Child Nutrition Program - Central Community School System 202L-2022 - Bid Opening - Friday April 23,2021at 10:00 am

Page created by Jimmy Ayala
 
CONTINUE READING
Central Community School System
     Child Nutrition Program
            202L-2022

                     Branded Pizza

Bid Opening    -   Friday April 23,2021at 10:00 am

  Bid Period   -   July 1, 202!   -   January 3L,2022
e                      CeNrnau CoMMUNITY ScHooL          SYSTEM
                       10510 Joor Road. Suite 300. Central. LA 70818
                            P.O. Box 78094 . Central LA 70837
                            225-262-1 919 . www. centralcss. org
                                                                                                a
                                        CHILD NUTRITION PROGRAM BID
                                                     202t-2022

                                        INVITATION TO BID BY SEALED BID

BID REQUESTED:
        BRANDED PIZZA
        Contract Time Period: July 1, 2021 to January 31,2O22

PUBTIC BID OPENING DATE AND TIME (CST):
        Friday, April 23,2021at 10:00 am CST

                         GENERAT RULES, CONDITIONS AND INSTR UCTIONS TO BIDDERS
                                                FOR BRANDEO PIZZA

SECTION   l:   INSTRUCTIONS
The general rules and conditions that follow apply to all purchases and become a part of each formal invitation to
bid, purchase order or other award issued by the Central Community School System, Child Nutrition Progra m, unless
otherwise specified. Bidders are expected to fully inform themselves as to the conditions, requirements, and
specifications before submitting bids; failure to do so will be at the bidder's own risk and he cannot secure relief on
the plea of error.

Sealed bids will be received by the Central Community School System, Child Nutrition Program, 10510joor Road,
Suite 300, Baton Rouge, Louisiana, 70818 or submit electronically to Centrala uctionhouse.co m up to 10:00 A.M.
Central Standard Time    on Friday, Aptil23,2O2L for providing Branded      Pizza to Central Community Schools.

               All bids shall be submitted sealed to the Central Community School System, Child Nutrition Program on
               or before the above time and date. Bids received after the date and time designated for opening of
               bids, or any bid received unsealed, will not be considered. At the above time and place, bids will be
               publicly opened, including electronic bids at the Central Community School System office, 10510 Joor
               Road, Suite 300, Baton Rouge, Louisiana 70818.
2.       Enclosed are "Computerized Bid Quotation Forms," Specifications, General Rules, Conditions,
         Certification Statements and lnstructions to Bidders. Bids shall be submitted in strict accordance with
         the specifications and instructions. Bids shall be submitted only on the forms provided. Please sign and
         return all documents where a signature is required, including the "Computerized Bid Quotation Form."
         A signature on these documents is required to complete the formal bid. All information on the bid form
         must be supplied to constitute a regular bid. Return only one copy . Bids must be signed by a duly
         authorized reoresen          of the firm and returned in a sealed envelo marked "BRANDED PIZZA
         BlD" and indicate the date and hour of opening.

3.       The bid form must be typed or completed in ink. Any corrections must be made by drawing a line
         through the error and writing in the correction. All corrections must be initialed by the person signing
         the bid. No corrections by erasure or use of correction fluid are allowable. Bids must be manually signed
         to be considered. DO NOT FAX OR EMAIL YOUR BlD.

4.       The bidder shall be solely responsible for the timely furnishing of bids. Late bids will not be accepted
         The Board and/or The Child Nutrition Program shall not be responsible for late receipt of bids.

5.       The quantities of items specified are only indicative of the Child Nutrition Program's present estimate,
         based upon quantities used last school year. The Child Nutrition Program binds itself to take, and the
         contractor agrees to supply, ONtY what is actually required by the schools for the school session, 2021-
         2022.

6.       The prices quoted shall include handling and delivery to Central Community Schools. UNIT PRICE
         SHOULD NOT EXCEED FOUR (4) DECIMAL POINTS. A listing of schools, addresses and managers' names
         are attached in this p acket and online at www.Centra la uctionhouse.com.

7.       Errors in quoted prices or in the preparation of the bid will not relieve the vendor except as provided
         under Louisiana Revised Statutes.

8.       lf the bidder quotes a unit price and a total price for the same item and there is a discrepancy between
         the unit price and the total price, the unit price will stand as the bid price.

9.       The Central Community School System, Child Nutrition Program, will open bids publically of all timely
         submitted bids. During the bid opening, bids will be available for public viewing. Bid awards will not be
         announced at the opening of the bid. No opinions concerning the ultimate contract award will be given
         at the Bid opening or during the evaluation process.

10. Bidders submitting a response to the solicitation, whether successful or unsuccessful, will be provided
    a copy of the bid award results by email and/or U.5. Postal Mail.

I   l.   The "Buy American Provision Certification" form attached to the bid MUST be completed, signed, and
         returned with the bid for the bid to be considered. This applies to all bids that are food products.

12. Bidder is required to maintain all records for three (3) years after final payment and all other pending
    matters (audits) are closed for all negotiated contracts.
13. Bidder is required to allow access by duly authorized representatives of the Central Community School
             System, State Agency, United States Department of Agriculture, and/or the Comptroller General to any
             books, documents, papers, and records of the contract which are directly pertinent to all negotiated
             contracts.

         14. Bids submitted are subject to provisions of the laws of the State of Louisiana and USDA Federal laws,
             including, but not limited to, Louisiana Revised Statutes (LRS) 38:2211-2296 and 2 CFR Part 200 and
             NSLP: 7CFRS210.21(d); SBP:7CFR#220.16(d); SFSP: TCFR 225.17 CACFP: TCFR 226.22; the Standard
             Terms and Conditions, Special Terms and Conditions and the Specifications listed in the solicitation
             which form the Bid Package. For a complete reference on all Federal regulations cited, go to the
                 following link http:/lwww.ecfr.sov/.si'bin/ECFR?pase=bro,,vse, Title 7 Agriculture, and for the
                 Louisiana Revised Statute reference link, go to http:/lleels.la.govlLeeis/Law.aspx?d=94915.

         15. Once the bid has been awarded, the vendor will have two (2) weeks to send all nutritional information,
             CN labels, product formulation statement, etc., for all items to the Central Community School System,
                 Child Nutrition Office.

