Direct Delivery of Ala Carte Snack Items and Beverages to School Cafeterias

expired opportunity(Expired)
From: Escambia County School District(School)
241502

Basic Details

started - 27 Mar, 2024 (1 month ago)

Start Date

27 Mar, 2024 (1 month ago)
due - 11 Apr, 2024 (16 days ago)

Due Date

11 Apr, 2024 (16 days ago)
Bid Notification

Type

Bid Notification
241502

Identifier

241502
Escambia County School District

Customer / Agency

Escambia County School District
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

INVITATION TO BID (ITB) & BIDDER’S ACKNOWLEDGMENT POSTING DATE: PROCUREMENT DEPARTMENT CONTACT & TELEPHONE: Kanisha Simmons (850) 469-6210 March 25, 2024 ksimmons3@ecsdfl.us BID TITLE: BID NUMBER: Direct Delivery of Ala Carte Snacks and Beverages to Schools Cafeteria 241502 BID OPENING DATE & TIME Wednesday, April 10, 2024, 1:30 PM CST NOTE: BIDS RECEIVED AFTER THE BID OPENING DATE AND TIME WILL NOT BE ACCEPTED. The School District of Escambia County, Florida, solicits your company to submit a bid on the above referenced goods or services. All terms, specifications and conditions set forth in this invitation are incorporated into your response. A bid will not be accepted unless all conditions have been met. All bids must have an authorized signature in the space provided below. All bids must be sealed and received in the School District's Procurement Department at 75 N. Pace Blvd., Pensacola, Florida 32505, by the "Bid Opening
Date & Time” referenced above. All envelopes containing sealed bids must reference the "Bid Title", "Bid Number" and the "Bid Opening Date & Time". The School District is not responsible for lost or late delivery of bids by the U.S. Postal Service or other delivery services used by the Bidder. If submitting electronically, Bidders shall submit their responses on BidNetDirect.com. Bids may not be withdrawn for a period of sixty (60) days after the bid opening unless otherwise specified. THE FOLLOWING MUST BE COMPLETED, SIGNED, AND RETURNED AS PART OF YOUR BID. BIDS WILL NOT BE ACCEPTED WITHOUT THIS FORM SIGNED BY AN AUTHORIZED AGENT OF THE BIDDER. COMPANY NAME: MAILING ADDRESS: CITY, STATE, ZIP: FEDERAL EMPLOYER’S IDENTIFICATION NUMBER (FEIN): TELEPHONE NUMBER: (EXT: ) FACSIMILE NUMBER: EMAIL: HOW DID YOU FIND OUT ABOUT THIS BID? SCHOOL DISTRICT WEBSITE BIDNET DEMAND STAR PRIME VENDOR OTHER (PLEASE SPECIFY ) MINORITY/DISABLED SERVICE VETERAN SUPPLIER I CERTIFY THAT THIS BID IS MADE WITHOUT PRIOR UNDERSTANDING, AGREEMENT, OR CONNECTION WITH ANY OTHER BIDDER SUBMITTING A BID FOR THE SAME MATERIALS, SUPPLIES, EQUIPMENT OR SERVICES, AND IS IN ALL RESPECTS FAIR AND WITHOUT COLLUSION OR FRAUD. I AGREE TO ABIDE TO ALL TERMS AND CONDITIONS OF THIS BID AND CERTIFY THAT I AM AUTHORIZED TO SIGN THIS BID FOR THE BIDDER. I FURTHER CERTIFY THAT I UNDERSTAND THAT FAILURE ON MY PART AS THE BIDDER TO RETURN ALL PAGES OF THE ENTIRE BID PACKAGE, AND/OR FAILURE TO RETURN ANY OF THE ITEMS LISTED IN SECTION III, SHALL RESULT IN A DETERMINATION THAT THE BID IS NONRESPONSIVE. TYPED OR AUTHORIZED SIGNATURE: PRINTED NAME: TITLE: DATE: 9500-PUR-029 (rev Jan 2004) THE ESCAMBIA COUNTY SCHOOL DISTRICT PROCUREMENT DEPARTMENT 75 N. PACE BLVD. PENSACOLA, FL 32505 BID #241502 Page 1 of 67 mailto:ksimmons3@ecsdfl.us I. INTRODUCTION The purpose of this solicitation is to enter into a purchase agreement for the direct delivery of ala carte snack items and beverage products to school cafeterias in the Escambia County School District (ECSD) for the period beginning June 1, 2024 through May 31, 2025 with a one (1) year renewal option upon mutual consent of both parties and School Board approval. The one (1) year renewal option shall be in effect for the period of June 1, 2025 through May 31, 2026. This solicitation is for the National School Lunch Program (NSLP) and Summer Food Service Program (SFSP). All terms and conditions of the agreement shall remain in effect for the entire term(s) of this agreement. The District does not pay fuel adjustment charges. Food deliveries will be shipped to the ECSD Central Warehouse, 51 E Texar Drive, Pensacola, FL 32503. The quantities and delivery dates listed herein are the best estimate of the District based on prior and projected usage. The District will make every attempt to adhere as closely as possible to the estimated dates and quantities. However, the District reserves the right to adjust shipment dates, reduce the number of shipments, and/or purchase additional quantities at the contract price at any time during the contract period. CALENDAR OF EVENTS ITB Posting Date Monday, March 25, 2024 Deadline for Questions (See Page 2, Section I.) Thursday, March 28, 2024 Answers to Questions Posted and Addendum Issued If Needed (See Page 2, Section I) Monday, April 1, 2024 ITB Opening (See Page 1) Wednesday, April 10, 2024 ITB Evaluation Thursday, April 18, 2024 School Board Approval Tuesday, May 21, 2024 Agreement Start Date June 1, 2024 If offering a brand and/or product OTHER THAN ONE OF THE PREAPPROVED BRANDS LISTED, make a notation in the comments section for that item. If you offer a product that is not preapproved in this bid, you must send a sample for review by Friday, April 5, 2024, 12:00 PM, CST. Failure to send a full case quantity sample size in its original packaging and the required documentation when offering an alternate product may result in your bid being determined “non- responsive” for that item. Unmarked boxes or bags containing loose samples are not accepted. Samples should be clearly labeled “SAMPLE FOR BID NUMBER #241502.” If planning to send samples, the sample form and instructions will be posted on the Procurement website at https://escambiaschools.org/Page/1048. This form must be completed prior to samples being sent. All food samples should be delivered to the Escambia County School District Central Warehouse, 51 East Texar Drive, Pensacola, FL 32503. Refer to Section T- Samples and Brand Names on page 5. **THE WAREHOUSE WILL BE CLOSED FOR INVENTORY FROM MARCH 25 TO MARCH 29. DO NOT SHIP SAMPLES DURING THIS PERIOD. NO SAMPLES WILL BE ACCEPTED** QUESTIONS: Due to time constraints, it is recommended that vendors send questions by a manner that can be tracked (email, certified mail, or overnight courier); email is preferred. Deadline for questions will be Thursday, March 28, 2024, 12:00 PM, Central Standard Time. Any changes in the specifications contained in this bid will be made by Addenda. Any Addenda issued concerning this bid will be posted on the Purchasing Department’s web pages. PRIOR TO SUBMITTING A BID, it shall be the sole responsibility of each bidder to contact the Purchasing Agent or visit the Purchasing Department’s Web pages to BID #241502 Page 2 of 67 https://escambiaschools.org/Page/1048 determine if an Addendum has been issued and to obtain such Addendum. Any Addendum and answers to any questions received concerning this solicitation will be posted by close of business Monday, April 1, 2024. The direct link to the Bid Activity Section of the District website is listed below: https://escambiaschools.org/Page/1048 All inquiries should be sent to: Kanisha Simmons, Procurement Specialist Procurement Department Escambia County School District 75 N. Pace Blvd. Pensacola, FL 32505 Email: ksimmons3@ecsdfl.us For the Escambia County School District (ECSD) to ensure equal treatment of all participating vendors, the above-named individual is ECSD’s only designated representative for this bid. Vendors are expected to utilize this representative for ALL Information regarding this bid. Vendors who contact any other District employee regarding the subject of this bid are subject to disqualification from participating in this solicitation. II. GENERAL TERMS AND CONDITIONS NOTE: The term “Contractor, Bidder, Vendor, or Respondent” as used within this Invitation To Bid (ITB) refers to the person, company or organization responding to this ITB. The Bidder is responsible for understanding and complying with the terms and conditions herein. A. GENERAL: Upon a Bid award, the terms and conditions of this Bid or any portion thereof, may upon mutual agreement of the parties be extended for an additional term(s) or for additional quantities (all original terms and conditions will remain in effect). Subject to the mutual consent of the parties, the pricing, terms and conditions of this Bid, for the products or services specified herein, may be extended to other municipal, city or county government agencies, school boards, community or junior colleges, or state universities within the State of Florida. B. BID OPENING AND FORM: Bid openings will be public on the date and time specified on the Bidder’s Acknowledgement form. All Bids received after the time indicated will be rejected as non- responsive and retained by the District. Bids by Email, fax, telegram, or verbally by telephone or in person will not be accepted. The public opening will acknowledge receipt of the bids only; details concerning pricing or the offering will not be announced. All bids submitted shall become public record upon an announcement of a recommended award or thirty (30) days after the opening date whichever occurs first. To protect any confidential information contained in their Bid, companies must invoke the exemptions to disclosure provided by law in response to the ITB, and must identify the data and other material to be protected, and must state the reasons why such exclusion from public disclosure is necessary. C. WARRANTY: All goods and services furnished by the Bidder, relating to and pursuant to this Bid will be warranted to meet or exceed the Specifications contained herein. In the event of breach, the Bidder will take all necessary action, at Bidder’s expense, to correct such breach in the most expeditious manner possible. D. PRICING: All pricing submitted will include all packaging, handling, shipping charges, and delivery to any point within Escambia County, Florida to a secure area or inside delivery. The School Board is exempt and does not pay Federal Excise and State of Florida Sales taxes. E. TERMS OF PAYMENT / INVOICING: The normal terms of payment will be Net 30 Days from receipt BID #241502 Page 3 of 67 https://escambiaschools.org/Page/1048 mailto:ksimmons3@ecsdfl.us and acceptance of goods or services and Bidder’s invoice. Itemized invoices, each bearing the Purchase Order Number must be mailed on the day of shipment. Invoicing subject to cash discounts will be mailed on the day that they are dated. F. TRANSPORTATION AND TITLE: (1) Title to the goods will pass to the School District upon receipt and acceptance at the destination indicated herein. Until acceptance, the Bidder retains the sole insurable interest in the goods. (2) The shipper will prepay all transportation charges. The School District will not accept collect freight charges. (3) No premium carriers will be used for the School District’s account without prior written consent of