5%291353 CS 19.34 22.47 18.25 18.25 27.79 18.25 Ritter 27.79 19.34 Feesers -6%291354 CS 19.04 21.47 18.15 18.25 27.36 18.15 Ritter 27.36 19.04 Feesers -5%291355 CS 19.34 20.30 18.25 18.25 27.79 18.25 Ritter 27.79 19.34 Feesers -6%291356 CS 23.85 28.15 24.00 17.85 17.85 Somerset 28.15 15.12 Somerset 18%291357 CS 33.75 31.00 21.40 39.00 21.40 Zilka 39.00 23.50 Zilka -9%291358 CS 38.6 35.60 27.96 48.00 27.96 Zilka 48.00 27.96 Zilka 0%300733 CS 44.75 44.75 Karetas 44.75 45.03 Karetas -1%292058 CS 32.50 25.45 52.40 25.45 Zilka 52.40 31.20 Ritter -18%291362 CS 25.76 29.15 14.57 26.48 14.57 Zilka 29.15 14.57 Zilka 0%291363 BAG 42.25 39.20 44.90 39.20 Zilka 44.90 39.20 Zilka 0%291364 CS 36.62 39.30 35.26 47.50 35.26 Zilka 47.50 35.26 Zilka 0%

TOTAL LOT 1

291365 CS 14.8 12.90 12.95 9.84 13.46 21.00 9.84 Zilka 21.00 8.84 Zilka 11%291366 CS 14.6 12.90 12.95 9.84 13.46 21.00 9.84 Zilka 21.00 8.84 Zilka 11%291367 CS 15.05 12.90 12.95 10.00 15.11 21.00 10.00 Zilka 21.00 9.00 Zilka 11%

TOTAL LOT 2

291369 CS 43.32 49.00 33.65 58.24 33.65 Zilka 58.24 31.05 Zilka 8%291371 CS 43.32 49.00 33.65 58.24 33.65 Zilka 58.24 31.05 Zilka 8%291373 CS 43.32 49.00 33.65 58.24 33.65 Zilka 58.24 31.05 Zilka 8%304760 CS 29.58 38.30 38.90 40.59 29.58 Good Sourc 40.59 29.58 Good

Source 0%304761 CS 29.58 39.30 38.90 39.59 29.58 Good Sourc 39.59 29.58 Good

Source 0%304762 CS 29.58 38.30 38.90 39.59 29.58 Good Sourc 39.59 29.58 Good

Source 0%304763 CS 29.58 38.30 38.90 39.59 29.58 Good Sourc 39.59 29.58 Good

Source 0%

Min Max Feb 10 Prices 16 2/12/200811:53 AM

Page 168: CONTRACT DESCRIPTION CONTRACT INFO

LM FEB 10, 2008 MIN MAXDOC REG 3

CWOPA Material # UOM Feesers Elwood Good

Source Karetas Ritter Zilka Schrier Somerset Premier Conte Luna Min Supplier Max Old Min Old Min Supplier

%Difference old vs new

min291375 CS 15.70 17.27 13.99 12.95 22.09 12.95 Zilka 22.09 11.50 Zilka 13%291376 CS 15.70 17.27 13.99 12.95 18.06 12.95 Zilka 18.06 11.50 Zilka 13%291377 CS 15.70 17.27 13.99 12.95 18.06 12.95 Zilka 18.06 11.50 Zilka 13%291378 CS 15.70 17.27 13.99 12.95 18.06 12.95 Zilka 18.06 11.50 Zilka 13%

TOTAL LOT 3

291453 CS 25.6 19.65 18.88 23.32 18.88 Zilka 25.60 17.43 Zilka 8%291456 CS 22.86 16.15 19.25 17.16 22.95 16.15 Karetas 22.95 13.45 Zilka 20%292076 CS 30.5 31.20 24.82 32.11 34.56 24.82 Ritter 34.56 26.26 Ritter -5%291460 CS 25.95 24.90 24.71 31.68 24.71 Zilka 31.68 23.41 Zilka 6%291462 CS 27.54 27.50 25.75 25.10 20.65 20.65 Somerset 27.54 24.44 Zilka -16%291465 CS 24 25.00 22.68 28.73 22.68 Zilka 28.73 22.68 Zilka 0%291468 CS 20 23.00 19.45 16.72 16.72 Somerset 23.00 18.63 Zilka -10%291470 CS 23.75 22.15 19.95 20.30 25.32 19.95 Ritter 25.32 17.25 Ritter 16%291553 CS 15.83 15.10 14.50 14.61 14.80 14.50 Ritter 15.83 14.01 Ritter 3%291555 CS 15.9 16.50 17.75 17.90 15.90 Feesers 17.90 14.85 Feesers 7%291557 CS 15.85 15.25 14.15 17.50 14.15 Zilka 17.50 13.75 Ritter 3%291560 CS 15.25 14.85 14.50 13.15 17.25 13.15 Zilka 17.25 13.75 Ritter -4%291562 CS 19.62 18.00 20.40 22.94 18.00 Karetas 22.94 15.99 Zilka 13%300750 CS 14.85 14.75 16.45 19.42 14.75 Karetas 19.42 13.75 Zilka 7%291571 CS 14.3 14.80 16.90 20.78 14.30 Feesers 20.78 13.75 Feesers 4%291580 CS 17.7 16.85 16.40 22.54 16.40 Zilka 22.54 16.46 Karetas 0%291582 CS 16.27 16.35 21.00 21.89 16.27 Feesers 21.89 15.60 Feesers 4%291585 CS 18.53 18.15 21.00 23.25 18.15 Karetas 23.25 17.58 Feesers 3%291588 CS 17.00 16.40 21.94 16.40 Zilka 21.94 15.82 Zilka 4%291593 CS 17.95 17.65 17.95 16.77 16.77 Somerset 17.95 14.40 Somerset 16%296814 CS 15.45 15.50 14.25 16.17 19.08 14.25 Ritter 19.08 13.95 Ritter 2%291601 CS 20.35 20.15 25.00 27.92 20.15 Karetas 27.92 18.13 Karetas 11%291594 CS 24.15 24.15 24.00 20.25 17.42 17.42 Somerset 24.15 18.53 Zilka -6%292140 CS 16.26 16.72 17.25 21.24 16.26 Feesers 21.24 15.25 Feesers 7%291610 CS 27.95 23.50 21.40 21.40 Zilka 27.95 23.75 Feesers -10%291612 CS 15.92 15.00 13.60 15.72 13.60 Zilka 15.92 13.46 Zilka 1%291615 CS 20.00 22.50 25.50 20.00 Karetas 25.50 18.86 Zilka 6%291616 CS 14.4 15.05 12.75 11.47 11.47 Somerset 15.05 12.15 Ritter -6%

TOTAL LOT 4

291390 CS 26.4 31.00 26.40 Feesers 31.00 26.40 Feesers 0%291391 CS 21.27 16.70 16.70 Karetas 21.27 16.82 Karetas -1%291392 CS 19.99 19.99 Karetas 19.99 17.42 Somerset 15%291393 CS 22.45 16.82 16.82 Karetas 22.45 16.82 Karetas 0%291394 BAG 17.30 17.30 Karetas 17.30 17.37 Karetas 0%291395 CS 21.1 16.90 17.43 22.09 16.90 Karetas 22.09 13.84 Feesers 22%291396 CS 25.6 20.25 20.25 Karetas 25.60 19.58 Karetas 3%291397 CS 8.95 23.00 25.00 19.20 22.24 8.95 Feesers 25.00 16.94 Zilka -47%

Min Max Feb 10 Prices 17 2/12/200811:53 AM

Page 169: CONTRACT DESCRIPTION CONTRACT INFO

LM FEB 10, 2008 MIN MAXDOC REG 3

CWOPA Material # UOM Feesers Elwood Good

Source Karetas Ritter Zilka Schrier Somerset Premier Conte Luna Min Supplier Max Old Min Old Min Supplier

%Difference old vs new

min291398 CS 21.25 20.85 21.25 20.52 20.52 Somerset 21.25 18.00 Ritter 14%291399 CS 22.45 17.00 17.00 Karetas 22.45 17.02 Karetas 0%291400 CS 20.00 20.00 Karetas 20.00 21.15 Karetas -5%291401 CS 22.45 17.10 17.10 Karetas 22.45 17.02 Karetas 0%291402 CS 22.30 22.30 Karetas 22.30 20.30 Somerset 10%

TOTAL LOT 5

291379 CS 61.00 30.48 30.48 Zilka 61.00 18.98 Zilka 61%291380 CS 52.54 31.30 33.65 31.30 Karetas 52.54 31.65 Zilka -1%291381 CS 29.2 28.25 22.62 22.62 Somerset 29.20 20.02 Somerset 13%

TOTAL LOT 6

291403 CS 12.25 9.45 9.18 15.25 11.23 9.18 Karetas 15.25 8.93 Elwood 3%291404 CS 15.84 15.50 14.75 14.50 18.36 14.50 Zilka 18.36 14.25 Ritter 2%291405 CS 14.07 11.50 11.25 14.17 11.25 Ritter 14.17 10.25 Ritter 10%292115 CS 10.71 6.99 12.25 14.95 11.36 6.99 Elwood 14.95 6.99 Elwood 0%291407 CS 25.1 26.33 28.40 31.81 25.10 Feesers 31.81 23.10 Feesers 9%291406 CS 5.48 3.70 5.40 6.95 4.97 3.70 Elwood 6.95 3.74 Liberty -1%291408 CS 4.81 3.78 4.40 5.98 5.04 3.78 Elwood 5.98 3.82 Liberty -1%291409 CS 7.14 4.65 5.10 8.05 5.04 4.65 Elwood 8.05 4.65 Elwood 0%291410 CS 26 27.35 29.65 33.47 26.00 Feesers 33.47 25.00 Feesers 4%291411 CS 6.41 3.72 4.25 5.98 4.68 3.72 Elwood 6.41 3.72 Elwood 0%291412 CS 15.15 15.00 12.96 12.96 Somerset 15.15 12.96 Somerset 0%296045 CS 96 85.00 133.49 85.00 Karetas 133.49 79.55 Karetas 7%291413 CS 7.55 9.39 9.95 8.95 11.43 7.55 Feesers 11.43 7.35 Ritter 3%291414 CS 5.3 3.85 3.25 6.25 4.78 3.25 Karetas 6.25 3.78 Elwood -14%291415 CS 7.1 5.70 5.95 6.65 6.83 5.70 Karetas 7.10 5.70 Ritter 0%291416 CS 4.1 4.15 3.95 4.90 4.78 3.95 Ritter 4.90 3.37 Liberty 17%291417 CS 5.70 6.55 5.39 5.39 Somerset 6.55 4.15 Liberty 30%292118 CS 4.00 4.07 4.62 4.00 Karetas 4.62 4.00 Karetas 0%291418 CS 15.5 13.60 10.25 11.25 11.84 10.25 Ritter 15.50 11.89 Zilka -14%291419 CS 3.50 3.95 4.87 4.22 3.50 Elwood 4.87 3.45 Elwood 1%291420 CS 5.08 3.58 3.95 5.46 3.89 3.58 Elwood 5.46 3.89 Somerset -8%291421 CS 15.5 14.00 12.75 9.10 12.60 9.10 Zilka 15.50 9.89 Zilka -8%291422 CS 22.8 14.50 14.60 12.35 14.65 14.76 12.35 Ritter 22.80 11.95 Ritter 3%291423 CS 7.90 4.36 4.36 Somerset 7.90 4.36 Somerset 0%291424 CS 13.09 3.32 4.15 6.67 3.57 3.32 Elwood 13.09 3.48 Elwood -5%291425 CS 26.5 14.25 13.30 12.65 10.79 11.90 10.79 Zilka 26.50 11.52 Somerset -6%291426 CS 24 11.70 14.40 12.08 11.70 Elwood 24.00 11.88 Somerset -2%291427 CS 3.90 4.65 6.75 4.22 3.90 Elwood 6.75 3.82 Elwood 2%291428 CS 20.5 16.75 16.06 14.96 14.96 Somerset 20.50 14.40 Somerset 4%291429 CS 15.18 4.15 4.80 8.10 5.00 4.15 Elwood 15.18 4.15 Elwood 0%291430 CS 33.19 16.00 16.90 14.65 20.89 17.34 14.65 Ritter 33.19 14.25 Ritter 3%291431 CS 33.97 14.90 29.25 16.50 14.90 Elwood 33.97 15.12 Somerset -1%

Min Max Feb 10 Prices 18 2/12/200811:53 AM

Page 170: CONTRACT DESCRIPTION CONTRACT INFO

LM FEB 10, 2008 MIN MAXDOC REG 3

CWOPA Material # UOM Feesers Elwood Good

Source Karetas Ritter Zilka Schrier Somerset Premier Conte Luna Min Supplier Max Old Min Old Min Supplier

%Difference old vs new

min291432 CS 8.95 8.60 9.14 8.60 Karetas 9.14 7.50 Feesers 15%291433 CS 26.5 13.00 14.93 13.00 Karetas 26.50 13.33 Karetas -2%291434 CS 23.9 10.90 12.17 10.90 Karetas 23.90 10.88 Karetas 0%291435 CS 4.92 3.45 3.90 7.03 4.78 3.45 Elwood 7.03 3.45 Elwood 0%291436 CS 15.64 13.25 14.75 13.00 13.17 13.54 13.00 Ritter 15.64 12.25 Ritter 6%291437 CS 4.61 3.58 3.80 8.92 4.33 3.58 Elwood 8.92 3.80 Elwood -6%291438 CS 16.2 10.00 7.25 7.50 7.27 7.25 Ritter 16.20 7.07 Zilka 3%

TOTAL LOT 7

291444 CS 18.80 14.25 29.36 14.25 Ritter 29.36 14.25 Ritter 0%291445 BAG 58.50 57.25 69.84 57.25 Ritter 69.84 57.25 Ritter 0%

TOTAL LOT 8

292064 CS 19.50 19.50 Karetas 19.50 22.15 Karetas -12%292065 CS 16.25 16.25 Karetas 16.25 16.00 Karetas 2%292066 CS 23.75 18.15 16.45 18.50 16.45 Ritter 23.75 14.72 Zilka 12%292067 CS 21.50 21.50 21.50 Karetas 21.50 15.53 Zilka 38%292068 CS 84.00 84.00 Karetas 84.00 80.56 Karetas 4%292069 CS 59.40 59.40 Karetas 59.40 58.85 Karetas 1%292070 CS 55.90 55.90 Karetas 55.90 55.39 Karetas 1%292071 CS 26.28 32.00 24.95 30.07 24.95 Zilka 32.00 25.89 Feesers -4%292072 CS 25.5 32.00 24.10 30.07 24.10 Zilka 32.00 25.22 Feesers -4%292073 CS 39.75 43.38 39.75 Feesers 43.38 39.75 Feesers 0%291447 CS 10.58 10.15 16.40 10.15 Karetas 16.40 10.07 Karetas 1%291552 BAG 25.10 32.45 32.48 41.84 25.10 Karetas 41.84 26.50 Ritter -5%291556 BAG 40.50 39.28 54.61 39.28 Ritter 54.61 30.75 Karetas 28%291559 BAG 27.60 25.65 26.65 35.89 25.65 Ritter 35.89 22.50 Ritter 14%300751 BAG 14.75 14.50 18.53 14.50 Ritter 18.53 12.90 Feesers 12%291590 CS 55.00 56.25 75.60 60.00 55.00 Karetas 75.60 42.75 Premier 29%300752 BAG 25.90 24.28 34.05 24.28 Ritter 34.05 17.50 Ritter 39%300753 CS 59.50 162.00 60.00 59.50 Karetas 162.00 49.87 Premier 19%304749 BX 33.00 81.00 30.00 30.00 Premier 81.00 28.50 Premier 5%291599 CS 45.90 45.90 Karetas 45.90 48.78 Karetas -6%291600 CS 30.25 30.25 Karetas 30.25 28.42 Karetas 6%291602 CS 57.82 32.99 32.99 Karetas 57.82 32.90 Karetas 0%304751 BAG 90.63 90.63 Karetas 90.63 90.63 Karetas 0%300755 CS 43.90 43.90 Karetas 43.90 43.30 Karetas 1%300756 CS 54.38 54.38 Karetas 54.38 54.38 Karetas 0%304750 BAG 90.63 90.63 Karetas 90.63 90.63 Karetas 0%

TOTAL LOT 9

292085 CS 16.67 16.67 Karetas 16.67 11.95 Ritter 39%292086 BAG 18.7 12.15 25.93 12.15 Karetas 25.93 11.08 Karetas 10%292368 BAG 10.5 10.85 12.40 10.50 Feesers 12.40 8.60 Feesers 22%

Min Max Feb 10 Prices 19 2/12/200811:53 AM

Page 171: CONTRACT DESCRIPTION CONTRACT INFO

LM FEB 10, 2008 MIN MAXDOC REG 3

CWOPA Material # UOM Feesers Elwood Good

Source Karetas Ritter Zilka Schrier Somerset Premier Conte Luna Min Supplier Max Old Min Old Min Supplier

%Difference old vs new

minTOTAL LOT 10

291382 CS 14.80 16.94 21.70 14.80 Karetas 21.70 11.75 Ritter 26%304741 CS 0.00 0.00 0.00304738 CS 0.00 0.00 0.00304743 CS 0.00 0.00 37.00 Feesers304742 CS 0.00 0.00 0.00291384 CS 13.80 12.44 15.34 15.84 12.44 Ritter 15.84 11.45 Ritter 9%256603 CS 23.41 23.41 Somerset 23.41 20.02 Feesers 17%304740 CS 0.00 0.00 48.63 Feesers304744 CS 0.00 0.00 0.00291386 CS 20.50 16.52 21.30 25.70 16.52 Ritter 25.70 18.25 Ritter -9%304745 CS 0.00 0.00 0.00304746 CS 0.00 0.00 35.20 Feesers