         16. In addition to the bid form, the attached forms MUST be completed, siBned, and returned with the bid
             form for bid to be considered.

                     a   Certification RegardinB Debarment, Suspension, lneligibility, and Voluntary Exclusion     -   Lower
                         Tier Covered Transactions
                     b   Certification of lndependent Price Determination
                     c   CertificationRegardingLobbying
                     d   Acknowledgement
                     e   Contract Section
                     f   Disclosure of Lobbying Activities
                     g   Buy American Certification form
                     h   lnvitation to Bid in its entirety (AtL pages), with signature page

SECTION    ll;    COST/PRICE A NATYSIS STATEMENT:
Based on analysis of prior bid pricing and previous bid history of like or similar items, the anticipated   total estimated
value ofthis bid is approximately 535.000.00. This estimated value provides vendors a point of reference from prior
bid and usage costs. This value is only an estimate and the Central Community School System shall not be held to
the estimated dollar value for total purchases in relation to this bid.

SECTI ON   lll:   DETERMINATION OF BID AWARDS:
    l.   Awards will be made only to responsive and responsible bidders

    2.   The Central Community School System School Board reserves the right to award items separately, grouped
         or on an all-or-nothing basis, based on the extended price, and to reject any or all bids and waive any
         informalities.

    3.   This contract is a fixed price contract. Bid awards will be based on lowest price unless after evaluation of
         the "Buy American Provision Certification Form for Food Purchases", the district may award to a domestic
         product that is not lowest price.
,1.   The school district may also at any time review Louisiana State Contract Prices with the Office of State
         Purchasing and may award to a state contract if the price is lower than the lowest bid price offered. Bid
         Awards will only be made to responsive and responsible vendors.

   5.    The award sheet, and/or contract, and/or purchase order, mailed or delivered to the successful bidder is
         the official authorization to deliver the food, materials, supplies, or equipment. A bid award letter will be
         sent to each awarded vendor.

   6.    All food items bid m ust have a prea pproved bra nd for vendor to provide a price. Preapproved brandswill
         be listed in the specifications. lf vendor is submittinB a price on an item that the brand is not listed in the
         specifications, the bidder is responsible to contact the centralcommunity School System, Child Nutrition
         Office at 225-650-2919 to request permission to submit a price on an unapproved brand for an item. lt will
         be the decision of the central Community school system, child Nutrition office to approve an unapproved
         brand. lf bidder provides a price for an item that is unapproved and the bidder does not contact the Central
         Community School System, Child Nutrition Office, the price for the item will be re.iected and not considered.

    7.   Awards will only be made to the company that submits a bid. Awards will not be made to secondary
         companies that a bidder may use for bid completion, such as if a secondary vendor is used for delivery
         purposes, etc.

    8.   Bids will not be awarded based on value added features. The district has the option to accept value added
         features or items such as program points and rewards, only after a bid has been awarded. After items are
         awa rded on a bid if they qualify for value added benefits, then the district may or may not choose to accept
         the value added benefits.

SECTION   lV: INABILIW    TO DEUVER:
lf for any reason deliveries cannot be made on schedule, the Child Nutrition Office must be notified in sufficient
time to make further arrangements concerning the items that cannot be delivered. lf the vendor is in error in
making a delivery, it is the vendor's responsibility to correct the delivery error made. lf at any time a vendor cannot
provide the awarded products, the district has the right to procure products from the next lowest bidder.

SECTION V: POOR PERFORMANCE:
Any vendor who has demonstrated poor performance during a current or previous Agreement with the School
District may be considered a non-responsible Bidder and their bid may be rejected. The Central Community School
System Child Nutrition Office reserves the right to exercise this option as is deemed proper and necessary. Vendors
may be disqualified from doing business with the Central Community School System Child Nutrition Office when
multiple written documentations prove that poor performance has been demonstrated by the vendor on multiple
occasions or when the district has valid reason to disqualify a vendor.

SECTION    Vl: CHANGE OF BRAND AND/OR CODE NUMBER OF ITEMS DEUVERED:
It is always expected that vendors will deliver the exact items that were awarded on bid awards. lf for any reason
there should be a change in the brand or code number of items that are to be delivered, the Central Community
School System Child Nutrition Office must be notified in sufficient time to determine if the alternate item meets
requirements, or to make further arrangements concerning the alternate items.
SECTION   Vll:    TERM BID AGREEMENTS:
lf this bid results in a term contract with the vendor, the Central Community School System, Child Nutrition Program
must receive all general price decreases that other customers receive.

SECTION   Vlll:   SUBCONTRACTING:
Subcontracting of part of this bid by the successful bidder to other responsible entities (e.9., dairies) is permitted as
hereinafter provided:

                         Subcontractors shall be regularly in the dairy business and have the capability to fulfill and
                         deliver that part of the work as may be awarded to them.
                   B     All subcontractors shall have the prior approval of the Central Community School Board
                         Child Nutrition Program before the effective date of this bid.
                   C     The successful bidder must detail to the Child Nutrition ProBram the quantity of business,
                         method of distribution and schools served by the subcontractor to the full and complete
                         satisfaction of the Child Nutrition Program.

SECTION   lX: INSPECTION AND TESTS:
The Child Nutrition Program reserves the right to have any pizza inspected at any time by the civil pa rish Depa rtment
of Hea lth and Huma n Resources in which the school islocated. Any items condem ned or rejected as a result of any
inspection by the Department of Health and Human Resources, or as determined by any of the Child Nutrition
employees, shall be replaced in time to be served in the School's Breakfast and School Lunch Programs. lf a school
is unable to serve pizza in the program(s) because the products delivered by the contractor are unsuitable for
consumption, the contractor agrees to reimburse the Child Nutrition Program for any and all losses of State and
Federal reimbursement. Thecontractoris not responsible for a ny damage to the pizza caused bytheChild Nutrition
Program, its officers, agents or employees or by the malfunctioning of any of the Child Nutrition Program's
equipment utilized for the storage of pizza after delivery.

The State Department of Health or any authorized representative ofthe local Department of Health or ofthe Central
Community School System shall have the right to inspect the premises, facilities, and methods on any pizza or
product delivered to determine whether or not the contract is being properly performed.

