this bid package (contract documents) is for: …...10. vendor questionnaire (* return with bid) 37...

50
Norwalk-La Mirada Unified School District 1 Frozen Products, Bid No. 201819-20 May 2019 NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT 12820 PIONEER BOULEVARD, NORWALK, CA 90650 (562) 210-2000 x2047 / (562) 863-9651 FAX THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: FROZEN PRODUCTS BID NO. 201819-20

Upload: others

Post on 05-Jul-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 1 Frozen Products, Bid No. 201819-20 May 2019

NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT 12820 PIONEER BOULEVARD, NORWALK, CA 90650

(562) 210-2000 x2047 / (562) 863-9651 FAX

THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR:

FROZEN PRODUCTS

BID NO. 201819-20

Page 2: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 2 Frozen Products, Bid No. 201819-20 May 2019

THIS PAGE INTENTIONALLY LEFT BLANK FOR PRINTING PURPOSES

Page 3: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 3 Frozen Products, Bid No. 201819-20 May 2019

NOTICE TO VENDOR’S CALLING FOR BIDS

Notice is hereby given that the

NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT

of Los Angeles County, California, acting by and through its Governing Board, hereinafter referred to as the District, will receive up to, but not later than 11:00 a.m. of the 6th day of June, 2019, sealed bids for:

BREAD PRODUCTS, BID NO. 201819-19

FROZEN PRODUCTS, BID NO. 201819-20 GROCERY PRODUCTS, BID NO. 201819-21

MILK, DAIRY, JUICE & ICE CREAM PRODUCTS, BID NO. 201819-22 PAPER PRODUCTS, BID NO. 201819-23

All bids shall be made and presented only on the forms supplied by the District, unless stated otherwise in the bid documents. Bids are to be submitted in a sealed clearly marked envelope, identifying the bid number, and turned into the Purchasing Department of the:

NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT

ATTN: CINDY JIMENEZ 12820 PIONEER BOULEVARD

NORWALK, CA 90650-2894

It is each bidder’s sole responsibility to ensure its submission is timely delivered and received at the location designated as specified above. Any bids received after the time specified above or after any extensions due to material changes shall be returned unopened.

BID DOCUMENTS are available as of this notice (as a download) at the following website: www.nlmusd.org/apps/pages/index.jsp?uREC_ID=342350&type=d&pREC_ID=749485. Vendors will be responsible for reproducing all documents related to this bid.

Each bid must conform and be responsive to the bid documents as defined in the General Terms and Conditions, Special Conditions and/or Specifications.

No bidder may withdraw his bid for a period of Sixty (60) days after the date set for the opening of submissions.

The District reserves the right to reject any and all bids or to waive irregularities in any bid.

Dated: May 1, 2019

Norwalk, California /s/_____________________________ Cindy Jimenez Director of Purchasing & Warehouse

Publish: May 7, 2019 May 14, 2019

Page 4: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 4 Frozen Products, Bid No. 201819-20 May 2019

THIS PAGE INTENTIONALLY LEFT BLANK FOR PRINTING PURPOSES

Page 5: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 5 Frozen Products, Bid No. 201819-20 May 2019

INDEX OF BID DOCUMENTS

For

FROZEN PRODUCTS

BID NO. 201819-20 Page

1. Legal Notice – Notice to Vendor’s Calling for Bids 3

2. Index of Bid Documents 5

3. General Terms and Conditions 7 – 11

Sanitation Process (NOTE: *Return Company Procedure w/Bid) 9

Product Recall Program (NOTE: *Return Co. Procedure w/Bid) 9

4. Special Conditions and Specifications 13 – 14

5. Bid Form (*Return with Bid) 15

6. Bid Spreadsheet (*Return with Bid) 17 – 30

7. Non-Collusion Declaration (*Return with Bid) 31

8. Certificate Regarding Workers Compensation (*Return with Bid) 33

9. Reference Information (*Return with Bid) 35

10. Vendor Questionnaire (*Return with Bid) 37 – 38

11. Suspension and Debarment Certification (*Return with Bid) 39 – 43

12. Vendors Certification Regarding Background Checks (*Return with Bid) 45 – 46

13. Conduct Rules for Vendors (*Return with Bid) 47

14. Insurance Documents & Endorsement 49 – 50

Page 6: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 6 Frozen Products, Bid No. 201819-20 May 2019