TOTAL LOT 11

291509 EA 26.85 23.20 29.10 25.31 29.63 23.20 Karetas 29.63 18.10 Ritter 28%291510 CS 33.9 36.25 39.00 36.19 43.12 33.90 Feesers 43.12 25.18 Karetas 35%291512 CS 26.05 25.60 31.50 24.90 24.90 Zilka 31.50 18.90 Ritter 32%

TOTAL LOT 12

291513 CS 11.45 12.00 10.50 10.97 9.57 9.57 Conte Luna 12.00 5.32 Zilka 80%291514 CS 16.6 14.00 11.95 13.87 14.60 11.95 Zilka 16.60 7.45 Conte Luna 60%292106 CS 11.8 12.75 24.00 12.29 11.80 Feesers 24.00 7.40 Ritter 59%291515 CS 10.40 6.95 8.12 8.50 6.95 Zilka 10.40 6.01 Zilka 16%291516 CS 16.6 14.40 11.95 14.19 15.41 11.95 Zilka 16.60 8.19 Zilka 46%291517 CS 16.6 14.40 11.95 12.37 15.41 11.95 Zilka 16.60 8.08 Zilka 48%291518 CS 16.6 14.15 11.95 12.37 15.23 11.95 Zilka 16.60 7.65 Conte Luna 56%

314648 CS 15.69 15.69 Conte Luna 15.69 10.25 53%314983 CS 8.50 8.50 Conte Luna 8.50 4.15 105%

TOTAL LOT 13

304754 CS 16.35 18.80 16.35 Feesers 18.80 16.35 Feesers 0%291519 CS 0.00 0.00 36.98 Karetas315090 CS 20.22 20.22 Karetas 20.22 new304753 CS 18.80 18.80 Karetas 18.80 17.44 Karetas 8%291520 CS 0.00 0.00 30.21 Karetas291521 CS 19.00 19.00 Karetas 19.00 18.83 Karetas 1%304752 CS 19.80 19.80 Karetas 19.80 18.83 Karetas 5%291522 CS 25.06 25.90 20.00 21.60 20.00 Zilka 25.90 20.00 Zilka 0%291523 CS 9.75 11.67 12.76 9.75 Feesers 12.76 11.45 Karetas -15%304748 CS 25.06 25.06 Karetas 25.06 25.06 Karetas 0%292128 CS 10.65 10.65 Karetas 10.65 10.57 Karetas 1%292129 CS 6.3 11.00 6.30 Feesers 11.00 9.85 Feesers -36%

Min Max Feb 10 Prices 20 2/12/200811:53 AM

Page 172: CONTRACT DESCRIPTION CONTRACT INFO

LM FEB 10, 2008 MIN MAXDOC REG 3

CWOPA Material # UOM Feesers Elwood Good

Source Karetas Ritter Zilka Schrier Somerset Premier Conte Luna Min Supplier Max Old Min Old Min Supplier

%Difference old vs new

min292130 CS 11.25 11.25 Karetas 11.25 10.27 Somerset 10%292131 CS 10.35 11.00 10.35 Feesers 11.00 9.85 Feesers 5%291524 CS 11.8 12.15 13.90 11.20 14.40 11.20 Zilka 14.40 11.55 Feesers -3%291525 CS 11.8 12.15 13.90 11.20 14.40 11.20 Zilka 14.40 11.55 Feesers -3%291526 CS 11.8 12.15 13.90 11.20 14.40 11.20 Zilka 14.40 11.55 Feesers -3%291527 CS 21 22.75 21.00 Feesers 22.75 20.00 Feesers 5%

TOTAL LOT 14

293809 CS 17.08 18.80 17.08 Feesers 18.80 16.25 Feesers 5%293815 CS 16.84 18.80 16.84 Feesers 18.80 15.85 Feesers 6%293813 CS 16.28 18.80 16.28 Feesers 18.80 15.46 Feesers 5%

TOTAL LOT 15

291528 CS 34.7 21.00 18.00 25.92 18.05 18.00 Zilka 34.70 18.05 Premier 0%291529 CS 14.95 24.19 22.80 14.95 Zilka 24.19 15.16 Liberty -1%291530 CS 4.15 3.39 4.10 4.00 3.39 Zilka 4.15 2.47 Premier 37%292133 CS 13.00 9.90 14.26 12.00 9.90 Zilka 14.26 9.98 Premier -1%291531 CS 18.48 11.85 9.63 15.12 11.40 9.63 Zilka 18.48 9.63 Zilka 0%291532 CS 21.75 12.15 13.25 9.84 17.14 10.26 9.84 Zilka 21.75 10.26 Premier -4%291533 CS 24.95 11.90 11.25 7.95 12.17 8.79 7.95 Zilka 24.95 8.79 Premier -10%291534 CS 18.9 15.00 16.95 10.90 21.67 11.40 10.90 Zilka 21.67 11.40 Premier -4%300748 CS 24.64 11.35 8.75 15.20 12.00 8.75 Zilka 24.64 8.79 Premier 0%292134 CS 13.25 11.40 12.53 12.00 11.40 Zilka 13.25 11.40 Premier 0%291535 CS 23.65 13.40 13.50 9.08 17.28 9.98 9.08 Zilka 23.65 9.98 Premier -9%291536 CS 30.5 7.05 7.50 19.02 12.83 7.05 Karetas 30.50 7.05 Karetas 0%292135 CS 12.00 9.08 19.01 9.00 9.00 Premier 19.01 8.79 Premier 2%291537 CS 18.75 12.00 8.99 15.12 12.00 8.99 Zilka 18.75 9.03 Premier 0%291538 CS 45 25.15 21.38 34.56 22.80 21.38 Zilka 45.00 21.38 Zilka 0%291539 CS 22.9 10.95 19.01 15.00 10.95 Zilka 22.90 12.11 Premier -10%291540 CS 22.45 13.15 11.14 15.12 16.00 11.14 Zilka 22.45 10.45 Premier 7%291541 CS 21.5 12.80 15.20 9.08 15.12 12.00 9.08 Zilka 21.50 9.50 Premier -4%291542 CS 29.00 16.83 30.24 32.50 16.83 Zilka 32.50 13.83 Zilka 22%291543 CS 43.75 20.00 16.90 25.72 17.10 16.90 Zilka 43.75 17.10 Premier -1%292137 CS 21.15 16.50 13.00 13.05 17.28 12.00 12.00 Premier 21.15 8.79 Premier 37%291544 CS 27.42 20.00 22.25 21.61 25.92 20.00 Karetas 27.42 19.61 Zilka 2%291545 CS 28.5 11.15 14.25 9.08 15.12 13.30 9.08 Zilka 28.50 9.08 Zilka 0%301910 CS 45.99 20.00 14.10 15.12 23.75 14.10 Zilka 45.99 9.87 Zilka 43%291547 CS 14.92 8.85 13.25 12.41 12.96 8.85 Karetas 14.92 10.00 Karetas -12%291548 CS 5.15 6.75 4.33 4.90 4.33 Zilka 6.75 4.33 Zilka 0%291549 CS 20.80 20.80 Karetas 20.80 18.03 Liberty 15%304747 CS 22.40 14.31 17.81 14.31 Zilka 22.40 14.31 Zilka 0%291550 CS 47.00 30.50 64.80 76.00 30.50 Zilka 76.00 46.20 Karetas -34%291551 CS 35.9 13.75 11.67 26.64 18.00 11.67 Zilka 35.90 10.69 Premier 9%

TOTAL LOT 16

Min Max Feb 10 Prices 21 2/12/200811:53 AM

Page 173: CONTRACT DESCRIPTION CONTRACT INFO

LM FEB 10, 2008 MIN MAXDOC REG 3

CWOPA Material # UOM Feesers Elwood Good

Source Karetas Ritter Zilka Schrier Somerset Premier Conte Luna Min Supplier Max Old Min Old Min Supplier

%Difference old vs new

min

291388 CS 28.5 15.75 23.60 15.75 Karetas 28.50 15.36 Karetas 3%291389 BAG 156.00 140.00 140.00 Somerset 156.00 72.00 Somerset 94%

TOTAL LOT 17

291450 CS 45.65 29.15 36.70 44.64 29.15 Karetas 45.65 29.00 Karetas 1%291451 CS 28.58 28.85 36.70 43.92 28.58 Feesers 43.92 27.00 Feesers 6%291452 CS 37.5 34.05 43.56 34.05 Zilka 43.56 33.83 Zilka 1%

TOTAL LOT 18

291341 BAG 21.95 17.76 26.65 17.76 Zilka 26.65 11.35 Ritter 56%291342 BAG 22.95 18.14 26.25 18.14 Zilka 26.25 11.25 Ritter 61%291343 BAG 22.95 16.29 27.20 16.29 Zilka 27.20 10.35 Ritter 57%291344 BAG 22.95 16.98 26.40 16.98 Zilka 26.40 11.25 Ritter 51%

TOTAL LOT 19

291359 CS 20 36.00 18.82 25.51 18.82 Zilka 36.00 18.19 Feesers 3%291360 CS 17.85 21.50 17.42 38.90 17.42 Zilka 38.90 16.54 Feesers 5%291361 CS 20 22.50 19.66 39.10 19.66 Zilka 39.10 18.69 Feesers 5%

TOTAL LOT 20

304272 CS 63.56 48.00 48.00 Karetas 63.56 55.25 Karetas -13%291457 CS 17.00 18.59 17.00 Karetas 18.59 15.90 Karetas 7%291494 CS 39.50 56.16 39.50 Zilka 56.16 39.50 Zilka 0%304755 CS 48.00 48.00 Good Sourc 48.00 48.00 Good

Source 0%291330 CS 18.11 13.25 19.15 18.53 22.74 13.25 Elwood 22.74 14.25 Elwood -7%291331 EA 40.9 36.95 39.77 38.81 36.95 Karetas 40.90 30.46 Zilka 21%291332 CS 33.09 32.80 19.70 18.76 18.76 Somerset 33.09 19.70 Zilka -5%291334 CS 14 12.75 20.05 12.75 Karetas 20.05 14.00 Feesers -9%

TOTAL LOT 21 3,355.57 $ 455.73 4,874.01 115.20

Feesers Elwood Good Source Karetas Ritter Zilka Schrier Somerset Premier Conte

Luna Items highlighted in blue have no pricing at all

Items highlighted in yellow are lowsodium

Min Max Feb 10 Prices 22 2/12/200811:53 AM

Page 174: CONTRACT DESCRIPTION CONTRACT INFO

LM FEB 10, 2008 MIN MAXDOC REG 4

CWOPA Material # UOM Short text Feesers Elwood Good

Source Karetas Ritter Zilka Schrier Somerset Premier Conte Luna Min Supplier Max Max Supplier Old Min Old Min

Supplier

%Difference old vs new

min

LOT 1 - BAKING 4600012697 4600012689 4600012691 4600012706 4600012702 4600012699 4600012698 4600012728

291335 46.93 CS BAKING, BAKING POWDER, 6-5LB/CS 28 19.33 34.50 46.93 19.33 Karetas 46.93 Somerset 22.80 Karetas -15%291336 21.04 CS BAKING, BAKING SODA, 12-2LB/CS 15.46 13.75 15.75 21.04 13.75 Karetas 21.04 Somerset 14.05 Feesers -2%292054 32.2 CS BAKING, CHOC CHIP, 25LB/CS 37.8 38.85 24.50 32.20 24.50 Zilka 38.85 Karetas 32.20 Somerse

t -24%291337 19.76 BAG BAKING, COCOA, 5 LB/BAG 7.28 7.50 4.45 19.76 5.00 4.45 Zilka 19.76 Somerset 4.50 Premier -1%304768 13.2 CS

BAKING, CORNMEAL, YELLOW, 25LB BAG/CS 11.80 10.89 13.20 10.89 Zilka 13.20 Somerset 8.97 Karetas 21%

291338 24.56 CS BAKING, CORN STARCH, 24-1LB/CS 16.2 15.00 15.75 24.56 15.00 Karetas 24.56 Somerset 14.17 Feesers 6%292110 41.93 CS BAKING, DATES, DRIED, 15LB/CS 40.00 45.28 41.93 40.00 Karetas 45.28 Zilka 35.92 Karetas 11%291340 12.73 CS BAKING, EXTRACT, VANILLA, 4-1GAL/CS 14 14.00 9.53 12.73 9.53 Zilka 14.00 Feesers 9.43 Zilka 1%200665 2.87 LB

MILK,NONFAT, DRY (SIZES IN LONG TEXT) 2.85 2.48 2.87 2.48 Zilka 2.87 Somerset 2.65 Karetas -6%

291345 122.46 BAG BAKING, MILK, NONFAT, DRY, 50LB/BG 134.00 124.00 122.46 122.46 Somerset 134.00 Karetas 135.00 Karetas -9%258083 30.61 CS BAKING, MIX, BISCUIT 6-5 LB/CS 19.80 30.61 19.80 Karetas 30.61 Somerset 18.25 Karetas 8%291346 32.48 CS BAKING, MIX, BROWNIE, 6-6LB/CS 57.24 25.80 27.89 32.48 25.80 Karetas 57.24 Feesers 23.74 Karetas 9%292158 29.56 CS BAKING, MIX, BROWNIE, 6-5LB/CS 27.37 23.78 29.00 29.56 23.78 Karetas 29.56 Somerset 22.15 Karetas 7%291347 25.74 CS BAKING, MIX, CAKE, YELLOW, 6-5LB/CS 20.75 21.15 22.71 25.74 20.75 Feesers 25.74 Somerset 18.85 Karetas 10%291348 30.38 CS BAKING, MIX, MUFFIN, BASIC, 6-5LB/CS 20.72 21.45 24.86 30.38 20.72 Feesers 30.38 Somerset 18.32 Karetas 13%291349 65.2 CS BAKING, MIX, MUFFIN, BRAN, 6-5LB/CS 21.45 25.10 65.20 21.45 Karetas 65.20 Somerset 19.31 Karetas 11%291350 60.94 CS BAKING, MIX, MUFFIN, CORN, 6-5LB/CS 42.8 19.60 22.15 60.94 19.60 Karetas 60.94 Somerset 18.50 Karetas 6%291351 27.33 BAG BAKING, MIX, PANCAKE, 50LB/BAG 22.95 22.90 22.00 27.33 22.00 Zilka 27.33 Somerset 19.24 Karetas 14%291352 28.45 CS

BAKING, MIX, PUDDING, BUTTERSCOTCH,25LB/CS 19.04 21.20 18.25 28.45 18.25 Zilka 28.45 Somerset 19.04 Feesers -4%

291353 28.9 CSBAKING, MIX, PUDDING, CHOCOLATE,25LB/CS 19.34 23.47 18.25 28.90 18.25 Zilka 28.90 Somerset 19.34 Feesers -6%

291354 28.45 CS BAKING, MIX, PUDDING, LEMON,25LB/CS 19.04 22.47 18.25 28.45 18.25 Zilka 28.45 Somerset 19.04 Feesers -4%291355 28.9 CS

BAKING, MIX, PUDDING, VANILLA, 25LB/CS 19.34 21.30 18.25 28.90 18.25 Zilka 28.90 Somerset 19.34 Feesers -6%

291356 18.56 CS BAKING, MOLASSES, 4-1GAL/CS 23.85 29.15 24.00 18.56 18.56 Somerset 29.15 Karetas 15.72 Somerset 18%

291357 40.56 CS BAKING, PUMPKIN, CN, 6#10/CS 33.75 32.00 21.40 40.56 21.40 Zilka 40.56 Somerset 23.50 Zilka -9%291358 49.92 CS BAKING, RAISINS, 30LB/CS 38.6 36.60 27.96 49.92 27.96 Zilka 49.92 Somerset 27.96 Zilka 0%300733 CS TAPIOCA, PEARL, MINUTE, 4/5LB/CS 46.75 46.75 Karetas 46.75 Karetas 45.57 Karetas 3%292058 54.42 CS BAKING, THICKENER, 12-8OZ/CS 35.50 25.45 54.42 25.45 Zilka 54.42 Somerset 34.24 Karetas -26%291362 27.46 CS

BAKING, TOPPING, WHIPPED MIX, 12-1LB/CS 25.76 30.15 14.57 27.46 14.57 Zilka 30.15 Karetas 14.57 Zilka 0%

291363 46.7 BAG BAKING, YEAST ENHANCER, 50 LB/BAG 43.25 39.20 46.70 39.20 Zilka 46.70 Somerset 39.20 Zilka 0%291364 49.32 CS BAKING, YEAST, 20-1LB/CS 36.62 40.30 35.26 49.32 35.26 Zilka 49.32 Somerset 35.26 Zilka 0%

TOTAL LOT 1 0.00

LOT 2 - BASES, VEGETABLE

291365 14 CS BASE, VEGGIE, BEEF, LS, 12-1 LB/CS 14.8 13.90 9.84 14.00 21.00 9.84 Zilka 21.00 Premier 8.84 Zilka 11%291366 14 CS BASE, VEGGIE, CHICKEN, LS, 12-1 LB/CS 14.6 13.90 9.84 14.00 21.00 9.84 Zilka 21.00 Premier 8.84 Zilka 11%291367 15.68 CS