For the duration of the contract, all pizzas are  to be supplied with even slices; a multi-blade rocker pizza cutter is
preferred for cutting the pizzas into uniform slices. Care shall be taken to avoid over and under-cooking the pizzas
to maintain an appetizing appearance, good flavor, taste, and texture. Pizzas that arrive not in the proper state of
freshness, not well prepared or have unevenly cut slices may be rejected in whole or part. The Child Nutrition
Program reserves the right to reject any pizza that is not properly cut to eight (8) individual slices that are NOT
uniform slices. Any pizza that is re.iected shall be replaced in time to be served in the School's Lunch Program that
day or a credit will be given for the rejected portion of the product.

SECTIO NX: CAN CELLATION OF ORDERS
The Child Nutrition Program of the Central Community School system reserves the right to cancel any order or
portion thereof which a vendor fails to deliver at the time specified.
SECTION   Xl:   STATEMENTS:
Statements sha ll be submitted monthly to the Child Nutrition Program, no later than seven (7) days after the month
in which delivery was made. Each statement shall contain a detailed record of all purchases, by school, for the
month (in chronological order with invoice number listed).

SECTION   Xll: PAYMENT:
All invoices will be paid after monthly statement have been received. Any questions regarding the payment
schedule may be directed to the Child Nutrition Program Purchasing Coordinator, Kittie McPhate at 225-550-2918.

SECTION   Xlll:   CONTRACT CONDITIONS:
lf the contractor fails to deliver the pizza within the mutually agreed upon time schedule and if such failure
results in the school(s) being unable to serve a reimbursable meal, the contractor agrees to pay the Child Nutrition
Program for any and all losses of State and Federal reimbursement from the School Lunch and        / or Breakfast
Programs.

Contractor shall be required to reimburse the Child Nutrition Program in cash for in-kind replacement at the Child
Nutrition Program's discretion, for the value of any lot which fails to pass inspection and for any losses in
reimbursement which result from the supplier's failure to provide products which contain the minimum quantities
and components required for reimbursable meals.

lf the Child Nutrition Program    ofthe Central Community School System terminates this contract in whole or in part,
because of failure of the Contractor to furnish the supplies in accordance with the specifications and terms of this
contract, the Child Nutrition Program may acquire services and supplies similar to those terminated and the
contractor will be lia ble to the Child Nutrition Program for any excess costs for those services and supplies and other
damages of the Child Nutrition Program to include additional administrative costs, advertising costs, if any, and
attorney fees. However, the contract shall continue to furnish the supplies not terminated.

The Child Nutrition Program of the Central Community School System, by written notice, may terminate this
contract, in whole or in part, in the event there is a reduction in Federal or State funds provided to the Child
Nutrition Program ofthe Central CommunitySchool System. lf this contract is so terminated, the contractor shall
be paid for any services or food supplies furnished up to the date of termination.

The Child Nutrition Program of the Central Community School System, reserves the right to request the vendor to
extend current contract prices for an extended period of time. The vendor mustagree to extend the current
contract price of ALL items and/or services, and to agree to the requested extended period of time. This request
will be by written notice and signed by the vendor representative and the CCSS CNP representative.

The Child Nutrition Program of the Central Community School System, reserves the right to request the vendor to
provide a price on products, not currently on the bid, for purchase for the duration of the bid term.

The contractor shall comply with Executive Order 11245, entitled "Equal Employment Opportunity', as amended
by Executive Order 11375, and as supplemented in Department of Labor regulations (41CFR Part 50).

The contractor shall comply with all mandatory standards and policies relating to energy efficiency which are
contained in the State energy conservation plan issued in compliance with the Energy Policy and Conservation Act
(P.1.94-153).
SECTION   XIV: SPECIFICATIONS:
            Specification of certain brands, catalog number, make or manufacturer is to denote the quality, type
            and sta nda rd of the article desired that has been cited as meeting the needs of the Centra I Community
            School System Child Nutrition Program, however bids are invited on most products that have been pre-
            approved by the Child Nutrition Department for products that are comparable and would equally satisfy
            requirements stated herein. Failure on the part of any bidder to supply all required information shall
            be cause to reject said bid from consideration.
            BIDDERS SHAtt OFFER ONLY ONE ERAND AND PRICE FOR EACH LINE ITEM BID. BIDDING MORE THAN
             ONE ITEM AND PRICE FOR A IINE ITEM SHALL BE CAUSE FOR RUECTION OF THAT ITEM,

          2.   Specifications requiring "whole grain" MUST meet the USDA Whole Grain Rich Criteria. See the link
               below for details.
               http://www.f   ns.   usda.gov/sites/ defa ult/files/WholeG   ra   inResource. pdf   .

          3.   Articles offered must be new merchandise and must be of equal or superior grade

          4.   All information required in the bid must be supplied to constitute a proper bid

          5.   On lines provided, the bidder must insert the manufacturer's brand name and identifying numbers
               along with any other information necessary to sufficiently identify the article(s) offered. Failure to do
               so may prevent consideration of the item bid.

          6.   Failure on the part of any bidder to supply all required information shall be cause to reject said bid from
               consideration.

SECTION XV: TECHNICAI DATA:
               Complete manufacturer's specifications must accompany all bids when bidding an alternate, failure to
               submit complete manufacturer's specifications will be reason to re.iect the bid.

          2.   All deviations from the specifications must be noted in detail by the bidder, in writing, at the time of
               submittal on the formal bid where specified. The absence of a written list of specification deviations at
               the time of submittal of the bid will hold the bidder strictly accountable to the Central Community
               School System specifications as written.

SECTION XVI: BID SAMPLES:
Submittal: lf required, samples shall be submitted to the Child Nutrition Program, Attn: Kittie McPhate, 10510 Joor
Road, Suite 300 Baton Rouge, Louisiana 70818, FOURTEEN DAYS PRIOR TO THE BID OPENING.

ldentification: Eachsam ple shall be identified with the bidder's name, bid number, bid item number, product trade
name and identification (catalog number, model number, etc.) and / or as otherwise indicated in the bid invitation
fo rms.

Pavment for Sam ples: Th e Board will buy no samples and will assume no-cost incidental thereto. When samples
are requested, they must be sent prepaid and within the specified time.
Return of Samples: Samples not destroyed in testing must be claimed by bidders within fourteen (14) days after
bid award date. The Board will assume no responsibility for samples not claimed within the time specified, and it
will pay for no samples damaged in testing.