THIS PAGE INTENTIONALLY LEFT BLANK FOR PRINTING PURPOSES

Page 7: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 7 Frozen Products, Bid No. 201819-20 May 2019

NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT

FROZEN PRODUCTS BID NO. 201819-20

GENERAL TERMS AND CONDITIONS

1. Preparation of Bid Form. The District invites bids on the forms attached to be submitted at such time and place as is stated in the Notice to Vendor’s Calling For Bids. All blanks in the bid form must be appropriately filled in. All bids shall be submitted in sealed envelopes bearing on the outside the name of the bidder, his address, the name of the product and the bid number for which the bid is being submitted. It is the sole responsibility of the bidder to see that their bid is received in proper time (and place). Any bid received after the scheduled closing time for receipt of bids will be returned to the bidder unopened.

2. Bid Signature. All bids must show the firm name and must be signed, in blue ink, by a responsible officer or employee fully authorized to bind the organization to the terms and conditions herein. Obligations assumed by such signature must be fulfilled.

3. Erasures. The bid submitted must not contain any erasures, interlineations, or other corrections unless each such correction is suitably authenticated by affixing in the margin immediately opposite the correction the surname or surnames of the persons signing the bid. Verify your bid before submission as they cannot be withdrawn or corrected after being opened or withdrawn once the specified time period has elapsed.

4. Request for Information (RFI). All inquiries concerning the scope of service and/or the contract documents for Bid No. 201819-20 should be submitted in writing, on or before 4:00 p.m. on the 21st day of May, 2019, and sent via email to the attention:

Norwalk-La Mirada Unified School District Purchasing Department Attention: Cindy Jimenez, Director of Purchasing & Warehouse Email: [email protected] Subject Line: Frozen Products, Bid No. 201819-20: RFI

Reponses to RFI(s) will be sent to all Vendors known to have received the Contract Documents, and will be posted on the District Purchasing Department website: www.nlmusd.org/apps/pages/index.jsp?uREC_ID=342350&type=d&pREC_ID=749485, thereafter. RFI’s received after the deadline specified above will not be responded to.

5. Withdrawal of Bids. Any bidder may withdraw their bid either personally by written request, or by telegraphic request confirmed in the manner specified above at any time prior to the scheduled closing time for the receipt of bids.

6. Line Items. If you are not bidding on a specific line item, please mark “NO BID” in the space provided.

7. Sales Tax. Do not include California State Sales or Use Taxes in unit prices. This tax will be added and paid for by the District. Do not include or add Federal Excise Tax, as the District is exempt.

Page 8: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 8 Frozen Products, Bid No. 201819-20 May 2019

8. Substitutions. Certain specifications are set forth herein for the purpose of establishing standards, and are not intended to preclude any vendor from bidding who can substantially meet these specifications. Vendors may propose paper products equal to those specified herein, but each deviation from the specification must be clearly identified as such (vendor must indicate brand if none noted). At a minimum, descriptive technical literature fully describing the claimed “or equal” product must be attached to the bid. Suitability and valuation of “equals” rest in the sole discretion of the Board of Education or their designees. If a bidder does not indicate that he is proposing an item other than that which is specified, it is understood that he is furnishing the item as specified. Shipment of unauthorized substitutions will be returned at the Vendor’s expense. Whenever in these specifications, any product is indicated or specified by the proprietary name or patent or by the name of a manufacturer, such specifications shall be deemed to be used for the purposes of facilitating description of the items desired, and shall be deemed to be followed by the words “or equal.”