the Director of Purchasing. G. PACKING: All shipments will include an itemized list of each package’s content, and reference the School District’s Purchase Order Number. No charges will be allowed for cartage or packing unless agreed upon by the School District prior to shipment. H. INSPECTIONS AND TESTING: The School District will have the right to expedite, inspect and test any of the goods or work covered by this Bid. All goods or services are subject to the School District’s inspection and approval upon arrival or completion. If rejected, they will be held for disposal at the Bidder’s risk. Such inspection, or the waiver thereof, however, will not relieve the Bidder from full responsibility for furnishing goods or work conforming to the requirements of this Bid or the Bid Specifications, and will not prejudice any claim, right, or privilege the School District may have because of the use of defective or unsatisfactory goods or work. I. STOP WORK ORDER: The School District may at any time by written notice to the Bidder stop all or any part of the work for this Bid award. Upon receiving such notice, the Bidder will take all reasonable steps to minimize additional costs during the period of work stoppage. The School District may subsequently either cancel the stop work order resulting in an equitable adjustment in the delivery schedule and/or the price, or terminate the work in accordance with the provisions of the Bid terms and conditions. J. INSURANCE AND INDEMNIFICATION: The Bidder agrees to indemnify and save harmless the School District, its officers, agents and employees from and against any and all claims and liabilities (including expenses) for injury or death of persons or damage to any property which may result, in whole or in part, from any act or omission on the part of the Bidder, its agents, employees, or representatives, or are arising from any Bidder furnished goods or services, except to the extent that such damage is due solely and directly to the negligence of the School District. The Bidder will carry comprehensive general liability insurance, including contractual and product liability coverage, with minimum limits acceptable to the School District. The Bidder will, at the request of the School District, supply certificates evidencing such coverage. K. RISK OF LOSS: The Bidder assumes the following risks: (1) all risks of loss or damage to all goods, work in process, materials and equipment until the delivery thereof as herein provided; (2) all risks of loss or damage to third persons and their property until delivery of all goods as herein provided; (3) all risks of loss or damage to any property received by the Bidder or held by the Bidder or its suppliers for the account of the School District, until such property has been delivered to the School District; (4) all risks of loss or damage to any of the goods or part thereof rejected by the School District, from the time of shipment thereof to Bidder until redelivery thereof to the School District. L. LAWS AND REGULATIONS: Bidders will comply with all applicable Federal, State and Local laws, statutes and ordinances including, but not limited to the rules, regulations and standards of the Occupational Safety and Health Act of 1970, the Federal Contract Work Hours and Safety Standards Act, and the rules and regulations promulgated under these Acts. Bidders agree not to discriminate BID #241502 Page 4 of 67 against any employee or applicant for employment because of race, sex, religion, color, age or national origin. All agreements as a result of an award hereto and all extensions and modifications thereto and all questions relating to its validity, interpretation, performance or enforcement shall be governed and construed in conformance to the laws of the State of Florida. The parties agree that jurisdiction for the resolution of any legal issues arising out of this Agreement shall be solely with the Circuit Courts of Escambia County, Florida. The parties hereby waive venue in any other forum. M. PUBLIC ENTITY CRIMES: A Bidder, person, or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid on a contract to provide any goods or services to a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Florida State Statute, Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. N. PATENTS: Bidders agree to indemnify and save harmless the School District, its officers, employees, agents, or representatives using the goods specified herein from any loss, damage or injury arising out of a claim or suit at law or equity for actual or alleged infringement of letters of patent by reason of the buying, selling or using the goods supplied under this Bid, and will assume the defense of any and all suits and will pay all costs and expenses thereto. O. CONFLICT OF INTEREST: The award hereunder is subject to the provisions of Chapter 112 Florida Statutes. All Bidders must disclose the name of any company owner, officer, director or agent who is an employee of the School District and/or is an employee of the School District and owns, directly or indirectly, an interest of five percent or more of the company. P. TERMINATION: DEFAULT: The School District may terminate all or any part of a subsequent award by giving notice of default to Bidder, if Bidder: (1) refuses or fails to deliver the goods or services within the time specified; (2) fails to comply with any of the provisions of this Bid or so fails to make progress as to endanger performances, hereunder, or; (3) becomes insolvent or subject to proceedings under any law relating to bankruptcy, insolvency, or relief of debtors. In the event of termination for default, the School District’s liability will be limited to the payment for goods and services delivered and accepted as of the date of termination. CONVENIENCE. The School District may terminate for its convenience at any time, in whole or in part any subsequent award. In which event of termination for convenience, the School Districts sole obligations will be to reimburse Bidder for (1) those goods or services actually shipped/performed and accepted up to the date of termination, and (2) costs incurred by Bidder for unfinished goods, which are specifically manufactured for the School District and which are not standard products of the Bidder, as of the date of termination, and a reasonable profit thereon. In no event is the School District responsible for loss of anticipated profit nor will reimbursement exceed the Bid value. Q. DRUG-FREE WORKPLACE: Whenever two or more Bids are equal with respect to price, quality, and service, a Bid received from a business that certifies that it has implemented a drug-free workplace program as defined by Section 287.087 Florida Statutes, will be given preference in the award process. R. PERFORMANCE: In an effort to reduce the cost of doing business with the School District, and unless indicated elsewhere, no Bid or performance bond is required. However, upon award and subsequent default by Bidder, the School District reserves the right to pursue any or all of the following remedies: (1) to accept the next lowest available Bid price or to purchase materials or services on the open market, and to charge the original awardees for the difference in cost via a deduction to any outstanding or future obligations; (2) the Bidder in default will be prohibited from activity for a period of time BID #241502 Page 5 of 67 determined by the severity of the default, but not exceeding two years; (3) any other remedy available to the School District in tort or law. S. AUDIT AND INSPECTION: The District or its representative reserves the right to inspect and/or audit all the Bidder’s documents and records as they pertain to the products and services delivered under this agreement. Such rights will be exercised with notice to the Bidder to determine compliance with and performance of the terms, conditions and specifications on all matters, rights and duties, and obligations established by this agreement. Documents/records in any form shall be open to the District’s representative and may include but are not limited to all correspondence, ordering, payment, inspection and receiving records, and contracts or sub-contracts that directly or indirectly pertain to the transactions between the District and the Bidder. T. SAMPLES AND BRAND NAMES: BRAND NAMES. Specifications referencing specific brand names and models are used to reflect the kind and type of quality in materials and workmanship, and the corresponding level of performance the School District expects to receive as a minimum. Bidders offering equivalents or superior products to the brand/model referenced will: (1) reference on the bid in the space provided the manufacturer’s name, brand name, model and/or part number; (2) next to the price Bidder will indicate “ALT” to reflect an alternate offering; (3) where no sample is provided with the Bid, Bidders will enclose sufficient technical specification sheets and literature to enable the School District to reach a preliminary evaluation; (4) the School District may request and Bidder agrees to submit a sample or to provide its product on-trial or demonstration, whichever the School District may deem appropriate, at no charge to the District; (5) the School District reserves the right to determine the acceptability of any alternatives offered. SAMPLES. Any sample requested by this Bid or to be provided at the Bidder’s option, should be forwarded under separate cover to the attention of the Escambia County School District Central Warehouse. The package or envelope will reference the Bid Number, Bid Title, and Bid Item Number and clearly marked “Samples”. All samples will be provided free of charge, including transportation charges. Bidders are responsible for notifying and making arrangements for pick up from the School District if a return of samples is expected. All samples unclaimed for thirty (30) days will be disposed of at the discretion of the School District. U. EVALUATION CRITERIA: Primary factors used to decide the award hereunder will be price, quality, availability, and responsiveness. Other factors that may be used in the evaluation of this bid will be: (1) administrative costs incurred by the School District in association with the discharge of any subsequent award; (2) alternative payment terms; (3) Bidder’s past performance. The School District reserves the right to evaluate by lot, by partial lot, or by item, and to accept or reject any proposal in its entirety or in part, and to waive minor irregularities if the proposal is otherwise valid. In the event of a price extension error, the unit price will be accepted as correct. The School District has sole discretion in determining testing and evaluation methods. The School District may consider in conjunction to any award hereunder, those products, services and, prices available to them through contracts from state, federal, and local government agencies