Reiection: Failure to provide requested samples within specified time may result in forfeiture of award.

Demonstration                  The Board reserves the rightto request a demonstration inorderto properly eva luate
                   / Evaluation:
any item(s) on the bid. Failure to demonstrate as requested within reason acceptable to the Board shall be reason
to reject the bid.

SECTION   XVll: EVALUATION            OF OFFERS:
The Central Community School System, in making its award, will consider the lowest responsive bidder. However,
the Central Community School System and the Child Nutrition Program reserve the right to award items based
not only on price but also on quality, past history with vendor, and nutritional information. The Central
Community School System and the Child Nutrition Program reserve the right to reject any and / or all bids.

        1. Bids for All or Part: With the exce ption of public works projects, the Board reserves the right to award
                                                       I
            on an "ALL -OR-NOTHING" and or partial basis whichever is in the best interest of the Central
            Community School System. Bidder may restrict his bid to consideration as "ALL -OR-NoTHING" by so
            stating, but shall give a unit price for each item; any bid in which the bidder names a total price for all
            the articles without quoting a price on each unitized item shall be rejected.

                   A.     Errors in   Bid:   Bids containi ng errors may be withdrawn by the contractor in accordance with
                          1.R.5. 38:2214.C. Erasures or changes in bids must be initialed.

                     B.   Tie Bids: Tie bids, when allfactors are equal, the award will be determined by tossing a coin or
                          drawing straws.

                   C. Ability and Experience: Consideration                used for determini ng bidder responsibility include
                          "financial ability, skill, integrity, business judgment, experience, reputation, quality of previous
                          work on contracts, and any other similar factors bearing on bidders ability to successfully
                          perform the contract." Each proposal will receive equal consideration and special attention
                          directed to the contractor's qualifications as provided for in 1.R.5. 38.1126.C (2) (a).

SECTION   XVlll:   CONTRACT TERMINATIO N FOR CONVENIENCE AND FOR CAUSE:

Contract Termination for Convenience - The Central Commun ity School System School Board reserves the right to
terminate any contract at any time, for any reason, by giving 14 (fourteen) days notice in writing to the contractor.
lf the contract is terminated for convenience by the SFA, the contractor will be paid for all items received and for
any work completed as of the date of termination. ln this case, contract termination does not arise from any fault
on the part of the vendor (Appendix ll of 2 CFR Part 200 (B).

Contract Termination for Cause - Where the Central Community School District School Board has determined that
the contractor is in default, for any reason, the SFS reserves the riBht to purchase any and all products or services
covered by the contract on the open market and to charge the contractor with the cost in excess of the contract
price. Until such assessed charges have been paid, no subsequent Bid from the defaulting contractor will be
considered. The SFA may choose to award products to the vendor with the next to lowest bid prices, as applicable.
The SFA reserves the right to terminate any contract at any time, for any reason, by providing the contractor with
14 (fourteen) days written notice. When vendors/contractors violate or breach contract terms the Child Nutrition
Program will contact the school districts legal counsel for advisement, when necessary. Sanctions and penalties
may be applied as appropriate. (Appendix ll of 2 CFR Part 200 (A).
Termination of a contract for cause to cancel any contract, in accordance with its purchasing rules and regulations,
for cause, including but not limited to, the following:
1.      Failure to deliver within the time specified in the contract;
2.      Failure to meet quantity requirements;
3.      Failure of the product or service to meet specifications, conform to sample quality or to be delivered in
        good condition;
4.      Misrepresentation by the contractor, administratively, contractually, or any other misrepresentation;
5.      Fraud, collusion, conspiracy, or other unlawful means of obtaining any contract with the Central Community
          School System School Board;
6.        Conflict of contract provisions with constitutional or statutory provisions of state or federal law;
7.        Any other breach of contract.

SECTION    xlx:   CHANGE OR WITHDRAWAI OF BIDS:
     1.   Change or Withdrawal Prior to Bid Opening: Should any bidder desire        to change or withdraw his bid,   he
          shall do so prior to the date and hour of the bid opening.

     2.   Withdrawal After Bid Opening - But Prior to Bid Award: After bids are opened a bidder may request that
          his bid be withdrawn in accordance with La. R.S. 38:2274.

SECTION    )fi:   REJECTION OF BIDS:
The Board reserves the right to reject any and all bids for just cause. ln accordance with La. R.S. 38:2272 be
considered informalities and shall not be waived by any public entity.

SECTION XXI: AWARD AND ACCEPTANCE
Bidders submitting a response to the solicitation, whether successful or unsuccessful, will be provided a copy of the
bid award analysis by email and/or U.S. Postal Mail. A written award in the form of a Purchase Order, Contract,
written notice of award of any combination of these three to the successful bidder shall be deemed to result in a
binding contract for the purchase of materials or supplies without further action by either party as provided for in
L.R.S. 38:2216.8. lf the bid and resulting award regards the construction of doing of any public works, a written
contract must be entered into according to L.R.S. 38:2216.A (1).

SECTION    )fi ll: DELIVERY PROVISIONS:

Resoonsibilitv of Bran ded Pizza Delivery: Successful bidder shall be responsible for the pizza until they are
delivered to the location(s) specified in the bid specifications. lf pizzas are rejected they must be removed by and
at the expense of the bidder promptly after notification of rejection.

lnspection: lns pection and acceptance of goods will be made at time of delivery.

Time of Deliverv: Deliveries of branded pizza will be in accordance with established times set forth for each school
in the Central Community School System. A schedule of these times will be provided upon award of bid. During
the Iunch serving period, as many as three (3) deliveries may be requested in order to provide hot pizzas for each
lunch shift. On occasion a fourth delivery may be requested and the awarded bidder will be expected to make this
delivery as requested within reason.

Deliveries to Schools Will be Required as Follows for the Duration of the School Year:
Branded pizzas may be made on Mondays, Tuesdays, Wednesdays, Thursdays and/or Fridays to school sites, when
ordered. Cafeteria Managers place branded pizza orders with the awarded bidder.