9. Patents, etc. The vendor shall hold the Norwalk-La Mirada Unified School District, its officers, agents, and employees harmless and free from liability of any nature or kind on account of use (by manufacturer, publisher, or author) of any copyrighted or non-copyrighted composition, secret process, patented invention, article or appliance furnished or used under this bid.

10. Award of Bid. This is NOT an “All or None” bid. The award will be per line item, with the possibility of multiple vendors receiving awards (as it relates to each line item).

The District further reserves the right to act as sole judge as to the merit and quality of materials and/or equipment proposed and its compliance to the specifications and to not necessarily accept the lowest bid of any offered if not meeting specifications.

The District reserves the right to reject any or all bids, or to waive any irregularities or informalities in any bids or in the bidding.

Bids are subject to acceptance at any time within Sixty (60) days after opening of same unless otherwise stipulated.

11. Term of Contract. Contract term is one (1) year. Subject to the provision Pursuant to Education Code, Sections 17596 and 81644, the Contract may be renewed annually, if mutually agreed upon in writing. In no event will this contract exceed a total of three (3) years.

12. Minimum or Maximum Quantities, Order Charges, or Limitation Upon Number of Orders. The District anticipates contract terms requirements for the supplies and commodities as listed in the quantities shown on the bid form. The District, however, does not guarantee orders in these amounts nor shall the District be required to limit its orders to only those figures. This is an indefinite-quantity bid. Bidders shall not specify minimum or maximum quantities or charges for specific order types. Unlimited orders within the term of the contract shall be allowed to the awarding District at prices quoted.

13. Failure to Fulfill Contract. Failure to furnish all items included in the Contract or to make substitutions shall constitute unsatisfactory service. The District may, at its sole discretion, annul and set aside the contract entered into with said vendor, either in whole or in part, and make and enter into a new contract for the same items in such manner as seems to the Board of Education to be in the best interest of the Norwalk-La Mirada Unified School District. Any failure for furnishing products and/or services by reason of the failure of the vendor, as above stated, shall be a liability against such vendor. The Board of Education reserves the right to cancel any products which the successful bidder may be unable to furnish because of economic conditions, governmental regulations or other similar causes beyond the control of the bidder provided satisfactory proof is furnished to the Board of Education, if requested.

Page 9: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 9 Frozen Products, Bid No. 201819-20 May 2019

14. Discontinuance of Service and/or Termination of Contract: The District may discontinue service, upon twenty-four (24) hour notice, for reason of unsatisfactory service which shall include, but not limited to, failure to furnish all items included in the contract and unsanitary conditions. Otherwise, either party may terminate the contract for any reason upon thirty (30) days written notice to the other party.

a. In the event service is discontinued or terminated for any reason, the District has the option to award the bid to the second selected vendor meeting all requirements of the bid.

15. Pricing. In the event that other suppliers establish lower approved prices for the products and/or services contained in this bid, the Vendor agrees to meet the lower approved prices for the products and/or services offered. Should the vendor sell, under the same terms and conditions, any items listed at the lower price during the period of this contract, the price shall be applicable to the School District. Failure to advise the School District, in writing, within ten (10) days of price reductions, may be cause for cancellation of any Contract. Quoted prices must include all delivery charges and surtaxes. No extra charges will be allowed.

16. Delivery. Delivery is F.O.B to listed sites (as identified). All delivery and freight charges are to be

included in the bid price. There are to be no charges for containers, packing, drayage or insurance. No separate charges will be approved. A list of delivery sites is included in the bid. Deliveries must be made within two (2) weeks of receiving order(s) from NLMUSD.

Any and all products delivered during the period covered by this proposal shall be only the exact manufacturer’s products and code numbers as requested by the District unless prior approval has been received to deliver alternate paper products. No product will be represented as being in conformance with the specification when such is not the case. The District preferences have been pre-determined in accordance with needs and pricing evaluations. The delivery person shall place these products in the assigned location at each school site and Central Kitchen as identified in the specifications. Packages and crates shall be so constructed as to insure safe and sanitary transportation to point of delivery. All items shall be delivered in such quantities as ordered by the Cafeteria Managers.