BASE, VEGGIE, VEGETABLE, LS, 12-1LB/CS 15.05 13.90 10.00 15.68 21.00 10.00 Zilka 21.00 Premier 9.00 Zilka 11%

TOTAL LOT 2 0.00

LOT3 - BEVERAGE BASES

291369 60.53 CS BEV, BASE, DRY, LEMONADE, 72-5OZ/CS 43.32 50.00 33.65 60.53 33.65 Zilka 60.53 Somerset 31.05 Zilka 8%291371 60.53 CS BEV, BASE, DRY, ORANGE, 72-5OZ/CS 43.32 50.00 33.65 60.53 33.65 Zilka 60.53 Somerset 31.05 Zilka 8%291373 60.53 CS BEV, BASE, DRY, PUNCH, 72-5OZ/CS 43.32 50.00 33.65 60.53 33.65 Zilka 60.53 Somerset 31.05 Zilka 8%304760 42.27 CS BASE,ICED TEA,DRY,K,1.8G,1000/CS 29.58 39.30 38.90 42.27 29.58 Good Source 42.27 Somerset 29.58 Good

Source 0%

Min Max Feb 10 Prices 23 2/12/200811:53 AM

Page 175: CONTRACT DESCRIPTION CONTRACT INFO

LM FEB 10, 2008 MIN MAXDOC REG 4

CWOPA Material # UOM Short text Feesers Elwood Good

Source Karetas Ritter Zilka Schrier Somerset Premier Conte Luna Min Supplier Max Max Supplier Old Min Old Min

Supplier

%Difference old vs new

min

304761 41.27 CS BASE,LEMONADE,DRY,K,1.8G,1000/CS 29.58 39.30 38.90 41.27 29.58 Good Source 41.27 Somerset 29.58 Good Source 0%

304762 41.27 CS BASE,ORANGE,DRY,K,1.8G,1000/CS 29.58 39.30 38.90 41.27 29.58 Good Source 41.27 Somerset 29.58 Good Source 0%

304763 41.27 CS BASE,PUNCH,DRY,K,1.8G,1000/CS 29.58 39.30 38.90 41.27 29.58 Good Source 41.27 Somerset 29.58 Good Source 0%

291375 22.92 CS BEV, BASE, LIQ, ICED TEA, 4-1GAL/CS 15.70 18.27 12.95 22.92 12.95 Zilka 22.92 Somerset 11.50 Zilka 13%291376 18.7 CS BEV, BASE, LIQ, LEMONADE, 4-1GAL/CS 15.70 18.27 12.95 18.70 12.95 Zilka 18.70 Somerset 11.50 Zilka 13%291377 18.7 CS BEV, BASE, LIQ, ORANGE, 4-1GAL/CS 15.70 18.27 12.95 18.70 12.95 Zilka 18.70 Somerset 11.50 Zilka 13%291378 18.06 CS BEV, BASE, LIQ, PUNCH, 4-1GAL/CS 15.70 18.27 12.95 18.06 12.95 Zilka 18.27 Karetas 11.50 Zilka 13%

TOTAL LOT 3 0.00LOT 4 - CANNED FRUITS AND VEGETABLES

291453 24.19 CS FRUIT, APPLES, CN, 6#10/CS 25.6 19.65 18.88 24.19 18.88 Zilka 25.60 Feesers 17.43 Zilka 8%291456 23.86 CS FRUIT, APPLESAUCE, CN, 6#10/CS 22.86 16.15 17.16 23.86 16.15 Karetas 23.86 Somerset 13.45 Zilka 20%292076 35.94 CS

FRUIT, CRANBERRY SAUCE, CN, 6#10/CS 30.5 31.78 32.11 35.94 30.50 Feesers 35.94 Somerset 30.50 Feesers 0%

291460 32.95 CS FRUIT, FRUIT COCKTAIL, CN, 6#10/CS 25.95 24.90 24.71 32.95 24.71 Zilka 32.95 Somerset 23.41 Zilka 6%291462 21.48 CS

FRUIT, GRAPEFRUIT, SECT, CN, 12-46OZ/CS 27.54 25.00 25.10 21.48 21.48 Somerset 27.54 Feesers 24.44 Zilka -12%

291465 29.88 CS FRUIT, PEACH, CN, 6#10/CS 24 25.20 22.68 29.88 22.68 Zilka 29.88 Somerset 22.68 Zilka 0%291468 17.92 CS FRUIT, PEARS, CN, 6#10/CS 20 22.20 19.45 17.92 17.92 Somerset 22.20 Karetas 18.63 Zilka -4%291470 26.21 CS FRUIT, PINEAPPLE, CN, 6#10/CS 23.75 22.90 20.30 26.21 20.30 Zilka 26.21 Somerset 17.31 Zilka 17%291553 15.39 CS

VEG, BEAN, GREAT NORTHERN, LS,CN,6#10/CS 15.83 16.10 14.61 15.39 14.61 Zilka 16.10 Karetas 14.61 Zilka 0%

291555 18.61 CSVEG, BEAN, GREEN, CUT, LS, CN, 6#10/CS 15.9 17.00 17.75 18.61 15.90 Feesers 18.61 Somerset 14.85 Feesers 7%

291557 18.2 CS VEG, BEAN, KIDNEY, LS, CN, 6#10/CS 15.85 16.00 14.15 18.20 14.15 Zilka 18.20 Somerset 14.61 Zilka -3%291560 17.94 CS VEG, BEAN, PINTO, LS, CN, 6#10/CS 15.25 15.25 13.15 17.94 13.15 Zilka 17.94 Somerset 14.61 Zilka -10%291562 23.69 CS VEG, BEAN, WAX, LS, CN, 6#10/CS 19.62 19.80 20.40 23.69 19.62 Feesers 23.69 Somerset 15.99 Zilka 23%300750 20.07 CS BEETS, DICED 14.85 14.27 16.45 20.07 14.27 Karetas 20.07 Somerset 13.75 Zilka 4%291571 21.45 CS VEG, CARROT, DICED, LS, CN, 6#10/CS 14.3 15.80 16.90 21.45 14.30 Feesers 21.45 Somerset 13.75 Feesers 4%291580 23.44 CS

VEG, CORN WHOLE KERNEL, LS, CN, 6#10/CS 17.7 17.80 16.40 23.44 16.40 Zilka 23.44 Somerset 16.66 Karetas -2%

291582 22.76 CSVEG, GREENS, COLLARD, LS, CN, 6#10/CS 16.27 17.35 21.00 22.76 16.27 Feesers 22.76 Somerset 15.60 Feesers 4%

291585 24.14 CSVEG, GREENS, SPINACH, LS, CN, 6#10/CS 18.53 19.15 21.00 24.14 18.53 Feesers 24.14 Somerset 17.58 Feesers 5%

291588 22.69 CS VEG, MIXED, LS, CN, 6#10/CS 18.00 16.40 22.69 16.40 Zilka 22.69 Somerset 15.82 Zilka 4%291593 16.77 CS

VEG, PEAS, SWEET, GREEN, LS, CN, 6#10/CS 17.95 18.65 17.95 16.77 16.77 Somerset 18.65 Karetas 14.40 Somerse

t 16%296814 19.84 CS VEG, PEAS, BLACK-EYED, CN, 6#10/CS 15.45 16.27 16.17 19.84 15.45 Feesers 19.84 Somerset 14.95 Feesers 3%291601 28.96 CS

VEG, POTATO, WHITE, WH, LS, CN, 6#10/CS 20.35 21.15 25.00 28.96 20.35 Feesers 28.96 Somerset 18.34 Karetas 11%

291594 18.45 CSVEG, PEPPER, MXD GREEN/RED, CN, 6#10/CS 24.15 25.15 20.25 18.45 18.45 Somerset 25.15 Karetas 18.53 Zilka 0%

292140 22.09 CSVEG, SAUERKRAUT, SHREDDED, CN, 6#10/CS 16.26 17.00 17.25 22.09 16.26 Feesers 22.09 Somerset 15.25 Feesers 7%

291610 0 CS VEG, SWEET POTATO, CN, 6#10/CS 27.95 24.00 21.40 21.40 Zilka 27.95 Feesers 23.75 Feesers -10%291612 15.72 CS VEG, TOMATO, DICED, LS, CN, 6#10/CS 15.92 15.80 13.60 15.72 13.60 Zilka 15.92 Feesers 13.46 Zilka 1%291615 25.5 CS VEG, TOMATO, PASTE, LS, CN, 6#10/CS 24.00 22.50 25.50 22.50 Zilka 25.50 Somerset 18.86 Zilka 19%291616 12.87 CS

VEG, TOMATO, SAUCE, LS, RTU, 6#10/CS 14.4 15.80 12.75 12.87 12.75 Zilka 15.80 Karetas 13.46 Zilka -5%

TOTAL LOT 4 0.00

LOT 5 - CEREAL

291390 0 CSCEREAL, ASST, COLD, BOWLS, K, 96-1OZ/CS 26.4 32.00 26.40 Feesers 32.00 Karetas 26.40 Feesers 0%

291391 0 CSCEREAL, BRAN FLAKES, BWL, K, 96-1OZ/CS 21.27 17.70 17.70 Karetas 21.27 Feesers 17.00 Karetas 4%

Min Max Feb 10 Prices 24 2/12/200811:53 AM

Page 176: CONTRACT DESCRIPTION CONTRACT INFO

LM FEB 10, 2008 MIN MAXDOC REG 4

CWOPA Material # UOM Short text Feesers Elwood Good

Source Karetas Ritter Zilka Schrier Somerset Premier Conte Luna Min Supplier Max Max Supplier Old Min Old Min

Supplier

%Difference old vs new

min

291392 0 CS CEREAL, BRAN FLAKES, K, 20LB/CS 20.20 20.20 Karetas 20.20 Karetas 18.12 Somerset 11%

291393 0 CSCEREAL, CORN FLAKES, BWL, K, 96-1OZ/CS 22.45 17.80 17.80 Karetas 22.45 Feesers 17.00 Karetas 5%

291394 0 BAG CEREAL, CORN FLAKES, K, 20LB BG/CS 18.30 18.30 Karetas 18.30 Karetas 17.58 Karetas 4%291395 22.97 CS

CEREAL, CREAM OF WHEAT, HOT, 12-28OZ/CS 21.1 17.90 22.97 17.90 Karetas 22.97 Somerset 13.84 Feesers 29%

291396 0 CS CEREAL, GRITS, HOT, 50LB/CS 25.6 21.25 21.25 Karetas 25.60 Feesers 19.80 Karetas 7%291397 23.09 CS

CEREAL, OATMEAL, ROLLED, HOT, 50LB/CS 8.95 24.00 19.20 23.09 8.95 Feesers 24.00 Karetas 16.94 Zilka -47%

291398 21.34 CSCEREAL, OATMEAL, QUICK, HOT, 12-42OZ/CS 21.25 21.85 21.34 21.25 Feesers 21.85 Karetas 19.80 Karetas 7%

291399 CSCEREAL, OATS, TOASTED, BWL, K, 96-1OZ/CS 22.45 18.00 18.00 Karetas 22.45 Feesers 17.20 Karetas 5%

291400 0 CS CEREAL, OATS, TOASTED, K, 20LB/CS 21.00 21.00 Karetas 21.00 Karetas 21.40 Karetas -2%291401 0 CS

CEREAL, RICE, CRISP, BOWLS, K, 96-1OZ/CS 22.45 18.10 18.10 Karetas 22.45 Feesers 17.20 Karetas 5%

291402 0 CS CEREAL, RICE, CRISP, K, 20LB/CS 23.30 23.30 Karetas 23.30 Karetas 21.12 Somerset 10%

TOTAL LOT 5 0.00

LOT 6 - COFFEE

291379 0 CS BEV, COFFEE, DECAF, 20-8.75OZ/CS 62.00 30.48 30.48 Zilka 62.00 Karetas 18.98 Zilka 61%291380 0 CS BEV, COFFEE, REG, 24-1LB/CS 52.54 32.30 33.65 32.30 Karetas 52.54 Feesers 31.65 Zilka 2%291381 26.62 CS

BEV, COFFEE, REG, SINGLE SERVE, 1000/CS 29.2 28.25 26.62 26.62 Somerset 29.20 Feesers 20.82 Somerse

t 28%TOTAL LOT 6 0.00

LOT 7 - CONDIMENTS

291403 11.68 CS COND, CATSUP, 1000 IND PK/CS 12.25 9.45 10.20 11.68 9.45 Elwood 12.25 Feesers 8.93 Elwood 6%291404 19.09 CS COND, CATSUP, 6#10/CS 15.84 16.50 14.50 19.09 14.50 Zilka 19.09 Somerset 14.52 Karetas 0%291405 14.74 CS

COND, CREAMER, COFFEE, NON DAIRY,1000/CS 14.07 12.50 14.74 12.50 Karetas 14.74 Somerset 11.85 Feesers 5%

292115 11.82 CS COND, HONEY, K, 200 PK/CS 10.71 6.99 12.70 11.82 6.99 Elwood 12.70 Karetas 6.99 Elwood 0%291407 33 CS COND, JELLY, APPLE, 6#10/CS 25.1 27.33 33.00 25.10 Feesers 33.00 Somerset 23.10 Feesers 9%291406 5.17 CS COND, JELLY, APPLE, K, 200/CS 5.48 3.70 5.65 5.17 3.70 Elwood 5.65 Karetas 3.74 Liberty -1%291408 5.24 CS COND, JELLY, ASSORTED, K, 200/CS 4.81 3.78 4.60 5.24 3.78 Elwood 5.24 Somerset 3.82 Liberty -1%291409 5.24 CS COND, JELLY, ASST, DIET, K, 200 /CS 7.14 4.65 5.15 5.24 4.65 Elwood 7.14 Feesers 4.65 Elwood 0%291410 34.77 CS COND, JELLY, GRAPE, 6#10/CS 26 28.35 34.77 26.00 Feesers 34.77 Somerset 25.00 Feesers 4%291411 4.87 CS COND, JELLY, GRAPE, K, 200/CS 6.41 3.72 4.40 4.87 3.72 Elwood 6.41 Feesers 3.72 Elwood 0%291412 13.48 CS COND, JUICE, LEMON, 12-1QT/CS 15.15 16.00 13.48 13.48 Somerset 16.00 Karetas 13.48 Somerse

t 0%296045 138.83 CS COND, KITCHEN BOUQUET, 4/1 GAL/CS 96 85.60 138.83 85.60 Karetas 138.83 Somerset 79.55 Karetas 8%291413 11.81 CS

COND, MUSTARD, PREPARED, 4-1GAL/CS 7.55 10.20 8.95 11.81 7.55 Feesers 11.81 Somerset 7.55 Feesers 0%

291414 4.97 CSCOND, MUSTARD, PREPARED, 500 IND PK/CS 5.3 3.85 3.55 4.97 3.55 Karetas 5.30 Feesers 3.78 Elwood -6%

291415 7.1 CS COND, PEPPER, BLACK, 3000PK/CS 7.1 5.90 6.65 7.10 5.90 Karetas 7.10 Feesers 6.00 Feesers -2%291416 4.97 CS COND, SALT, IODIZED, 3000PK/CS 4.1 4.35 4.90 4.97 4.10 Feesers 4.97 Somerset 3.37 Liberty 22%291417 6.58 CS COND, SAUCE, COCKTAIL, 200 PK/CS 5.90 6.58 5.90 Karetas 6.58 Somerset 4.15 Liberty 42%292118 4.81 CS COND, SAUCE, HOT, 200 PK/CS 4.20 4.81 4.20 Karetas 4.81 Somerset 4.00 Karetas 5%291418 13.1 CS COND, SAUCE, SOY, 4-1GAL/CS 15.5 14.60 11.25 13.10 11.25 Zilka 15.50 Feesers 11.89 Zilka -5%291419 4.39 CS COND, SAUCE, TACO, 200 PK/CS 3.50 4.15 4.39 3.50 Elwood 4.39 Somerset 3.45 Elwood 1%291420 4.04 CS COND, SAUCE, TARTAR, 200 PK/CS 5.08 3.58 4.15 4.04 3.58 Elwood 5.08 Feesers 3.98 Elwood -10%291421 13.1 CS

COND, SAUCE, WORCHESTER, 4-1GAL/CS 15.5 15.00 9.10 13.10 9.10 Zilka 15.50 Feesers 9.89 Zilka -8%

291422 15.35 CSCOND, SLD DRESSING , FRENCH, 4-1GAL/CS 22.8 14.50 15.60 14.65 15.35 14.50 Elwood 22.80 Feesers 13.25 Karetas 9%

Min Max Feb 10 Prices 25 2/12/200811:53 AM

Page 177: CONTRACT DESCRIPTION CONTRACT INFO

LM FEB 10, 2008 MIN MAXDOC REG 4

CWOPA Material # UOM Short text Feesers Elwood Good

Source Karetas Ritter Zilka Schrier Somerset Premier Conte Luna Min Supplier Max Max Supplier Old Min Old Min

Supplier

%Difference old vs new

min

291423 4.54 CSCOND, SLD DRESSING, FRENCH, 200 PK/CS 0.00 4.54 0.00 Karetas 4.54 Somerset 4.54 Somerse

t -100%291424 3.71 CS COND, SLD DRESSING, ITAL, 200PK/CS 13.09 3.32 4.30 3.71 3.32 Elwood 13.09 Feesers 3.48 Elwood -5%291425 12.48 CS COND, SLD DRESSING, ITAL, 4-1GAL/CS 26.5 14.25 13.90 10.79 12.48 10.79 Zilka 26.50 Feesers 11.98 Somerse

t -10%291426 12.08 CS

COND, SLD DRESSING, ITAL, LF,4-1GAL/CS 24 11.70 15.40 12.08 11.70 Elwood 24.00 Feesers 12.10 Elwood -3%