Delivery Tickets: ALL   DELIVERIES shall be accom panied by a Delivery Ticket

SECTION  XXlll: SCOPE OF WORK:
Vendor to provide whole wheat crust cheese, grou nd beef or sausage, a nd/or pepperoni pizza. Pizzas are to be fully
cooked, delivered hot, and ready to serve. Dough is to be hand tossed that is at least 51% whole wheat. Pizzas are
to be 14" round, cut into eight (8) uniform slices. All pizzas and inBredients must meet the nutrition standards as
set forth in the National School Lunch Program, Child Nutrition ProBram. The vendor must meet USDA'S Buy
American Provision and all other provisions that accompany this Bid Request. This bid is for the period of July 1,
2019 through January 31, 2020, as per the specifications on the attached bid sheet. Once the bid is awarded, a
schedule for delivery for each school will be provided.

Upon award of this bid, the vendor is   to provide any and all nutritional information including nutrition facts and
ingredient list. This information will be kept confidential. This information will need to be received in the Child
Nutrition Program Office within five (5) days of award of this bid.
   Below is a list of Central Community Schools and addresses:
       1.  Bellingrath Elementary School
           5612 Audusson Drive
           Greenwell Springs, Louisiana 70739

       2.   Tanglewood Elementary School
            9352 Rustling Oaks
            Baton Rouge, Louisiana 70818

       3.   Central lntermediate/CentralMiddleSchool
            12656 Sulliva n Road
            Baton Rouge, Louisiana 70818

       4.   Centra I High School
            10200 East Brookside Drive
            Baton Rouge, Louisiana 70818

SECTI ON XXIV: OTHER DELIV ER Y CONSIDERATIONS                                                                    1.
Deliveries MUST be on TIME as stated for each school.

2. The Pizza MUST be evenly cut in order   to provide required meal components to meet   USDA guidelines.

3. The Central community School System, Child Nutrition Program will not be responsible for pizza ordered by other
departments. These departments must be billed separately.
SE CTION   )fiV:   INCREASE OR DECREASE lN QUANTITIES:
The right is reserved to increase or decrease the quantities of any item or items shown in the quotation. Quantities
when listed are estimates only, however, every effort will be made to make the estimates realistic with a 10%
tolerance with an exception of fresh produce items and items available through the USDA commodity program.
Estimates listed for fresh produce are strictly estimates, and purchase quantities can vary from week to week on all
produce items.

SECTION  XXvl: USAGE/VELOCIW REPORTS:
Vendors may be asked to provide Usage/Velocity reports as needed by Central Community School System, Child
Nutrition Program.

SECTION    )fiVll:   GIFTS AND GRATUITIES:
Acceptance of gifts from contractors and the offering of gifts by contractors are prohibited. No employee of the
Central Community School System purchasing products under provisions of the contract issued as a result of this
invitation shall accept, solicit, or receive, either directly or indirectly, from any person, firm, or corporation any gift
or gratuity. No employee ofthe Central CommunitySchool System isallowedto purchase products and/or receive
favors of any kind under the provisions of the contract.

SECTION    XXVlll:   PROTEST OF BIDS:
Disputes arising from the award of this bid must be submitted in writing to the Child Nutrition Program Supervisor,
10510 Joor Road, Suite 300, Baton Rouge, Louisiana 70818 no later than 10 business days after notification of the
bid awards. Disputes must provide specific reasons and any supporting documentation for the protest. The steps
for dispute resolution include:

1,       A meeting with the Central Community School System Child       Nutrition Program Staff and the disputing party
        to discuss and resolve the complaint.

2         lf the complaint cannot be resolved, then a meeting will be scheduled with Central Community School
         System Child Nutrition Program Staff and the Central Office Purchasing staff, and the disputing party to
         discuss and resolve the complaint.

3         lf the complaint cannot be resolved, then a meeting will be scheduled with legal counsels of both parties to
          resolve the complaint.

4.        lf consensus and resolution cannot be attained, further legal steps will be investigated

SECTION XXIX: PRODUCT RECALLS:
Vendors awarded contracts under this solicitation shall be required to notify the Central Community School District
Child Nutrition Office, of any manufacturer's recalls regarding items ordered under said contracts. Thevendorshall
contact the Child Nutrition Program Office at 225-650-2919 or 225-650-2978, within 24 (twenty-four) hours of
notification.

SECTIO N XXX: EQ UAL EMPLOYMENT OP PORTUNITY:

Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of ,,federally
                                                                                                         assisted
construction contract" in 41 cFR Part 50-1.3 must include the equal opportunity clause provided under 41
                                                                                                         CFR 60-
1.a(b), in accordance with Executive order L7z4G, "Equal Employment opportunity,, (30 FR
                                                                                             12319, 12935, 3 cFR
Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating
to Equal Employment Opportunity," and implementing reBulations at 41   CFR part 60, "Office of Federal Contract
Compliance Programs, Equal Employment Opportunity, Department of Labor."

SECTION   )fiXl:   DAVIS-BACON ACT:

Where applicable, as amended (40 U.S.C.3141-3148). when required by Federal program legislation, all prime
construction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance
with the Davis-Bacon Act (40 U.S.C. 3l4l-3L44, and 3145-3148) as supplemented by Department of Labor
regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and
Assisted Construction"). ln accordance with the statute, contractors must be required to pay wages to laborers and
mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of
Labor. ln addition, contractors must be required to pay wages not less than once a week. The non-Federal entity
must place a copy of the current prevailing wage determination issued by the Department of Labor in each
solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage
determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding
agency.

SECTION XXXII: COPEIAND "ANTI-KICKBACK" ACT:

The vendors shall comply with the Copeland "Anti-Kickback" Act (40 U.S.C. 3145), as supplemented by Department
of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Flnanced in
Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or sub recipient
must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair
of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal
entity must report all suspected or reported violations to the Federal awarding agency.

SECTION   )fiXlll:   CONTRACT WORK HOURS AND SAFETY STANDARDS ACT:

Where applicable, all contracts awarded by the non-Federal entity in excess of S100,000 that involve the
employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as
supplemented by Department of Labor regulations (29 cFR Part 5). U nder 40 U.5.C. 3702 of the Act, each contractor
must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40
hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate
of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work
week. The requirements of 40 U.S.C. 3704 ate applicable to construction work and provide that no laborer or
mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous
or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily
available on the open market, or contracts for transportation or transmission of intelligence.

