Food Service Management Services

expired opportunity(Expired)
From: Lakeland Joint School District 272(School)

Basic Details

started - 07 Apr, 2024 (27 days ago)

Start Date

07 Apr, 2024 (27 days ago)
due - 22 Apr, 2024 (12 days ago)

Due Date

22 Apr, 2024 (12 days ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
Lakeland Joint School District 272

Customer / Agency

Lakeland Joint School District 272
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.

Lakeland Joint School District #272 15506 N Washington Street, Rathdrum, ID 83858 Ph: 208-687-0431 Fax: 208-687-1884 Web: sd272.org LJSD Vision: A community committed to academic excellence ... dedicated to student success. Proposal Requirements and Specifications: Food Service Management Services RFP Issued: March 14, 2024 Proposals Due: 2:00 p.m. PST on April 22, 2024 Bid Opening: 2:00 p.m. PST on April 22, 2024 Proposals and supporting documentation as described in this Request for Proposal are to be delivered to: Lakeland Joint School District #272 Attn: Jessica Grantham 15506 N Washington St. Rathdrum, ID 83858 Lakeland Joint School District #272 FS-2024 RFP pg. 2 Table of Contents I. Introduction 3 II. Timeline 4 III. Specifications & Scope of Service 5 IV. Proposal Requirements 8 V. Contract Award Considerations 11 VI. Acceptance of Contractual Requirements 11 VII. Public Records 12 VIII. General Information 12 IX. Evaluation of Proposals 29 Attachment A: Cover Letter and
Certification 30 Attachment B: Attachments Checklist 31 Attachment C: Minimum Qualifications 32 Attachment D: Proposal Questionnaire 33 Attachment E: Respondent References 35 Attachment F: Financial Pro Forma 36 Attachment G: FSMC’s Administrative and Management Fees 37 Attachment H: Sample “21-Day Cycle Menu Template” Breakfast & Lunch 38 Attachment I: Suspension and Debarment Certification 40 Attachment J: Certificate of Independent Price Determination 41 Attachment K: Certification Regarding Lobbying Disclosure of Lobbying Activities 42 Appendix #1: Site Tour 43 Appendix #2: Enrollment as of November 27, 2023 44 Appendix #3: Food Service Staffing Tables 47 Appendix #4: NSLP Reimbursement Rates 48 Appendix #5: 2023-2024 School Year Meal Prices 49 Appendix #6: Serving Times 50 Appendix #7: Estimated Allocation of Costs 51 Appendix #8: Environmental and Sourcing Questions and Considerations 52 Appendix #9: Idaho Department of Education Attachment 2 - 7 CFR 225.7(c) 53 Lakeland Joint School District #272 FS-2024 RFP pg. 3 Introduction According to state and federal law, the Lakeland Joint School District #272 (LEA) is requesting proposals to enter into a contract with a food service management company (FSMC or Respondent[s]) to assist with the LEA’s food service program. The LEA’s food service goals are to provide nutritious, high-quality meals to students and participants in the National School Lunch Program (NSLP), School Breakfast Program (SBP), Fresh Fruits & Vegetables Program (FFVP), and Summer Food Service Program (SFSP), to accommodate special diets where medically necessary, improve the nutritional quality of meals, and maintain a financially viable food service program. General food service goals are to: • Provide an appealing and nutritionally sound program for students as economically as possible; • Stimulate participation in the program through improved relations with students, staff, and the community by creating awareness of the direct correlation between adequate nutrition for students and their ability to learn; • Increase participation at all levels of the food service program by improving meal quality, seeking student and parent input, offering menu variations, and improved planning; • Maintain reasonable prices for students and adults participating in the food service program; • Maintain student and staff morale at a high level; • To demonstrate environmental and energy awareness and responsibility by minimizing waste in any form; • To maintain a food service program that is self-supporting for direct costs; • To maintain a stable, well-trained, and supportive food staff; and • To provide catering as requested for school-related activities. The Idaho State Department of Education (SDE), Child Nutrition Programs (CNP), is responsible for administering all USDA Child Nutrition Programs in Idaho. As applicable, all terms and conditions of procurement and contracting for the LEA will follow Idaho Code §§54- 1926, 67-2806, 2 CFR Part 200, and 7 CFR Part 225, and all other applicable state and federal laws and regulations. The successful Respondent will be required to enter into an agreement using a standard form agreement approved by the SDE. The LEA will consider contracts in any form or combination of forms that comply with federal and state regulations regarding lunch, breakfast, summer food, and fresh fruit and vegetable programs. The basis for computing meal equivalency shall comply with such regulations and be fully described by the FSMC. To respond to this RFP, interested Respondents must present evidence of experience, ability, and financial standing necessary to meet the requirements stated in this RFP. The LEA will measure this evidence by scoring the proposals, using a point system that will rank each proposal from highest to lowest, to determine which proposals they will consider for the award of a contract. Lakeland Joint School District #272 FS-2024 RFP pg. 4 Timeline Board Meeting – RFP Approval Wednesday March 13, 2024 Release of RFP Thursday March 14, 2024 First Public Notification Wednesday March 20, 2024 Second Public Notification Wednesday March 27, 2024 Recommended Tour/Pre-Bid Conference Friday March 29, 2024 Respondent Question Submission Deadline Wednesday April 3, 2024 LEA Provides Answers Monday April 8, 2024 Deadline for Submission of Sealed Proposal Monday April 22, 2024, 2:00 p.m. PST Proposals Opened at the District Office Monday April 22, 2024, 2:00 p.m. PST Proposals Evaluated Wednesday April 24, 2024 Board Meeting – Proposal Approval Wednesday May 8, 2024 Anticipated Contract Award Date Friday May 24, 2024 The LEA will make every effort to adhere to the schedule. However, the LEA reserves the right to amend the schedule, as necessary, and will post a notice of said amendment at: https://www.sd272.org/financials/bids-rfps https://www.sd272.org/financials/bids-rfps Lakeland Joint School District #272 FS-2024 RFP pg. 5 Specifications & Scope of Services The LEA is committed to providing healthy, high-quality meals through its breakfast and lunch program. The LEA is highly focused on meeting all federal and state regulations applicable to the NSLP, SBP, SFSP, and FFVP. The LEA operates approximately 175 school days each year, depending on the approved school calendar. The specific need and size for each campus for FY24 are listed below: School 2023-2024 Enrollment Grades Breakfast Lunch FFVP Athol Elementary 297 K-5 5 days/week 5 days/week - Betty Kiefer Elementary 391 K-5 5 days/week 5 days/week - Garwood Elementary 402 K-5 5 days/week 5 days/week - John Brown Elementary 342 K-5 5 days/week 5 days/week 4 days/week Spirit Lake Elementary 292 K-5 5 days/week 5 days/week 4 days/week Twin Lakes Elementary** 277 K-5 5 days/week 5 days/week - Lakeland Middle School 622 6-8 5 days/week 5 days/week - Timberlake Middle School 347 6-8 5 days/week 5 days/week - Lakeland High School 895 9-12 5 days/week 5 days/week - Timberlake High School 553 9-12 5 days/week 5 days/week - Mountain View 179 7-12 5 days/week 5 days/week - *Enrollment data from the week of November 27, 2023, **Twin Lakes Elementary includes a Developmental Preschool classroom Lakeland Joint School District #272 FS-2024 RFP pg. 6 Elementary School Meal Service Data from 2022-2023 School Year Month # Days Athol Elementary Betty Kiefer Elementary Garwood Elementary Breakfast/Lunch Breakfast/Lunch Breakfast/Lunch September 17 39/105 52/100 58/158 October 21 45/126 63/119 77/172 November 14 41/130 56/121 73/176 December 16 35/126 45/127 58/173 January 15 41/126 52/130 73/175 February 18 40/127 44/128 73/172 March 16 41/130 47/133 77/170 April 20 46/134 57/136 76/175 May 21 43/130 53/140 75/175 June 7 38/125 37/127 66/183 Month # Days John Brown Elementary Spirit Lake Elementary Twin Lakes Elementary Breakfast/Lunch Breakfast/Lunch Breakfast/Lunch September 17 39/103 40/115 42/110 October 21 50/127 50/135 51/131 November 14 45/136 45/122 50/136 December 16 39/130 40/111 46/130 January 15 42/135 48/126 57/131 February 18 43/130 54/125 56/138 March 16 43/128 56/131 61/141 April 20 47/129 55/137 61/145 May 21 52/130 56/135 58/151 June 7 46/123 49/143 40/139 Lakeland Joint School District #272 FS-2024 RFP pg. 7 Secondary School Meal Service Data from 2022-2023 School Year Month # Days Lakeland Middle School Timberlake Middle School Lakeland High School Breakfast/Lunch Breakfast/Lunch Breakfast/Lunch September 17 28/170 21/131 18/57 October 21 45/182 30/143 24/72 November 14 38/164 31/133 21/74 December 16 34/145 24/131 19/74 January 15 38/131 26/139 22/77 February 18 36/118 32/129 24/82 March 16 42/115 33/139 26/82 April 20 40/121 32/129 27/78 May 21 39/131 35/132 28/75 June 7 34/126 29/111 26/58 Month # Days Timberlake High School Mountain View Breakfast/Lunch Breakfast/Lunch September 17 22/84 9/32 October 21 32/93 14/28 November 14 32/98 10/20 December 16 28/92 9/17 January 15 31/93 7/16 February 18 36/93 5/18 March 16 33/96 5/17 April 20 35/96 5/20 May 21 38/96 5/13 June 7 30/73 4/7 Month # Days Total A la Carte Total Adult Catering September 17 $3,514.00 $933.00 $4,112.00 October 21 $5,930.00 $898.75 $201.00 November 14 $5,678.30 $645.25 $5,078.80 December 16 $6,871.00 $461.00 $617.00 January 15 $9,542.00 $348.00 $705.00 February 18 $15,574.00 $461.00 $2,598.00 March 16 $14,599.00 $458.00 $3,192.00 April 20 $16,783.00 $557.00 $260.00 May 21 $15,436.00 $662.00 $396.00 June 7 $3,729.00 $308.00 $14,659.00 Lakeland Joint School District #272 FS-2024 RFP pg. 8 Proposal Requirements To be eligible for evaluation, a proposal must adhere strictly to the format set forth below; failure to do so may result in disqualification. Respondents must complete, label, and separate each section, and number all pages. Four copies of the Respondent’s proposal must be submitted in sealed packages or envelopes and must be marked clearly with the note: “FS-2024 RFP” with the date and time for opening. Proposals, including pricing information, must be received by 2:00 p.m. PST on April 22, 2024. Late proposals or modifications will not be accepted. The content and sequence of the proposal will be as follows: Section Title 1 Cover Letter and Certifications Page 2 Table of Contents 3 Attachments Checklist 4 Minimum Qualifications 5 Proposal Questionnaire 6 Respondent References 7 Financial Pro Forma 8 21-Day Cycle Menu 9 Certifications 10 Environmental and Sourcing Questions and Considerations 1. Cover Letter The Respondent must complete the Cover Letter and Certification page (Attachment A) and return them with the proposal package. All information must be provided or the Respondent’s proposal may be rejected. Proposals must be submitted in the name of the legal entity registered with the State of Idaho to do business in the State of Idaho. At least one (1) proposal must bear an original signature and be dated by the Respondent or a representative legally authorized by the Respondent. 