291427 4.39 CSCOND, SLD DRESSING, MAYO TYPE, 200PK/CS 3.90 4.85 4.39 3.90 Elwood 4.85 Karetas 3.82 Elwood 2%

291428 15.09 CSCOND, SLD DRESSING, MAYO TYPE, 4-1GAL/CS 20.5 17.60 16.06 15.09 15.09 Somerset 20.50 Feesers 14.98 Somerse

t 1%291429 5.2 CS

COND, SLD DRESSING, RANCH, 200PK/CS 15.18 4.15 5.00 5.20 4.15 Elwood 15.18 Feesers 4.15 Elwood 0%

291430 18 CSCOND, SLD DRESSING, RANCH, 4-1GAL/CS 33.19 16.00 17.90 20.89 18.00 16.00 Elwood 33.19 Feesers 14.78 Karetas 8%

291431 17.72 CSCOND, SLD DRESSING, RANCH, FF,4-1GAL/CS 33.97 14.90 30.25 17.72 14.90 Elwood 33.97 Feesers 15.50 Elwood -4%

291432 9.51 CS COND, SUGAR, PACKET, 2000PK/CS 8.95 8.60 9.51 8.60 Karetas 9.51 Somerset 7.50 Feesers 15%291433 15.53 CS

COND, SUGAR, SUB, EQUAL, 2000 IND PK/CS 26.5 14.00 15.53 14.00 Karetas 26.50 Feesers 14.00 Karetas 0%

291434 12.65 CSCOND, SUGAR, SUBSTITUTE, 2000 IND PK/CS 23.9 11.90 12.65 11.90 Karetas 23.90 Feesers 11.01 Karetas 8%

291435 4.97 CS COND, SYRUP, 100PK/CS 4.92 3.45 4.15 4.97 3.45 Elwood 4.97 Somerset 3.45 Elwood 0%291436 14.08 CS COND, SYRUP, 4-1GAL/CS 15.64 13.25 15.75 13.17 14.08 13.17 Zilka 15.75 Karetas 13.28 Feesers -1%291437 4.51 CS COND, SYRUP, DIET, 100PK/CS 4.61 3.58 4.15 4.51 3.58 Elwood 4.61 Feesers 3.80 Elwood -6%291438 7.56 CS COND, VINEGAR, CIDER, 4-1GAL/CS 16.2 10.80 7.50 7.56 7.50 Zilka 16.20 Feesers 7.07 Zilka 6%

TOTAL LOT 7 0.00

LOT 8 - DAIRY

291444 30.45 CSDAIRY, CHEESE, PARMESAN, GRATED,200PK/CS 18.70 30.45 18.70 Karetas 30.45 Somerset 18.70 Karetas 0%

291445 72.63 BAG DAIRY, CHEESE, SAUCE DRY, 50LB/BAG 59.50 72.63 59.50 Karetas 72.63 Somerset 62.00 Karetas -4%TOTAL LOT 8 0.00

LOT 9 - DRY/DEHYDRATED MISCELLANEOUS

292064 CS DRYMIS, BREAD CRUMBS, 6-5LB/CS 20.00 20.00 Karetas 20.00 Karetas 24.88 Karetas -20%292065 CS DRYMIS, BREAD, PITA 100-144/CS 18.25 18.25 Karetas 18.25 Karetas 18.00 Karetas 1%292066 0 CS DRYMIS, GELATIN, PEACH, 12-24OZ/CS 23.75 19.70 18.50 18.50 Zilka 23.75 Feesers 14.72 Zilka 26%292067 CS

GELATIN, PEACH, VEG BASED 12 24 OZ/CS 23.42 21.50 21.50 Zilka 23.42 Karetas 15.53 Zilka 38%

292068 CSDRYMIS, ICE CREAM TOP, WALNUT,12-46OZ/CS 82.53 82.53 Karetas 82.53 Karetas 81.53 Karetas 1%

292069 CSDRYMIS, ICE CREAM TOP,CARAMEL,12-46OZ/CS 60.56 60.56 Karetas 60.56 Karetas 59.56 Karetas 2%

292070 CSDRYMIS, ICE CREAM TOP,STRAW,12-46OZ/CS 57.05 57.05 Karetas 57.05 Karetas 56.05 Karetas 2%

292071 31.27 CS DRYMIS, SPRINKLES, CHOC, 4-6LB/CS 26.28 31.57 24.95 31.27 24.95 Zilka 31.57 Karetas 25.89 Feesers -4%292072 31.27 CS

DRYMIS, SPRINKLES, RAINBOW, 4-6LB/CS 25.5 31.57 24.10 31.27 24.10 Zilka 31.57 Karetas 25.22 Feesers -4%

292073 CS DRYMIS, SYRUP, CHOC, 24-24OZ/CS 39.75 41.15 39.75 Feesers 41.15 Karetas 39.75 Feesers 0%291447 16.4 CS

DRYMIS, TORTILLA SHELLS, HARD, 200 CT/CS 10.58 11.15 16.40 10.58 Feesers 16.40 Somerset 10.19 Karetas 4%

291552 43.31 BAGVEG, BEAN, GREAT NORTHERN, DRY, 50LB/BAG 26.10 32.48 43.31 26.10 Karetas 43.31 Somerset 28.14 Zilka -7%

291556 56.23 BAG VEG, BEAN, KIDNEY, DRY, 50LB/BAG 41.50 56.23 41.50 Karetas 56.23 Somerset 31.12 Karetas 33%291559 37.12 BAG VEG, BEAN, PINTO, DRY 50LB/BAG 28.60 26.65 37.12 26.65 Zilka 37.12 Somerset 23.60 Zilka 13%300751 19.05 BAG LENTIL, BROWN, DRY, 24/1LB/BAG 14.72 19.05 14.72 Karetas 19.05 Somerset 12.90 Feesers 14%291590 78.62 CS VEG, ONION, DEHYD, 30LB/CS 56.00 56.25 78.62 60.00 56.00 Karetas 78.62 Somerset 42.75 Premier 31%300752 35.01 BAG PEAS, SPLIT, DRY, 50 LB/BAG 26.90 35.01 26.90 Karetas 35.01 Somerset 20.05 Karetas 34%300753 168.48 CS PEPPER, DEHYD, MXD, 6/5 LB/CS 60.50 168.48 60.00 60.00 Premier 168.48 Somerset 30.15 Karetas 99%304749 84.24 BX PEPPER, DEHYD, MXD, 15LB/BX 34.00 84.24 30.00 30.00 Premier 84.24 Somerset 28.50 Premier 5%

Min Max Feb 10 Prices 26 2/12/200811:53 AM

Page 178: CONTRACT DESCRIPTION CONTRACT INFO

LM FEB 10, 2008 MIN MAXDOC REG 4

CWOPA Material # UOM Short text Feesers Elwood Good

Source Karetas Ritter Zilka Schrier Somerset Premier Conte Luna Min Supplier Max Max Supplier Old Min Old Min

Supplier

%Difference old vs new

min

291599 CSVEG, POTATO, HASH BROWN, DEHYD, 25LB/CS 46.90 46.90 Karetas 46.90 Karetas 49.36 Karetas -5%

291600 CS VEG, POTATO, SLICED, DEHYD, 25LB/CS 31.25 31.25 Karetas 31.25 Karetas 28.76 Karetas 9%291602 CS

VEG, POTATO, WHT, MASHED, DEHYD, 40LB/CS 57.82 33.99 33.99 Karetas 57.82 Feesers 33.29 Karetas 2%

304751 BAG SOUP, TOMATO, LS, DEHYD, 25 LB/BAG 91.72 91.72 Karetas 91.72 Karetas 91.72 Karetas 0%300755 0 CS SOUP,TOMATO, LS, DEHYD, 12-1 LB/CS 44.90 44.90 Karetas 44.90 Karetas 43.82 Karetas 2%300756 CS

SAUCE, SPAGHETTI, TOMATO, DEHYDRATED 6 2.5#/CS 55.38 55.38 Karetas 55.38 Karetas 55.05 Karetas 1%

304750 BAGSAUCE, SPAG, TOMATO, LS,DEHYD,25#/BAG 91.72 91.72 Karetas 91.72 Karetas 91.72 Karetas 0%

TOTAL LOT 9

LOT 10 - GRAINS

292085 0 CSGRAINS, BARLEY, PEARL,MED COOK,24-1LB/CS 17.67 17.67 Karetas 17.67 Karetas 15.00 Karetas 18%

292086 26.97 BAG GRAINS, RICE, BROWN, 25LB/BAG 18.7 12.80 26.97 12.80 Karetas 26.97 Somerset 11.21 Karetas 14%292368 13.84 BAG GRAINS, RICE, CONVERTED, 25/BAG 10.5 11.15 13.84 10.50 Feesers 13.84 Somerset 8.60 Feesers 22%

TOTAL LOT 10

LOT 11 - JUICES

291382 22.32 CS BEV, JUICE, APPLE, 12-46OZ/CS 15.80 16.94 22.32 15.80 Karetas 22.32 Somerset 12.04 Karetas 31%304741 CS JUICE, CONCENT,APPLE,CAN 6#10/CS

304738 CS JUICE, CONCENT,APPLE,ASEPTIC,12/CS

304743 CS JUICE, CONCENT, CRAN,ASEPTIC 12/CS 0.00 37.00 Feesers

304742 CS JUICE, CONCENT,CRAN, CAN 6 #10/CS 0.00 0.00

291384 16.47 CS BEV, JUICE, CRANBERRY, 12-46OZ/CS 14.80 15.34 16.47 14.80 Karetas 16.47 Somerset 12.19 Zilka 21%256603 24.38 CS JUICE, GRAPE, UNSWEET, 12/46 OZ/CS 24.38 24.38 Somerset 24.38 Somerset 20.02 Feesers 22%304740 CS

JUICE,CONCENT,ORANGE,ASEPTIC 12/CS 0.00 48.63 Feesers

304744 CS JUICE,CONCENT,ORANGE,CAN,6#10/CS

291386 26.73 CS BEV, JUICE, ORANGE, 12-46OZ/CS 21.50 21.30 26.73 21.30 Zilka 26.73 Somerset 21.80 Zilka -2%304745 CS JUICE,CONCENT,PINEAPL,CAN 6#10/CS

304746 CS JUICE,CONCENT,PINEAPL,ASEP,12/CS 0.00 35.20 Feesers

TOTAL LOT 11

LOT 12 - OILS

291509 30.58 EA OIL, SHORTENING, LIQUID, 5 GAL 26.85 24.20 25.31 30.58 24.20 Karetas 30.58 Somerset 18.71 Zilka 29%291510 44.47 CS OIL, SHORTENING, SOLID, 50 LB/CS 33.9 36.25 36.19 44.47 33.90 Feesers 44.47 Somerset 25.47 Zilka 33%291512 0 CS OIL, VEGETABLE OIL, 4-1GAL/CS 26.05 25.60 24.90 24.90 Zilka 26.05 Feesers 19.75 Feesers 26%

TOTAL LOT 12

LOT 13 - PASTA

291513 11.41 CS PASTA, BOWS, 10LB/CS 11.45 11.00 10.50 11.41 9.57 9.57 Conte Luna 11.45 Feesers 5.32 Zilka 80%291514 14.28 CS PASTA, ELBOW MACARONI, 20LB/CS 16.6 14.10 11.95 14.28 14.60 11.95 Zilka 16.60 Feesers 7.45 Conte

Luna 60%292106 0 CS PASTA, LASAGNA NOODLE, 10LB/CS 11.8 13.00 24.00 12.29 11.80 Feesers 24.00 Zilka 7.83 Feesers 51%291515 8.36 CS PASTA, NOODLES, MED, 10LB/CS 11.40 6.95 8.36 8.50 6.95 Zilka 11.40 Karetas 4.95 Conte

Luna 40%291516 14.61 CS PASTA, ROTINI, 20LB/CS 16.6 14.40 11.95 14.61 15.41 11.95 Zilka 16.60 Feesers 8.19 Zilka 46%291517 12.78 CS PASTA, SHELLS, 20LB/CS 16.6 14.40 11.95 12.78 15.41 11.95 Zilka 16.60 Feesers 8.08 Zilka 48%291518 12.78 CS PASTA, SPAGHETTI, 20LB/CS 16.6 14.40 11.95 12.78 15.23 11.95 Zilka 16.60 Feesers 7.65 Conte

Luna 56%

314648 CSPASTA,POT PIE SQUARE,20LBS. 15.69 15.69 Conte Luna 15.69 Conte

Luna 10.25 53%

Min Max Feb 10 Prices 27 2/12/200811:53 AM

Page 179: CONTRACT DESCRIPTION CONTRACT INFO

LM FEB 10, 2008 MIN MAXDOC REG 4

CWOPA Material # UOM Short text Feesers Elwood Good

Source Karetas Ritter Zilka Schrier Somerset Premier Conte Luna Min Supplier Max Max Supplier Old Min Old Min

Supplier

%Difference old vs new

min

314983 CSPASTA,NOODLE TYPE,NO EGG,1/2",FLAT,CURLY 8.50 8.50 Conte Luna 8.50 Conte

Luna 4.15 105%TOTAL LOT 13

LOT 14 - SNACKS

304754 0 CS COOKIE, CHOC CHIP, 2EA/60 CT/CS 16.35 19.00 16.35 Feesers 19.00 Karetas 16.35 Feesers 0%291519 0 CS

SNACK, COOKIE, CHOC CHIP, 2EA/200CT/CS 0.00 0.00 0.00 44.35 Somerse

t315090 CS Cookie, choc chip, 2ea/100ct/cs 20.22 20.22 Karetas 20.22 Karetas new

304753 CS COOKIE, OATMEAL, IND 2 EA/60CT/CS 19.00 19.00 Karetas 19.00 Karetas 17.65 Karetas 8%291520 0 CS

SNACK, COOKIE, OATMEAL, IND, 2EA/120CT/CS 0.00 0.00 0.00 30.57 Karetas

291521 CSSNACK, COOKIE, IND, VANILLA WAFER, 60 CT/CS 19.00 19.00 Karetas 19.00 Karetas 19.06 Karetas 0%

304752 CS COOKIE, VAN WAFER, IND, 2 EA/60/CS 20.25 20.25 Karetas 20.25 Karetas 19.06 Karetas 6%291522 22.46 CS

SNACK, CRACKER, GRAHAM, K, 150-3CT/CS 25.06 26.00 20.00 22.46 20.00 Zilka 26.00 Karetas 20.00 Zilka 0%

291523 13.24 CSSNACK, CRACKER, SALTINE, K, 300-2CT/CS 9.75 12.50 13.24 9.75 Feesers 13.24 Somerset 11.59 Karetas -16%

304748 CS GRANOLA BAR, CRUNCHY, 144 EA/CS 26.37 26.37 Karetas 26.37 Karetas 25.37 Karetas 4%292128 0 CS SNACK, POTATO CHIPS, 4-1LB/CS 13.00 13.00 Karetas 13.00 Karetas 10.70 Karetas 21%292129 0 CS SNACK, POTATO CHIPS, 60-1OZ/CS 6.3 13.00 6.30 Feesers 13.00 Karetas 9.85 Feesers -36%292130 0 CS SNACK, PRETZEL, 4-1LB BAG/CS 13.25 13.25 Karetas 13.25 Karetas 10.68 Somerse

t 24%292131 0 CS SNACK, PRETZEL, 60-1OZ/CS 10.35 13.00 10.35 Feesers 13.00 Karetas 9.85 Feesers 5%291524 14.98 CS

PUDDING, BUTTERSCOTCH,IND,48-3.5/CS 11.8 12.60 11.20 14.98 11.20 Zilka 14.98 Somerset 11.55 Feesers -3%

291525 14.98 CS PUDDING, CHOCOLATE,IND,48-3.5/CS 11.8 12.60 11.20 14.98 11.20 Zilka 14.98 Somerset 11.55 Feesers -3%291526 14.98 CS PUDDING, VANILLA,IND, 48-3.5/CS 11.8 12.60 11.20 14.98 11.20 Zilka 14.98 Somerset 11.55 Feesers -3%291527 CS RICE CAKES, PLAIN 21 23.75 21.00 Feesers 23.75 Karetas 20.00 Feesers 5%

TOTAL LOT 14

LOT 15 - SOUP

293809 CSSOUP, CHIX NOODLE, LS, CN, 24-7 1/4 OZ/CS 17.08 19.80 17.08 Feesers 19.80 Karetas 16.25 Feesers 5%

293815 CS SOUP, VEGETABLE, LS, CN, 24- 7 1/4 OZ 16.84 19.80 16.84 Feesers 19.80 Karetas 15.85 Feesers 6%293813 CS SOUP, TOMATO, LS, CN, 24-7 1/4 OZ 16.28 19.80 16.28 Feesers 19.80 Karetas 15.46 Feesers 5%