SECTION   )fiXlV:    RIGHTS TO INVENTIONS MADE UNDE R A CONTRACT OR AGREEMENT:

lf the Federal award meets the definition of "funding agreement" under 37 CFR 5401.2 (a) and the recipient or sub
recipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the
substitution of parties, assignment or performance of experimental, developmental, or research work under that
"funding agreement," the recipient or sub recipient must comply with the requirements of 37 CFR Part 401, "Rights
to lnventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and
Cooperative Agreements," and any implementing regulations issued by the awarding agency.
SECTION )(XXV: CLEAN AIRACTANDTHE FEDERAL WATER POLLUTION CONTROL ACT:

As amended-Contracts and sub grants of amounts in excess of 5150,000 must contain a provision that requires
the non-Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to
the Clean Air Act (42 U.5.C.7401-767Lq) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-
1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental
Protection Agency (EPA).

SECTION XXXVI: DEBARMENT AND SUSPENSION             Executive Orders I 2549 and 12589):
A contract award (see 2 CFR 180.220) must not be made    to parties listed on the government wide exclusions in the
System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement
Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part L989 Comp., p. 235), "Debarment
and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by
agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order
72549.

5E   ON        I   BYRD ANTI-I.OBBYING AMENDMENT:

Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies
to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for
influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or
employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract,
grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal
funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to
tier up to the non-Federal award.

SECTION    XXXV|ll: BUY AMERICAN             PROVISION REQUIREMENTS FOR FOOD ITEM COMPQNENTS:
Vendors shall comply with the Buy American Provision for all solicitations and contracts that involve the purchase
of food, USDA Regulation (7 CFR Part 250 and 7 CFR Part 210). Vendors are required to utilize, to the maximum
extent practicable, domestic commodities and products. This requirement pertains to component items. lt does
not include spices, sauces, etc. The Central Community School System Child Nutrition Program must comply with
the Buy American Provision when purchasing food products served in all school meal programs. The Central
Community School System Child Nutrition Program participates in the National School Lunch Program and School
Breakfast Program and is required to use the nonprofit food service funds, to the maximum extent practical, to buy
domestic commodities or products for Program meals. A "domestic commodity or product" is defined as one that
is either produced in the U.S. or is processed in the U.S. substantially using agricultural commodities that are
produced in the U.S. as provided in 7 CFR Part 210.21(d). Section 12(n) of the National School Lunch Act defines
"domestic commodity or product" as an agricultural commodity that is produced in the U.S. and a food product that
is processed in the U.S. Substantially means over 51% of the final processed product (by weight or volume) must
consist of agricultural commodities that were grown domestically. The Buy American provision must be followed
in all procurements where funds are used from the nonprofit food service account, whether directly by an        SFA   or
on its behalf.

Exceptions to the Buy American provision should be used as a last resort; however, an alternatjve or exception
may be approved upon request. To be considered for the alternative or exception, the request must be submitted
in writing to a designated official, a minimum of day L4 days in advance of delivery. The request must include the:

A. Alternative substitute (s) that are domestic and meet the required specifications
1. The product is not produced or manufactured in the U.S. in sufficient and reasonably available quantities
   of a satisfactory quality; or

    2. Competitive bids reveal the costs of a U.S. product are significantly higher than the non-domestic product

The vendor must identify all food products bid by the Company that do not meet the definition of "domestic" on
the Buy American Provision Certificate (attached). lf the vendor wants to deliver a non-domestic product that was
not approved at the time a bid, quote, or RFP award, then the Central Community School System Child Nutrition
Program must be notified in sufficient tlme to evaluate the non-domestic product to determine whether the non-
domestic product will be accepted or not.

NOTE: THE "BUY AMERICAN PROVISION CERTIFICATION" FORM INCLUDED W|TH THIS BID MUST BE COMPTETED,
SIGNED, AND RETURNED WITH THIS BID FOR THE BID TO BE CONSIDERED. IF NO PRODUCTS ARE TO BE TISTED
ON THIS FORM, THE FORM STItt NEEDS TO BE SIGNED AND RETURNED WITH THIS BID FOR THE BID TO BE
CONSIDERED.

SECTION XXXIX: PROCREMENT OF RECOVERED MATERIALS:
A non-Federal entity that is a state agency of a political subdivision of a state and its contractors must comply with
section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The
requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection
Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent
with maintaining a satisfactory level of competition, where the purchase price of the item exceeds 510,000 or the
value of the quantity acquired by the preceding fiscal year exceeded 510,000; procuring solid waste management
services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement
program for procurement of recovered materials identified in the EPA guidelines (2 CFR Part 2OO.322]|

SECTION XL: AFFIRMATIVE ACTION:
Central Community School System, child Nutrition Program and the vendor/bidder will take all necessary
affirmative steps outlined in 2 CFR 200.3211o assure that minority businesses, women's business enterprises, and
labor surplus area firms are used when possible.

Affirmative steps will include:                                                                                     1

1. Placing qualified small and minority businesses and women's business enterprises on solicitation lists;

2. Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are
        potentialsources;

3. Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum
         participation by small and minority businesses, and women's business enterprises;

4. Establishing delivery schedules, where the requirement permits, which encourage participation by small and
        minority businesses, and women's business enterprises;

5. Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and
        the Minority Business Development Agency of the Department of Commerce; and

5. Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in 1-5 of this
        section.
SECTION   xtl: Clvlt RIGHTS/NON-DISCRIMINATION STATEMENT:
ln accordance with Federal law and U.S. Department of Agriculture (USDA) civil rights regulations and policies, this
institution is prohibited from discriminating on the basis of race, color, national origin, sex, age, disability, and
reprisal or retaliation for prior civil rights activity. (Not all prohibited bases apply to all programs.)

Program information may be made available in languages other than English. Persons with disabilities who require
alternative means of communication for program information (e.g., Braille, large print, audiotape, and American
Sign La nguage) shou ld contact the responsible State or Ioca I Agency that administers the program or USDA's TARG ET
Center at (202) 720-2600 (voice and TTY) or contact USDA through the Federal Relay Service at (800) 877-8339.