Deliveries are to be made at the specified times indicated herewith; or daily; or when otherwise specified by the Director of Nutrition Services or designated employee.

17. Sanitation. All products shall be produced and handled in accordance with the best sanitary practices.

Employees, equipment, and manufacturing plant shall meet State and County Health Department requirements to assure clean, sound and sanitary product and handles in accordance with the Hazard Analysis and Critical Control Point (HACCP).

a. A copy of Vendors HACCP PROCESS MUST BE SUBMITTED WITH THE BID.

b. A copy of the Vendor’s current (within 6 months) DEPARTMENT OF HEALTH FACILITIES INSPECTION DOCUMENTATION MUST BE SUBMITTED WITH BID.

18. Delivery Containers. Delivery containers must be clean, sturdy and free from debris. Cartons must

be constructed to insure safe and sanitary transportation and convenient storage.

Page 10: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 10 Frozen Products, Bid No. 201819-20 May 2019

19. Packaging. Packaging used for the District orders should be packaged in the same manner from Manufacturer. The District reserves the right to disapprove of any other type of packaging. Vendor shall provide satisfactory holding facilities, i.e. heavy corrugated cartons, Styrofoam containers, etc. Packaging material shall be of strength sufficient to prevent crushing of food.

20. Preparation and assembly. The vendor must take back and exchange, credit or refund, any and all product which is unsellable due to manufacturer product change or poor quality, which are not results of mishandling by the District, and products shall be held in areas that meet HACCP standards.

The Norwalk La Mirada Unified School District is a participant in the National School Lunch program and plans our menus as required by the USDA. Bidder must submit a complete nutrient analysis; and moreover, a sample of the product upon request. All items must meet the Dietary Guideline specification to be considered.

21. Investigation. The District may conduct investigations, as it deems necessary, to determine the bidder’s ability to provide products as listed. The bidder shall furnish to the District all such information and data for this purpose, upon request.

22. Suspension and Debarment Certification. The Vendor will be required to complete the Suspension and Debarment Certification U.S. Department of Agriculture form enclosed and submit with bid, as well as any renewal(s) offered on a yearly basis [not to exceed three (3) years]. Review the Debarment Instruction for Certification and Certification and Disclosure Statement herewith and submit with bid.

23. Safety and Security. It shall be the responsibility of the Vendor to ascertain from the District the rules and regulations pertaining to safety, security and driving on school grounds, particularly when children are present. Any unusual conditions noted by drivers such as gates or doors found unlocked and/or open, evidence of vandalism, etc., must be reported to the District Security Officer at (562) 929-1677 or extension 2214 from a District telephone as soon as possible.

24. Insurances. The Vendor shall provide the required Certificates of Insurance to the District as indicated in the specifications, with their bid.

25. Hold Harmless. The Vendor shall defend, indemnify and hold harmless the District, the Board of

Education, their officers, agents, independent contractors, and employees from all liabilities, claims, actions, liens, judgments, demands, damages, losses, costs or expenses of any kind arising from death, personal injury, property damage or other cause based or asserted upon any act, omission, or breach connected with or arising out of the occupancy, use, service, operations, or performance under the terms of this contract, resulting in whole or in part from the negligent acts or omissions of the vendor, employee, agent, or representative of vendor and/or subcontractor. As part of this indemnity, Vendor shall protect and defend, at its own expense, District, the Board of Education, their officers, agents, independent contractors and employees from any legal action including attorney fees or other proceeding based upon such act, omission, or breach.

26. Non-Collusion Statement. The Vendor hereby certifies (herewith) that this bid is genuine and not a sham or collusive or made in the interest or behalf of any person not herein named, and that the Vendor has not directly, induced or solicited any other bidder to put in a sham bid, or any other person, firm, or corporation to refrain from bidding, and the contractor has not in any manner sought by collusion to secure from himself an advantage over any other bidder.