2. Table of Contents Immediately following the cover letter, include a comprehensive Table of Contents that lists all submitted proposal sections, subsections, attachments, and materials. 3. Attachments Checklist The Respondent shall include all documents identified in the Attachments Checklist (Attachment B). The LEA may reject proposals that do not include the proper required attachments. Lakeland Joint School District #272 FS-2024 RFP pg. 9 4. Minimum Qualifications The LEA will only consider Respondents that meet all minimum qualifications (as listed in Attachment C). 5. Proposal Questionnaire The Proposal Questionnaire (Attachment D) is intended to provide the LEA with specific information concerning the Respondent’s capability to provide services as described in this RFP. Respondents should limit their responses to the number of pages noted in the questionnaire and answer each question in the same order. Answers must be limited to pertinent information that addresses the questions and scoring categories. Submission of extraneous marketing materials may result in a proposal being deemed non-responsive. Any proposal that fails to follow the format specified in this RFP may be considered non-responsive and may be eliminated from consideration by the LEA. The LEA reserves the right to reject any or all proposals if deemed in the best interest of the LEA. 6. Respondent References Explain in detail FSMC’s duration and extent of experience in the management of food service programs in an educational institution environment and with nutrition measurement. Include a list of school district food service programs comparable in size and scope to the LEA, presently operated, together with the address of each school district, the beginning year of operation, and the name and title of the district administrator who has been designated liaison officer with food service. List any school district account where FSMC’s services have not been renewed or have been discontinued or terminated during the last three years; the reason why they were discontinued or terminated; and whether you are now serving them again. Respondents must provide three (3) references on the Respondent References form (Attachment E). The LEA reserves the right to contact any of the references listed and retains the right to conduct reference checks with individuals and entities beyond those listed. Investigation of references may include a review of the following: past performance concerning the successful completion of similar projects, compliance with contractual obligations and specifications, and lawful payments to suppliers, contractors, and workers. 7. Financial Pro Forma FSMC will provide as a part of this proposal a projected operating budget plan for the first year of operation. Only revenues from meal fees (lunch fees, etc.), state and federal funds, and commodities shall be available to support costs. FSMC must use the information provided in the specifications to prepare the Pro Forma. The FSMC must detail in its proposal the proposed fee structure for all meal and meal equivalents. The fee structure shall detail the per-meal charge for all meal and meal equivalents. Lakeland Joint School District #272 FS-2024 RFP pg. 10 8. 21-Day Cycle Menu All Respondents are to develop a 21-day Cycle Menu using the provided template (Attachment G) for Elementary and Secondary High School Lunch and Breakfast. For Day 1 to Day 5, representing one 5-day week of each menu, the Respondent must complete a Weekly Summary and a Simplified Nutritional Assessment for breakfast and lunch using the provided templates. 9. Certifications The Respondent must complete and return in the proposal package the following three certifications: (i) the Suspension and Disbarment Certification page (Attachment H); (ii) the Certificate of Independent Price Determination (Attachment I); and (iii) the Certification Regarding Lobbying Disclosure of Lobbying Activities (Attachment J). 10. Environmental and Sourcing Questions and Considerations Appendix 8 includes a set of questions intended to provide the LEA with insight as to how the Respondent will operate with consideration to environmental, sourcing, and locational parameters. Respondents are not limited to a specific number of pages with the questions individually or in totality. Respondents are free to try to express their strengths in each of these areas. Please answer the questions in the order provided within the attachment. 11. Bid Security and Performance Bond A. Respondent must include with the proposal a bid bond in the amount of five percent (5%) of the total contract value. The bid bond must be executed by a qualified surety company listed in the current Department of Treasury Circular 570, made payable to the LEA. Responses will not be considered unless the acceptable form of bid security is enclosed with the response and unless the bid is submitted in a form that substantially complies with the form as set forth herein. A copy of the bid security shall accompany the bid. If the successful Respondent fails to execute a contract, the Respondent’s bid security may be forfeited to the LEA in its sole discretion. B. Respondent must provide a surety letter of intent or its equivalent from a surety company listed on the current Department of Treasury Circular 570 that demonstrates Respondent’s ability to acquire a performance bond in the amount of ten percent (10%) of the total contract value, should it be awarded. A copy of the performance bond must be submitted to the LEA within ten (10) days of the awarding of the contract. C. Bid and performance bonds must be submitted only from surety companies as specified herein. No alternative forms of bid or performance bonds will be accepted, including but not limited to cash, certified checks, letters of credit, or escrow accounts. D. Proposal guarantees other than bid bonds will be returned to unsuccessful bidders as soon as practicable after the bid opening or a proposal is withdrawn. Performance bonds for the successful Respondent shall be held for the duration of the awarded contract. Lakeland Joint School District #272 FS-2024 RFP pg. 11 Contract Award Considerations The LEA will award the contract to the most qualified and responsible Respondent complying with bidding procedures, and whose proposal is responsive to this RFP, with price remaining the primary consideration. A responsible Respondent whose financial and technical resources indicate an ability to perform the services required. The LEA is prohibited from entering into a contract with a Respondent that drafts and/or develops recommendations, specifications, requirements, statements of work, and requests for proposals, contract terms and conditions, or other documents for use in conducting the procurement. Acceptance of Contractual Requirements The LEA considers this RFP to be legally binding. This RFP and the winning proposal submitted by a Respondent in response to this RFP will be incorporated into the subsequent awarded contract between the selected Respondent and the LEA. This means the LEA expects the Respondent’s proposal to satisfy all requirements listed herein. Exceptions should be explicitly noted in the Respondent’s proposal. Lack of exceptions listed on a Respondent’s proposal will be considered as acceptance of all the specifications including terms and conditions and other requirements presented in this RFP. All exceptions will be evaluated after the due date during the time of proposal evaluations. No exceptions, addendums, amendments, or other changes to the awarded contract will be allowed thereafter. The addition of the Respondent’s terms and conditions after the due date of this RFP will not be allowed. Lakeland Joint School District #272 FS-2024 RFP pg. 12 Public Records This RFP and one (1) copy of each proposal received in response to it, together with copies of all documents about the award of a contract, shall be kept by the LEA and made part of a file or record, which shall be open to public inspection by the Idaho Public Records Act, Title 74, Chapter 1, Idaho Code. If a proposal contains any information that is considered a trade secret, the LEA, upon written request by the Respondent, shall exempt from public inspection and copying such proprietary information, trade secrets, or other information contained in the Respondent’s proposal that relates to the Respondent’s unique methods of conducting business or of determining prices or premium rates to be charged for services, or information that would otherwise be considered exempt from disclosure under Idaho Code §74-107(1) as a trade secret. Respondents are responsible for clearly identifying information contained in a proposal that constitutes a trade secret with the following caption: “This data constitutes a trade secret and shall not be disclosed except by the Idaho Public Records Act.” Sheets containing trade secret information must not contain any non-trade secret material. A violation of this requirement may result in the entire sheet being subject to public disclosure. The LEA will not be responsible or held liable for the disclosure of trade secret material, especially when it is not properly marked or separated from non-trade secret material. General Information The LEA reserves the right, in its sole discretion: • To amend the RFP; • To extend the deadline for submitting proposals; • To decide whether a proposal does or does not substantially comply with the requirements of this RFP; • To waive any minor irregularity, informality, or nonconformance with this RFP; • To obtain or provide references to other public agencies, upon request, regarding the Respondent’s contract performance; and • At any time before the contract execution (including after the announcement of the apparent awardee): o To reject any proposal that fails to substantially comply with all prescribed RFP requirements and procedures, and o To reject all proposals received and cancel this RFP upon finding that there is good cause to do so and that such cancellation would be in the LEA’s best interests. All Respondents who submit a response to this RFP understand and agree that the LEA is not obligated to award a contract to any Respondent, nor is the LEA responsible for any expenses incurred by the Respondents in submitting a response to this RFP. Each Respondent who provides a response to this RFP does so solely at their own expense. Lakeland Joint School District #272 FS-2024 RFP pg. 13 Addenda Questions regarding the information contained in this Request for Proposal must be submitted to Jessica Grantham, Chief Finance Officer no later than 2:00 p.m. PST, April 3, 2024. All questions must be submitted in writing or emailed to (Jessica.grantham@lakeland272.org) with the subject “FS-2024 RFP - Questions” and be received by the specified date and time. No oral questions or postmarks will be accepted. The LEA reserves the right to contact Respondents by phone to seek clarification on any question(s) submitted. If any part of this RFP is amended, addenda will be posted on the LEA’s website at: https://www.sd272.org/financials/bids-rfps Reservations The LEA Board of Trustees herein expressly reserves the following rights: 1. To negotiate separately with any source whatsoever in any manner necessary to serve the best interests of the LEA. The LEA does not intend to award a contract solely based on any response made to this RFP or in any way to pay for information solicited or obtained. The information obtained will be used in determining what seems to best serve the interests of the LEA. 2. To consider the competency and responsibility of Respondents and that of their proposed subcontractors, if any, in making the award. 