TOTAL LOT 15

LOT 16 - SPICES

291528 26.96 CS SPICE, ALL SPICE, 6-1LB/CS 34.7 21.50 18.00 26.96 18.05 18.00 Zilka 34.70 Feesers 18.05 Premier 0%291529 25.16 CS SPICE, BASIL, GROUND, 12-1LB/CS 0.00 14.95 25.16 22.80 0.00 Karetas 25.16 Somerset 15.16 Liberty -100%291530 4.27 CS SPICE, BAY LEAF, WHOLE, 1LB/CS 4.40 3.39 4.27 4.00 3.39 Zilka 4.40 Karetas 2.47 Premier 37%292133 14.83 CS SPICE, CARAWAY SEED, 6-1 LB/CS 14.00 9.90 14.83 12.00 9.90 Zilka 14.83 Somerset 9.98 Premier -1%291531 15.72 CS SPICE, CELERY SEED, 6-1LB/CS 18.48 12.85 9.63 15.72 11.40 9.63 Zilka 18.48 Feesers 9.63 Zilka 0%291532 17.82 CS SPICE, CHILI POWDER, 6-1LB/CS 21.75 13.15 9.84 17.82 10.26 9.84 Zilka 21.75 Feesers 10.26 Premier -4%291533 12.65 CS SPICE, CINNAMON, GROUND, 6-1LB/CS 24.95 12.90 7.95 12.65 8.79 7.95 Zilka 24.95 Feesers 8.79 Premier -10%291534 22.54 CS SPICE, CUMIN, GROUND, 6-1LB/CS 18.9 15.50 10.90 22.54 11.40 10.90 Zilka 22.54 Somerset 11.40 Premier -4%300748 15.8 CS CURRY, GROUND, 6-1 LB/CS 24.64 12.24 8.75 15.80 12.00 8.75 Zilka 24.64 Feesers 8.79 Premier 0%292134 12.53 CS SPICE, FENNEL SEED, 6-1 LB/CS 14.15 11.40 12.53 12.00 11.40 Zilka 14.15 Karetas 11.40 Premier 0%291535 17.97 CS SPICE, GARLIC POWDER, 6-1LB/CS 23.65 14.30 9.08 17.97 9.98 9.08 Zilka 23.65 Feesers 9.98 Premier -9%291536 19.78 CS SPICE, GINGER, POWDER, 6-1LB/CS 30.5 7.10 7.50 19.78 12.83 7.10 Karetas 30.50 Feesers 7.10 Karetas 0%292135 19.77 CS SPICE, LEMON PEPPER, LS, 6-1 LB/CS 12.40 9.08 19.77 9.00 9.00 Premier 19.77 Somerset 8.79 Premier 2%

Min Max Feb 10 Prices 28 2/12/200811:53 AM

Page 180: CONTRACT DESCRIPTION CONTRACT INFO

LM FEB 10, 2008 MIN MAXDOC REG 4

CWOPA Material # UOM Short text Feesers Elwood Good

Source Karetas Ritter Zilka Schrier Somerset Premier Conte Luna Min Supplier Max Max Supplier Old Min Old Min

Supplier

%Difference old vs new

min

291537 15.72 CSSPICE, MUSTARD, DRY, GROUND, 6-1LB/CS 18.75 13.00 8.99 15.72 12.00 8.99 Zilka 18.75 Feesers 9.03 Premier 0%

291538 35.94 CS SPICE, NUTMEG, 6-1LB/CS 45 26.15 21.38 35.94 22.80 21.38 Zilka 45.00 Feesers 21.38 Zilka 0%291539 19.77 CS SPICE, ONION, POWDER, 6-20OZ/CS 22.9 0.00 10.95 19.77 15.00 0.00 Karetas 22.90 Feesers 10.55 Karetas -100%291540 15.72 CS SPICE, OREGANO, GROUND, 6-12OZ/CS 22.45 14.15 11.14 15.72 16.00 11.14 Zilka 22.45 Feesers 10.45 Premier 7%291541 15.72 CS SPICE, PAPRIKA, 6-16 OZ/CS 21.5 13.80 9.08 15.72 12.00 9.08 Zilka 21.50 Feesers 9.50 Premier -4%291542 31.45 CS SPICE, PARSLEY, FLAKES, 6-8OZ/CS 30.00 16.83 31.45 32.50 16.83 Zilka 32.50 Premier 13.83 Zilka 22%291543 26.75 CS SPICE, PEPPER, BLACK, 6-1LB/CS 43.75 21.00 16.90 26.75 17.10 16.90 Zilka 43.75 Feesers 17.10 Premier -1%292137 17.97 CS SPICE, PEPPER, CAYENNE, 6-1 LB/CS 21.15 16.75 13.05 17.97 12.00 12.00 Premier 21.15 Feesers 8.79 Premier 37%291544 26.96 CS SPICE, PEPPER, SHAKER, 48-1.5OZ/CS 27.42 21.00 21.61 26.96 21.00 Karetas 27.42 Feesers 19.61 Zilka 7%291545 15.72 CS

SPICE, POULTRY SEASONING, 6-12OZ/CS 28.5 15.50 9.08 15.72 13.30 9.08 Zilka 28.50 Feesers 9.08 Zilka 0%

301910 15.72 CS SPICE, SAGE, GROUND, 6-6 OZ/CS 45.99 20.98 14.10 15.72 23.75 14.10 Zilka 45.99 Feesers 9.87 Zilka 43%291547 13.48 CS

SPICE, SALT, IODIZED, SHAKER, 48-4OZ/CS 14.92 9.80 12.41 13.48 9.80 Karetas 14.92 Feesers 10.41 Zilka -6%

291548 5.09 CS SPICE, SALT, IODIZED, 25LB/CS 5.15 7.75 4.33 5.09 4.33 Zilka 7.75 Karetas 4.33 Zilka 0%291549 CS SPICE, SPICE BLEND, LS, 500 PK/CS 21.80 21.80 Karetas 21.80 Karetas 18.03 Liberty 21%304747 CS SPICE BLEND, LS, 6-20 OZ/CS 22.67 14.31 17.81 14.31 Zilka 22.67 Karetas 14.31 Zilka 0%291550 67.39 CS SPICE, TACO SEASONING, LS, 6-5LB/CS 47.80 30.50 67.39 76.00 30.50 Zilka 76.00 Premier 46.20 Karetas -34%291551 27.71 CS SPICE, THYME, GROUND, 6-11OZ/CS 35.9 14.70 11.67 27.71 18.00 11.67 Zilka 35.90 Feesers 10.69 Premier 9%

TOTAL LOT 16

LOT 17 - TEA

291388 24.46 CS BEV, TEA BAGS, 1000/CS 28.5 16.75 24.46 16.75 Karetas 28.50 Feesers 15.54 Karetas 8%291389 145.6 BAG BEV, TEA, BULK, 100LB/BAG 157.00 145.60 145.60 Somerset 157.00 Karetas 74.88 Somerse

t 94%TOTAL LOT 17

LOT 18 - ENTREES

291450 46.43 CS ENTRÉE, RAVIOLI, BEEF, CN, 6#10/CS 45.65 29.80 36.70 46.43 29.80 Karetas 46.43 Somerset 29.40 Karetas 1%291451 45.68 CS

ENTRÉE, RAVIOLI, CHEESE, CN, 6#10/CS 28.58 29.85 36.70 45.68 28.58 Feesers 45.68 Somerset 27.00 Feesers 6%

291452 45.3 CS ENTRÉE, STEW, BEEF,CN, 6#10/CS 37.5 35.00 34.05 45.30 34.05 Zilka 45.30 Somerset 33.83 Zilka 1%TOTAL LOT 18

LOT 19 - FLOUR

291341 27.72 BAGBAKING, FLOUR, ALL PUR BAKING, 50 LB/BAG 22.95 17.76 27.72 17.76 Zilka 27.72 Somerset 15.45 Karetas 15%

291342 27.3 BAGBAKING, FLOUR, HIGH GLUTEN, 50 LB/BAG 23.95 18.14 27.30 18.14 Zilka 27.30 Somerset 15.35 Feesers 18%

291343 28.29 BAG BAKING, FLOUR, RYE, 50 LB/BAG 23.95 16.29 28.29 16.29 Zilka 28.29 Somerset 14.65 Zilka 11%291344 27.46 BAG

BAKING, FLOUR, WHOLE WHEAT, 50 LB/BAG 23.95 16.98 27.46 16.98 Zilka 27.46 Somerset 14.83 Zilka 14%

TOTAL LOT 19

LOT 20 - SUGAR

291359 26.53 CS BAKING, SUGAR 10X, 50 LB/CS 20 24.00 18.82 26.53 18.82 Zilka 26.53 Somerset 18.19 Feesers 3%291360 40.45 CS

BAKING, SUGAR, GRANULATED, 50 LB/CS 17.85 22.50 17.42 40.45 17.42 Zilka 40.45 Somerset 16.54 Feesers 5%

291361 40.66 CSBAKING, SUGAR, LIGHT BROWN, 50 LB/CS 20 23.50 19.66 40.66 19.66 Zilka 40.66 Somerset 18.69 Feesers 5%

TOTAL LOT 20

LOT 21 - MISCELLANEOUS

304272 CS MILK, SOY, PLAIN, 6-21.2 OZ/CS 63.56 48.50 48.50 Karetas 63.56 Good Source 56.04 Karetas -13%

291457 CS FRUIT, APPLESAUCE, IND, 72-4OZ/CS 17.15 18.59 17.15 Karetas 18.59 Zilka 16.10 Karetas 7%

Min Max Feb 10 Prices 29 2/12/200811:53 AM

Page 181: CONTRACT DESCRIPTION CONTRACT INFO

LM FEB 10, 2008 MIN MAXDOC REG 4

CWOPA Material # UOM Short text Feesers Elwood Good

Source Karetas Ritter Zilka Schrier Somerset Premier Conte Luna Min Supplier Max Max Supplier Old Min Old Min

Supplier

%Difference old vs new

min

291494 56.16 CS MEAT, FISH, TUNA, CN, 6-66.5OZ/CS 42.50 39.50 56.16 39.50 Zilka 56.16 Somerset 39.50 Zilka 0%304755 CS TUNA, POUCH, 100-2 OZ/CS 48.00 48.00 Good Source 48.00 Good

Source 48.00 Good Source 0%

291330 23.57 CSALTPRO, PEANUT BUTTER, K, LS, 200 PK/CS 18.11 13.25 20.15 18.53 23.57 13.25 Elwood 23.57 Somerset 14.25 Elwood -7%

291331 40.36 EAALTPRO, PEANUT BUTTER, LS, 35 LB/PAIL 40.9 37.95 39.77 40.36 37.95 Karetas 40.90 Feesers 30.46 Zilka 25%

291332 19.51 CS ALTPRO, SOY CRUMBLES, LS, 25LB/CS 33.09 33.80 19.70 19.51 19.51 Somerset 33.80 Karetas 14.98 Somerset 30%

291334 CS ALTPRO, TOFU, 12-12.3OZ/CS 14 13.75 20.05 13.75 Karetas 20.05 Zilka 14.00 Feesers -2%TOTAL LOT 21 5063.58 0.00 0.00 3,355.57 159.47 455.73 5604.01 0.00 0.00 5063.58 660.77 115.20

Feesers Elwood Good Source Karetas Ritter Zilka Schrier Somerset Premier Conte

Luna

Items highlighted in blue have no pricing at all

Items highlighted in yellow are low sodium

Min Max Feb 10 Prices 30 2/12/200811:53 AM

Page 182: CONTRACT DESCRIPTION CONTRACT INFO

LM FEB 10, 2008 MIN MAXDOC REG 5

Material # UOM Short text Feesers Elwood Good

Source Karetas Ritter Zilka Schrier Somerset Premier Conte Luna Min Supplier Max Max supplier Old Min Old Min

Suppliers

%Difference old vs new

minLOT 1 - BAKING 4600012697 4600012689 4600012691 4600012707 4600012702 4600012699 4600012698 4600012728

291335 CS BAKING, BAKING POWDER, 6-5LB/CS 28 19.33 34.50 46.93 19.33 Karetas 46.93 Somerset 23.50 Feesers -18%291336 CS BAKING, BAKING SODA, 12-2LB/CS 15.46 13.75 15.75 21.04 13.75 Karetas 21.04 Somerset 14.05 Feesers -2%292054 CS BAKING, CHOC CHIP, 25LB/CS 37.8 38.85 24.50 32.20 24.50 Zilka 38.85 Karetas 32.20 Somerset -24%291337 BAG BAKING, COCOA, 5 LB/BAG 7.28 7.50 4.45 19.76 5.00 4.45 Zilka 19.76 Somerset 4.50 Premier -1%304768 CS BAKING, CORNMEAL, YELLOW, 25LB

BAG/CS 11.80 10.89 13.20 10.89 Zilka 13.20 Somerset 9.31 Karetas 17%291338 CS BAKING, CORN STARCH, 24-1LB/CS 16.2 15.00 15.75 24.56 15.00 Karetas 24.56 Somerset 14.17 Feesers 6%292110 CS BAKING, DATES, DRIED, 15LB/CS 40.00 45.28 41.93 40.00 Karetas 45.28 Zilka 37.00 Karetas 8%291340 CS BAKING, EXTRACT, VANILLA, 4-1GAL/CS 14 14.00 9.53 12.73 9.53 Zilka 14.00 Feesers 9.43 Zilka 1%200665 LB MILK,NONFAT, DRY (SIZES IN LONG

TEXT) 2.85 2.48 2.87 2.48 Zilka 2.87 Somerset 2.65 Karetas -6%291345 BAG BAKING, MILK, NONFAT, DRY, 50LB/BG 134.00 124.00 122.46 122.46 Somerset 134.00 Karetas 135.00 Karetas -9%258083 CS BAKING, MIX, BISCUIT 6-5 LB/CS 19.80 30.61 19.80 Karetas 30.61 Somerset 19.00 Karetas 4%291346 CS BAKING, MIX, BROWNIE, 6-6LB/CS 57.24 25.80 27.89 32.48 25.80 Karetas 32.48 Somerset 24.60 Karetas 5%292158 CS BAKING, MIX, BROWNIE, 6-5LB/CS 27.37 23.78 29.00 29.56 23.78 Karetas 29.56 Somerset 23.00 Karetas 3%291347 CS BAKING, MIX, CAKE, YELLOW, 6-5LB/CS 20.75 21.15 22.71 25.74 20.75 Feesers 25.74 Somerset 19.50 Karetas 6%291348 CS BAKING, MIX, MUFFIN, BASIC, 6-5LB/CS 20.72 21.45 24.86 30.38 20.72 Feesers 30.38 Somerset 18.90 Karetas 10%291349 CS BAKING, MIX, MUFFIN, BRAN, 6-5LB/CS 21.45 25.10 65.20 21.45 Karetas 65.20 Somerset 19.80 Karetas 8%291350 CS BAKING, MIX, MUFFIN, CORN, 6-5LB/CS 42.8 19.60 22.15 60.94 19.60 Karetas 60.94 Somerset 19.15 Zilka 2%291351 BAG BAKING, MIX, PANCAKE, 50LB/BAG 22.95 22.90 22.00 27.33 22.00 Zilka 27.33 Somerset 19.90 Karetas 11%291352 CS BAKING, MIX, PUDDING,

BUTTERSCOTCH,25LB/CS 19.04 21.20 18.25 28.45 18.25 Zilka 28.45 Somerset 19.04 Feesers -4%291353 CS BAKING, MIX, PUDDING,

CHOCOLATE,25LB/CS 19.34 23.47 18.25 28.90 18.25 Zilka 28.90 Somerset 19.34 Feesers -6%291354 CS BAKING, MIX, PUDDING, LEMON,25LB/CS 19.04 22.47 18.25 28.45 18.25 Zilka 28.45 Somerset 19.04 Feesers -4%291355 CS BAKING, MIX, PUDDING, VANILLA,

25LB/CS 19.34 21.30 18.25 28.90 18.25 Zilka 28.90 Somerset 19.34 Feesers -6%291356 CS BAKING, MOLASSES, 4-1GAL/CS 23.85 29.15 24.00 18.56 18.56 Somerset 29.15 Karetas 15.72 Somerset 18%291357 CS BAKING, PUMPKIN, CN, 6#10/CS 33.75 32.00 21.40 40.56 21.40 Zilka 40.56 Somerset 23.50 Zilka -9%291358 CS BAKING, RAISINS, 30LB/CS 38.6 36.60 27.96 49.92 27.96 Zilka 49.92 Somerset 27.96 Zilka 0%300733 CS TAPIOCA, PEARL, MINUTE, 4/5LB/CS 46.75 46.75 Karetas 46.75 Karetas 47.30 Karetas -1%292058 CS BAKING, THICKENER, 12-8OZ/CS 35.50 25.45 54.42 25.45 Zilka 54.42 Somerset 35.50 Karetas -28%291362 CS BAKING, TOPPING, WHIPPED MIX, 12-

1LB/CS 25.76 30.15 14.57 27.46 14.57 Zilka 30.15 Karetas 14.57 Zilka 0%291363 BAG BAKING, YEAST ENHANCER, 50 LB/BAG 43.25 39.20 46.70 39.20 Zilka 46.70 Somerset 39.20 Zilka 0%291364 CS BAKING, YEAST, 20-1LB/CS 36.62 40.30 35.26 49.32 35.26 Zilka 49.32 Somerset 35.26 Zilka 0%

TOTAL LOT 1 0.00

LOT 2 - BASES, VEGETABLE 0.00291365 CS BASE, VEGGIE, BEEF, LS, 12-1 LB/CS 14.8 13.90 9.84 14.00 21.00 9.84 Zilka 21.00 Premier 8.84 Zilka 11%291366 CS BASE, VEGGIE, CHICKEN, LS, 12-1 LB/CS 14.6 13.90 9.84 14.00 21.00 9.84 Zilka 21.00 Premier 8.84 Zilka 11%291367 CS BASE, VEGGIE, VEGETABLE, LS, 12-