27. Certificate Regarding Workers Compensation. In accordance with the provisions of Labor Code Section 3700, the successful bidder as the Contractor shall secure payment of compensation to all employees. The Contractor shall sign and file with the District the following certificate prior to providing under this contract: “I am aware of the provisions of Section 3700 of Labor Code, which requires every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract.” The form of such certificate is included as a part of the contract documents.

Page 11: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 11 Frozen Products, Bid No. 201819-20 May 2019

28. Piggyback Clause. For the term of the Contract and any mutually agreed extensions pursuant to this request for bid, at the option of the Vendor, other school districts in the Riverside, San Bernardino, Los Angeles, and Orange County may procure items off this proposal under the same terms and conditions stated in this proposal. Said school district public entities shall process their purchase orders and warrants directly to the successful Vendor upon agreement by the District and the Vendor (PCC 20118).

The Norwalk-La Mirada Unified School District waives its right to require such other districts and offices to draw their warrants in the favor of the District as provided in said Code sections. Acceptance or rejection of this clause will not affect the outcome of this bid.

29. Domestic Origin. Items of foreign origin must be so indicated, in accordance with the provisions of Chapter 226 of the 1933 Statutes of the State of California and California Public Contract Code Section 3410. Your signature to this document will be taken as your certification that all manufactured articles, processed foods, produce, materials and supplies so indicated have been made, grown or produced in the United States (as “economically feasible”) or its’ insular possessions from articles, materials, or supplies mined, grown, produced or manufactured as the case may be, in those areas.

Upon offer of award, Vendor will be required to provide certification of the food products. The vendor will use the following language when certifying food products as U.S. produced and processed products;

“I certify the following item(s)_______ are produced and processed in the U.S. and contain over 51% of its agricultural food components, by weight or volume, from the U.S.”

The “Buy American” provisions of Public Law (p.L.) 105-336 under the Richard B. Russell National School Lunch Act allows for an exception when the recipient agency “NLMUSD” determines that the following instances apply to non-domestic produced products:

a. Recipients have unusual or ethnic food preferences which can only be met through purchases of products not produced in the U.S.;

b. The product is not produced or manufactured in the U.S. in sufficient and reasonably available quantities of a satisfactory quality;

c. The cost of the U.S. produced food products is significantly higher than foreign products.

The District reserves the right to purchase non-domestic grown or manufactured food products if the cost of the U.S. produced item, that contains (51%) or more domestically grown commodities is significantly higher. For this Bid, the District has determined that any item cost that is ten percent (10%) or more in price than the non-domestic product is considered significantly higher.

The District reserves the right to purchase non-domestic grown or manufactured food products if the product is not produced or manufactured in the U.S. in sufficient and reasonable available quantities of a satisfactory quality.

Page 12: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 12 Frozen Products, Bid No. 201819-20 May 2019

THIS PAGE INTENTIONALLY LEFT BLANK FOR PRINTING PURPOSES

Page 13: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 13 Frozen Products, Bid No. 201819-20 May 2019

NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT

FROZEN PRODUCTS

BID NO. 201819-20

SPECIAL CONDITIONS AND SPECIFICATIONS

1. Term of Contract: The period for the Contract shall be from July 1, 2019 through June 30, 2020, inclusive, per Paragraph 11 of the General Terms and Conditions, which may be extended yearly by mutual agreement of the parties, not exceeding a three-year period.

July 1, 2019 will be the first effective date for products under Contract(s) awarded in response to this bid.

2. Assignment of Contract: The Vendor shall not assign in whole of any part of any payment due

or to become due hereunder without the consent of the Norwalk-La Mirada Unified School District, in writing.

3. Financial Responsibility: Upon request from the District, a bidder whose bid is under

consideration for award shall promptly submit satisfactory evidence of his financial responsibility and resources.

4. Bidder contact: During the bidding process, all vendors and/or vendors representatives shall

direct inquiries regarding this bid only to the Director of Purchasing & Warehouse, in writing, and email to the attention of Cindy Jimenez at [email protected], 96 hours prior to the bid due date and time, as stated in the “Notice to Vendor’s Calling For Bids.”