3. To make the award based on its best judgment as to which contractor will provide a program that best meets the LEA’s expectations of a program employing the highest standards of quality, nutritional standards, palatability, and menu variety, with price being the primary consideration. 4. To make such changes or corrections to plans, specifications, or quantities as it may deem necessary or desirable before the proposal opening. Respondents will be notified of such changes in writing by addenda posted to the LEA’s website. Respondents who provide their name and email address to the LEA of their intent to respond to this RFP will also be notified by email. Contract Award The initial contract period shall commence on July 1, 2024, and end on June 30, 2025. The contract may be renewed at LEA option for up to four (4), one-year periods as allowed by federal and state regulations. The total contract period is not to extend beyond June 30, 2029. Once an award is provided to a Respondent, and a contract is executed, an addendum, approved by both parties, may be used to make minor modifications (anything above the simplified acquisition threshold) to the contract. Minor modifications do not substantially change the scope of the contract. No material changes in the contract may be made by either party. Financial terms of the contract are based upon existing conditions and the following assumptions. If there is a material change in conditions, including, without limitation, changes to the following assumptions, this contract (1) may be terminated at the end of the current term; or (2) continue under the same terms as written, whichever is mutually agreed upon. mailto:Jessica.grantham@lakeland272.org https://www.sd272.org/financials/bids-rfps Lakeland Joint School District #272 FS-2024 RFP pg. 14 The distinction between a minor change and a material change cannot be quantified for every action undertaken in the Child Nutrition programs. However, at a minimum, a change is deemed material when, had the term changes been included in the solicitation and original contract, the Respondents may have responded differently to the RFP. Services or features contingent on multi-year contracts are not allowable, for example, equipment installation may not be stipulated for contract renewal years. A minor change does not (1) significantly increase the Respondent’s cost of providing management service, or (2) significantly decrease the net revenue derived from food service operations. The LEA reserves the right to expand the federal Child Nutrition programs to provide availability of food resources to children and students that can be served through these programs so long as both parties are in agreement and prior approval is obtained from the SDE. Either party may terminate the contract during any year by giving sixty (60) days' written notice to the other party of its intention to terminate the contract. Further, TH FSMC shall provide written notice to the LEA, sixty (60) days before the annual renewal date, of its intent to renew the contract. The LEA reserves the right, by written notice, to terminate the contract immediately due to circumstances beyond the control of either party. The original contract must specify the Consumer Price Index (CPI) Food Away From Home series of the CPI for All Urban Consumers, published by the Bureau of Labor Statistics of the Department of Labor for the 12-month period of March 2023 to March 2024. Adjustment factors may include changes in federal reimbursement rates. The LEA must determine and receive the full value of USDA Foods, i.e., credits or reductions. The winning Respondent is responsible for reporting this monthly to the LEA. Adjustments may be accomplished on the monthly invoice from the winning Respondent, or by an annual adjustment as determined by the LEA. USDA Foods values are posted per district in WBSCM and shall include the basic USDA Foods allocation. Termination of Contract Non-compliance with the terms of this specification and the ensuing contract can result in the cancellation of the contract. In the event of cancellation, the LEA will not be obligated to compensate the FSMC for any work undertaken. The FSMC shall be liable for any damages incurred by the LEA due to non-compliance. 7 CFR 225.6(I)(2)(xiii) In cases of nonperformance or noncompliance on the part of the food service management company, the company shall pay the sponsor for any excess costs that the sponsor may incur by obtaining meals from another source; Certificate of Insurance The FSMC shall maintain, as a direct cost of operation, the following minimum insurance coverage while performing services hereunder. The policy(s) will provide for at least thirty (30) days' written notice of cancellation or material alteration of coverage to be given to the Lakeland Joint School District #272 FS-2024 RFP pg. 15 LEA. The LEA shall receive, on the effective date of the Contract, a certificate(s) of insurance verifying the coverage and naming the LEA as co-insured. A. Comprehensive General Liability with Bodily Injury and Property Damage limit of $2,000,000 per occurrence/aggregate. This will include coverage for all premises, Contractual Liability, Personal Injury Liability, and Product/Completed Operation Liability. B. Worker’s Compensation Insurance to cover the FSMC employees. OSHA and Idaho State Requirements The FSMC agrees to comply with conditions of the Federal Occupational Safety and Health Act of 1972 (OSHA), Section 103 of the Contract Work Hours and Safety Standards Act that addresses overtime and compensation, and the standards and regulations issued thereunder and certifies all items furnished and purchased under this order will conform to and comply with said standards and regulations. The FSMC further agrees to indemnify and hold harmless the LEA from all damages assessed to the LEA as a result of the FMSC's failure to comply with the acts and standards thereunder and for the failure of the items furnished under this order to comply. State and Federal Regulations All services offered under this proposal shall be in accordance with all applicable local, state,r and federal laws and regulations regarding, but not limited to, equal opportunity employment, prevailing wages, overtime compensation, licensing and training of the FSMCs employees, sanitation, and quality and quantity of materials supplied. Taxes Taxes, whether state or federal, shall not be included in the proposal. The LEA is exempt from federal excise taxes. Idaho State sales tax, when applicable, should be added as a separate item on invoices only, not to be included in the proposal. Management of Donated Foods – Fixed-Price Contracts Required contract provisions in fixed-price contracts: In accordance with 7 CFR 250.53, the following provisions relating to the use of donated foods must be included, as applicable, in a recipient agency's fixed-price contract with a food service management company. Such provisions must also be included in procurement documents. The required provisions are: 1. A statement that the food service management company must credit the recipient agency for the value of all donated foods received for use in the recipient agency's meal service in the school year or fiscal year (including both entitlement and bonus foods), Lakeland Joint School District #272 FS-2024 RFP pg. 16 and including the value of donated foods contained in processed end products, in accordance with the contingencies in Sec. 250.51(a); 2. The method and frequency at least annually by which crediting will occur, and the means of documentation to be utilized to verify that the value of all donated foods has been credited; 3. The method of determining the donated food values to be used in crediting, in accordance with Sec. 250.51(c), or the actual donated food values; 4. Any activities relating to donated foods that the food service management company will be responsible for, in accordance with Sec. 250.50(d), and assurance that such activities will be performed in accordance with the applicable requirements in 7 CFR part 250; 5. A statement that the food service management company will use all donated ground beef and ground pork products, and all processed end products, in the recipient agency's food service; 6. A statement that the food service management company will use all other donated foods, or will use commercially purchased foods of the same generic identity, of U.S. origin, and of equal or better quality than the donated foods, in the recipient agency's food service; 7. Assurance that the food service management company will not itself enter into the processing agreement with the processor required in subpart C of 7 CFR part 250; 8. Assurance that the food service management company will comply with the storage and inventory requirements for donated foods; 9. A statement that the distributing agency, sub-distributing agency, or recipient agency, the Comptroller General, the Department of Agriculture, or their duly authorized representatives, may perform onsite reviews of the food service management company's food service operation, including the review of records, to ensure compliance with requirements for the management and use of donated foods; 10. A statement that the food service management company will maintain records to document its compliance with requirements relating to donated foods, in accordance with Sec. 250.54(b); and 11. A statement that extensions or renewals of the contract, if applicable, are contingent upon the fulfillment of all contract provisions relating to donated foods. Management of Donated Foods – Cost-Reimbursable Contracts Required contract provisions in cost-reimbursable