To file a program discrimination complaint, a complainant should complete a Form AD-3027, USDA Program
Discrimination Complaint Form, which can be obtained online, at https://www.ocio.usda.gov/docum ent/ad-3027,
from any USDA office, by calling (855) 532-9992, or by writing a letter addressed to USDA. The letter must contain
the complainant's name, address, telephone number, and a written description of the alleged discriminatory action
in sufficient detail to inform the Assistant Secretary for Civil Rights (ASCR) about the nature and date of an alleged
civil rights violation. The completed AD-3027 form or letter must be submitted to USDA by:

mail:
U.S. Department of Agriculture
Office of the Assistant Secretary for Civil Rights
1400 lndependence Avenue, SW
Washington, D.C. 20250-9410;

fax:
(833) 2s5-156s or (2021 690-7M2;

email:
program.intake@usda.gov.

This institution is an equal opportunity provider.

SECTION   XLll: OTHER CONTRACT PROVISIONS:

The vendor shall comply with the following civil rights laws, as amended: Title Vl of the Civil Rights Act of 1.964;
Title lX of the Education Amendments of 1972; Section 504 of the Rehabilitation Act of 1973; the Age Discrimination
Act of 1975; Title 7 CFR Parts 15, 15a, and 15b; the Americans with Disabilities Act; and FNS lnstruction 113-1, Civil
Rights Compliance and Enforcement in School Nutrition Programs.
SECTION      xLlll:   COMPLIANCE WITH AtL INSTRUCTIONS:

8y signing below and each bid form, the bidder certifies compliance with all instructions to bidders, contained
within this document, and further certifies that this bid is made without collusion or fraud and that all suspension
and/or debarment criteria as described in this bid have been satisfied. Bid must be signed below, or bid will not
be considered. Return this signed document in full (all pages) with your bid.

MUST BE SIGNED TO BE CONSIDERED BY AUTHORIZED BIDDER

I    Signature                                Date                         Name of Bidder/Vendor (Typed or Printed)

     Name (Typed or Printed)                                               Telephone Number

CENTRAL COMMUNITY SCHOOL SYSTEM

    Sisnature                                                               Date
    April Kurtz, Child Nutrition Supervisor

    Once awarded, this bid wil! serve as a contract between Central Community Schoo!
    System Child Nutrition Program and the Vendor. Vendor should keep a copy for your
    records. This document (AtL PAGES) with the original signature, signed by the
    Authorized Bidder, is to be returned with all other required signed documents and the
    price sheets to be considered. Bidders are cautioned that failure to comply with these
    conditions and specifications shall be considered sufficient reasons for refusal to accept
    the goods.

                                      This institution is an equal opportunity provider.
e                             Crrurneu Coruuurqrv
                                          Scsoor- Sysreu
                         10510 Joor Road . Suite 300. Central, LA 70818
                               P.O. Box 78094 . Central LA 70837
                               225-262-1 I 1 9 . www. centralcss. org
                                                                                            e
                                                   BID CHECKLIST

Company Name:

       BEFORE SUBMITTING YOUR BID PLEASE ENSURE THE FOLLOWING:
       A check mark indicates your compliance.

  a                 The Bid Package was read in its entirety

  a                 The Bid Price Sheet was completed

  a                  Certification Regarding Debarment, Suspension, lneligibility, and Voluntary Exclusion
                     -   Lower Tier Covered Transactions was completed

   a                 Certification of lndependent Price Determination was completed

                     Certification Regarding Lobbying was completed

   a                 Escalation/De-escalation Clause -was completed in Bid Packet (for Milk Bids)

   a                 Acknowledgement was completed

                     Contract Section was completed

   a                 Disclosure of Lobbying Activities was completed

                     Buy American Certification form   -was completed (For All Food Bids)

   a                 The Bid Package has been signed and ALL pages returned with Bid Quotes

**REMEMBER: BIDS MUST BE SIGNED AND RETI]RNED IN A SEALED ENVELOPE MARKED WITH                               THf
              T\?E OF BID AND INDICATE THE DATE AND HOUR OF OPENING.

       FAITURE TO PROVIDE THE REQUESTED DOCUMENTS MAY RESULT IN YOUR BID BEING DEEMED
       NON-RESPONSIVE.

                   THIS SHOULD BE THE FIRST PAGE OF YOUR RETURNED BID
                                        IHANK YOU
CERTIFICATION STATEMENT

   CERTIFICATION Rf,GARDING DEBARMENT, SUSPENSION, INELIGIBILITY, AND VOLUNTARY
                    EXCLUSION _ LOWER TIER COVERED TRANACTIONS

                                       U. S. DEPARTMENT OF AGRICULTURE

This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 7 CRF Part
3017, Section 3017.510, participant's responsibilities. The regulations were published as Part IV ofthe January 30, 1989, Federal
Register (Pages 4722-4733). Copies ofthe regulations may be obtained by contacting the Department of Agiculture agency with
which this transaction originated.

             l.         The Conractor certifies, by submission of this proposal, that neither    it   nor its principals is presently
             debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded     liom participation in this
             transaction by any Federal department or agency.

             2.         Where the Contractor is unable to certiry to any of the statements in this certification, such prospective
             paxticipant shall attach an explanation to this proposal.

                                                      ORGANIZATION NAME

                                       NAME AND TITLL OF ATJTHORIZED REPRESENTATIVL

                                                           SICNATTJRE

                                                              DA.l   Il
CERTIFICATE OF INDEPENDENT PRICE DETERMINATION

Both the school food authority and the Vendor (offeror) shall execute this Certificate of Independent Price Determination

                                                            Centlal Comm   ity School Syste m Child Nutrition Prosram
Name ofVendor                                               Name of School Food Authority

                      A.   By submission ofthis offer, the offeror certifies and in the case ofajoint offer, each party thereto certifies
                           asto its own organization, that in connection with this procurement:

                                l.        The prices in this offer have been arrived at independently, without consultation,
                                communication or agreement, for the purpose ofrestricting competition, as to any matter relating to
                                such prices with any other offeror with any competitor.

                                2.       Unless otherwise required by law, the prices which have been quoted in this offer have
                                not been knowingly disclosed by the offeror and  will not knowingly be disclosed by rhe offeror prior
                                to opening in the case of an advertised procurement, or prior to award in the case of a negotiated
                                procurement, directly or indfuectly to any other offeror or to any competitor; and

                                3.        No attempt has been made or will be made by the offeror to induce any person or firm to
                                submit. an offer for the purpose ofresrricting comperition.