5. Delivered prices are to be quoted - no extra charges will be accepted. Price changes due to

production costs will be allowed at each renewal period, if mutually agreed upon, and in accordance with the May 15th Consumer Price Index (CPI) as established for the Los Angeles / Orange / Riverside Counties, and may be negotiated subject to existing market conditions. In the event of a general price decrease the District reserves the right to revoke the bid award unless the decrease is passed on to the District.

6. Quantities indicated are intended as estimation only and the District is not obligated to purchase

exact amounts shown. 7. Samples upon request, Vendors will be expected to submit samples to determine quality and

acceptability. Awards may not be made if requested samples are not supplied. 8. Orders will be placed weekly by the Nutrition Services Department and/or school site Cafeteria

Leads, directly to the successful bidder. 9. Deliveries: Orders are to be delivered to school site cafeteria’s, as requested, between 10:30 a.m.

and 1:30 p.m.

Central Kitchen: 12244 E. Rosecrans Ave., Norwalk, CA 90650 Norwalk High School: 11356 E. Leffingwell Rd., Norwalk, CA 90650 John Glenn High School: 13520 Shoemaker Ave., Norwalk, CA 90650 La Mirada High School: 13520 Adelfa Dr., La Mirada, CA 90638

Page 14: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 14 Frozen Products, Bid No. 201819-20 May 2019

10. Delivery Slip and Invoices: Delivery slip(s) will be furnished with each delivery in duplicate. One copy will be left at the food service location and the original retained by the Vendor, to submit with invoicing. Invoices and statements must be sent monthly and mailed to:

Norwalk-La Mirada Unified School Nutrition Services Department 12820 Pioneer Blvd.

Norwalk, CA 90650

11. Insurance Requirements:

Vendor shall take out, prior to commencing deliveries, and maintain, during the life of this contract, the following policies issued by insurance companies authorized to transact business in the State of California and which comply with all requirements of the Department of Insurance for the State of California:

a. Public Liability Insurance for injuries including accidental death, to any one person in an amount not less than $2,000,000 and subject to the same limit for each person on account of on accident, in an amount not less than $2,000,000 per occurrence and in the aggregate annually.

b. Property Damage Insurance in an amount not less than $2,000,000.

c. Insurance Covering Special Hazards for operating motor vehicles on District property shall be covered by rider or riders to the above-mentioned public liability insurance or property damage insurance policy or policies of insurance, or by special policies of insurance in an amount not less than $2,000,000.

d. Automobile liability insurance with minimum limits of $2,000,000 per occurrence.

e. Workers Compensation insurance for statutory limits, and Employers liability insurance with minimum limits of $1,000,000 per occurrence.

Such liability insurance policies shall name the District as the Certificate Holder and as an additional insured and shall agree to defend and indemnify the District against loss arising from operations performed under the contract. Vendor shall provide District with Certificates of Insurance for all categories of insurance as noted in sub-paragraphs a through e, and must be submitted to the District along with the Insurance Documents and Endorsements form include in the contract documents within five (5) calendar days of receipt of notification of award.

Page 15: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 15 Frozen Products, Bid No. 201819-20 May 2019

FIRM NAME: _______________________________________________________________ ADDRESS: _______________________________________________________________ _______________________________________________________________ TELEPHONE: (_______) ___________________ FAX: (________) ________________ E-MAIL ADDRESS: __________________________________________________________

BID FORM

FOR

FROZEN PRODUCTS

BID NO. 201819-20

Page 16: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 16 Frozen Products, Bid No. 201819-20 May 2019

THIS PAGE INTENTIONALLY LEFT BLANK FOR PRINTING PURPOSES

Page 17: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 17 Frozen Products, Bid No. 201819-20 May 2019

BID FORM

FROZEN PRODUCTS, BID NO. 201819-20

Frozen Products – Pricing

Line

Item

# Description

Manufacture

or Equal Pack Size Type Unit

Est.Usage

(Annually)

Meets USDA

Buy

American

Provision

Yes or No

Lead Time

(Must be

within

2-Weeks)