1LB/CS 15.05 13.90 10.00 15.68 21.00 10.00 Zilka 21.00 Premier 9.00 Zilka 11%TOTAL LOT 2 0.00

LOT3 - BEVERAGE BASES 0.00291369 CS BEV, BASE, DRY, LEMONADE, 72-5OZ/CS 43.32 50.00 33.65 60.53 33.65 Zilka 60.53 Somerset 31.05 Zilka 8%291371 CS BEV, BASE, DRY, ORANGE, 72-5OZ/CS 43.32 50.00 33.65 60.53 33.65 Zilka 60.53 Somerset 31.05 Zilka 8%291373 CS BEV, BASE, DRY, PUNCH, 72-5OZ/CS 43.32 50.00 33.65 60.53 33.65 Zilka 60.53 Somerset 31.05 Zilka 8%304760 CS BASE,ICED TEA,DRY,K,1.8G,1000/CS 29.58 39.30 38.90 42.27 29.58 Good Sourc 42.27 Somerset 29.58 Good

Source 0%304761 CS BASE,LEMONADE,DRY,K,1.8G,1000/CS 29.58 39.30 38.90 41.27 29.58 Good Sourc 41.27 Somerset 29.58 Good

Source 0%304762 CS BASE,ORANGE,DRY,K,1.8G,1000/CS 29.58 39.30 38.90 41.27 29.58 Good Sourc 41.27 Somerset 29.58 Good

Source 0%304763 CS BASE,PUNCH,DRY,K,1.8G,1000/CS 29.58 39.30 38.90 41.27 29.58 Good Sourc 41.27 Somerset 29.58 Good

Source 0%291375 CS BEV, BASE, LIQ, ICED TEA, 4-1GAL/CS 15.70 18.27 12.95 22.92 12.95 Zilka 22.92 Somerset 11.50 Zilka 13%291376 CS BEV, BASE, LIQ, LEMONADE, 4-1GAL/CS 15.70 18.27 12.95 18.70 12.95 Zilka 18.70 Somerset 11.50 Zilka 13%

Min Max Feb 10 Prices 31 2/12/200811:53 AM

Page 183: CONTRACT DESCRIPTION CONTRACT INFO

LM FEB 10, 2008 MIN MAXDOC REG 5

Material # UOM Short text Feesers Elwood Good

Source Karetas Ritter Zilka Schrier Somerset Premier Conte Luna Min Supplier Max Max supplier Old Min Old Min

Suppliers

%Difference old vs new

min291377 CS BEV, BASE, LIQ, ORANGE, 4-1GAL/CS 15.70 18.27 12.95 18.70 12.95 Zilka 18.70 Somerset 11.50 Zilka 13%291378 CS BEV, BASE, LIQ, PUNCH, 4-1GAL/CS 15.70 18.27 12.95 18.06 12.95 Zilka 18.27 Karetas 11.50 Zilka 13%

TOTAL LOT 3 0.00

LOT 4 - CANNED FRUITS AND VEGETABLES 0.00

291453 CS FRUIT, APPLES, CN, 6#10/CS 25.6 19.65 18.88 24.19 18.88 Zilka 24.19 Somerset 17.43 Zilka 8%291456 CS FRUIT, APPLESAUCE, CN, 6#10/CS 22.86 16.15 17.16 23.86 16.15 Karetas 23.86 Somerset 13.45 Zilka 20%292076 CS FRUIT, CRANBERRY SAUCE, CN, 6#10/CS 30.5 31.78 32.11 35.94 30.50 Feesers 35.94 Somerset 30.50 Feesers 0%291460 CS FRUIT, FRUIT COCKTAIL, CN, 6#10/CS 25.95 24.90 24.71 32.95 24.71 Zilka 32.95 Somerset 23.41 Zilka 6%291462 CS FRUIT, GRAPEFRUIT, SECT, CN, 12-

46OZ/CS 27.54 25.00 25.10 21.48 21.48 Somerset 25.10 Zilka 24.44 Zilka -12%291465 CS FRUIT, PEACH, CN, 6#10/CS 24 25.20 22.68 29.88 22.68 Zilka 29.88 Somerset 22.68 Zilka 0%291468 CS FRUIT, PEARS, CN, 6#10/CS 20 22.20 19.45 17.92 17.92 Somerset 22.20 Karetas 18.63 Zilka -4%291470 CS FRUIT, PINEAPPLE, CN, 6#10/CS 23.75 22.90 20.30 26.21 20.30 Zilka 26.21 Somerset 17.31 Zilka 17%291553 CS VEG, BEAN, GREAT NORTHERN,

LS,CN,6#10/CS 15.83 16.10 14.61 15.39 14.61 Zilka 16.10 Karetas 14.61 Zilka 0%291555 CS VEG, BEAN, GREEN, CUT, LS, CN,

6#10/CS 15.9 17.00 17.75 18.61 15.90 Feesers 18.61 Somerset 14.85 Feesers 7%291557 CS VEG, BEAN, KIDNEY, LS, CN, 6#10/CS 15.85 16.00 14.15 18.20 14.15 Zilka 18.20 Somerset 14.61 Zilka -3%291560 CS VEG, BEAN, PINTO, LS, CN, 6#10/CS 15.25 15.25 13.15 17.94 13.15 Zilka 17.94 Somerset 14.61 Zilka -10%291562 CS VEG, BEAN, WAX, LS, CN, 6#10/CS 19.62 19.80 20.40 23.69 19.62 Feesers 23.69 Somerset 15.99 Zilka 23%300750 CS BEETS, DICED 14.85 14.27 16.45 20.07 14.27 Karetas 20.07 Somerset 13.75 Zilka 4%291571 CS VEG, CARROT, DICED, LS, CN, 6#10/CS 14.3 15.80 16.90 21.45 14.30 Feesers 21.45 Somerset 13.75 Feesers 4%291580 CS VEG, CORN WHOLE KERNEL, LS, CN,

6#10/CS 17.7 17.80 16.40 23.44 16.40 Zilka 23.44 Somerset 17.30 Karetas -5%291582 CS VEG, GREENS, COLLARD, LS, CN,

6#10/CS 16.27 17.35 21.00 22.76 16.27 Feesers 22.76 Somerset 15.60 Feesers 4%291585 CS VEG, GREENS, SPINACH, LS, CN,

6#10/CS 18.53 19.15 21.00 24.14 18.53 Feesers 24.14 Somerset 17.58 Feesers 5%291588 CS VEG, MIXED, LS, CN, 6#10/CS 18.00 16.40 22.69 16.40 Zilka 22.69 Somerset 15.82 Zilka 4%291593 CS VEG, PEAS, SWEET, GREEN, LS, CN,

6#10/CS 17.95 18.65 17.95 16.77 16.77 Somerset 18.65 Karetas 14.40 Somerset 16%296814 CS VEG, PEAS, BLACK-EYED, CN, 6#10/CS 15.45 16.27 16.17 19.84 15.45 Feesers 19.84 Somerset 14.95 Feesers 3%291601 CS VEG, POTATO, WHITE, WH, LS, CN,

6#10/CS 20.35 21.15 25.00 28.96 20.35 Feesers 28.96 Somerset 19.00 Karetas 7%291594 CS VEG, PEPPER, MXD GREEN/RED, CN,

6#10/CS 24.15 25.15 20.25 18.45 18.45 Somerset 25.15 Karetas 18.53 Zilka 0%292140 CS VEG, SAUERKRAUT, SHREDDED, CN,

6#10/CS 16.26 17.00 17.25 22.09 16.26 Feesers 22.09 Somerset 15.25 Feesers 7%291610 CS VEG, SWEET POTATO, CN, 6#10/CS 27.95 24.00 21.40 21.40 Zilka 24.00 Karetas 23.75 Feesers -10%291612 CS VEG, TOMATO, DICED, LS, CN, 6#10/CS 15.92 15.80 13.60 15.72 13.60 Zilka 15.80 Karetas 13.46 Zilka 1%291615 CS VEG, TOMATO, PASTE, LS, CN, 6#10/CS 24.00 22.50 25.50 22.50 Zilka 25.50 Somerset 18.86 Zilka 19%291616 CS VEG, TOMATO, SAUCE, LS, RTU, 6#10/CS 14.4 15.80 12.75 12.87 12.75 Zilka 15.80 Karetas 13.46 Zilka -5%

TOTAL LOT 4 0.00

LOT 5 - CEREAL 0.00291390 CS CEREAL, ASST, COLD, BOWLS, K, 96-

1OZ/CS 26.4 32.00 26.40 Feesers 32.00 Karetas 26.40 Feesers 0%291391 CS CEREAL, BRAN FLAKES, BWL, K, 96-

1OZ/CS 21.27 17.70 17.70 Karetas 17.70 Karetas 17.67 Karetas 0%291392 CS CEREAL, BRAN FLAKES, K, 20LB/CS 20.20 20.20 Karetas 20.20 Karetas 18.12 Somerset 11%291393 CS CEREAL, CORN FLAKES, BWL, K, 96-

1OZ/CS 22.45 17.80 17.80 Karetas 17.80 Karetas 17.67 Karetas 1%291394 BAG CEREAL, CORN FLAKES, K, 20LB BG/CS 18.30 18.30 Karetas 18.30 Karetas 18.12 Somerset 1%291395 CS CEREAL, CREAM OF WHEAT, HOT, 12-

28OZ/CS 21.1 17.90 22.97 17.90 Karetas 22.97 Somerset 13.84 Feesers 29%291396 CS CEREAL, GRITS, HOT, 50LB/CS 25.6 21.25 21.25 Karetas 21.25 Karetas 20.50 Karetas 4%291397 CS CEREAL, OATMEAL, ROLLED, HOT,

50LB/CS 8.95 24.00 19.20 23.09 8.95 Feesers 24.00 Karetas 16.94 Zilka -47%291398 CS CEREAL, OATMEAL, QUICK, HOT, 12-

42OZ/CS 21.25 21.85 21.34 21.25 Feesers 21.85 Karetas 20.50 Karetas 4%291399 CS CEREAL, OATS, TOASTED, BWL, K, 96-

1OZ/CS 22.45 18.00 18.00 Karetas 18.00 Karetas 17.80 Karetas 1%291400 CS CEREAL, OATS, TOASTED, K, 20LB/CS 21.00 21.00 Karetas 21.00 Karetas 22.20 Karetas -5%291401 CS CEREAL, RICE, CRISP, BOWLS, K, 96-

1OZ/CS 22.45 18.10 18.10 Karetas 18.10 Karetas 17.80 Karetas 2%291402 CS CEREAL, RICE, CRISP, K, 20LB/CS 23.30 23.30 Karetas 23.30 Karetas 21.12 Somerset 10%

Min Max Feb 10 Prices 32 2/12/200811:53 AM

Page 184: CONTRACT DESCRIPTION CONTRACT INFO

LM FEB 10, 2008 MIN MAXDOC REG 5

Material # UOM Short text Feesers Elwood Good

Source Karetas Ritter Zilka Schrier Somerset Premier Conte Luna Min Supplier Max Max supplier Old Min Old Min

Suppliers

%Difference old vs new

minTOTAL LOT 5 0.00

LOT 6 - COFFEE 0.00291379 CS BEV, COFFEE, DECAF, 20-8.75OZ/CS 62.00 30.48 30.48 Zilka 62.00 Karetas 18.98 Zilka 61%291380 CS BEV, COFFEE, REG, 24-1LB/CS 52.54 32.30 33.65 32.30 Karetas 33.65 Zilka 31.65 Zilka 2%291381 CS BEV, COFFEE, REG, SINGLE SERVE,

1000/CS 29.2 28.25 26.62 26.62 Somerset 28.25 Karetas 20.82 Somerset 28%TOTAL LOT 6 0.00

LOT 7 - CONDIMENTS 0.00291403 CS COND, CATSUP, 1000 IND PK/CS 12.25 9.45 10.20 11.68 9.45 Elwood 11.68 Somerset 8.93 Elwood 6%291404 CS COND, CATSUP, 6#10/CS 15.84 16.50 14.50 19.09 14.50 Zilka 19.09 Somerset 15.00 Karetas -3%291405 CS COND, CREAMER, COFFEE, NON

DAIRY,1000/CS 14.07 12.50 14.74 12.50 Karetas 14.74 Somerset 11.85 Feesers 5%292115 CS COND, HONEY, K, 200 PK/CS 10.71 6.99 12.70 11.82 6.99 Elwood 12.70 Karetas 6.99 Elwood 0%291407 CS COND, JELLY, APPLE, 6#10/CS 25.1 27.33 33.00 25.10 Feesers 33.00 Somerset 23.10 Feesers 9%291406 CS COND, JELLY, APPLE, K, 200/CS 5.48 3.70 5.65 5.17 3.70 Elwood 5.65 Karetas 3.83 Liberty -3%291408 CS COND, JELLY, ASSORTED, K, 200/CS 4.81 3.78 4.60 5.24 3.78 Elwood 5.24 Somerset 3.91 Liberty -3%291409 CS COND, JELLY, ASST, DIET, K, 200 /CS 7.14 4.65 5.15 5.24 4.65 Elwood 5.24 Somerset 4.65 Elwood 0%291410 CS COND, JELLY, GRAPE, 6#10/CS 26 28.35 34.77 26.00 Feesers 34.77 Somerset 25.00 Feesers 4%291411 CS COND, JELLY, GRAPE, K, 200/CS 6.41 3.72 4.40 4.87 3.72 Elwood 4.87 Somerset 3.72 Elwood 0%291412 CS COND, JUICE, LEMON, 12-1QT/CS 15.15 16.00 13.48 13.48 Somerset 16.00 Karetas 13.48 Somerset 0%296045 CS COND, KITCHEN BOUQUET, 4/1 GAL/CS 96 85.60 138.83 85.60 Karetas 138.83 Somerset 82.00 Karetas 4%291413 CS COND, MUSTARD, PREPARED, 4-

1GAL/CS 7.55 10.20 8.95 11.81 7.55 Feesers 11.81 Somerset 7.55 Feesers 0%291414 CS COND, MUSTARD, PREPARED, 500 IND

PK/CS 5.3 3.85 3.55 4.97 3.55 Karetas 4.97 Somerset 3.78 Elwood -6%291415 CS COND, PEPPER, BLACK, 3000PK/CS 7.1 5.90 6.65 7.10 5.90 Karetas 7.10 Feesers 6.00 Feesers -2%291416 CS COND, SALT, IODIZED, 3000PK/CS 4.1 4.35 4.90 4.97 4.10 Feesers 4.97 Somerset 3.45 Liberty 19%291417 CS COND, SAUCE, COCKTAIL, 200 PK/CS 5.90 6.58 5.90 Karetas 6.58 Somerset 4.25 Liberty 39%292118 CS COND, SAUCE, HOT, 200 PK/CS 4.20 4.81 4.20 Karetas 4.81 Somerset 4.00 Karetas 5%291418 CS COND, SAUCE, SOY, 4-1GAL/CS 15.5 14.60 11.25 13.10 11.25 Zilka 14.60 Karetas 11.89 Zilka -5%291419 CS COND, SAUCE, TACO, 200 PK/CS 3.50 4.15 4.39 3.50 Elwood 4.39 Somerset 3.45 Elwood 1%291420 CS COND, SAUCE, TARTAR, 200 PK/CS 5.08 3.58 4.15 4.04 3.58 Elwood 4.15 Karetas 3.98 Elwood -10%291421 CS COND, SAUCE, WORCHESTER, 4-

1GAL/CS 15.5 15.00 9.10 13.10 9.10 Zilka 15.00 Karetas 9.89 Zilka -8%291422 CS COND, SLD DRESSING , FRENCH, 4-

1GAL/CS 22.8 14.50 15.60 14.65 15.35 14.50 Elwood 15.60 Karetas 13.29 Zilka 9%291423 CS COND, SLD DRESSING, FRENCH, 200

PK/CS 0.00 4.54 0.00 Karetas 4.54 Somerset 4.54 Somerset -100%291424 CS COND, SLD DRESSING, ITAL, 200PK/CS 13.09 3.32 4.30 3.71 3.32 Elwood 4.30 Karetas 3.48 Elwood -5%291425 CS COND, SLD DRESSING, ITAL, 4-1GAL/CS 26.5 14.25 13.90 10.79 12.48 10.79 Zilka 13.90 Karetas 11.98 Somerset -10%291426 CS COND, SLD DRESSING, ITAL, LF,4-

1GAL/CS 24 11.70 15.40 12.08 11.70 Elwood 15.40 Karetas 12.10 Elwood -3%291427 CS COND, SLD DRESSING, MAYO TYPE, 200

PK/CS 3.90 4.85 4.39 3.90 Elwood 4.85 Karetas 3.82 Elwood 2%291428 CS COND, SLD DRESSING, MAYO TYPE, 4-

1GAL/CS 20.5 17.60 16.06 15.09 15.09 Somerset 17.60 Karetas 14.98 Somerset 1%291429 CS COND, SLD DRESSING, RANCH,

200PK/CS 15.18 4.15 5.00 5.20 4.15 Elwood 5.20 Somerset 4.15 Elwood 0%291430 CS COND, SLD DRESSING, RANCH, 4-

1GAL/CS 33.19 16.00 17.90 20.89 18.00 16.00 Elwood 20.89 Zilka 15.30 Karetas 5%291431 CS COND, SLD DRESSING, RANCH, FF,4-