or other school districts within the State of Florida. V. CLARIFICATIONS AND INTERPRETATIONS: The School District reserves the right to allow for clarification of questionable entries, and for the Bidder to withdraw items with obvious mistakes. Any questions concerning terms, conditions or specifications will be directed to the designated Purchasing Agent referenced on the Bid Acknowledgement. Any ambiguities or inconsistencies shall be brought to the attention of the designated Purchasing Agent in writing at least seven workdays prior to the opening date of the proposals. Failure to do so, on the part of the bidder will constitute an acceptance by the bidder of consequent decision. An addendum to the Bid shall be issued and posted for those interpretations that may affect the eventual outcome of this Bid. It is the bidder’s responsibility to assure the receipt of all addendum issued. No person is authorized to give oral interpretations of, or make oral changes to the bid. Therefore, oral statements given before the Bid opening date will not be binding. The School District will consider no interpretations binding unless provided for by issuance of an addendum. Addenda will be posted to the School District’s Purchasing website address at: https://escambiaschools.org/Page/1048 at least five workdays prior to the opening date. The bidder shall acknowledge receipt of all addenda by signing and enclosing said addenda with their bid. BID #241502 Page 6 of 67 https://escambiaschools.org/Page/1048 W. BID TABULATIONS, RECOMMENDATIONS, AND PROTEST: Bid tabulations with award recommendations are posted for 72 hours in the Purchasing Office and are also posted to the School District’s Purchasing website address at: https://escambiaschools.org/Page/1048. Failure to file a protest within the time prescribed in Section 120.57(3) Florida State Statutes or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida State Statutes. Bid tabulations, recommendations, or notices will not be automatically mailed. X. CONTACT: All questions for additional information regarding this bid must be directed to the designated Procurement Specialist noted on page one. Prospective bidders shall not contact any member of the Escambia County School Board, Superintendent, or staff regarding this bid prior to posting of the final tabulation and award recommendation on the website and in the Procurement Office. Any such contact shall be cause for rejection of your bid. Y. BID PREPARATION COSTS: Neither the School District nor its representatives shall be liable for any expenses incurred in connection with the preparation of a response to this bid. Z. AGREEMENT FORM: All subsequent agreements as a result of an award hereunder, shall incorporate all terms, conditions and specifications contained herein, and in response hereto, unless mutually amended in writing. AA. MODIFICATIONS: Changes to specifications, terms, and conditions must be in writing and by mutual consent of both parties and School Board approval, if needed. III. SPECIAL CONDITIONS These "SPECIAL CONDITIONS" are in addition to or supplement Section II GENERAL TERMS AND CONDITIONS. In the event of a conflict these SPECIAL CONDITIONS shall have precedence. A. EX PARTE COMMUNICATIONS: Ex parte communication, whether verbal or written, by any potential Bidders or representative of any potential Bidders to this solicitation with District personnel involved with or related to this bid, other than as expressly designated in this document, is strictly prohibited. Violation of this restriction may result in the rejection/disqualification of the Bidders’ offer. Ex parte communication (whether verbal or written) by any potential Bidders or representative of any potential Bidders to this solicitation with District Board members is also prohibited and will result in the disqualification of the Bidders. Any current vendor meetings with District staff and administration, or instructional personnel shall at no time include any conversation regarding the bid. B. DOCUMENTATION AND REQUIRED ENCLOSURES: All documents listed below must be returned in their entirety. Failure to return all pages of this solicitation or any of the items listed below may result in your proposal not being accepted. 1. The entire bid document shall be returned (pages 1 – 67). The signature on the first page must be an original signature – no fax or email documents will be accepted. In the event that the Bidder makes an error on entering any information and enters a correction, the change(s) must be initialed. Any bid submitted with strike over or white out corrections that are not initialed will be rejected as non-responsive. 2. Return your original bid and one (1) copy. The copy should be a photocopy of your original bid and there should be no differences in the bid document or attached enclosures. Any difference or failure to include bid attachments in both sets may cause your bid to be rejected. Please mark copy “COPY.” Bid documents may be printed double-sided with left margin, book-style binding. 3. Product specification sheets or certifications must be attached if requested for an item in the BID #241502 Page 7 of 67 https://escambiaschools.org/Page/1048 Specifications and Pricing Section and/or if offering alternate items. If documents were sent with sample products, they should also be attached with your bid document. 4. DRUG FREE WORKPLACE: While it is not required, this form will be a determining factor in evaluating an award between two (2) offers equal in price, quality, and service. Refer to Attachment A. Failure to return this form may result in your Bid not being accepted. 5. DEPARTMENT OF AGRICULTURE, CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION: This form (Attachment B) must be signed and returned with your bid. Failure to return this form will result in your bid not being accepted. 6. REFERENCE RELEASE FORM (NO. P-002): If not currently doing business with the Escambia County School District (ECSD), three (3) commercial clients or other School Districts similar to ECSD must be submitted. Refer to Attachment C. Failure to return this form may result in your Bid not being accepted. 7. USDA CERTIFICATE OF INDEPENDENT PRICE DETERMINATION: This form (Attachment D) must be signed and returned with your bid. Failure to return this form will result in your Bid not being accepted. 8. NON-COLLUSION AFFIDAVIT: This form (Attachment E) must be signed and returned with your bid. Failure to return this form will result in your Bid not being accepted. 9. Copy of Bidder’s current business license. 10. RESPONDER’S RECALL POLICY: A one-page summary of each Bidder’s recall policy and procedures with vendor contact information. 11. ESCAMBIA SCHOOL DISTRICT PUBLIC RECORDS ADDENDUM: This form (Attachment F) must be initialed and returned with your bid. Failure to return this form may result in your Bid not being accepted. 12. VENDOR CERTIFICATE REGARDING SCRUTINIZED COMPANIES LIST: This form (Attachment G) must be initialed and returned with your bid. Failure to return this form may result in your Bid not being accepted. 13. VENDOR CERTIFICATE REGARDING E-VERIFY: This form (Attachment H) must be signed and returned with your bid. Failure to return this form may result in your Bid not being accepted. 14. USDA CIVIL RIGHTS STATEMENT: By submitting a Bid, Vendor agrees to comply this form (Attachment I). It must be returned with your Bid response. Failure to return this form may result in your Bid not being accepted. 15. PURCHASES/BUY AMERICAN: By submitting a Bid, Vendor agrees to comply with this form (Attachment J). It must be returned with your Bid. Failure to return this form may result in your Bid not being accepted. 16. CERTIFICATION REGARDING LOBBYING: By submitting a Bid, Vendor agrees to comply with this form (Attachment K). It must be returned with your Bid. Failure to return this form may result in your Bid not being accepted. 17. DISCLOSURE OF LOBBYING ACTIVITIES: By submitting a Bid, Vendor agrees that they have read this form (Attachment L). If it is not applicable, the vendor must indicate by marking N/A on the form and return it with your Bid. Failure to return this form may result in your Bid not being accepted. BID #241502 Page 8 of 67 18. CERTIFICATION REGARDING DRUG-FREE WORKPLACE REQUIREMENTS (GRANTS) ALTERNATIVE I: By submitting a Bid, Vendor agrees to comply with this form (Attachment M). It must be returned with your Bid. Failure to return this form may result in your Bid not being accepted. C. JESSICA LUNSFORD ACT: Vendor will comply with all requirements of Sections 1012.32 and 1012.465, Florida Statutes, by certifying that the vendor and all of its employees who provide services while students are present under this contract have completed the background screening required by the referenced statutes and meet the standards established by the statutes. This certification will be provided to the school in advance of the vendor providing any services on campus while students are present. The vendor will bear the cost of acquiring the background screening required by Section 1012.32, F.S., and any fee imposed by the Florida Department of Law Enforcement to maintain the fingerprints provided with respect to vendor and its employees. The vendor will follow the procedures for obtaining employee background screening as outlined on the Escambia County School District Website: https://www.escambiaschools.org/. Vendor will provide the District a list of its employees who have completed background screening as required by the referenced statutes and meet the statutory requirements. Vendor will update the list in the event that any employee listed fails to meet the statutory standards or new employees who have completed the background check and meet standards are added. The parties agree that in the event that vendor fails to perform any of the duties described in this paragraph, this will constitute a material breach of the contract entitling school to terminate immediately with no further responsibility to make payment or perform any other duties under this contract. Vendor agrees to indemnify and hold harmless school, its officers and employees from any liability in the form of physical injury, death, or property damage resulting from vendor’s failure to comply with the requirements of this paragraph or Sections 1012.32 and 1012.465, Florida Statutes. **For Direct Shipments To The Central Warehouse, Background Screening Requirements Do Not Apply.