contracts. A cost-reimbursable contract must include the same provisions as those required for a fixed-price contract. Such provisions must also be included in procurement documents. However, a cost-reimbursable contract must Lakeland Joint School District #272 FS-2024 RFP pg. 17 also contain a statement that the food service management company will ensure that its system of inventory management will not result in the recipient agency being charged for donated foods. Buy American Provision The final contract between the LEA and the successful Respondent must include a “Buy- American” provision substantially as follows: The Respondent shall purchase, to the maximum extent practicable, domestic agricultural commodities or products substantially processed in the United States. “Substantially” means the final processed product contains over 51% domestically grown agricultural commodities. This provision applies to all food purchases paid from the nonprofit school food services account. (7 CFR Part 210.21(d)). As required by the Buy American provision, all products must be of domestic origin as required by 7 CFR Part 210.21(d). Exceptions to the Buy American provision should be used as a last resort; however, an alternative or exception may be approved upon request prior to purchase. Processes must be in place to be considered for the alternative or exception and the request must be submitted in writing to a designated official a minimum of 30 days in advance of delivery. The request must include the: A. Alternative substitute(s) that are domestic and meet the required specifications: i. Price of the domestic food alternative substitute(s); and ii. Availability of the domestic alternative substitute(s) in relation to the quantity ordered. B. Reason for exception: limited/lack of availability or price (include price): i. Price of the domestic food product; and ii. Price of the non-domestic product that meets the required specification of the domestic product. The LEA owns commercial refrigerators and food warmers. Any additional equipment required within the RFP submission must fit within the confines of the designated food area in each school. Scope of Work and Responsibilities The awarded Respondent shall: 1. Provide management necessary to operate a quality food service program. 2. Provide nutritious, high-quality meals and snacks to students and participants in NSLP, SBP, FFVP, and SFSP; accommodate special diets where medically necessary, provide occasional catered food services, and improve nutrition awareness. 3. Prepare specifications for food, supplies, and equipment. 4. Direct the purchase and storage of raw food and supplies. Lakeland Joint School District #272 FS-2024 RFP pg. 18 5. Plan menus. 6. Ensure that all reimbursable meals meet meal patterns and nutrient standards as required by applicable USDA programs. No payment will be made for meals that are spoiled or unwholesome at the time of delivery, do not meet specifications as may be developed by the LEA for each food component in the meal pattern in accordance with 7 CFR 210.10 and 7 CFR 226.20, or do not otherwise meet the requirements of this RFP. a. National School Lunch Program (NSLP) and Afterschool Snacks: The LEA and Respondent shall comply with applicable rules, regulations, policies, and instructions by the SDE and/or USDA Food and Nutrition Service (FNS) and any additions or amendments thereto, including USDA regulations 7 CFR 210.10, 7 CFR 210.12, 7 CFR 210.13, 7 CFR 210.14, 7 CFR 201.15, 7 CFR 210.16, 7 CFR 210.20, 7 CFR 210.21 and 7 CFR 210.23. b. School Breakfast Program (SBP): The LEA and Respondent shall comply with applicable rules, regulations, policies, and instructions of the SDE and/or USDA FNS and any additions or amendments thereto, including USDA regulations for the SBP 7 CFR 220.8, 7 CFR 220.12, 7 CFR 225.16 and 7 CFR 220.17. c. Summer Food Service Program (SFSP): The LEA provides summer food meals under the SFSP. Both the LEA and Respondent shall comply with applicable rules, regulations, policies, and instructions by the SDE and/or USDA FNS and any additions or amendments thereto, including USDA regulations 7 CFR 225.6, 7 CFR 225.15, 7 CFR 225.16, 7 CFR 225.17 and 7 CFR 225.18. Cycle menus and meal quality standards and food specifications approved by the State Agency (Attachment 2) and upon which the bid was based (Appendix B). [7 CFR Part 225.6(l)(2)(vi)]. i. Any changes to the menu made after the Sponsor's approval must be agreed upon by the Sponsor and documented on the menu records. Menu items may be adjusted in writing by the mutual consent of both parties. However, the FSMC shall adjust the menus at the request of the Sponsor whenever the Sponsor determines certain items to be unacceptable. Such items can be determined unacceptable by: 3.1.A.1 – Monotonous diet resulting from items served frequently or similarity to other items 3.1.A.2 – The nutritional needs of the students 3.1.A.3 – Food quality 3.1.A.4 – Susceptibility to spoilage; and 3.1.A.5 – Excessive waste resulting from unpopularity of items with children. Lakeland Joint School District #272 FS-2024 RFP pg. 19 ii. Such adjustments shall be made at the earliest convenience of both parties, but in no instance later than 14 days after request. iii. In the case that spoilage is discovered, the FSMC shall prepare and immediately deliver acceptable meals meeting meal pattern requirements to the Sponsor. d. Fresh Fruit and Vegetable Program (FFVP): Sites participating in FFVP must provide all children in the awarded elementary (K-6) schools with a variety of fresh fruits and vegetables during the school day. These fresh fruits and vegetables must be provided separately from the lunch or breakfast meal, in one or more areas of the school during the official school day. The awarded LEA elementary schools must participate in the NSLP. All elementary schools that participate in the FFVP are required to widely publicize within the school the availability of free fresh fruits and vegetables. A school application must be submitted annually for consideration to participate in the FFVP. FFVP costs that may be reimbursed are broken into two categories as follows: i. Administrative costs are the documented expenses you have for planning the Program, managing the paperwork, obtaining the equipment needed, and all other aspects of FFVP that are not related to the preparation and service of fruits and vegetables. Administrative costs currently cannot exceed ten percent (10%) of the total funds. ii. Operating costs are the primary costs of running the FFVP such as: 1. Buying fruits, vegetables, low-fat or non-fat dip for vegetables only. 2. Buying non-food items like napkins, paper plates, serving bowls and trays, cleaning supplies, and trash bags. 3. Value-added services such as pre-cut produce, ready-made produce trays, and delivery charges. 4. Salaries and fringe benefits for employees who do such tasks as washing and chopping produce, preparing trays, distributing produce to classrooms, setting up kiosks, restocking vending machines, and cleaning up. The Respondent will be required to document and track FFVP expenses separately. Documentation must clearly outline the allocation of costs charged to the FFVP (i.e., direct labor salaries and benefits, administrative fees, produce costs, etc.). 7. Guarantee all fruits and vegetables meet Grade A quality standards. 8. Manage the preparation, delivery, and service of food. Lakeland Joint School District #272 FS-2024 RFP pg. 20 9. Conduct field audits to check selected daily records and controls. 10. Supervise/be responsible for all employees on payroll including but not limited to responsibility for recruitment, employment, promotion, payment of wages, pension benefits, layoffs, and termination. Manage personnel professional development and training. 11. Adhere to applicable state, and federal regulations and LEA policy in screening prospective employees and shall comply with criminal background check and fingerprint regulations required by law for all new hires. 12. Instruct its employees to abide by the policies, rules, and regulations concerning the use of LEA premises. 13. Provide periodic visits by responsible FSMC executives. 14. Prepare weekly or monthly reports on operations. 15. Supply information for the preparation of state, federal, and school district fiscal and management reports and other specified reports as required. 16. Administer operations following LEA policy and standard practice. 17. The LEA shall delegate approval and signatory responsibilities for free and reduced- price meals and free milk to the FSMC’s employees following 7 CFR Part 245. Such responsibilities include the approval of applications for such meals and/or milk, and verification of applications for free and reduced-price meals. The LEA shall retain signature authority for the monthly claim for reimbursement and shall contain control and signature authority of the CNP nonprofit food service account and overall financial responsibility for the CNP (7 CFR 210.16(a)(4)-(5)). Meal Services The FSMC will provide reimbursable meals each day schools are in session. “Reimbursable meals" are defined as those lunches and breakfasts or snacks that qualify for USDA reimbursement. The LEA desires that the following meal options be available. Method of service and portion sizes shall be recommended by the respondent subject to the approval of the LEA, but as a minimum, shall meet USDA National School Lunch and Breakfast Program requirements. If the FSMC wishes to recommend different prices from those specified, they must be so noted. The FSMC may not alter the prices without prior approval of the Board of Directors of the LEA. Lakeland Joint School District #272 FS-2024 RFP pg. 21 Elementary Schools At a minimum, the program must include 2 main entree choices each day. Students also must be presented with daily choices of fresh fruit/canned fruit, fresh/frozen vegetables, and a variety of milk. Secondary Schools At a minimum, the program must include 5 main entree choices each day. Currently, several varieties of the following formats are offered daily: Pizza Hot Sandwiches Cold Sandwiches In addition, a traditional school lunch hot entree is to be offered daily. Students must also be presented with a variety of fresh fruits, vegetables, and milk. The FSMC (may)/(will) provide ala carte items each day school is in session at all secondary schools. Ala carte is defined as those items that may be priced on an individual item basis in the LEA's food service areas but (may)/(do) constitute a part of program meals. Other Meal Services The FSMC shall provide meal service at special functions at schools during the year as requested by the LEA. The prices and items to be served will be negotiated between the FSMC and the LEA. The FSMC shall not double bill the LEA for labor costs used to prepare program and special function meals. Other Meal Program Information The LEA reserves the right to add or delete locations of food service as conditions change. The FSMC shall properly utilize USDA commodity foods. USDA foods are not to be used for special functions conducted outside the nonprofit school food service (e.g., catered meals). The FSMC and the LEA will agree to a method that delineates how the FSMC will pass the value of USDA-donated foods to the LEA. Meals may be prepared on-site or off-site. The quality of food as served shall be of such condition as to be pleasing, appealing, appetizing, palatable, and of such color, texture, size, shape, and temperature as is appropriate to the food items served. 