                      B.   Each person signing this offer on behalfofthe Vendor cenifies that

                                1.         He or she is the person in the offeror's organization responsible within the organization
                                for the decision as to the prices being otTered herein and has not participated, and will not panicipate.
                                in any action contrary to (A) (l) through (A) (3) above; or

                                2.         He or she is not the person in the offeror's organization responsible within the organization
                                for the decision as to the prices being offered herein, but that he or she has been authorized in writing
                                to act as agent for the persons responsible for such a decision in certifoing that such persons have
                                not panicipated and will not participate, in any action contrary to (A) ( I ) through (A) (3) above, and
                                as their agent does hereby so certi$; and he or she has not participated, and will not participate, in
                                any action contrary to (A) ( I ) though (A) (3) above.

    To the best of my knowledge, this Vendor. its affiliates, subsidiaries, officers, directors and employees are not currently
    under investigation by any govemmental agency and have not in the last three 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:

      Signature of Vendor's Authorized Representative                          Title                             Date

    In accepting this offer, the SFA cenifies that no representative of the SFA has taken any action which may have jeopardized
    the independence ofthe offer referred to above.

lpf,f:   Accepting a bidder's offer does not constitute ayard ofthe contract.
CERTIFICATION REGARDING LOBBYING

         CERTIFICATIO         t.'oR        TRACTS, GR4NTS. LOANS. AND COOPERATIVE AGREEMENTS
                                      EXCEED       s I 00. OOO IN FEDEKAL FUNDS

The undersigned certifies, to the best ofhis or her knowledge and beliel that

                                   (I)No Federal appropriated funds have been paid or will be paid, by or on behalfofthe
                                   undersigned, to any person for influencing or attempting to influence an officer or
                                   employee of any agency, a Member of Congress, an olficer or employee of Congress,
                                   or an employee of a Member of Congress in connection with the awarding of any
                                   Federal contract, the making ofany Federal grant, the making ofany Federal loan, the
                                   entering into of any cooperative agreement, and the extension, continuation, renewal,
                                   amendment, or modification of any Federal contract, grant, loan or cooperative
                                   agreement.

                                   (2) If any funds other than Federal appropriated funds have been paid or will be paid to
                                   any person for influencing or attempting to influence an ol'ficer or employee of any
                                   agency, a Member ofCongress, an oflicer or employee ofCongress, or an employee of
                                   a Member of Congress in connection with this Federal contract, grant, loan or
                                   cooperative agreement, the undersigned shall complete and submit Standard Form
                                   LLC, "Disclosure of Lobbying Activities," in accordance with its instructions.

                                   (3) The undersigned shall require that the language of this cenification be included in
                                   the award documents for all sub awards (exceeding $100.000. in Federal funds) at all
                                   tiers (including subcontracts, sub grants, and contracts under grants, loans, and
                                   cooperative agreements) and that all sub recipients shall certiry and disclose
                                   accordingly.

This certification is a material representation of fact upon which reliance was placed when this transaction was made or
entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by
Section 1352, Title 3 l, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty
ofnot less than $10,000 and not more than $100,000 for each such failure.

                                              NAME   1   ADDRESS OF VENDOR

                                         TITLE i TITLES OF SUBMITTING OFFICIAL

                                                    SIGNATURE / DATE
ACKNOWLEDGEMENT

     The bidder ackno$ledqes receiDt ofaddendum:

              No. I DATED                              No. 2 DATED                      No. 3 DATED
              No. 4 DATED                              NO 5 DATED                       No. 6 DATED

    By signing below and each Bid form, the Bidder certifies compliance with and be subject to the provisions and / or penalties
    involved in the "General Conditions and Instructions to Prospective Bidders" and the bid form as contained herein the bid
    documents. Further certifies that this Bid is made without collusion or fraud. Bid must be signed below, or bid will not be
    considered.

                      Name of Firm                                                                    Sisnature of Bidder

                          Address                                                                    Typed Name of Bidder

                    Telephone Number                                                                       Fax Number

By the signaturc ofits authorized representative on this documenl the bidder hereb) cenifies that it is in compliance with all applicable standards.
orders. or requirements issued under Conhact Provisions for Non-Federal Entity Contracts Under Fede.al Awards. These provisions include the
Buy American Provision (7CFR Pan 250 and 7 CFR Part 210). Equal Employment Opponunity (41 CFR pan 60). Davis-Bacon Act (,10 USC3 l4l -
3144. 3146-3148), Contract Work Hours and Safety Standards Act (29CFRPan5). Rights to Inventions Made Under a
Contract or Agreement(37CFR401.2 ). Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (31 U.S.C.l25 | 1387).
Debarment and Suspension (2CFR 180.220). Byrd Anti-Lobbying Amendment             (llU.S.C. 1352). Remedies for Violation of Contract term and
Termination for Cause and Conlenience (4lUSCl908), Procurement of Recovered Materials (40 CFR part 247) and Other Contract
Provisions(7cFR Parts 15. l5a" and l5b).
ALL VENDORS MUST SIGN AND RETURN THIS CONTRACT SECTION AND
                          SUBMIT WITH THE BID PROPOSAL FORM

CONTRACT SECTION:

ln compliance with the attached request for bids and subject to all conditions imposed in the specifications, conditions and instructions,
the undersigned firm offers and agrees to fumish any or all items at the prices set opposite each item for the period upon award to it of
this contract by the Central Community School System, Child Nutrition Program.

NAME OF FIRM:

SIGNATURE OF AUTHORIZED REPRESENTATIVE:

TYPED NAME OF AUTHORIZED REPRESENTATIVE:

TITLE OF AUTHORIZED REPRESENTATIVE:

COMPLETE ADDRESS OF FIRM:

TEI-EPHONE NI]MBF]R:

FAX NUMBER:

E-MAIL ADDRESS:

DATE:

NAME OF SCHOOL SYSTEM                                              Central Communiw School Svstem

                                                                           7-+
                                                                   CHILD NUTzuTION PROGRAM

SIGNATURE OF AUTHORTZED REPRESENTATIVE                                   (/,f/,1!-         /(/tuq      ar,'
TYPED NAME OF AUTHORIZED              REPRESENTATIVE: APRIL KURTZ

TITLE OF AUTHORIZED REPRESENTATIVE:                                SUPERVISOR

TELEPHONE NUMBER:                                                  225-650-29t9

DATE                                                                /il uail, lf t q)Nt
You can also read