** D. DISCONTINUED/SUBSTITUTE ITEMS: In the event the producer/supplier replaces the specified products with a new product, the awarded Bidder will notify the Purchasing Agent indicated on page one (1) in writing, and will apprise the District of product replacement options at the bid price, and/or any cost reduction available for the specified product(s). The Bidder shall obtain written authorization from the District for product replacement and/or cost reduction on any specified product(s).product(s). E. BID QUANTITIES: Quantities and delivery dates indicated in this bid are estimates based on prior usage. Actual purchases may vary from item to item and the School District cannot guarantee that items will be purchased exactly as indicated. The District reserves the right to increase or decrease all estimated quantities during the term of this contract or delete any item or items as it deems appropriate without affecting the bid pricing or the terms and conditions of the bid. F. TERM OF AGREEMENT: The term of this agreement will be for the period beginning June 1, 2024, through May 31, 2025, upon mutual consent of both parties and School Board approval. The one (1) year renewal option shall begin on June 1, 2025, through May 31, 2026, contingent upon mutual consent of both parties and School Board approval. G. EVALUATION CRITERIA: Bids shall be evaluated by a committee to determine which Bidder best meets the needs of the School District. The School District reserves the right to evaluate by lot, by partial lot, or by item. Award will be made using either or both of the following criteria: Line Item by Low Price: Award for each line item will go to the vendor with the lowest price when the low price is for a product on the approved products list or where an alternate product is bid, was tested and approved by the District upon receipt of sample as detailed in this solicitation. The District reserves the right to reject any bid with a minimum shipment requirement; therefore, low bid with minimum shipment requirements will only receive the award if the minimum shipment quantity is accepted by the District. Products approved prior to posting of this bid are listed in the Specifications and Pricing Section (Section VII) for each item. Award by Lot: Aggregate low price for all line items in a similar, compatible lot may be awarded to one (1) Bidder. For example, crackers would be one (1) lot. BID #241502 Page 9 of 67 H. ALTERNATE BID: The District shall have sole discretion in accepting or rejecting any alternate product offered. I. ALTERNATE PRODUCTS: The District pre-approves products in student taste tests prior to bid evaluation (see paragraph U). Offering any product not listed as approved in this document is an alternate bid. Bidders may offer an equivalent product in lieu of the items approved. An alternate product will only be accepted if a sample is provided to the District in the time and manner stated within this document. The District shall have sole discretion in accepting or rejecting a vendor’s alternate product. If approved, the alternate product bid for that item will be added to the approved product list and will be accepted for potential award for this and future solicitations. For larger and/ or more expensive items, vendors may send detailed specifications, including but not limited to, photos or drawings and the full manufacturer’s warranty in place of the sample, providing a request is made in writing to the Purchasing Agent list on Page one (1) of this document. J. ADDITIONAL TERMS AND CONDITIONS: The School District reserves the right to reject offers containing terms and/or conditions contradictory to those requested in this solicitation. K. ADDITIONAL FEDERAL REQUIREMENTS: While not provided as separate certifications in this bid, by signing this bid, the signatory attests to the applicable certification provisions listed below: 1. Title VI of Civil Rights Act of 1964, as amended, USDA regulations implementing Title IX of the Education Amendments, Section 504 of the Rehabilitation Act of 1973, Age Discrimination Act of 1975, 7 C.F.R. Parts 15, 15a and 15b, and FNS Instruction 113-1, Civil Rights Compliance and Enforcement-Nutrition Programs and Activities, and any additions or amendments. 2. The Clean Air Act (42 U.S.C. § 7401 et seq.), the Clean Water Act (33 U.S.C. § 1311–1330, § 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 C.F.R. § 1.1 et seq.). 3. Certification Regarding Lobbying pursuant to 31 U.S.C. 1352 (Appendix A: 7 C.F.R. Part 3018). 4. Disclosure of Lobbying Activities pursuant to 31 U.S.C. 1352 (Appendix A: 7 C.F.R. Part 3018). 5. Energy Policy and Conservation Act (Pub. L. 94–163, 89 Stat. 871). 6. Contract Work Hours and Safety Standards Act (29 C.F.R. Part 5). 7. Executive Order 11246, entitled Equal Employment Opportunity, as amended by Executive Order 11375 and Department of Labor Regulation (41 C.F.R. Chapter 60). 8. Copeland “Anti-Kickback” Act (18 U.S.C. 874) as supplemented in Department of Labor regulations (29 C.F.R. Part 3). 9. Davis-Bacon Act (40 U.S.C. 276a to 276a-7) as supplemented by Department of Labor regulations (29 C.F.R. Part 5). The vendor is subject to the provisions of Section 2209d of Title 7 of the United States Code due to the use of federal funds for the food service program. All announcements and other materials publicizing this program must include statements as to the amount and proportion of federal funding involved. 10. Rights to Inventions Made Under a Contract or Agreement (2 CFR 200.325 Appendix II (F)]. 11. Procurement of Recovered Materials [2 CFR 200.322], EPA (40 CFR Part 247). 12. Breach of Contract [2 CFR Appendix II to Part 200 (b)]. 13. Byrd Anti-Lobbying [2 CFR 200.326 Appendix II (J)]. Minority/Disabled Service Veteran Suppliers are encouraged to register with the Florida Department of BID #241502 Page 10 of 67 Management Services Office of Supplier Diversity at: https://osd.dms.myflorida.com For Small, Minority/Disabled Service Veteran and Women-owned businesses, this solicitation is also posted with the FL state OSD (Office of Supplier Diversity). We encourage all suppliers to register with the Florida Department of Management Services Office of Supplier Diversity at: https://osd.dms.myflorida.com L. BUY AMERICAN ACT: Except in those instances where certain food items are not commercially available from production within the United States, no food items covered by this solicitation are to be imported, imported and repacked, or imported and labeled with an American Processor or Distributor's label. Food products should be 100% domestically grown and processed. M. INSPECTIONS: All products delivered shall conform in all respects to applicable standards promulgated under the Federal Food, Drug and Cosmetic Act, and the Meat Inspection Act and the Poultry Products Inspection in effect at the time of delivery. No product that contains any artificial coloring agent, such as #2 red dye, is to be offered on this bid. The School District of Escambia County shall be permitted to inspect the processor's inventory of USDA donated commodity products or the School District's bulk or processed meat items that he has on hand at any time. N. GRADES FOR FOOD: Grades for foodstuffs are based on standards established by the U.S. Department of Agriculture, Agricultural Marketing Service and items supplied must be of grade indicated for the item. O. IRRADIATION PROCESS: Do not bid any food items preserved by the use of an irradiation process. P. SPECIFICATIONS: Bids must be submitted in strict accordance with the specifications contained herein; if vendor is submitting a bid not conforming to specifications, please indicate this in the pricing section. Complete information and product specifications must be included with the bid. Q. FEDERAL FOOD, DRUG AND COSMETIC ACT, THE MEAT INSPECTION ACT, AND THE POULTRY PRODUCTS INSPECTION ACT: All products delivered shall conform in all respects to applicable standards promulgated under the Federal Food, Drug and Cosmetic Act, the Meat Inspection Act, and the Poultry Products Inspection Act in effect at the time of delivery. R. INCOMPLETE BID INFORMATION: Failure to submit complete information on an item may prevent consideration of your bid for that item. S. WHOLE GRAIN RICH (IF APPLICABLE): Where the term “whole-grain rich” appears in the specifications for any of the products listed below, whole-grain rich means the product must contain at least 51% whole grain flour. T. DISTRICT TASTE TEST: A diverse group of students representing the entire student population at one or more schools will be used to test new food products. Regarding their participation in the taste test, the group of students will be informed of the importance of their decisions in the District menu development. The students will participate in a blind taste test and are given a score sheet to rate each item as acceptable or unacceptable. The test results are tallied and each item is given an approved or unapproved status based on a substantial majority vote. If an item will be used exclusively for a la carte sales, there is an additional question on the score sheet which asks if a student would pay a specified amount for the product. In some instances, new products are tested on the reimbursable meal line and approval is based on verbal student feedback and/or sales. U. SAMPLE REQUIREMENTS: Samples are required under the circumstances listed below. 1. The products offered have not been previously approved by the District. 2. The District may request samples of products for review that have been approved and purchased previously for the following reasons: a. School Cafeteria Managers indicate there has been a decrease in product quality. BID #241502 Page 11 of 67 https://osd.dms.myflorida.com/ https://osd.dms.myflorida.com/ b. Manufacturing firm or process has changed since product was last tested by the District. c. More than five (5) years has elapsed since product was last tested. d. The Food Services Department wishes to test for any reason. IV. PRODUCT IDENTIFICATION, PACKAGING, AND LABELING REQUIREMENTS A. ALTERNATE PACKAGING: Mindful of the variance in the kind and size of container and number of units in a shipping case commercially available, no vendor is prevented from offering on different kinds and sizes of containers and/or number of units in a shipping case. 1. Any alternate packaging offered must be substantially equivalent and listed as an alternate bid. 2. Changes in packaging and packing offered by the bidder must be clearly indicated in their bid and will be given consideration to the extent deemed consistent with the best interests of the schools. B. EXTERIOR LABELING: The net product content will be displayed on the exterior of all shipping containers of all products delivered. C. LOT IDENTIFICATION: All lots shall bear the correct commercial label that conforms to the brand being bid. D. BRAND/TRADE NAME: Vendor shall indicate in their bid the brand or trade name by which the product offered is identified. E. BRAND/PACKER IDENTIFICATION: In the event of an award, deliveries must be identified by the brand or trade name of the packer as submitted by the vendor in his bid, unless otherwise specifically approved and authorized. F. SHIPPING CONTAINERS OVER 25 UP TO 50 POUNDS: The marking of shipping containers packed to more than twenty-five (25) pounds and shall not exceed maximum net weight of fifty (50) pounds as follows: 1. All marking materials must be flat, water-fast, non-smearing (readable on fiber) and provide a definite contrast upon the surface of the container. The markings may be legibly stenciled, mechanically printed and/or applied with the use of mechanically printed label(s) on the container in lettering and numbers not less than .375 inch (3/8 inch or 9.5mm) high. When using labels they shall be applied to prevent their removal in intact form. 2. The markings shall be located in the following sequence on one end of the container: a. Upper left hand area. The true name of the product, Institutional Meat Purchasing Specifications (IMPS), and the product item description number. b. Lower left hand area. The applicable grade or selection (U.S. Prime, U.S. Choice, etc.), and Purchase Order (P.O.) Number. c. Lower right hand area. The net weight of product (the numerical entry may be applied with a felt- tip pen, crayon, or pencil). V. ORDER PLACEMENT AND DELIVERY PROCEDURES A. ORDERING PROCEDURES: No direct ordering of items by individual cafeterias is permitted. All orders for the items in this bid will be issued to the vendor from the Purchasing Office of the School District of Escambia County. This also applies to any additions, deletions, or other alterations to existing orders. B. SHIPPING/RECEIVING REQUIREMENTS: 1. ALL MERCHANDISE OF FIFTY (50) CASE LOTS OR MORE WILL COME PALLETIZED ON 48" X 40" GROCERY PALLETS. MAXIMUM HEIGHT 68” FROM BOTTOM OF PALLET TO TOP OF STACK. BID #241502 Page 12 of 67 Products requiring stacking over 68” high for shipping purposes must have an additional slip sheet placed at the 68” level to facilitate down stacking and storage of product being delivered to Warehouse. Frozen or refrigerated products that require shipping at a height over 68” high cannot exceed 84” which is the height of the receiving dock doors. Shipments of product stacked over 84” will not fit into the Warehouse facility. 2. All shipments/deliveries must be received and signed for by the Warehouse Manager or his designee. Delivery appointments must be made at least twenty-four (24) hours in advance by contacting District Warehouse personnel at (850) 469-5321 / (850) 469-5623 or by email to: whse- receiving@ecsdfl.us. Delivery times are as follows: Monday-Friday: 7:30 a.m. – 2:30 p.m. Central Standard Time Delivery must be made directly to the School District’s Warehouse located at 51 East Texar Drive, Pensacola, Florida 32503 as designated on the purchase orders. 3. All shelf-stable goods delivered to the ECSD Warehouse must, at a minimum, have a shelf life of six (6) months. The Best Buy Dates must be clearly marked on the side of the boxes or pallets. NOTE: IF THE ABOVE DELIVERY REQUIREMENTS ARE NOT FOLLOWED AT DELIVERY, SHIPMENTS CAN BE REFUSED AND THE DISTRICT WILL NOT BE LIABLE FOR ANY ADDITIONAL CHARGES, INCLUDING BUT NOT LIMITED TO SHIPPING OR RESTOCKING FEES. C. DESTINATION INSPECTION: Final acceptance of all products will be by the consignee at the point of delivery. Consignee shall reject: 1. Products that are not identified with the appropriate “USDA Accepted as Specified” stamp. 2. Products that are appropriately identified with that stamp but which have other obvious, major deviations from specification requirements. Products certified by the USDA but which, in the opinion of the consignee, have deviations from the specification requirements which do not materially affect the usability of the product, may be tentatively accepted subject to verification of such deviations by local USDA meat grading personnel. All deviations from the specifications noted at the point of delivery must be reported promptly to local USDA meat grading personnel who are instructed to investigate all such reports without a delay. D. CONDITION OF PRODUCT AT TIME OF DELIVERY: Contractors shall assure that refrigerated trucks are used to protect products during transport and that these trucks comply with all ServSafe/Haccp (Hazard Analysis Critical Control Points) regulations. At destinations, all products shall be in compliance with applicable specifications and will be reexamined by the consignee for cleanliness and soundness. E. DELIVERY EQUIPMENT (FROZEN FOOD): The successful vendor and/or his delivering carrier shall utilize properly insulated, mechanically cooled, thermostatically controlled equipment. The proper temperature of 35 to 38F degrees will be maintained for cooler (non-frozen) products and 0 (zero) F degree or below for frozen food items. This shall be evident upon its arrival at the District Warehouse. All frozen food items must arrive in a hard frozen state. F. PRODUCT RECEIVED IN CONDITION THAT WOULD RENDER IT UNFIT FOR HUMAN CONSUMP- TION: All products delivered shall have been processed and packed in accordance with good commercial practices. Any food product offered for delivery that has, in the expert opinion of the District Warehouse manager, the Food Services Staff, the local Health Department, of USDA Health Inspector, been for any reason rendered unfit for human consumption shall be refused and returned to the shipper at the shipper’s expense or otherwise disposed of at the direction and expense of said shipper. Any frozen product that has thawed and/or shows signs of thawing and re-freezing would fall in the above category. BID #241502 Page 13 of 67 mailto:receiving@ecsdfl.us VI. INVOICES, STATEMENTS AND PAYMENT Invoices for the purchases of food and all non-food supplies made for the District’s Food Service Program will be paid by the Food Service Accounting Office. In order to facilitate the handling of these invoices, all vendors must adhere to the following instructions since delivery of product to the Central Warehouse may be made several ways, invoicing should be handled as follows: A. DELIVERIES MADE BY VENDOR’S OWN CONVEYANCE: When deliveries are made via the bidder's own conveyance, delivery receipts or packing slips should accompany the merchandise to the warehouse. An original and two (2) copies will be provided the Warehouse Manager (or his authorized representative) who will sign all copies if the shipment is complete and in good order. The Warehouse Manager will retain the original and one (1) copy and provide the vendor with a signed third copy. Should there be any discrepancy, damaged goods, incorrect product, shortages, etc., the vendor's driver will contact his company for permission to correct the delivery receipt or packing slip on the spot, and all discrepancies shall be noted on delivery receipt or packing slip. B. DELIVERIES MADE VIA COMMON CARRIER OR TRUCK: When the deliveries are made via common carrier or truck, delivery receipts or packing slips must accompany or precede the actual delivery of product to the Warehouse Manager via the U.S. Mail. In case any product is received with in transit damage, the Warehouse Manager will have an exception made on the common carrier freight bill and/or delivery receipt regarding the extent of damaged product and forward you a copy of said freight bill or delivery receipt so you may file claim, including refusal of delivery on damaged goods. Our Food Service Accounting Dept. will deduct from your invoice, for all shortages, damaged items, etc. C. INVOICE SUBMISSION: All invoices and copies of delivery receipts and statements are to be are to be mailed to: School District of Escambia County Food Service Accounting - Rm 211 75 N. Pace Blvd. Pensacola, FL 32505 Awarded Bidders may contact Accounts Payable at (850) 469-6188 or 469-6192 for written approval to use a different method of invoice submission. D. INVOICE/PACKING LIST NOTATIONS: All invoices, packing lists, and relevant documentation should reference the appropriate purchase order and the seven-digit School District item identification number shown in the detail specifications. VII. SPECIFICATIONS AND PRICING PLEASE NOTE: Each item has space to indicate portion or container (can/box/package/case) size and the number of portions or containers per case. If the number of containers per case is one (1), then state one (1) in the appropriate box. This information must be filled out even if packaging exactly matches the specifications. See Section III, Special Conditions, Item L for policy on imported products. Any minimum shipment requirement must be noted in the comments section for every item requiring minimum shipments. The District reserves the right to reject your offer of any and all items that have a minimum shipment requirement. If you do not list a minimum shipment requirement on this bid and you are awarded that item, the District will not honor minimum ship quantities when orders are placed. BID #241502 Page 14 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: 20 cs ANIMAL CRACKER (0520190): Animal shaped cracker, whole grain rich. Individually packaged. Snack must not exceed 200 calories and 200 mg. sodium per serving. Total fat may not exceed 35% of total calories and saturated fat may not exceed 10% of total calories. Snack must contain no more than 0.5 grams of trans fat. Sugar may not exceed 35% of weight from total sugars in the item. Packed 150/1.00 oz. per case. Approved Brand(s) or Approved Alternate: Keebler: Animal Crackers #30100-20150 Bake Crafters: Snackables Animal Crakers #526 WG Jungle Cracker #39085 Please indicate below if your product contains High Fructose Corn Syrup and/or the amount of Trans Fats per serving when applicable: High Fructose Corn Syrup [ ] Yes [ ] No Trans Fat ________ grams __________________________ Brand/Packed By Product/Brand # ________________ State Pack Size_________________ Packages Per Case_____________ Comments: 1 BID #241502 Page 15 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: 50 cs BAKED SNACK CRACKER, SQUARE SHAPED (0520180): Snack crackers, whole grain rich, baked, square shaped, and made with cheddar cheese. Snack must not exceed 200 calories and 200 mg. sodium per serving. Total fat may not exceed 35% of total calories and saturated fat may not exceed 10% of total calories. Snack must contain no more than 0.5 grams of trans fat. Sugar may not exceed 35% of weight from total sugars in the item. One 0.75 oz. serving must meet (1) grain per Child Nutrition Program. Packed 175/0.75 oz. per case. Please list all available flavors: 1. ___________________________ 2. ___________________________ 3. ___________________________ 4. ___________________________ Attach list if more flavors are available Approved Brand(s) or Approved Alternate: Cheez It: Cheddar #79263 Atomic Cheddar #10238 Please indicate below if your product contains High Fructose Corn Syrup and/or the amount of Trans Fats per serving when applicable: High Fructose Corn Syrup [ ] Yes [ ] No Trans Fat ________ grams __________________________ Brand/Packed By Product/Brand # ________________ State Pack Size_________________ Packages Per Case_____________ Comments: 