7 CFR 225.6(L)(2)(ix) The food service management company shall be paid by the sponsor for all meals delivered in accordance with the contract and this part. However, neither the Department nor the State agency assumes any liability for payment of differences between the number of meals delivered by the food service management company and the number of meals served by the sponsor that are eligible for reimbursement; Lakeland Joint School District #272 FS-2024 RFP pg. 22 Personnel The FSMC shall employ a qualified manager to administer the food service operations and supervise all employees employed therein. All food service employees will be employed by the FSMC who shall be solely responsible for employees on their payrolls, including responsibility for recruitment, employment, promotion, transfer, Professional Standards tracking, layoff, and termination. Each party shall indemnify, defend, and hold the other harmless from and against any claims, liabilities, and expenses related to or arising out of the indemnifying party’s failure to fulfill its responsibilities under this section. FSMC shall employ a resident food service director to operate the school food service program and work in close liaison with the LEA. FSMC's proposed director must be experienced in educational food service operations and is USDA Professional Standards qualified. The LEA reserves the right to accept or reject the FSMC's selection of said director. The director's responsibilities will include, but shall not be limited to, providing the following: • Normal operating responsibilities. • Short-range budget and financial planning. • Long-range budget and financial planning. • Weekly and/or monthly reports and financial data. • Collaborating routinely with building principals on food service operations. FSMC will include in the proposal a suggested plan and schedule describing employee training with as much detail as possible, which FSMC would perform during the term of the contract. It shall be the FSMC's policy to maintain the highest ethical relationships with its customers, employees, suppliers, and competitors. FSMC shall work with the LEA to utilize students or volunteers identified by the LEA to work in the food service program. Food services should not distract student workers from the educational process. Food Preparation and Transportation Meals shall be prepared and/or delivered following all applicable health and sanitary regulations and prepared at the locations presently used or such other kitchen service arrangements as proposed by FSMC and acceptable to the LEA. The FSMC assures the health certification of all facilities used for food preparation. The cost of transporting prepared meals from agreed-upon preparation locations to all other schools must be considered as a direct operating cost. The LEA will not pay for meals that are spoiled at the time of delivery or do not meet the detailed specifications for each food and menu item specified for the National School Lunch and Breakfast Programs, Summer Food Service Program, and Fresh Fruits and Vegetables Program or do not otherwise fulfill the requirements of this contract. Lakeland Joint School District #272 FS-2024 RFP pg. 23 Purchase and Inventories FSMC and LEA shall jointly conduct an inventory count of all foods and supplies owned by the LEA and presently located at various kitchens and schools before initiation of the program. Inventories will continue to be the property of the LEA. Disposition and/or acquisition of capital equipment must be approved in advance by the LEA. Procurement of supplies and equipment will comply with all state and federal laws applicable to bidding and purchasing. The LEA reserves the right to bid and award the purchase of food and supplies. In cost-reimbursable contracts, if the FSMC makes purchases, the prices charged to the LEA must be reasonable and necessary. The LEA shall ensure that the FSMC fully discloses all discounts, rebates, allowances, and incentives received by the Company from its suppliers. If the Company receives a discount, rebate, allowance, or incentive from any supplier, the Company must disclose and return to the LEA the full amount of the discount, rebate, or applicable credit that is received based on the purchases made on behalf of the LEA. All discounts, rebates, allowances, and incentives must be returned to the School District during a mutually agreed-upon timeframe that is beneficial to the School District. School Food Authorities (SFAs) may also opt to use the language found in 7 CFR Part 210.21(f)(i): Allowable costs will be paid from the nonprofit school food service account to the contractor net of all discounts, rebates, and other applicable credits accruing to or received by the contractor or any assignee under the contract, to the extent those credits are allocable to the allowable portion of the costs billed to the SFA. FSMC shall assume full control, protection, replenishment, storage, and issue of all foods and supplies contained in the LEA's inventory. FSMC shall have use of current storage areas for inventory storage as deemed appropriate by the LEA. All USDA commodities shall accrue to the benefit of the LEA and ownership shall remain with the LEA as required by USDA regulations. Any silence, absence, or omission from the contract document specifications concerning any point shall be regarded as meaning that only the best commercial practices are to prevail and that only materials (food, supplies, etc.) and workmanship of a quality that would normally be specified by the LEA are to be used. Facilities and Equipment The LEA is responsible for providing existing facilities and equipment for the food service operation. Existing refrigerator/freezer storage at schools shall be provided by the LEA for use by the FSMC. Lakeland Joint School District #272 FS-2024 RFP pg. 24 The LEA shall be responsible for the repair and maintenance of all facilities and equipment in the food preparation, storage, and delivery. The LEA will provide inventory storage space currently assigned to food service at each kitchen and school. Additional needs may be accommodated if LEA facilities allow. In the event FSMC's proposal calls for additional equipment or building modifications, this should be indicated in a plan included in the proposal along with costs, detailed descriptions, and locations. The LEA would be responsible for the purchase, delivery, and installation of said equipment. Expendables including small wares, serving trays, pots, pans, and utensils shall be replaced by FSMC as a LEA expense. Expendables will continue to be the property of the LEA. FSMC shall not use LEA facilities for other than LEA-approved business. Ownership of all non-expendable supplies and capital equipment shall remain with the LEA. However, the FSMC must take such measures as may be reasonably required by the LEA for the protection against loss by pilferage or destruction. FSMC will be responsible for supervising the cleaning and sanitation of all kitchen areas, food and supply storage areas, delivery equipment, and service line equipment including preparation equipment. The LEA will be responsible for sweeping, mopping, waxing, and other required cleaning of the dining room, snack bar, and kitchen areas. The schedule necessary to accomplish this will be coordinated with each building principal. The LEA reserves the right to use school food service preparation areas at times other than when facilities are in use by the FSMC. The LEA will provide a suitable office area, within a LEA facility, for the FSMC and required staff. Suitable office furnishings and equipment shall be provided, as agreed upon by FSMC and the LEA, as well as adequate maintenance of equipment and custodianship of premises. Sufficient telephone service will be provided by LEA with limitations, as established by contract, on long-distance calls and specialized service. Finance and Accounting The FSMC will maintain a data information base from which the LEA will be provided weekly, monthly, quarterly, and annual reports in such detail as may be reasonably expected to manage the program. The FSMC's records, both costs and revenues, shall be made available for internal audit by the LEA at any time, and annual audit upon reasonable notification. Books and records of the FSMC about the school food service operation must be maintained on LEA premises and shall be available as required by state and federal regulations for inspection and audit by either the LEA, state, or federal auditors. The school food service operation books Lakeland Joint School District #272 FS-2024 RFP pg. 25 and records shall be retained for three years plus the current year or until any unresolved audits are closed per 7 CFR 210.23(c). It will be the FSMC's responsibility to recommend financial adjustments to the program, including lunch prices, and penalties for noncompliance. Release of any financial information about the school food service program will not be allowed except as arranged through and approved by the LEA. The FSMC shall provide information for the preparation of state, federal, and District fiscal and management reports and other special reports as required by government regulations or LEA requirements. Preparation of school lunch claims for reimbursement from the state or agency shall be the responsibility of the FSMC, for review, approval, and signature by the LEA. As required by NSLP, SBP, SFSP, and FFVP regulations, the LEA must retain signature authority for all aspects of the food service program. FSMC will not alter the prices without the approval of the LEA's Board of Trustees. The LEA shall retain control of the quality, extent, and general nature of its food service, and prices to be charged. State sales taxes and federal excise tax are not to be included in any item of this bid, for purposes of comparison. The LEA is exempt from Federal Excise Taxes. 7 CFR 210.16 (a)(2) The SFA ensures that the food service operation is in conformance with the SFAs agreement under the program. 7 CFR 210.16(a)(3) LEA shall monitor food service operations of FSMC through periodic onsite visits. 