1GAL/CS 33.97 14.90 30.25 17.72 14.90 Elwood 30.25 Karetas 15.50 Elwood -4%291432 CS COND, SUGAR, PACKET, 2000PK/CS 8.95 8.60 9.51 8.60 Karetas 9.51 Somerset 7.50 Feesers 15%291433 CS COND, SUGAR, SUB, EQUAL, 2000 IND

PK/CS 26.5 14.00 15.53 14.00 Karetas 15.53 Somerset 15.53 Somerset -10%291434 CS COND, SUGAR, SUBSTITUTE, 2000 IND

PK/CS 23.9 11.90 12.65 11.90 Karetas 12.65 Somerset 11.00 Karetas 8%291435 CS COND, SYRUP, 100PK/CS 4.92 3.45 4.15 4.97 3.45 Elwood 4.97 Somerset 3.45 Elwood 0%291436 CS COND, SYRUP, 4-1GAL/CS 15.64 13.25 15.75 13.17 14.08 13.17 Zilka 15.75 Karetas 13.28 Feesers -1%291437 CS COND, SYRUP, DIET, 100PK/CS 4.61 3.58 4.15 4.51 3.58 Elwood 4.51 Somerset 3.80 Elwood -6%291438 CS COND, VINEGAR, CIDER, 4-1GAL/CS 16.2 10.80 7.50 7.56 7.50 Zilka 10.80 Karetas 7.07 Zilka 6%

TOTAL LOT 7 0.00

Min Max Feb 10 Prices 33 2/12/200811:53 AM

Page 185: CONTRACT DESCRIPTION CONTRACT INFO

LM FEB 10, 2008 MIN MAXDOC REG 5

Material # UOM Short text Feesers Elwood Good

Source Karetas Ritter Zilka Schrier Somerset Premier Conte Luna Min Supplier Max Max supplier Old Min Old Min

Suppliers

%Difference old vs new

minLOT 8 - DAIRY 0.00

291444 CS DAIRY, CHEESE, PARMESAN, GRATED,200PK/CS 18.70 30.45 18.70 Karetas 30.45 Somerset 19.40 Karetas -4%

291445 BAG DAIRY, CHEESE, SAUCE DRY, 50LB/BAG 59.50 72.63 59.50 Karetas 72.63 Somerset 64.00 Karetas -7%TOTAL LOT 8 0.00

LOT 9 - DRY/DEHYDRATED MISCELLANEOUS 0.00

292064 CS DRYMIS, BREAD CRUMBS, 6-5LB/CS 20.00 20.00 Karetas 20.00 Karetas 26.80 Karetas -25%292065 CS DRYMIS, BREAD, PITA 100-144/CS 18.25 18.25 Karetas 18.25 Karetas 36.80 Karetas -50%292066 CS DRYMIS, GELATIN, PEACH, 12-24OZ/CS 23.75 19.70 18.50 18.50 Zilka 19.70 Karetas 14.72 Zilka 26%292067 CS GELATIN, PEACH, VEG BASED 12 24

OZ/CS 23.42 21.50 21.50 Zilka 23.42 Karetas 15.53 Zilka 38%292068 CS DRYMIS, ICE CREAM TOP, WALNUT,12-

46OZ/CS 82.53 82.53 Karetas 82.53 Karetas 84.00 Karetas -2%292069 CS DRYMIS, ICE CREAM TOP,CARAMEL,12-

46OZ/CS 60.56 60.56 Karetas 60.56 Karetas 60.00 Karetas 1%292070 CS DRYMIS, ICE CREAM TOP,STRAW,12-

46OZ/CS 57.05 57.05 Karetas 57.05 Karetas 58.00 Karetas -2%292071 CS DRYMIS, SPRINKLES, CHOC, 4-6LB/CS 26.28 31.57 24.95 31.27 24.95 Zilka 31.57 Karetas 25.89 Feesers -4%292072 CS DRYMIS, SPRINKLES, RAINBOW, 4-

6LB/CS 25.5 31.57 24.10 31.27 24.10 Zilka 31.57 Karetas 25.22 Feesers -4%292073 CS DRYMIS, SYRUP, CHOC, 24-24OZ/CS 39.75 41.15 39.75 Feesers 41.15 Karetas 39.75 Feesers 0%291447 CS DRYMIS, TORTILLA SHELLS, HARD, 200

CT/CS 10.58 11.15 16.40 10.58 Feesers 16.40 Somerset 10.50 Karetas 1%291552 BAG VEG, BEAN, GREAT NORTHERN, DRY,

50LB/BAG 26.10 32.48 43.31 26.10 Karetas 43.31 Somerset 28.14 Zilka -7%291556 BAG VEG, BEAN, KIDNEY, DRY, 50LB/BAG 41.50 56.23 41.50 Karetas 56.23 Somerset 31.50 Feesers 32%291559 BAG VEG, BEAN, PINTO, DRY 50LB/BAG 28.60 26.65 37.12 26.65 Zilka 37.12 Somerset 23.60 Zilka 13%300751 BAG LENTIL, BROWN, DRY, 24/1LB/BAG 14.72 19.05 14.72 Karetas 19.05 Somerset 12.90 Feesers 14%291590 CS VEG, ONION, DEHYD, 30LB/CS 56.00 56.25 78.62 60.00 56.00 Karetas 78.62 Somerset 42.75 Premier 31%300752 BAG PEAS, SPLIT, DRY, 50 LB/BAG 26.90 35.01 26.90 Karetas 35.01 Somerset 20.84 Karetas 29%300753 CS PEPPER, DEHYD, MXD, 6/5 LB/CS 60.50 168.48 60.00 60.00 Premier 168.48 Somerset 31.31 Karetas 92%304749 BX PEPPER, DEHYD, MXD, 15LB/BX 34.00 84.24 30.00 30.00 Premier 84.24 Somerset 28.50 Premier 5%291599 CS VEG, POTATO, HASH BROWN, DEHYD,

25LB/CS 46.90 46.90 Karetas 46.90 Karetas 51.24 Karetas -8%291600 CS VEG, POTATO, SLICED, DEHYD, 25LB/CS 31.25 31.25 Karetas 31.25 Karetas 29.85 Karetas 5%291602 CS VEG, POTATO, WHT, MASHED, DEHYD,

40LB/CS 57.82 33.99 33.99 Karetas 33.99 Karetas 34.50 Karetas -1%304751 BAG SOUP, TOMATO, LS, DEHYD, 25 LB/BAG 91.72 91.72 91.72 102.96 Somerset300755 CS SOUP,TOMATO, LS, DEHYD, 12-1 LB/CS 44.90 44.90 Karetas 44.90 Karetas 45.40 Karetas -1%300756 CS SAUCE, SPAGHETTI, TOMATO,

DEHYDRATED 6 2.5#/CS 55.38 55.38 Karetas 55.38 Karetas 57.10 Karetas -3%304750 BAG SAUCE, SPAG, TOMATO,

LS,DEHYD,25#/BAG 91.72 91.72 Karetas 91.72 Karetas 95.20 Karetas -4%TOTAL LOT 9 0.00

LOT 10 - GRAINS 0.00292085 CS GRAINS, BARLEY, PEARL,MED COOK,24-

1LB/CS 17.67 17.67 Karetas 17.67 Karetas 15.00 Karetas 18%292086 BAG GRAINS, RICE, BROWN, 25LB/BAG 18.7 12.80 26.97 12.80 Karetas 26.97 Somerset 11.64 Karetas 10%292368 BAG GRAINS, RICE, CONVERTED, 25/BAG 10.5 11.15 13.84 10.50 Feesers 13.84 Somerset 8.60 Feesers 22%

TOTAL LOT 10 0.00

LOT 11 - JUICES 0.00291382 CS BEV, JUICE, APPLE, 12-46OZ/CS 15.80 16.94 22.32 15.80 Karetas 22.32 Somerset 12.19 Zilka 30%304741 CS JUICE, CONCENT,APPLE,CAN 6#10/CS 0.00 0.00304738 CS JUICE, CONCENT,APPLE,ASEPTIC,12/CS 0.00 0.00304743 CS JUICE, CONCENT, CRAN,ASEPTIC 12/CS 0.00 0.00 37.00 Feesers304742 CS JUICE, CONCENT,CRAN, CAN 6 #10/CS 0.00 0.00291384 CS BEV, JUICE, CRANBERRY, 12-46OZ/CS 14.80 15.34 16.47 14.80 Karetas 16.47 Somerset 12.19 Zilka 21%256603 CS JUICE, GRAPE, UNSWEET, 12/46 OZ/CS 24.38 24.38 Somerset 24.38 Somerset 20.02 Feesers 22%304740 CS JUICE,CONCENT,ORANGE,ASEPTIC

12/CS 0.00 0.00 48.63 Feesers304744 CS JUICE,CONCENT,ORANGE,CAN,6#10/CS 0.00 0.00

Min Max Feb 10 Prices 34 2/12/200811:53 AM

Page 186: CONTRACT DESCRIPTION CONTRACT INFO

LM FEB 10, 2008 MIN MAXDOC REG 5

Material # UOM Short text Feesers Elwood Good

Source Karetas Ritter Zilka Schrier Somerset Premier Conte Luna Min Supplier Max Max supplier Old Min Old Min

Suppliers

%Difference old vs new

min291386 CS BEV, JUICE, ORANGE, 12-46OZ/CS 21.50 21.30 26.73 21.30 Zilka 26.73 Somerset 21.80 Zilka -2%304745 CS JUICE,CONCENT,PINEAPL,CAN 6#10/CS 0.00 0.00304746 CS JUICE,CONCENT,PINEAPL,ASEP,12/CS 0.00 0.00 35.20 Feesers

TOTAL LOT 11 0.00

LOT 12 - OILS 0.00291509 EA OIL, SHORTENING, LIQUID, 5 GAL 26.85 24.20 25.31 30.58 24.20 Karetas 30.58 Somerset 18.71 Zilka 29%291510 CS OIL, SHORTENING, SOLID, 50 LB/CS 33.9 36.25 36.19 44.47 33.90 Feesers 44.47 Somerset 25.47 Zilka 33%291512 CS OIL, VEGETABLE OIL, 4-1GAL/CS 26.05 25.60 24.90 24.90 Zilka 25.60 Karetas 19.75 Feesers 26%

TOTAL LOT 12 0.00

LOT 13 - PASTA 0.00291513 CS PASTA, BOWS, 10LB/CS 11.45 11.00 10.50 11.41 9.57 9.57 Conte Luna 11.41 Somerset 5.32 Zilka 80%291514 CS PASTA, ELBOW MACARONI, 20LB/CS 16.6 14.10 11.95 14.28 14.60 11.95 Zilka 14.60 Conte Luna 7.45 Conte

Luna 60%292106 CS PASTA, LASAGNA NOODLE, 10LB/CS 11.8 13.00 24.00 12.29 11.80 Feesers 24.00 Zilka 7.83 Feesers 51%291515 CS PASTA, NOODLES, MED, 10LB/CS 11.40 6.95 8.36 8.50 6.95 Zilka 11.40 Karetas 4.95 Conte

Luna 40%291516 CS PASTA, ROTINI, 20LB/CS 16.6 14.40 11.95 14.61 15.41 11.95 Zilka 15.41 Conte Luna 8.19 Zilka 46%291517 CS PASTA, SHELLS, 20LB/CS 16.6 14.40 11.95 12.78 15.41 11.95 Zilka 15.41 Conte Luna 8.08 Zilka 48%291518 CS PASTA, SPAGHETTI, 20LB/CS 16.6 14.40 11.95 12.78 15.23 11.95 Zilka 15.23 Conte Luna 7.65 Conte

Luna 56%314648 CS PASTA,POT PIE SQUARE,20LBS. 15.69 15.69 Conte Luna 15.69 Conte Luna 10.25 53%314983 CS

PASTA,NOODLE TYPE,NO EGG,1/2",FLAT,CURLY 8.50 8.50 Conte Luna 8.50 Conte Luna 4.15 105%

TOTAL LOT 13 0.00

LOT 14 - SNACKS 0.00304754 CS COOKIE, CHOC CHIP, 2EA/60 CT/CS 16.35 19.00 16.35 Feesers 19.00 Karetas 16.35 Feesers 0%291519 CS SNACK, COOKIE, CHOC CHIP,

2EA/200CT/CS 0.00 0.00 0.00 44.35 Somerset315090 CS Cookie, choc chip, 2ea/100ct/cs 20.22 20.22 Karetas

304753 CS COOKIE, OATMEAL, IND 2 EA/60CT/CS 19.00 19.00 Karetas 19.00 Karetas 18.32 Karetas 4%291520 CS SNACK, COOKIE, OATMEAL, IND,

2EA/120CT/CS 0.00 0.00 0.00 31.73 Karetas291521 CS SNACK, COOKIE, IND, VANILLA WAFER,

60 CT/CS 19.00 19.00 Karetas 19.00 Karetas 19.78 Karetas -4%304752 CS COOKIE, VAN WAFER, IND, 2 EA/60/CS 20.25 20.25 Karetas 20.25 Karetas 19.78 Karetas 2%291522 CS SNACK, CRACKER, GRAHAM, K, 150-

3CT/CS 25.06 26.00 20.00 22.46 20.00 Zilka 26.00 Karetas 20.00 Zilka 0%291523 CS SNACK, CRACKER, SALTINE, K, 300-

2CT/CS 9.75 12.50 13.24 9.75 Feesers 13.24 Somerset 12.03 Karetas -19%304748 CS GRANOLA BAR, CRUNCHY, 144 EA/CS 26.37 26.37 Karetas 26.37 Karetas 26.33 Karetas 0%292128 CS SNACK, POTATO CHIPS, 4-1LB/CS 13.00 13.00 Karetas 13.00 Karetas 11.11 Karetas 17%292129 CS SNACK, POTATO CHIPS, 60-1OZ/CS 6.3 13.00 6.30 Feesers 13.00 Karetas 9.85 Feesers -36%292130 CS SNACK, PRETZEL, 4-1LB BAG/CS 13.25 13.25 Karetas 13.25 Karetas 10.68 Somerset 24%292131 CS SNACK, PRETZEL, 60-1OZ/CS 10.35 13.00 10.35 Feesers 13.00 Karetas 9.85 Feesers 5%291524 CS PUDDING, BUTTERSCOTCH,IND,48-

3.5/CS 11.8 12.60 11.20 14.98 11.20 Zilka 14.98 Somerset 11.55 Feesers -3%291525 CS PUDDING, CHOCOLATE,IND,48-3.5/CS 11.8 12.60 11.20 14.98 11.20 Zilka 14.98 Somerset 11.55 Feesers -3%291526 CS PUDDING, VANILLA,IND, 48-3.5/CS 11.8 12.60 11.20 14.98 11.20 Zilka 14.98 Somerset 11.55 Feesers -3%291527 CS RICE CAKES, PLAIN 21 23.75 21.00 Feesers 23.75 Karetas 20.00 Feesers 5%

TOTAL LOT 14 0.00

LOT 15 - SOUP 0.00293809 CS SOUP, CHIX NOODLE, LS, CN, 24-7 1/4

OZ/CS 17.08 19.80 17.08 Feesers 19.80 Karetas 16.25 Feesers 5%293815 CS SOUP, VEGETABLE, LS, CN, 24- 7 1/4 OZ 16.84 19.80 16.84 Feesers 19.80 Karetas 15.85 Feesers 6%293813 CS SOUP, TOMATO, LS, CN, 24-7 1/4 OZ 16.28 19.80 16.28 Feesers 19.80 Karetas 15.46 Feesers 5%

TOTAL LOT 15 0.00

LOT 16 - SPICES 0.00291528 CS SPICE, ALL SPICE, 6-1LB/CS 34.7 21.50 18.00 26.96 18.05 18.00 Zilka 26.96 Somerset 18.05 Premier 0%

Min Max Feb 10 Prices 35 2/12/200811:53 AM

Page 187: CONTRACT DESCRIPTION CONTRACT INFO

LM FEB 10, 2008 MIN MAXDOC REG 5

Material # UOM Short text Feesers Elwood Good

Source Karetas Ritter Zilka Schrier Somerset Premier Conte Luna Min Supplier Max Max supplier Old Min Old Min

Suppliers

%Difference old vs new

min291529 CS SPICE, BASIL, GROUND, 12-1LB/CS 0.00 14.95 25.16 22.80 0.00 Karetas 25.16 Somerset 15.52 Liberty -100%291530 CS SPICE, BAY LEAF, WHOLE, 1LB/CS 4.40 3.39 4.27 4.00 3.39 Zilka 4.40 Karetas 2.47 Premier 37%292133 CS SPICE, CARAWAY SEED, 6-1 LB/CS 14.00 9.90 14.83 12.00 9.90 Zilka 14.83 Somerset 9.98 Premier -1%291531 CS SPICE, CELERY SEED, 6-1LB/CS 18.48 12.85 9.63 15.72 11.40 9.63 Zilka 15.72 Somerset 9.63 Zilka 0%291532 CS SPICE, CHILI POWDER, 6-1LB/CS 21.75 13.15 9.84 17.82 10.26 9.84 Zilka 17.82 Somerset 10.26 Premier -4%291533 CS SPICE, CINNAMON, GROUND, 6-1LB/CS 24.95 12.90 7.95 12.65 8.79 7.95 Zilka 12.90 Karetas 8.79 Premier -10%291534 CS SPICE, CUMIN, GROUND, 6-1LB/CS 18.9 15.50 10.90 22.54 11.40 10.90 Zilka 22.54 Somerset 11.40 Premier -4%300748 CS CURRY, GROUND, 6-1 LB/CS 24.64 12.24 8.75 15.80 12.00 8.75 Zilka 15.80 Somerset 8.79 Premier 0%292134 CS SPICE, FENNEL SEED, 6-1 LB/CS 14.15 11.40 12.53 12.00 11.40 Zilka 14.15 Karetas 11.40 Premier 0%291535 CS SPICE, GARLIC POWDER, 6-1LB/CS 23.65 14.30 9.08 17.97 9.98 9.08 Zilka 17.97 Somerset 9.98 Premier -9%291536 CS SPICE, GINGER, POWDER, 6-1LB/CS 30.5 7.10 7.50 19.78 12.83 7.10 Karetas 19.78 Somerset 7.40 Karetas -4%292135 CS SPICE, LEMON PEPPER, LS, 6-1 LB/CS 12.40 9.08 19.77 9.00 9.00 Premier 19.77 Somerset 1.69 Karetas 433%291537 CS SPICE, MUSTARD, DRY, GROUND, 6-