2 BID #241502 Page 16 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: 1500 cs CEREAL SNACK MIX, ASSORTED (0504090): Cereal, snack mix, whole grain rich, criss-cross mix in assorted flavors. Snacks to be individually wrapped with sizes ranging from approximately 0.92 - 1.05 oz. Case count will depend upon package weight. Variety should include but not be limited to whole grain cheese flavored cereal snacks, whole grain spicy flavored cereal snacks, and whole grain yogurt coated cereal snacks. Snack must not exceed 200 calories and 200 mg. sodium per serving. Total fat may not exceed 35% of total calories and saturated fat may not exceed 10% of total calories. Snack must contain no more than 0.5 grams of trans fat. Sugar may not exceed 35% of weight from total sugars in the item. Packed 60 per case. Approved Brand(s) or Approved Alternate: General Mills: Simply Chex Hot ‘n Spicy #31934-6 Cheddar #31932-2 Strawberry Yogurt # 31937-7 Xtreme Habanero Lime #46153-3 Chocolate Caramel #31933 Please indicate below if your product contains High Fructose Corn Syrup and/or the amount of Trans Fats per serving when applicable: High Fructose Corn Syrup [ ] Yes [ ] No Trans Fat ________ grams __________________________ Brand/Packed By Product/Brand # ________________ State Pack Size_________________ Packages Per Case_____________ Comments: 3 BID #241502 Page 17 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: 200,000 ea CHIPS ASSORTED (0520500): Chips, assorted individually packaged whole grain rich snacks ranging from approximately 0.5 oz. to 1 oz. package weights for a la carte sales only. Case count will depend upon package weight. Variety should include, but not be limited to, cheese flavored snacks, spicy flavored snacks, flavored tortilla chips, and air puffed snacks, pretzels, multigrain snack chips, and multigrain cheddar cheese flavored snack chips. Snacks must not exceed 200 calories and 200 mg. sodium. Total fat may not exceed 35% of total calories and saturated fat may not exceed 10% of total calories. Snacks must contain no more than 0.5 grams of trans fat. Sugar may not exceed 35% of weight from total sugars in the item. Vendor will be encouraged to provide a choice of food service display units, including the following: 1. ALL-SIDE ACCESS FLOOR DISPLAYS: a. 2-sided Front End Merchandiser b. 3-tier Gravity Feed c. 3-Strand Clip Tree 2. COUNTERTOP DISPLAYS: 3-Shelf Wire Countertop Please include materials describing your display units. To encourage maximum sales of this a la carte item, the brand awarded must be a national brand readily recognized by the middle and high school student. A company product data sheet or other specification data must accompany your bid. Bags must not be pre-priced. Please list all available flavors: 1. ___________________________ 2. ___________________________ 3. ___________________________ 4. ___________________________ Attach list if more flavors are available 4 BID #241502 Page 18 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: Approved Brand(s) or Approved Alternate: Frito Lay / Pepsico Food Service Brand B&G’s: Pirate Booty - #81662407 Please indicate below if your product contains High Fructose Corn Syrup and/or the amount of Trans Fats per serving when applicable: High Fructose Corn Syrup [ ] Yes [ ] No Trans Fat ________ grams __________________________ Brand/Packed By Product/Brand # ________________ State Pack Size_________________ Packages Per Case_____________ Comments: BID #241502 Page 19 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: 600 cs COOKIE, SOFT BAKED (05071XX): Cookies, soft baked and individually wrapped. Cookies should be a thaw-and-serve product and approximately 1.3 - 1.5 oz. in size. Cookies should come in a variety of flavors to include chocolate chip, sugar, chocolate brownie, etc. Each cookie must be whole grain rich and not exceed 200 calories and 200 mg. sodium per serving. Total fat may not exceed 35% of total calories and saturated fat may not exceed 10% of total calories. Product must contain no more than 0.5 grams of trans fat. Sugar may not exceed 35% of weight from total sugars in the item. One 1.5 oz. serving must meet (1) grain per Child Nutrition Program. Packed 120/1.3 -1.5 oz. per case. Approved Brand(s) or Accepted Alternate: Cookie Tree / CH Guenther: #3237WGR #3251WGR #3233WGR #3239WGR Buena Vista: #79015 #79215 #79815 #79615 Classic Cookie: #1WP120-8406 #1WP120-8404 #1WP120-8401, #1WP120-8407 5 BID #241502 Page 20 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: Please indicate below if your product contains High Fructose Corn Syrup and/or the amount of Trans Fats per serving when applicable: High Fructose Corn Syrup [ ] Yes [ ] No Trans Fat ________ grams Estimate based on 120 per case. __________________________ Brand/Packed By Product/Brand # ________________ State Pack Size_________________ Packages Per Case_____________ Comments: BID #241502 Page 21 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: 25 cs CROUTONS, COUNTRY CUT CHEESE GARLIC, 0.5 OZ IW WG (0520150): Croutons, whole grain rich, individual packed in approximately 0.5 oz. bags. Sodium not to exceed 200 mg. A minimum of two (2) packages must provide one (1) grain serving per Child Nutrition Program. Packed 250/case. Approved Brand(s) or Approved Alternate: Fresh Gourmet / Sugar Foods: Cheese Garlic #74627 Please indicate below if your product contains High Fructose Corn Syrup and/or the amount of Trans Fats per serving when applicable: High Fructose Corn Syrup [ ] Yes [ ] No Trans Fat ________ grams __________________________ Brand/Packed By Product/Brand # ________________ State Pack Size_________________ Packages Per Case_____________ Comments: 6 BID #241502 Page 22 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: 2,200 cs CORN CHIPS RF BULK (0502310): Corn chips, whole grain rich, baked, reduced fat, bulk packed. Chips must not exceed 200 calories and 200 mg. sodium per serving. Total fat may not exceed 35% of total calories and saturated fat may not exceed 10% of total calories. Chips must contain no more than 0.5 grams of trans fat. Sugar may not exceed 35% of weight from total sugars in the item. One serving must meet two (2) grains per Child Nutrition Program. Packed 4-8/16 oz. bulk bags. Approved Brand(s) or Approved Alternate: Frito Lay / Pepsico Food Service #12248 Please indicate below if your product contains High Fructose Corn Syrup and/or the amount of Trans Fats per serving when applicable: High Fructose Corn Syrup [ ] Yes [ ] No Trans Fat ________ grams __________________________ Brand/Packed By Product/Brand # ________________ State Pack Size_________________ Packages Per Case_____________ Comments: 7 BID #241502 Page 23 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: 270 cs FRUIT SNACK, ASSORTED (0520204 & 0520205): Fruit snacks, individually packaged. Fruit must be the first ingredient. Snacks must also be a good source of fiber, vitamin C and vitamins A & E. Snack must not exceed 200 calories and 200 mg. sodium per serving. Total fat may not exceed 35% of total calories and saturated fat may not exceed 10% of total calories. Snack must contain no more than 0.5 grams of trans fat. Sugar may not exceed 35% of weight from total sugars in the item. Packed 144/1.55 oz. per case. Please list all available flavors: 1. ___________________________ 2. ___________________________ 3. ___________________________ 4. ___________________________ Attach list if more flavors are available Approved Brand(s) or Approved Alternate: Welch’s / Pim Brands: Berries N’ Cherries #14492 Mixed Fruit # 14498 Island Fruit # 14491 Mott's: Mott's Medleys #16000479548 Mott's Mixed Berry #16000479531 Please indicate below if your product contains High Fructose Corn Syrup and/or the amount of Trans Fats per serving when applicable: High Fructose Corn Syrup [ ] Yes [ ] No Trans Fat ________ grams __________________________ Brand/Packed By Product/Brand # ________________ State Pack Size_________________ Packages Per Case_____________ Comments: 8 BID #241502 Page 24 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: 400 cs FRUIT STRIPS, 100% FRUIT (0530860, 0530861, & 0530862) Fruit strips, made from 100% fruit juice or fruit puree, 0.5 oz. each. Product should contain 50 calories or less. Packed 96-100/0.5 oz. per case. Please list all available flavors: 1. ___________________________ 2. ___________________________ 3. ___________________________ 4. ___________________________ Attach list if more flavors are available Approved Brand(s) or Approved Alternate: Global Foods/Fruit-to-Go: Strawberry #3013 Strawberry Watermelon #3016 Raspberry #3015 Wildberry #3014 General Mills/Fruit Roll-ups: Blastin’ Berry #11566 Crazy Colors #11561 Strawberry #29162 Please indicate below if your product contains High Fructose Corn Syrup and/or the amount of Trans Fats per serving when applicable: High Fructose Corn Syrup [ ] Yes [ ] No Trans Fat ________ grams __________________________ Brand/Packed By Product/Brand # ________________ State Pack Size_________________ Packages Per Case_____________ Comments: 9 BID #241502 Page 25 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: 1,500 cs BAKED SNACK CRACKERS, FISH SHAPED (0504090) Snack crackers, whole grain rich, baked, fish shaped cracker, made with cheddar cheese or pretzel, with or without flavorings. Snack must not exceed 200 calories and 200 mg. sodium per serving. Total fat may not exceed 35% of total calories and saturated fat may not exceed 10% of total calories. Snack must contain no more than 0.5 grams of trans fat. Sugar may not exceed 35% of weight from total sugars in the item. Item to be individually portioned in a 0.75 oz. pouch, with each pouch to provide one (1) grain per Child Nutrition Program. Packed 300/0.75 oz. per case. Please list all available flavors: 1. ___________________________ 2. ___________________________ 3. ___________________________ 4. ___________________________ Attach list if more flavors are available Approved Brand(s) or Approved Alternate: Pepperidge Farms / Campbells: Cheddar #18105 Cheddar Colors WG #47886 Pretzel #14396 Hot ‘n Spicy #17330 Kickin Ranch #17331 Xtra Cheddar WG #23088 10 BID #241502 Page 26 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: Please indicate below if your product contains High Fructose Corn Syrup and/or the amount of Trans Fats per serving when applicable: High Fructose Corn Syrup [ ] Yes [ ] No Trans Fat ________ grams __________________________ Brand/Packed By Product/Brand # ________________ State Pack Size_________________ Packages Per Case_____________ Comments: BID #241502 Page 27 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: 400 cs COOKIES, BITE SIZE, INDIVIDUALLY PACKAGED (0520185): Cookies, mini or bite size, individually packaged. Cookies should be whole grain rich and made with small chocolate chips. Other flavor varieties are also acceptable in addition to chocolate chip. Cookies