% mark

up

Super

Co-op

One (1)

Delivery Site

Cost

Four (4)

Delivery Sites

Cost

Net Off

Invoice

Fee for

Service (NOI)

Final Landed

USDA Price

to the

District

(Less Tax)

1 PILLOW PULL APARTS ARDELLAS 108/4.1 oz. Fzn CS 300

2 WG BEAN&CHS BURRITO

TRAD IW

ARIZONA

GOLD 54/5.75 oz. Fzn CS 625

3 WG EZ SPLIT BUTTERMLK

BISCUIT BAKERY CHEF 150/2.1 oz. Fzn CS 575

4 51% WG CHEESE

STUFFED STICKS

BEACON

STREET 200/2.1 oz. Fzn CS 302

5 TURKEY TACO NADA IW BELL TASTY 60/5 oz. Fzn CS 600

6 TURKEY PIZZA NADA IW BELL TASTY 60/4 oz. Fzn CS 400

7 WG PRESLICE CHEESE

WEDGE BELLA ROSA 45/4.9 oz. Fzn CS 130

8 WG PRESLICE PEPP

WEDGE BELLA ROSA 45/4.9 oz. Fzn CS 345

9 PRIMO 16" WG PRE-SL4

CHS PIZZA BIG DADDY'S 72/5.18 oz. Fzn CS 150

Page 18: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 18 Frozen Products, Bid No. 201819-20 May 2019

Frozen Products - Pricing

Line

Item

# Description

Manufacture

or Equal Pack Size Type Unit

Est.Usage

(Annually)

Meets USDA

Buy

American

Provision

Yes or No

Lead Time

(Must be

within

2-Weeks)

% mark

up

Super

Co-op

One (1)

Delivery Site

Cost

Four (4)

Delivery Sites

Cost

Net Off

Invoice

Fee for

Service

Final Landed

USDA Price

to the

District

(Less Tax)

10 PRIMO 16" WG PEPR

PIZZA PRE-SL BIG DADDY'S 72/5.18 oz. Fzn CS 300

11 7" WG PEPP MOZZ STFFD

PZZ BOSCOS 72 CT Fzn CS 550

12 WG RF CHOC/CHIP CKIE

DGH BUENA VISTA 216/1 oz. Fzn CS 820

13 STRAWBERRY PANCAKE

BOWL/OR OTHER FLAVOR BUENA VISTA 72/3.8 oz. Fzn CS 200

14 WG COFFEE CAKE IW BUENA VISTA 72/4 oz. Fzn CS 100

15 WG RF CHOCHIP COOKIE

IW BUENA VISTA 120/1.5 oz. Fzn CS 100

16 CHICKEN SHREDS COMIDA

VIDA 5/6.7# Fzn BAG 100

17 BEEF SHREDS COMIDA

VIDA 5/7.2# Fzn BAG 50

18 WG DOUBLE CHOCOLATE

MUFFIN IW DAVES 60/3.1 oz. Fzn CS 3000

19 BREAKFAST MUFFIN MINI

BANANA DAVES 90/1.9 oz. Fzn CS 200

Page 19: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 19 Frozen Products, Bid No. 201819-20 May 2019

Frozen Products – Pricing Sheets Vendor Name:

Line

Item

# Description

Manufacture or

Equal Pack Size Type Unit

Est.Usage

(Annually)

Meets USDA

Buy

American

Provision

Yes or No

Lead Time

(Must be

within

2-Weeks)

% mark

up

Super

Co-op

One (1)

Delivery Site

Cost

Four (4)

Delivery Sites

Cost

Net Off

Invoice

Fee for

Service

Final Landed

USDA Price

to the

District

(Less Tax)