1LB/CS 18.75 13.00 8.99 15.72 12.00 8.99 Zilka 15.72 Somerset 9.03 Premier 0%291538 CS SPICE, NUTMEG, 6-1LB/CS 45 26.15 21.38 35.94 22.80 21.38 Zilka 35.94 Somerset 21.38 Zilka 0%291539 CS SPICE, ONION, POWDER, 6-20OZ/CS 22.9 0.00 10.95 19.77 15.00 0.00 Karetas 19.77 Somerset 10.95 Karetas -100%291540 CS SPICE, OREGANO, GROUND, 6-12OZ/CS 22.45 14.15 11.14 15.72 16.00 11.14 Zilka 16.00 Premier 10.45 Premier 7%291541 CS SPICE, PAPRIKA, 6-16 OZ/CS 21.5 13.80 9.08 15.72 12.00 9.08 Zilka 15.72 Somerset 9.50 Premier -4%291542 CS SPICE, PARSLEY, FLAKES, 6-8OZ/CS 30.00 16.83 31.45 32.50 16.83 Zilka 32.50 Premier 13.83 Zilka 22%291543 CS SPICE, PEPPER, BLACK, 6-1LB/CS 43.75 21.00 16.90 26.75 17.10 16.90 Zilka 26.75 Somerset 17.10 Premier -1%292137 CS SPICE, PEPPER, CAYENNE, 6-1 LB/CS 21.15 16.75 13.05 17.97 12.00 12.00 Premier 17.97 Somerset 8.79 Premier 37%291544 CS SPICE, PEPPER, SHAKER, 48-1.5OZ/CS 27.42 21.00 21.61 26.96 21.00 Karetas 26.96 Somerset 19.61 Zilka 7%291545 CS SPICE, POULTRY SEASONING, 6-

12OZ/CS 28.5 15.50 9.08 15.72 13.30 9.08 Zilka 15.72 Somerset 9.08 Zilka 0%301910 CS SPICE, SAGE, GROUND, 6-6 OZ/CS 45.99 20.98 14.10 15.72 23.75 14.10 Zilka 23.75 Premier 9.87 Zilka 43%291547 CS SPICE, SALT, IODIZED, SHAKER, 48-

4OZ/CS 14.92 9.80 12.41 13.48 9.80 Karetas 13.48 Somerset 10.41 Zilka -6%291548 CS SPICE, SALT, IODIZED, 25LB/CS 5.15 7.75 4.33 5.09 4.33 Zilka 7.75 Karetas 4.33 Zilka 0%291549 CS SPICE, SPICE BLEND, LS, 500 PK/CS 21.80 21.80 Karetas 21.80 Karetas 18.46 Liberty 18%304747 CS SPICE BLEND, LS, 6-20 OZ/CS 22.67 14.31 17.81 14.31 Zilka 22.67 Karetas 14.31 Zilka 0%291550 CS SPICE, TACO SEASONING, LS, 6-5LB/CS 47.80 30.50 67.39 76.00 30.50 Zilka 76.00 Premier 46.20 Karetas -34%291551 CS SPICE, THYME, GROUND, 6-11OZ/CS 35.9 14.70 11.67 27.71 18.00 11.67 Zilka 27.71 Somerset 10.69 Premier 9%

TOTAL LOT 16 0.00

LOT 17 - TEA 0.00291388 CS BEV, TEA BAGS, 1000/CS 28.5 16.75 24.46 16.75 Karetas 24.46 Somerset 16.00 Karetas 5%291389 BAG BEV, TEA, BULK, 100LB/BAG 157.00 145.60 145.60 Somerset 157.00 Karetas 74.88 Somerset 94%

TOTAL LOT 17 0.00

LOT 18 - ENTREES 0.00291450 CS ENTRÉE, RAVIOLI, BEEF, CN, 6#10/CS 45.65 29.80 36.70 46.43 29.80 Karetas 46.43 Somerset 30.50 Karetas -2%291451 CS ENTRÉE, RAVIOLI, CHEESE, CN, 6#10/CS 28.58 29.85 36.70 45.68 28.58 Feesers 45.68 Somerset 27.00 Feesers 6%291452 CS ENTRÉE, STEW, BEEF,CN, 6#10/CS 37.5 35.00 34.05 45.30 34.05 Zilka 45.30 Somerset 33.83 Zilka 1%

TOTAL LOT 18 0.00

LOT 19 - FLOUR 0.00291341 BAG BAKING, FLOUR, ALL PUR BAKING, 50

LB/BAG 22.95 17.76 27.72 17.76 Zilka 27.72 Somerset 15.45 Karetas 15%291342 BAG BAKING, FLOUR, HIGH GLUTEN, 50

LB/BAG 23.95 18.14 27.30 18.14 Zilka 27.30 Somerset 15.35 Feesers 18%291343 BAG BAKING, FLOUR, RYE, 50 LB/BAG 23.95 16.29 28.29 16.29 Zilka 28.29 Somerset 14.65 Zilka 11%291344 BAG BAKING, FLOUR, WHOLE WHEAT, 50

LB/BAG 23.95 16.98 27.46 16.98 Zilka 27.46 Somerset 14.83 Zilka 14%TOTAL LOT 19 0.00

LOT 20 - SUGAR 0.00291359 CS BAKING, SUGAR 10X, 50 LB/CS 20 24.00 18.82 26.53 18.82 Zilka 26.53 Somerset 18.19 Feesers 3%

Min Max Feb 10 Prices 36 2/12/200811:53 AM

Page 188: CONTRACT DESCRIPTION CONTRACT INFO

LM FEB 10, 2008 MIN MAXDOC REG 5

Material # UOM Short text Feesers Elwood Good

Source Karetas Ritter Zilka Schrier Somerset Premier Conte Luna Min Supplier Max Max supplier Old Min Old Min

Suppliers

%Difference old vs new

min291360 CS BAKING, SUGAR, GRANULATED, 50

LB/CS 17.85 22.50 17.42 40.45 17.42 Zilka 40.45 Somerset 16.54 Feesers 5%291361 CS BAKING, SUGAR, LIGHT BROWN, 50

LB/CS 20 23.50 19.66 40.66 19.66 Zilka 40.66 Somerset 18.69 Feesers 5%TOTAL LOT 20 0.00

LOT 21 - MISCELLANEOUS 0.00304272 CS MILK, SOY, PLAIN, 6-21.2 OZ/CS 63.56 48.50 48.50 Karetas 63.56 Good Source 58.00 Karetas -16%291457 CS FRUIT, APPLESAUCE, IND, 72-4OZ/CS 17.15 18.59 17.15 Karetas 18.59 Zilka 16.70 Karetas 3%291494 CS MEAT, FISH, TUNA, CN, 6-66.5OZ/CS 42.50 39.50 56.16 39.50 Zilka 56.16 Somerset 39.50 Zilka 0%304755 CS TUNA, POUCH, 100-2 OZ/CS 48.00 48.00 Good Sourc 48.00 Good Source 48.00 Good

Source 0%291330 CS ALTPRO, PEANUT BUTTER, K, LS, 200

PK/CS 18.11 13.25 20.15 18.53 23.57 13.25 Elwood 23.57 Somerset 14.25 Elwood -7%291331 EA ALTPRO, PEANUT BUTTER, LS, 35

LB/PAIL 40.9 37.95 39.77 40.36 37.95 Karetas 40.36 Somerset 30.46 Zilka 25%291332 CS ALTPRO, SOY CRUMBLES, LS, 25LB/CS 33.09 33.80 19.70 19.51 19.51 Somerset 33.80 Karetas 14.98 Somerset 30%291334 CS ALTPRO, TOFU, 12-12.3OZ/CS 14 13.75 20.05 13.75 Karetas 20.05 Zilka 14.00 Feesers -2%

TOTAL LOT 21 3,355.57 159.47 455.73 5604.01 0.00 0.00 5063.58 660.77 115.20

Feesers Elwood Good Source Karetas Ritter Zilka Schrier Somerset Premier Conte

Luna

Items highlighted in blue have no pricing at all

Items highlighted in yellow are low sodium

Min Max Feb 10 Prices 37 2/12/200811:53 AM

Page 189: CONTRACT DESCRIPTION CONTRACT INFO

Conte Luna Pasta Pick Up Schedule

Region WeekLoad Order

Nov Xpdex

Pick Up Nov Delivery

Nov Order Due

Dec Xpdex

Pick Up Dec Delivery

Dec Order Due

Jan Xpdex

Pick Up Jan DeliveryJan Order

Due Feb Mar Apr May Jun Jul Dec1 Muncy 1 6 31-Oct 11/1 to 11/2 19-Oct 5-Dec 12/6 to 12/7 23-Nov 2-Jan 1/3 to 1/4 21-Dec 4-Feb 3-Mar 2-Apr 5-May 2-Jun 2-Jul 3-Dec1 Coal 1 5 31-Oct 11/1 to 11/2 19-Oct 5-Dec 12/6 to 12/7 23-Nov 2-Jan 1/3 to 1/4 21-Dec 4-Feb 3-Mar 2-Apr 5-May 2-Jun 2-Jul 3-Dec1 SCI Frackville 1 3 31-Oct 11/1 to 11/2 19-Oct 5-Dec 12/6 to 12/7 23-Nov 2-Jan 1/3 to 1/4 21-Dec 4-Feb 3-Mar 2-Apr 5-May 2-Jun 2-Jul 3-Dec1 Mahanoy 1 4 31-Oct 11/1 to 11/2 19-Oct 5-Dec 12/6 to 12/7 23-Nov 2-Jan 1/3 to 1/4 21-Dec 4-Feb 3-Mar 2-Apr 5-May 2-Jun 2-Jul 3-Dec1 Waymart 1 2 31-Oct 11/1 to 11/2 19-Oct 5-Dec 12/6 to 12/7 23-Nov 2-Jan 1/3 to 1/4 21-Dec 4-Feb 3-Mar 2-Apr 5-May 2-Jun 2-Jul 3-Dec1 Dallas 1 1 31-Oct 11/1 to 11/2 19-Oct 5-Dec 12/6 to 12/7 23-Nov 2-Jan 1/3 to 1/4 21-Dec 4-Feb 3-Mar 2-Apr 5-May 2-Jun 2-Jul 3-Dec1 Retreat 1 7 31-Oct 11/1 to 11/2 19-Oct 5-Dec 12/6 to 12/7 23-Nov 2-Jan 1/3 to 1/4 21-Dec 4-Feb 3-Mar 2-Apr 5-May 2-Jun 2-Jul 3-Dec

2 SCI Graterford 2 5 7-Nov 11/8 to 11/9 26-Oct 10-Dec 12/11 to 12/14 30-Nov 9-Jan 1/10 to 1/11 28-Dec 6-Feb 5-Mar 9-Apr 7-May 4-Jun 9-Jul 10-Dec2 Chester 2 4 7-Nov 11/8 to 11/9 26-Oct 10-Dec 12/11 to 12/14 30-Nov 9-Jan 1/10 to 1/11 28-Dec 6-Feb 5-Mar 9-Apr 7-May 4-Jun 9-Jul 10-Dec2 Camp Hill 2 1 7-Nov 11/8 to 11/9 26-Oct 10-Dec 12/11 to 12/14 30-Nov 9-Jan 1/10 to 1/11 28-Dec 6-Feb 5-Mar 9-Apr 7-May 4-Jun 9-Jul 10-Dec2 Etown 2 2 7-Nov 11/8 to 11/9 26-Oct 10-Dec 12/11 to 12/14 30-Nov 9-Jan 1/10 to 1/11 28-Dec 6-Feb 5-Mar 9-Apr 7-May 4-Jun 9-Jul 10-Dec3 Rockview 2 3 7-Nov 11/8 to 11/9 26-Oct 10-Dec 12/11 to 12/14 30-Nov 9-Jan 1/10 to 1/11 28-Dec 6-Feb 5-Mar 9-Apr 7-May 4-Jun 9-Jul 10-Dec

3 Pine Grove 3 1 14-Nov 11/15 to 11/16 2-Nov 12-Dec 12/13 to 12/14 30-Nov 16-Jan 1/17 to 1/18 4-Jan 13-Feb 12-Mar 16-Apr 14-May 11-Jun 16-Jul 17-Dec3 Cresson 3 2 14-Nov 11/15 to 11/16 2-Nov 12-Dec 12/13 to 12/14 30-Nov 16-Jan 1/17 to 1/18 4-Jan 13-Feb 12-Mar 16-Apr 14-May 11-Jun 16-Jul 17-Dec3 Smithfield 3 3 14-Nov 11/15 to 11/16 2-Nov 12-Dec 12/13 to 12/14 30-Nov 16-Jan 1/17 to 1/18 4-Jan 13-Feb 12-Mar 16-Apr 14-May 11-Jun 16-Jul 17-Dec3 Huntingdon 3 6 14-Nov 11/15 to 11/16 2-Nov 12-Dec 12/13 to 12/14 30-Nov 16-Jan 1/17 to 1/18 4-Jan 13-Feb 12-Mar 16-Apr 14-May 11-Jun 16-Jul 17-Dec3 SCI Houtzdale 3 5 14-Nov 11/15 to 11/16 2-Nov 12-Dec 12/13 to 12/14 30-Nov 16-Jan 1/17 to 1/18 4-Jan 13-Feb 12-Mar 16-Apr 14-May 11-Jun 16-Jul 17-Dec3 Quehanna 3 4 14-Nov 11/15 to 11/16 2-Nov 12-Dec 12/13 to 12/14 30-Nov 16-Jan 1/17 to 1/18 4-Jan 13-Feb 12-Mar 16-Apr 14-May 11-Jun 16-Jul 17-Dec

4 Pittsburgh 4 3 19-Nov 11/20 to 11/21 9-Nov 19-Dec 12/20 to 12/21 7-Dec 23-Jan 1/24 to 1/25 11-Jan 20-Feb 19-Mar 23-Apr 21-May 18-Jun 23-Jul 22-Dec4 SCI Greene 4 1 19-Nov 11/20 to 11/21 9-Nov 19-Dec 12/20 to 12/21 7-Dec 23-Jan 1/24 to 1/25 11-Jan 20-Feb 19-Mar 23-Apr 21-May 18-Jun 23-Jul 22-Dec4 Fayette 4 2 19-Nov 11/20 to 11/21 9-Nov 19-Dec 12/20 to 12/21 7-Dec 23-Jan 1/24 to 1/25 11-Jan 20-Feb 19-Mar 23-Apr 21-May 18-Jun 23-Jul 22-Dec4 SCI Greensburg 4 4 19-Nov 11/20 to 11/21 9-Nov 19-Dec 12/20 to 12/21 7-Dec 23-Jan 1/24 to 1/25 11-Jan 20-Feb 19-Mar 23-Apr 21-May 18-Jun 23-Jul 22-Dec

4 Laurel High 5 1 28-Nov 11/29 to 11/30 16-Nov 26-Dec 12/17 to 12/28 14-Dec 30-Jan 1/31 to 2/1 18-Jan 27-Feb 26-Mar 30-Apr 28-May 25-Jun 30-Jul 29-Dec4 Somerset 5 2 28-Nov 11/29 to 11/30 16-Nov 26-Dec 12/17 to 12/28 14-Dec 30-Jan 1/31 to 2/1 18-Jan 27-Feb 26-Mar 30-Apr 28-May 25-Jun 30-Jul 29-Dec5 Mercer 5 6 28-Nov WO 12/3 16-Nov 26-Dec WO 12/31 14-Dec 30-Jan WO 2/4 18-Jan 27-Feb 26-Mar 30-Apr 28-May 25-Jun 30-Jul 29-Dec5 SCI Forest 5 3 28-Nov 11/29 to 11/30 16-Nov 26-Dec 12/17 to 12/28 14-Dec 30-Jan 1/31 to 2/1 18-Jan 27-Feb 26-Mar 30-Apr 28-May 25-Jun 30-Jul 29-Dec5 Cambridge Springs 5 5 28-Nov WO 12/3 16-Nov 26-Dec WO 12/31 14-Dec 30-Jan WO 2/4 18-Jan 27-Feb 26-Mar 30-Apr 28-May 25-Jun 30-Jul 29-Dec5 Albion 5 4 28-Nov WO 12/3 16-Nov 26-Dec WO 12/31 14-Dec 30-Jan WO 2/4 18-Jan 27-Feb 26-Mar 30-Apr 28-May 25-Jun 30-Jul 29-Dec

Facility

12 Month Pick Up Schedule