must not exceed 200 calories and 200 mg. sodium per serving. Total fat may not exceed 35% of total calories and saturated fat may not exceed 10% of total calories. Cookies must contain no more than 0.5 grams of trans fat. Sugar may not exceed 35% of weight from total sugars in the item. One 1.2 oz. serving must meet (1) grain per Child Nutrition Program. Packed 80 (1.2 oz.) pkg. /cs. Please list all available flavors: 1. ___________________________ 2. ___________________________ 3. ___________________________ 4. ___________________________ Attach list if more flavors are available Approved Brand(s) or Approved Alternate: Grandma’s / Pepsico Food Service: Mini Chocolate Chip #66154 Bake Crafters: Snackables Chocolate Chip Cookies WG #527 Please indicate below if your product contains High Fructose Corn Syrup and/or the amount of Trans Fats per serving when applicable: High Fructose Corn Syrup [ ] Yes [ ] No Trans Fat ________ grams __________________________ Brand/Packed By Product/Brand # ________________ State Pack Size_________________ Packages Per Case_____________ Comments: 11 BID #241502 Page 28 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: 100 CS BEEF JERKY, STICKS (0520208, 0520210, & 0520211): Beef jerky sticks with a variety of flavor options preferred. Product should not exceed 150 mg. of sodium per stick. Packed 108 – 216/0.5 oz. sticks per case. Please list all available flavors: 1. ___________________________ 2. ___________________________ 3. ___________________________ 4. ___________________________ Attach list if more flavors are available Approved Brand(s) or Approved Alternate: Highland Beef: Honey Peppered Beef #OW127 BBQ Flavored Beef #OW137 Honey Peppered Turkey #OW128 BBQ Flavored Pork #WS136 Please indicate below if your product contains High Fructose Corn Syrup and/or the amount of Trans Fats per serving when applicable: High Fructose Corn Syrup [ ] Yes [ ] No Trans Fat ________ grams __________________________ Brand/Packed By Product/Brand # ________________ State Pack Size_________________ Packages Per Case_____________ Comments: 12 BID #241502 Page 29 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: 400 cs BEEF JERKY, PIECES (0520208, 0520210, 0520211): Beef jerky pieces, individually packed, with a variety of flavor options preferred. Product should not exceed 200 mg. of sodium per bag. Packed 48/0.85 oz. packages per case. Please list all available flavors: 1. ___________________________ 2. ___________________________ 3. ___________________________ 4. ___________________________ Attach list if more flavors are available Approved Brand(s) or Approved Alternate: Jack Link’s: Original Beef #7721 Teriyaki Beef #7717 Peppered Beef #7719 Please indicate below if your product contains High Fructose Corn Syrup and/or the amount of Trans Fats per serving when applicable: High Fructose Corn Syrup [ ] Yes [ ] No Trans Fat ________ grams __________________________ Brand/Packed By Product/Brand # ________________ State Pack Size_________________ Packages Per Case_____________ Comments: 13 BID #241502 Page 30 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: 60,000 ea 100% JUICE, SHELF STABLE 6OZ (0570590): Juice, 100%, no added sweeteners. A minimum of three (3) flavors are required. Juices must be shelf stable and must include at least 10% daily values for at least three (3) vitamins or minerals. No more than 90 calories per six (6) oz. Provide complete nutritional and product specifications with your bid. Please list all available flavors: 1. ___________________________ 2. ___________________________ 3. ___________________________ 4. ___________________________ Attach list if more flavors are available Approved Brand(s) or Approved Alternate: Juice Bowl: Apple #90110 Fruit punch #90115 Grape #90120 Orange Tangerine #90130 Strawberry kiwi #90121 Tropicana Harvest Hill: Juicy Juice Apple #60 Juicy Juice Berry #61 Juicy Juice Grape #62 Juicy Juice Kiwi-Strawberry #63 Juicy Juice Orange/Tangerine #64 Juicy Juice Fruit Punch #65 14 BID #241502 Page 31 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: Please indicate below if your product contains High Fructose Corn Syrup and/or the amount of Trans Fats per serving when applicable: High Fructose Corn Syrup [ ] Yes [ ] No Trans Fat ________ grams __________________________ Brand/Packed By Product/Brand # ________________ State Pack Size_________________ Packages Per Case_____________ Comments: BID #241502 Page 32 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: 90,000 ea 100% JUICE, SHELF STABLE,10 OZ (0570590): Juice, 100%. A minimum of three (3) flavors are required. Juices must be shelf stable. 100% Juices, must not contain added sweeteners, and must include at least 10% daily values for at least three (3) vitamins or minerals. Must not exceed 150 calories per 10 oz. Provide complete nutritional and product specifications with your bid. Please list all available flavors: 1. ___________________________ 2. ___________________________ 3. ___________________________ D49 Attach list if more flavors are available Approved Brand(s) or Approved Alternate: Tropicana Minute Maid Apple Juice #124580 Orange Junice #124581 Mixed Berry #124583 Juice Bowl: Apple #90060 Strawberry kiwi #90179 Orange #90057 Harvest Hill: Juicy Juice Strawberry Watermelon #22 Juicy Juice Berry #61 Juicy Juice Kiwi Strawberry #63 Juicy Juice Apple #67 Juicy Juice Fruit Punch #68 Juicy Juice Grape #80 Juicy Juice Orange Tangerine #94 15 BID #241502 Page 33 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: Please indicate below if your product contains High Fructose Corn Syrup and/or the amount of Trans Fats per serving when applicable: High Fructose Corn Syrup [ ] Yes [ ] No Trans Fat ________ grams __________________________ Brand/Packed By Product/Brand # ________________ State Pack Size_________________ Packages Per Case_____________ Comments: BID #241502 Page 34 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: 30,000 cs 100% JUICE, SHELF STABLE, 4 OZ (0530900- 0530905): Fruit juice, 100% juice with no added sugars or artificial sweeteners. Product should contain 70 calories or less and contain at least 60% DV of Vitamin C. Packed 40/4.23 oz. per case. Approved Brand(s) or Approved Alternate: Apple & Eve: Strawberry Kiwi #86008 Mixed Berry #86007 Orange Tangerine #86003 Fruit Punch #86001 Apple #86000 Ardmore Farms/Country Pure: Tropical Fruit Punch #62008 Orange Tangerine #62007 Strawberry Banana #62006 Grape #62002 Apple #62001 100% Orange Juice #62000 Juice Bowl: Strawberry Kiwi #90034 Orange Tangerine #90037 Orange #90038 Grape #90042 Fruit Punch #90039 Apple #90040 Harvest Hill: Juicy Juice Orange Tangerine #58 Juicy Juice Apple #55 Juicy Juice Berry #56 Juicy Juice Grape #57 Juicy Juice Fruit Punch #59 Ocean Spray: Growing Good Pineapple Cherry Orange #21956 Growing Good Raspberry Watermelon #21422 Growing Good Strawberry Lemonade #20859 16 BID #241502 Page 35 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: Please indicate below if your product contains High Fructose Corn Syrup and/or the amount of Trans Fats per serving when applicable: High Fructose Corn Syrup [ ] Yes [ ] No Trans Fat ________ grams __________________________ Brand/Packed By Product/Brand # ________________ State Pack Size_________________ Packages Per Case_____________ Comments: BID #241502 Page 36 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: 500 cs POPCORN, ASSORTED (0520203): Popcorn, assorted individually packaged whole grain rich snacks ranging from approximately 0.5 oz. to 1 oz. package weights for a la carte sales only. Case count will depend upon package weight. Variety should include, but not be limited to, cheese, white cheddar, and kettle corn. Snacks must not exceed 200 calories and 200 mg. sodium. Total fat may not exceed 35% of total calories and saturated fat may not exceed 10% of total calories. Snacks must contain no more than 0.5 grams of trans fat. Sugar may not exceed 35% of weight from total sugars in the item. Please list all available flavors: 1. ___________________________ 2. ___________________________ 3. ___________________________ 4. ___________________________ Attach list if more flavors are available Approved Brand(s) or Approved Alternate: Popcorn Indiana / Eagle Family Food Group: #81972000509 Please indicate below if your product contains High Fructose Corn Syrup and/or the amount of Trans Fats per serving when applicable: High Fructose Corn Syrup [ ] Yes [ ] No Trans Fat ________ grams __________________________ Brand/Packed By Product/Brand # ________________ State Pack Size_________________ Packages Per Case_____________ Comments: 17 BID #241502 Page 37 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: 21,000 ea SPORTS DRINK, ISOTONIC, ZERO CALORIE, 20 OZ (0570540): Sports drink, zero calorie, 20 oz. The first ingredient of the sports drink should be water. Other ingredients to include citric acid, salt, sodium citrate, and potassium phosphate. Sports drinks shall provide zero calories. Product not to exceed 250 mg. of sodium per 20 oz. serving. A minimum of three (3) flavors are required. Please list all available flavors: 1. ___________________________ 2. ___________________________ 3. ___________________________ Attach list if more flavors are available Approved Brand(s) or Approved Alternate: Powerade Zero: Fruit Punch #137799 Grape # 130470 Mixed Berry # 130471 Please indicate below if your product contains High Fructose Corn Syrup and/or the amount of Trans Fats per serving when applicable: High Fructose Corn Syrup [ ] Yes [ ] No Trans Fat ________ grams __________________________ Brand/Packed By Product/Brand # ________________ State Pack Size_________________ Packages Per Case_____________ Comments: 18 BID #241502 Page 38 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: 600 cs MARSHMALLOW SQUARE, CRISPY (0520230): Crispy marshmallow square made with whole grain brown rice. Must be whole grain rich. Square must not exceed 200 calories and 200 mg. sodium per serving. Total fat may not exceed 35% of total calories and saturated fat may not exceed 10% of total calories. Square must contain no more than 0.5 grams of trans fat Sugar may not exceed 35% of weight from total sugars in the item. Packed 4/20 count boxes per case. Minimum unit size of 1.4 oz. Approved Brand(s) or Approved Alternate: Kellogg’s: Rice Krispy Treat #38000-11052 Please indicate below if your product contains High Fructose Corn Syrup and/or the amount of Trans Fats per serving when applicable: High Fructose Corn Syrup [ ] Yes [ ] No Trans Fat ________ grams __________________________ Brand/Packed By Product/Brand # ________________ State Pack Size_________________ Packages Per Case_____________ Comments: 19 BID #241502 Page 39 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: 3,000 cs FRUIT CUP, FROZEN SMOOTHIE (0540000): Frozen, 100% fruit juice in individually packaged cups. Product must count for 1⁄2 cup