7 CFR 210.16(a)(4) LEA shall retain control of the quality, extent, and general nature of its food service and prices to be charged. § 210.14 Resource management. (a) Nonprofit school food service. School food authorities shall maintain a nonprofit school food service. Revenues received by the nonprofit school food service are to be used only for the operation or improvement of such food service, except that, such revenues shall not be used to purchase land or buildings, unless otherwise approved by FNS, or to construct buildings. Expenditures of nonprofit school food service revenues shall be in accordance with the financial management system established by the State agency under § 210.19(a) of this part. School food authorities may use facilities, equipment, and personnel supported with nonprofit school food revenues to support a nonprofit nutrition program for the elderly, including a program funded under the Older Americans Act of 1965 (42 U.S.C. 3001 et seq.). https://www.ecfr.gov/current/title-7/part-210/section-210.19#p-210.19(a) https://www.ecfr.gov/current/title-7/part-210/section-210.19#p-210.19(a) https://www.govinfo.gov/link/uscode/42/3001 Lakeland Joint School District #272 FS-2024 RFP pg. 26 Professional Standards for All School Nutrition Program Employees Both the LEA and Respondent must review and follow guidance from the FNS on the final rule “Professional Standards for State and Local School Nutrition Programs Personnel” as required by the Healthy, Hunger-Free Kids Act of 2010 (80 FR 11077). The final rule ensures that state and local school nutrition program personnel in the NSLP and SBP have the knowledge and skills to manage and operate the programs correctly and successfully. The final rule is available at: https://www.fns.usda.gov/school-meals/professional-standards. Advisory Group The LEA shall establish and the Respondent shall participate in the formation, establishment, and periodic meetings of the LEA advisory board composed of students, teachers, and parents to assist in menu planning (See 7 CFR 210.16(a)(8)). Emergency Closing The LEA shall notify the selected Respondent of any interruption in utility services of which it has knowledge. The LEA shall also notify the selected Respondent of any delay in the beginning of the school day or the closing of schools due to snow or other emergency conditions. Civil Rights Assurance Statement The LEA hereby agrees that it will comply with: Title VI of the Civil Rights Act of 1964 (42 U.S.C. 2000d et seq.); Title IX of the Education Amendments of 1972 (20 U.S.C. 1681 et seq.); Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. 794); the Age Discrimination Act of 1975 (42 U.S.C. 6101 et seq.); Title II and Title III of the Americans with Disabilities Act (ADA) of 1990 as amended by the ADA Amendments Act of 2008 (42 U.S.C. 12131-12189); Executive Order 13166 “Improving Access to Services for Persons with Limited English Proficiency” (August 11, 2000); All provisions required by the implementing regulations of the Department of Agriculture (USDA) (7 CFR Part 15 et seq.); Department of Justice Enforcement Guidelines (28 CFR Parts 35, 42, and 50.3); Food and Nutrition (FNS) directives and guidelines to the effect that, no person shall, on the grounds of race, color, national origin, sex, age, or disability, be excluded from participation in, be denied the benefits of, or otherwise be subject to discrimination under any program or activity for which the Program applicant receives federal financial assistance from USDA; and hereby gives assurance that it will immediately take measures necessary to effectuate this Agreement. The USDA non-discrimination statement that in accordance with federal civil rights law and USDA civil rights regulations and policies, the USDA, its agencies, offices, and employees, and institutions participating in or administering USDA programs are prohibited from discriminating on the basis of race, color, national origin, sex (including gender identity and sexual orientation), disability, age, or reprisal or retaliation for prior civil rights activity, in any program or activity conducted or funded by USDA (not all bases apply to all programs). This assurance is given in consideration of and for the purpose of obtaining any and all federal financial assistance, grants, and loans of federal funds, reimbursable expenditures, grant, or donation of federal property and interest in property, the detail of federal personnel, the sale https://www.fns.usda.gov/school-meals/professional-standards Lakeland Joint School District #272 FS-2024 RFP pg. 27 and lease of, and the permission to use federal property or interest in such property or the furnishing of services without consideration or at a nominal consideration, or in recognition of the public interest to be served by such sale, lease, or furnishing of services to the recipient or any improvements made with federal financial assistance extended to the Program applicant by USDA. This includes any federal agreement, arrangement, or other contract that has as one of its purposes the provision of cash assistance for the purchase of food, and cash assistance for the purchase or rental of food service equipment or any other financial assistance extended in reliance on the representations and agreements made in this assurance. By accepting this assurance, the LEA agrees to compile data, maintain records, and submit records and reports as required, to permit effective enforcement of nondiscrimination laws and permit authorized USDA personnel during hours of program operation to review and copy such records, books, and accounts, access such facilities and interview such personnel as needed to ascertain compliance with the nondiscrimination laws. If there are any violations of this assurance, the Department of Agriculture, FNS, shall have the right to seek judicial enforcement of this assurance. This assurance is binding on the LEA, its successors, transferees, and assignees as long as it receives assistance or retains possession of any assistance from USDA. The person or persons whose signatures appear below are authorized to sign this assurance on behalf of the LEA. Nondiscrimination Statement In accordance with federal civil rights 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 (including gender identity and sexual orientation), disability, age, or reprisal or retaliation for prior civil rights activity. Program information may be made available in languages other than English. Persons with disabilities who require alternative means of communication to obtain program information (e.g., Braille, large print, audiotape, American Sign Language), should contact the responsible state or local agency that administers the program or USDA’s TARGET 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.usda.gov/sites/default/files/documents/USDA-OASCR%20PComplaint-Form- 0508-0002-508-11-28-17Fax2Mail.pdf, from any USDA office, by calling (866) 632-9992, 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: 1. mail: U.S. Department of Agriculture Office of the Assistant Secretary for Civil Rights 1400 Independence Avenue, SW https://www.usda.gov/sites/default/files/documents/USDA-OASCR%20PComplaint-Form-0508-0002-508-11-28-17Fax2Mail.pdf https://www.usda.gov/sites/default/files/documents/USDA-OASCR%20PComplaint-Form-0508-0002-508-11-28-17Fax2Mail.pdf Lakeland Joint School District #272 FS-2024 RFP pg. 28 Washington, D.C. 20250-9410; or 2. fax: (833) 256-1665 or (202) 690-7442; or 3. email: Program.Intake@usda.gov This institution is an equal opportunity provider. Contract With a Company Owned or Operated by the Government of China Prohibited A public entity in this state may not enter into a contract with a company to acquire or dispose of services, supplies, information technology, or construction unless the contract includes a written certification that the company is not currently owned or operated by the government of China and will not for the duration of the contract be owned or operated by the government of China. Lakeland Joint School District #272 FS-2024 RFP pg. 29 Evaluation of Proposals Proposals will be opened on the date and time specified in the Schedule of Events. During the evaluation process, the LEA may ask Respondents to clarify information in the proposals, but Respondents may not change their proposals. An error in the proposal may cause the LEA to reject that proposal; however, the LEA may, at its sole discretion, retain the proposal and make certain corrections. When determining if a correction will be made, the LEA will consider the conformance of the proposal to the format and content required by the RFP and that the Respondent's intent is established based on a review of the whole proposal. Based on that established intent, the LEA may choose to correct errors such as obvious grammatical or punctuation errors and arithmetic errors. The Master Copy of the proposal shall have priority over additional proposal copies. The LEA will open proposals to determine if they contain all the required information per this RFP. The LEA will evaluate qualifying proposals using the following criteria: Criteria Maximum Points Financial Pro Forma; Proposed amount of the management fee; Projected overall program financial results. 45 FSMC experience, ability, responsibility, and work record in the management of school food service programs. 30 21-Day Cycle Menu; Proposed program for middle and high school. 25 FSMC's proposed on-site supervisor. 25 Nutritional marketing, communication plan, and menu planning options. 20 Employee training and development plan. 20 Purchasing specification and purchasing power. 15 Corporate capability and experience as measured by performance record, years in the industry, relevant experience, number of LEAs served, client retention and satisfaction, and references. 10 FSMC's accounting and reporting system. 