of fruit per Child Nutrition Programs. Product must not exceed 200 calories and 200 mg. sodium per serving. Total fat may not exceed 35% of total calories and saturated fat may not exceed 10% of total calories. Snack must contain no more than 0.5 grams of trans fat. Sugar may not exceed 35% of weight from total sugars in the item. Packed 84/4.4 oz. per case. Please list all available flavors: 1. ___________________________ 2. ___________________________ 3. ___________________________ 4. ___________________________ Attach list if more flavors are available Approved Brand(s) or Accepted Alternate: Whole Fruit: Mango Strawberry Pomegranate #23060030 Lindy's Homemade, LLC: Froot Jooce, Mango #MAN0090 Froot Jooce Strawberry #STR0298 Froot Jooce Black Cherry #BCH0106 Froot Jooce Fruit Punch #FRP0175 Hershey Ice Cream: Juice Rush Strawberry Mango #24682-31702 Juice Rush Cherry Blue Raspberry # 24682-31700 20 BID #241502 Page 40 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: Please indicate below if your product contains High Fructose Corn Syrup and/or the amount of Trans Fats per serving when applicable: High Fructose Corn Syrup [ ] Yes [ ] No Trans Fat ________ grams __________________________ Brand/Packed By Product/Brand # ________________ State Pack Size_________________ Packages Per Case_____________ Comments: BID #241502 Page 41 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: 25 cs PUDDING CUP, FROZEN (0513080): Pudding cup, frozen, dessert style pudding, three (3) oz. First ingredient listed must be skim milk. Pudding must not exceed 200 calories and 200 mg. sodium per serving. Total fat may not exceed 35% of total calories and saturated fat may not exceed 10% of total calories. Snack must contain no more than 0.5 grams of trans fat. Sugar may not exceed 35% of weight from total sugars in the item. Packed approximately 60 per case. Please list all available flavors: 1. ______________________________ 2. ______________________________ 3. ______________________________ 4. ______________________________ Attach list if more flavors are available. Approved Brand(s) or Approved Alternate: Rich’s/Zerts: Cake Batter #11619 Brownie Batter #11620 Please indicate below if your product contains High Fructose Corn Syrup and/or the amount of Trans Fats per serving when applicable: High Fructose Corn Syrup [ ] Yes [ ] No Trans Fat ________ grams __________________________ Brand/Packed By Product/Brand # ________________ State Pack Size_________________ Packages Per Case_____________ Comments: 21 BID #241502 Page 42 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: 45,000 ea WATER, FLAVORED, CARBONATED (0580030 - 0580034): Water, flavored, aerated beverage in plastic bottles. Flavored waters should contain no artificial colors or flavors. Preferred size is 17 oz. Product must be zero calories and sugar content must be sixteen (16) grams or lower per beverage. Beverages packaged in aluminum cans will not be accepted. Please list all available flavors: 1. ___________________________ 2. ___________________________ 3. ___________________________ 4. ___________________________ Attach list if more flavors are available Approved Brand(s) or Accepted Alternate: Sparkling Ice / Talking Rain: Classic Lemonade #80056 Orange Mango #80016 Cherry Limeade #80066 Kiwi Strawberry #80018 Black Raspberry #80014 Please indicate below if your product contains High Fructose Corn Syrup and/or the amount of Trans Fats per serving when applicable: High Fructose Corn Syrup [ ] Yes [ ] No Trans Fat ________ grams __________________________ Brand/Packed By Product/Brand # ________________ State Pack Size_________________ Packages Per Case_____________ Comments: 22 BID #241502 Page 43 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: 3000 cs TORTILLA CHIP, WG, BULK (0502310): Tortilla chips, whole grain rich, baked, reduced fat, bulk packed. Chips must not exceed 200 calories and 200 mg. sodium per serving. Total fat may not exceed 35% of total calories and saturated fat may not exceed 10% of total calories. Chips must contain no more than 0.5 grams of trans fat. Sugar may not exceed 35% of weight from total sugars in the item. One serving must meet two (2) grains per Child Nutrition Program. Packed 4/16 oz. bulk bags. Please list all available flavors: 1. ___________________________ 2. ___________________________ 3. ___________________________ 4. ___________________________ Attach list if more flavors are available Approved Brand(s) or Accepted Alternate: Frito Lay / Pepsico Food Service: Tostito Rounds Bulk #18793 Shearer's: Bulk White Tortilla Chips #210230312 Please indicate below if your product contains High Fructose Corn Syrup and/or the amount of Trans Fats per serving when applicable: High Fructose Corn Syrup [ ] Yes [ ] No Trans Fat ________ grams Estimate based on 12 lbs per case. __________________________ Brand/Packed By Product/Brand # ________________ State Pack Size_________________ Packages Per Case_____________ Comments: 23 BID #241502 Page 44 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: 50 cs CHIPS, TORTILLA, 2 OZ (0520512): Tortilla chips, whole grain rich, baked. Chips must be individually packaged in approximately 2 oz. servings. Chips must not exceed 200 calories and 200 mg. sodium per serving. Chips must contain no more than 0.5 grams of trans fat. One 2 oz. serving must meet (2) grains per Child Nutrition Program. Packed approximately 80/2 oz. bags/case. Please list all available flavors: 1. ___________________________ 2. ___________________________ 3. ___________________________ 4. ___________________________ Attach list if more flavors are available Approved Brand(s) or Accepted Alternate: Shearer's: Yellow Rounds Tortilla Chips #210220312 Please indicate below if your product contains High Fructose Corn Syrup and/or the amount of Trans Fats per serving when applicable: High Fructose Corn Syrup [ ] Yes [ ] No Trans Fat ________ grams __________________________ Brand/Packed By Product/Brand # ________________ State Pack Size_________________ Packages Per Case_____________ Comments: 24 BID #241502 Page 45 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: 300 cs TEA, SHELF-STABLE, VARIETY FLAVORS (0530800): Tea, fresh brewed, decaffeinated and with all natural flavorings. Product should be shelf - stable. A variety of flavor options is preferred to include lemon and peach flavors. Tea should contain no more than 60 calories per 12oz. Packed 24/12 oz. plastic bottles per case. Please list all available flavors: 1. ___________________________ 2. ___________________________ 3. ___________________________ 4. ___________________________ Attach list if more flavors are available Approved Brand(s) or Accepted Alternate: Cutting Edge Beverages/Juice Bowl: Lemon #00024 Peach Mango #00025 Please indicate below if your product contains High Fructose Corn Syrup and/or the amount of Trans Fats per serving when applicable: High Fructose Corn Syrup [ ] Yes [ ] No Trans Fat ________ grams __________________________ Brand/Packed By Product/Brand # ________________ State Pack Size_________________ Packages Per Case_____________ Comments: 25 BID #241502 Page 46 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: 6,000 ea WATER, VITAMIN ENRICHED (0580020): Water, flavored, vitamin enriched beverage. Each plastic bottle should provide at least 100% of the Daily Value for vitamin C and be an excellent source of the various B vitamins. No more than ten (10) calories per 20 oz. bottle. (20 oz. fl. bottle desired.) Please list all available flavors: 1. ___________________________ 2. ___________________________ 3. ___________________________ 4. ___________________________ Attach list if more flavors are available Approved Brand(s) or Approved Alternate: Vitamin Water Zero: Squeezed #156079 Rise #156081 Power-C #145188 Revive #145206 Gutsy #410351 Please indicate below if your product contains High Fructose Corn Syrup and/or the amount of Trans Fats per serving when applicable: High Fructose Corn Syrup [ ] Yes [ ] No Trans Fat ________ grams __________________________ Brand/Packed By Product/Brand # ________________ State Pack Size_________________ Packages Per Case_____________ Comments: 26 BID #241502 Page 47 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: 1000 ea WATER, UNFLAVORED 12 OZ (0570550): Water, unflavored, 12 oz. plastic bottles, single serve. Approved Brand(s) or Approved Alternate: Dasani #135450 Aquafina Please indicate below if your product contains High Fructose Corn Syrup and/or the amount of Trans Fats per serving when applicable: High Fructose Corn Syrup [ ] Yes [ ] No Trans Fat ________ grams __________________________ Brand/Packed By Product/Brand # ________________ State Pack Size_________________ Packages Per Case_____________ Comments: 27 BID #241502 Page 48 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: 60,000 ea WATER, UNFLVAORED 20 OZ (0580020): Water, unflavored, 16-20 oz. plastic bottles, single serve. Approved Brand(s) or Approved Alternate: Aquafina Dasani: 16.9 oz. #116366 20.0 oz. #112259 Deer Park: Spring Water #7721 Please indicate below if your product contains High Fructose Corn Syrup and/or the amount of Trans Fats per serving when applicable: High Fructose Corn Syrup [ ] Yes [ ] No Trans Fat ________ grams __________________________ Brand/Packed By Product/Brand # ________________ State Pack Size_________________ Packages Per Case_____________ Comments: 28 BID #241502 Page 49 of 67 ITEM QTY UNIT DESCRIPTION PORTION PRICE: UNIT PRICE EXTENDED PRICE: 500 ea WATER, FLAVORED, 20 OZ (0570580): Water, flavored, 20 oz. bottles, single serve. No more than 10 calories per 20 oz. Beverages packaged in aluminum cans will not be accepted. Please list all available flavors: 1. ___________________________ 2. ___________________________ 3. ___________________________ 4. ___________________________ Attach list if more flavors are available Approved Brand(s) or Approved Alternate: Aquafina Please indicate below if your product contains High Fructose Corn Syrup and/or the amount of Trans Fats per serving when applicable: High Fructose Corn Syrup [ ] Yes [ ] No Trans Fat ________ grams __________________________ Brand/Packed By Product/Brand # ________________ State Pack Size_________________ Packages Per Case_____________ Comments: 29 BID #241502 Page 50 of 67

75 North Pace Blvd Pensacola, FL 32505Location

Address: 75 North Pace Blvd Pensacola, FL 32505

Country : United StatesState : Florida

You may also like

PUEBLO FOODS FY24 3RD QTR GROUND BEEF/HOT DOGS 4/17/2024 DELIVERY

Due: 30 Apr, 2024 (in 2 days)Agency: FEDERAL PRISON SYSTEM / BUREAU OF PRISONS

FCI BENNETTSVILLE 3RD QUATER 2024 HALAL DELIVERY.

Due: 30 Apr, 2024 (in 2 days)Agency: FEDERAL PRISON SYSTEM / BUREAU OF PRISONS

Food Delivery for the UW-Madison Dining Halls

Due: 30 Jun, 2026 (in about 2 years)Agency: University of Wisconsin-Madison

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.