10 Total Points 200 Each member of the LEA evaluation team will score and rank selected proposals by assigning points between zero and the maximum points to each proposal criterion; points from each team member will be combined for a final score. The evaluation team will consist of six members representing experience in finance, food service administration, district administration, and procurement. Following the review and analysis of all responsive proposals, the LEA will make a recommendation to their Board of Trustees at its regularly scheduled meeting. Lakeland Joint School District #272 FS-2024 RFP pg. 30 Attachment A: Cover Letter and Certification I, the official named below, certify that I am duly authorized to legally bind the Respondent to the clause(s) listed below. Respondent Name (Printed) Corporate Address of Record Federal Tax Identification Number Dun and Bradstreet Number (DUNS) Telephone Number By (Authorized Signature of Person with Authority to Obligate the Respondent Contractually) (Date) Printed Name & Title of Authorized Signatory Identify the name of the person authorized to negotiate the Contract on behalf of the Respondent Designated Negotiator Telephone Number______________________________________________________________ Designated Negotiator Email Address Respondent understands and accepts the requirements of this RFP. Respondent acknowledges receipt of any and all addenda to this RFP. All addenda will be posted on the Lakeland Joint School District’s webpage at: https://www.sd272.org/financials/bids-rfps. Respondents who provide their name and email address to the LEA of their intent to respond to this RFP will also be notified by email of all addenda. https://www.sd272.org/financials/bids-rfps Lakeland Joint School District #272 FS-2024 RFP pg. 31 Attachment B: Attachments Checklist Respondent Company Name Please complete this checklist to confirm that the items listed below have been included in your proposal. Place a checkmark or “x” next to each item submitted to the LEA. For your proposal to be considered all required attachments must be returned, including this checklist. Submit one copy of your proposal in a sealed package marked clearly with the note: “RFP--School Food Service” with the date and time for opening. Attachment Attachment Name 1 Cover Letter 2 Table of Contents 3 Attachments Checklist 4 Minimum Qualifications 5 Proposal Questionnaire 6 Respondent References 7 Financial Pro Forma 8 21-Day Cycle Menu 9 Certifications 10 Environmental and Sourcing Questions and Considerations 11 Bid Security and Performance Bond Lakeland Joint School District #272 FS-2024 RFP pg. 32 Attachment C: Minimum Qualifications A Respondent must meet all of the following minimum qualifications to the LEA’s satisfaction to be given further consideration. Failure to satisfy any of the minimum qualifications may result in the immediate rejection of the proposal. As of January 1, 2024, both the Respondent’s company and its key personnel must meet all of the following minimum qualifications: Yes No Qualification The Respondent has at least five years of experience with food service programs. The Respondent has the resources and ability to provide 325,000 meals per fiscal year. The Respondent has knowledge and experience with the School Breakfast Program, National School Lunch Program, Summer Food Service Program, and the Fresh Fruit and Vegetable Program. The Respondent has professional references that demonstrate and evidence the ability to perform the required services. The Respondent meets all criteria required to do business in the state of Idaho. The Respondent must ensure that the FSMC director has the knowledge and skills to supply safe and nutritious meals that meet the meal requirements and adhere to USDA Professional Standards regulations. The Respondent’s director must coordinate with the LEA to ensure that the FSMC employees providing services for the school meal programs have the required annual training. Lakeland Joint School District #272 FS-2024 RFP pg. 33 Attachment D: Proposal Questionnaire This proposal questionnaire is intended to provide the LEA with specific information concerning the Respondent’s capability to provide services as described in the RFP. Please be as concise as possible and limit your responses to no more than two pages per question, unless instructed otherwise. Type each question in the same order as listed in the questionnaire. The LEA is not interested in receiving marketing material, unrelated reports, or other extraneous information. 1. Provide a general description of your company’s qualifications and experience relevant to the minimum qualifications in Attachment C, along with any necessary substantiating information. Limit your responses to information about your company’s capabilities. 2. Provide a statement indicating the year your company was founded; what the primary business(es) of the company is(are); the length of time the company has been providing food service management services (consulting, food purchase, etc.) and related services as described in this RFP. In addition, provide the duration and extent of experience the company has with similar LEA food management services. 3. Provide a general description of how your company will be able to provide the experience, ability, and financial standing necessary to meet the requirements outlined in this RFP. 4. Provide a complete list of LEAs that have discontinued or terminated your company’s services in the last three years and the reason(s) why. 5. Provide a complete balance sheet or annual report (verified by a certified public accountant) for the last three years of operation. 6. Describe promotional and marketing materials you will use to attract students to the program. 7. Provide a recommended transition plan that describes the steps the Respondent will take to begin providing the services described in this RFP. 8. Provide a descriptive narrative of the services provided in each of the following areas. a. Resume of proposed On-Site Director – limited to 2 pages b. Describe complete accounting procedures for internal accounting programs i. Inventory controls ii. Accounting controls iii. Method of recording, checking, and reporting sales and meals iv. Internal audit v. Internal control of cash management vi. Identify proposed accounting periods vii. All regular accounting forms used with detailed explanations of their significance c. Community involvement and communications plan – limited to 2 pages Lakeland Joint School District #272 FS-2024 RFP pg. 34 d. Depth of management and support resources – limited to 2 pages e. Nutritional and Wellness awareness programs – limited to 2 pages f. Documenting program compliance including record sharing and retention – limited to 2 pages 9. The FSMC shall provide a detailed plan of food service program risk management. 10. The FSMC shall provide a detailed plan of Hazard Analysis Critical Control Point (HACCP) practices. 11. Describe the basis for computing meal equivalents. The basis for computing meal equivalency shall comply with federal and state of Idaho regulations. 12. Describe how the FSMC will achieve the lowest possible prices for LEA purchases. Include example prices and comparisons. Lakeland Joint School District #272 FS-2024 RFP pg. 35 Attachment E: Respondent References List three references to which the Respondent has provided food service management services within the past two years (s). Failure to complete and return this Attachment will cause your proposal to be rejected. Reference 1 Name of Reference Street Address City State Zip Brief Description of Services Provided Dates of Service Reference 2 Name of Reference Street Address City State Zip Brief Description of Services Provided Dates of Service Reference 3 Name of Reference Street Address City State Zip Brief Description of Services Provided Dates of Service Lakeland Joint School District #272 FS-2024 RFP pg. 36 Attachment F: Financial Pro Forma Dollars CPM* Resources Local Sales Reimbursements State Federal Commodities USDA Commodity Value Total Resources Requirements Food Costs Food Costs (include value of worker meals) USDA Commodity Value Commodity Freight/Storage Costs Total Food Costs Labor Costs Hourly Wages Hourly Taxes and Benefits Hourly Other (explain) Total Labor Costs Non-Food Expenses Office Mileage (in-district) Insurance/Bonding Expenses Non-Food Supplies (paper/janitorial, etc.) Equipment Repairs/Replacement Satellite Transportation Cost Other: Other: Other: Total Non-Food Costs Contract Services FSMC's Supervisory Cost FSMC's Management Fee FSMC's General and Administrative Total Contract Services Total Requirements Net Gain/(Loss) to LEA *CPM = Cost Per Meal, include Program lunches, breakfasts, snacks, and equivalent meals in calculations. Lakeland Joint School District #272 FS-2024 RFP pg. 37 Attachment G: FSMC’s Administrative and Management Fees General and Administrative Charges: Please detail the amount and basis for any general and administrative fees and/or costs that will be charged to the LEA during the contract. Year 1 Basis Please detail the amount of general and administrative costs which are projected if the contract is renewed in: Year 2 Year 3 Year 4 Year 5 Management Fee: Please detail the amount of the management fee that will be charged on the Pro Forma meals. Please also explain the amount and basis for any incentive fees and the extent to which they will change if the contract is renewed. Meals/Sales Fee Meals Lunch: Breakfast: Equivalent: Management per Meal Fee On Fee Meals: Please detail the management per meal fee that will be charged if the contract is renewed in: Year 2 Year 3 Year 4 Year 5 Lakeland Joint School District #272 FS-2024 RFP pg. 38 Attachment H: Sample “21-Day Cycle Menu Template” Lunch & Breakfast All Respondents are to develop 21-Day Cycle Menus and specifications for Elementary (K-5), Middle School (6-8), and High School (9-12) lunch and breakfast using this template in their response to this RFP. Menus must include a minimum of two (2) options at the Elementary level and three (3) options at the Secondary level with a salad bar (or fruit and veggie bar) at all locations. Food products that will be served via the menu must be identified using specifications like grading, weight, item labels, nutritional qualities, etc. For Day 1 to Day 5, representing one 5-day week of each menu, the Respondent must complete a Weekly Summary and a Simplified Nutritional Assessment for breakfast and lunch using the provided templates. LEA will review the menus for quality, student appeal, and compliance with USDA meal pattern requirements for NSLP (7 CFR 210.10) and SBA (7 CFR 220.8). Vendor shall adhere to their proposed menu for the first 21 days of service during the 2024- 2025 school year, and subsequent menus and meals should be similar in type, and the number of offerings for the remainder of the school year. Day 1 Day 2 Day 3 Day 4 Day 5 BREAKFAST: BREAKFAST: BREAKFAST: BREAKFAST: BREAKFAST: LUNCH: LUNCH: LUNCH: LUNCH: LUNCH: Day 6 Day 7 Day 8 Day 9 Day 10 BREAKFAST: BREAKFAST: BREAKFAST: BREAKFAST: BREAKFAST: LUNCH: LUNCH: LUNCH: LUNCH: LUNCH: Day 11 Day 12 Day 13 Day 14 Day 15 BREAKFAST: BREAKFAST: BREAKFAST: BREAKFAST: BREAKFAST: LUNCH: LUNCH: LUNCH: LUNCH: LUNCH: Day 16 Day 17 Day 18 Day 19 Day 20 BREAKFAST: BREAKFAST: BREAKFAST: BREAKFAST: BREAKFAST: LUNCH: LUNCH: LUNCH: LUNCH: LUNCH: Day 21 BREAKFAST: LUNCH: Lakeland Joint School District #272 FS-2024 RFP pg. 39 Weekly Summary (Menu, Grade Level) Food Component Day 1 Day 2 Day 3 Day 4 Day 5 Weekly Total Fruit (cups) Fresh Canned Juice Vegetable (cups) Dark Green Red/Orange Beans/Peas Starchy Other Veg. Juice Meat/Meat Alt (oz eq) Grain (oz eq) Percentage Whole Grain Rich Grain Based Dessert (oz eq) Fluid Milk (cups, variety - flavor) Simplified Nutrition Assessment Daily Amount and Daily Average Based on 5-Day Week (Menu, Grade Level) Day 1 Day 2 Day 3 Day 4 Day 5 Daily Average (5-Day Week) Calories/Serving (kcal) Saturated Fat (% of calories) Sodium (mg) Lakeland Joint School District #272 FS-2024 RFP pg. 40 Attachment I: Suspension and Debarment Certification NOTE: This certificate must be completed for all new and renewal contract years when the contract equals or exceeds $25,000. Certification Regarding Debarment and Suspension and Other Responsibility Matters -Primary Covered Transactions The prospective primary participant certifies to the best of its knowledge and belief that it and its principals: Are not presently debarred, suspended, proposed for disbarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; Have not within a three-year period preceding this application been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; a. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and b. Have not within a three-year period preceding this application had one or more public transactions (Federal, State, or local) terminated for cause or default. 2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective primary participant shall attach an explanation to this proposal. Business Name Name(s) and Title(s) of Authorized Representative(s) Signature(s) (Date) Lakeland Joint School District #272 FS-2024 RFP pg. 41 Attachment J: Certificate of Independent Price Determination Both the Local Educational Agency (LEA) and Food Service Management Company (Respondent) shall execute this Certificate of Independent Price Determination. Name of Food Service Management Company Name of Local Education Agency A. By submission of this offer, the Respondent certifies, and in the case of a joint offer, each party thereto certifies as to its own organization, that in connection with this procurement: a. The prices in this offer have been arrived at independently, without consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other respondent or with any competitor; b. Unless otherwise required by law, the prices which have been quoted in this offer have not been knowingly disclosed by the Respondent and will not knowingly be disclosed by the Respondent prior to opening in the case of an advertised procurement or prior to award in the case of a negotiated procurement, directly or indirectly to any other respondent or to any competitor; and c. No attempt has been made or will be made by the Respondent to induce any person or firm to submit or not to submit, an offer for the purpose of restricting competition. B. Each person signing this offer on behalf of the Respondent certifies that: a. He or she is the person in the Respondent's organization responsible within the organization for the decision as to the prices being offered herein and has not participated, and will not participate, in any action contrary to(A)(1) through (A)(3) above; or b. He or she is not the person in other Respondent'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 decision in certifying that such persons have not participated and will not participate, in any action contrary to (A)(1) through (A)(3) above, and as their agent does hereby so certify; and he or she has not participated, and will not participate, in any action contrary to (A)(1) through (A)(3)above. To the best of my knowledge, this Food Service Management Company (FSMC), its affiliates, subsidiaries, officers, directors, and employees are not currently under investigation by any governmental 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 FSMC Authorized Representative Title Date In accepting this offer, the LEA certifies that no representative of the LEA has taken any action that may have jeopardized the independence of the offer referred to above. Signature of LEA Authorized Representative Title Date Lakeland Joint School District #272 FS-2024 RFP pg. 42 Attachment K: Certification Regarding Lobbying Disclosure of Lobbying Activities Submission of this certification is a prerequisite for making or entering into this transaction and is imposed by 31 U.S.C. §1352. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of a Federal contract, the making of a Federal grant, the making of a Federal loan, the entering into a cooperative agreement, and the extension, continuation, renewal, amendment, or modification of a 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 officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal grant or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all covered sub-awards exceeding $100,000 in Federal funds at all appropriate tiers and that all sub-recipients shall certify and disclose accordingly. Name/Address of Organization Name/Title of Submitting Official Signature Date Lakeland Joint School District #272 FS-2024 RFP pg. 43 Appendix 1: Site Tour Respondents are strongly encouraged to attend the scheduled site tour, as it is their only opportunity to visit the sites. Information provided as a result of questions at the meeting will be distributed as addenda. Attendance at proposal meetings and site tours shall be limited to two (2) outside representatives from each Respondent. Respondents may ask questions during the tour, but must also submit questions in writing after the tour. • Prospective Respondents may not contact any community groups or individuals, sites, or employees outside of the scheduled visit. • The LEA requests that Respondents do not take pictures during the tour, as the LEA has not obtained releases from parents, students, and employees. TOUR SCHEDULE Friday, March 29, 2024 The tour begins at 8:30 a.m. Starting at: Lakeland Joint School District - District Office 15506 N. Washington St. Rathdrum, ID 83858 The LEA, in advance, thanks all Respondents for abiding by our request to keep the disruption caused by the visit to a minimum. Lakeland Joint School District #272 FS-2024 RFP pg. 44 Appendix 2: Enrollment as of November 27, 2023 School Name Grade Nov. 27, 2023 Athol Elementary K 44 1 40 2 58 3 45 4 55 5 55 BUILDING TOTAL 297 School Name Grade Nov. 27, 2023 Betty Kiefer Elementary K 52 1 63 2 68 3 58 4 71 5 79 BUILDING TOTAL 391 School Name Grade Nov. 27, 2023 Garwood Elementary K 55 1 67 2 68 3 59 4 78 5 75 BUILDING TOTAL 402 Lakeland Joint School District #272 FS-2024 RFP pg. 45 School Name Grade Nov. 27, 2023 John Brown Elementary K 44 1 62 2 48 3 63 4 73 5 52 BUILDING TOTAL 342 School Name Grade Nov. 27, 2023 Spirit Lake Elementary K 36 1 53 2 41 3 47 4 55 5 60 BUILDING TOTAL 292 School Name Grade Nov. 27, 2023 Twin Lakes Elementary Pre-K 32 K 33 1 41 2 38 3 44 4 45 5 44 BUILDING TOTAL 277 School Name Grade Nov. 27, 2023 Lakeland Middle 6 182 7 236 8 204 BUILDING TOTAL 622 Lakeland Joint School District #272 FS-2024 RFP pg. 46 School Name Grade Nov. 27, 2023 Timberlake Middle 6 107 7 117 8 123 BUILDING TOTAL 347 School Name Grade Nov. 27, 2023 Lakeland High 9 225 10 225 11 240 12 205 BUILDING TOTAL 895 School Name Grade Nov. 27, 2023 Timberlake High 9 125 10 151 11 154 12 123 BUILDING TOTAL 553 School Name Grade Nov. 27, 2023 Mountain View 7 1 8 9 9 20 10 34 11 57 12 55 BUILDING TOTAL 176 Lakeland Joint School District #272 FS-2024 RFP pg. 47 Appendix 3: Food Service Staffing Table School Name Position Daily Hours Scheduled Days* Hourly Rate** Athol Elementary Lead 5.75 176 $ 16.24 Athol Elementary Driver/Server 3.00 175 $ 16.42 Betty Kiefer Elementary Lead 5.75 176 $ 15.00 Betty Kiefer Elementary FSW 4.00 175 $ 14.39 Garwood Elementary Lead 5.75 176 $ 15.00 Garwood Elementary FSW 4.00 175 $ 14.39 John Brown Elementary Lead 5.90 176 $ 15.00 John Brown Elementary FSW 4.00 175 $ 14.00 Spirit Lake Elementary Lead 5.75 176 $ 15.00 Spirit Lake Elementary FSW 4.00 175 $ 14.00 Twin Lakes Elementary Lead 5.75 176 $ 15.57 Twin Lakes Elementary FSW 3.50 175 $ 14.37 Lakeland Middle Secondary Lead 7.75 176 $ 17.21 Lakeland Middle FSW 5.50 175 $ 14.39 Lakeland Middle Alacarte 4.25 175 $ 14.00 Timberlake Middle Secondary Lead 8.00 176 $ 16.51 Timberlake Middle Driver/Server 3.00 175 $ 17.45 Timberlake Middle Alacarte 4.00 175 $ 14.00 Lakeland High Secondary Lead 8.00 176 $ 16.45 Lakeland High Cashier 2 5.00 175 $ 14.00 Lakeland High Alacarte 4.00 175 $ 14.00 Timberlake High Secondary Lead 8.00 176 $ 18.19 Timberlake High Ala Carte 4.00 175 $ 14.00 Timberlake High Assistant Cook 5.00 175 $ 14.87 Base Kitchen Production Manager 8.00 182 $ 20.51 Base Kitchen Cook 8.00 177 $ 20.00 Base Kitchen Prep 8.00 177 $ 16.20 Base Kitchen Prep 5.75 177 $ 15.00 Base Kitchen Driver/Serve TLHS 5.00 177 $ 17.45 Base Kitchen Driver/Server AE 5.00 177 $ 16.42 Base Kitchen Dishwasher 4.00 175 $ 14.00 Base Kitchen Dishwasher 4.00 175 $ 14.39 Base Kitchen Dishwasher 4.00 175 $ 14.00 Base Kitchen Admin 8.00 186 $ 19.73 Lakeland Middle Summer 8.00 15 $ 17.33 * = Includes training, start-up/prep days, registration for leads ** = Houlry Rate does not include taxes or benefits Lakeland Joint School District #272 FS-2024 RFP pg. 48 Appendix 4: NSLP Reimbursement Rates Rate Year: July 1, 2023 to June 30, 2024 Federal Reimbursement Rates National School Lunch Program School Breakfast Program 60% or More Less Than 60% Severe Need Non-Severe Need Free 4.2700 4.2500 Free 2.7300 2.2800 Reduced 3.8700 3.8500 Reduced 2.4300 1.9800 Paid 0.4200 0.4000 Paid 0.3800 0.3800 After School Meal Supplements Special Milk Program Area Eligible Regular Paid 0.2625 Free 1.1700 1.1700 Reduced N/A 0.5800 Paid N/A 0.1000 Federal Performance-Based Reimbursement Rates July 0.0800 November 0.0800 March 0.0800 August 0.0800 December 0.0800 April 0.0800 September 0.0800 January 0.0800 May 0.0800 October 0.0800 February 0.0800 June 0.0800 Lakeland Joint School District #272 FS-2024 RFP pg. 49 Appendix 5: 2023-2024 School Year Meal Prices District Wide Breakfast Lunch Elementary Paid $ 2.00 $ 3.50 Secondary Paid $ 2.25 $ 3.75 Reduced $ 0.30 $ 0.40 Adults $ 3.00 $ 5.00 Milk $ 0.75 $ 0.75 Lakeland Joint School District #272 FS-2024 RFP pg. 50 Appendix 6: Serving Times School Breakfast Lunch Athol Elementary 8:35 - 8:55 11:30 - 12:50 Betty Kiefer Elementary 8:45 - 9:00 11:10 - 1:10 Garwood Elementary 8:45 - 9:00 11:00 - 1:00 John Brown Elementary 8:35 - 8:55 11:05 - 1:05 Spirit Lake Elementary 8:30 - 9:00 11:10 - 12:55 Twin Lakes Elementary** 8:40 - 9:00 11:05 - 1:00 Lakeland Middle School 7:25 - 7:45 10:47 - 1:03 Timberlake Middle School 7:10 - 7:35 10:58 - 1:00 Lakeland High School 7:00 - 7:30 11:40 - 12:10 Timberlake High School 7:00 - 7:30 10:40 - 11:10 Mountain View 7:25 - 7:45 11:50 - 12:20

15506 N. Washington St. Rathdrum Idaho 83858Location

Address: 15506 N. Washington St. Rathdrum Idaho 83858

Country : United StatesState : Idaho

You may also like

CUSD Food Service Management Company

Due: 24 May, 2024 (in 19 days)Agency: Chester Upland School District

Food Service Management Company

Due: 30 Jun, 2024 (in 1 month)Agency: Haddonfield Public Schools

Request for Food Service Management Proposal

Due: 05 Jun, 2024 (in 1 month)Agency: Inspire Charter Academy

Please Sign In to see more like these.

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