20 BREAKFAST MUFFIN

MINI BLUEBERRY DAVES 90/1.9 oz. Fzn CS 250

21 BROWNIE BITE,

WHOLE GRAIN DAVES 90/1.9 oz. Fzn CS 800

22 BROWNIE BITE, RF DAVES 72/EACH Fzn CS 50

23 BREAKFAST MUFFIN

MINI CHOCOLATE DAVES 90/1.9 oz. Fzn CS 300

24 WG CHICKEN

TAMALE RED SAUCE DEL REAL 48/5 oz. Fzn CS 968

25 SALSA MOLCAJETE

ROJA DEL REAL 3/4LB Fzn CS 160

26 MAPLE WG MINI

PANCAKES IW DEWAFELBAKKER 72/3 oz. Fzn CS 415

27 CHOCOLATE

PANCAKES DEWAFELBAKKER 72/3 oz. Fzn CS 300

28 PEACH FROZEN

PUREE DOLE 8/30 oz. Fzn CS 300

29 MANGO FROZEN

PUREE DOLE 8/30 oz. Fzn CS 300

Page 20: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 20 Frozen Products, Bid No. 201819-20 May 2019

Frozen Products – Pricing Sheets Vendor Name:

Line

Item

# Description

Manufacture or

Equal Pack Size Type Unit

Est.Usage

(Annually)

Meets USDA

Buy

American

Provision

Yes or No

Lead Time

(Must be

within

2-Weeks)

% mark

up

Super

Co-op

One (1)

Delivery Site

Cost

Four (4)

Delivery Sites

Cost

Net Off

Invoice

Fee for

Service

Final Landed

USDA Price

to the

District

(Less Tax)

30 STRAWBERRY

FROZEN PUREE DOLE 8/30 oz. Fzn CS 100

31 BLACKBERRY FROZEN

PUREE DOLE 8/30 oz. Fzn CS 100

32 CMDY PORK WG

PNCK & SSGE STICK DON LEE FARMS 160/3 oz. Fzn CS 260

33

CMDY WG

CHSEBURGER

SLIDERS IW

DON LEE FARMS 72/4.55 oz. Fzn CS 775

34 CMDY 100% BEEF

STEAK BURGER DON LEE FARMS 240/2.25 oz. Fzn CS 525

35 SAUSAGE PATTIES,

PORK DON LEE FARMS 400/1.2 oz. Fzn cs 150

36

WG CHOC/CHIP

DOUGH COOKIE

PUCK

FAT CAT SCONES 192/1.3 oz. Fzn CS 400

37 WG CHOC CHIP

COOKIE - IW FAT CAT SCONES 140/1.2 oz. Fzn CS 1100

38 CHICKNE CORN DOG

(Nitrate Free) FOSTER FARMS 72/4 oz. Fzn CS 400

39 FC WG BREADED

DRUMSTICK GOLD KIST 102/4.33 oz. Fzn CS 500

Page 21: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 21 Frozen Products, Bid No. 201819-20 May 2019

Frozen Products – Pricing Sheets Vendor Name:

Line

Item

# Description

Manufacture or

Equal Pack Size Type Unit

Est.Usage

(Annually)

Meets USDA

Buy

American

Provision

Yes or No

Lead Time

(Must be

within

2-Weeks)

%

mark

up

Super

Co-op

One (1) Delivery

Site Cost

Four (4)

Delivery Sites

Cost

Net Off

Invoice

Fee for

Service

Final Landed

USDA Price

to the

District

(Less Tax)

40 FC WG BRD CHIX 8

PC PARTS GOLD KIST 35 LB Fzn CS 100

41 WG KRISPY KRUNCH

TENDERS GOLDKIST 30 LB Fzn CS 775

42

WG CRISPY BRD CHX

FILET, WHOLE

MUSCLE

GOLDKIST 120/4 oz. Fzn CS 820

43

WG HOT&SPICY BRD

CHX PATY, WHOLE

MUSCLE

GOLDKIST 120/4 oz. Fzn CS 510

44 SMACKERS 100%

DARK MEAT GOLDKIST 120/4 oz. Fzn CS 300

45

WG CRISPY BRD CHX

FILET, WHITE/DARK

MEAT

GOLDKIST 120/3.9 oz. Fzn CS 265

46

WG BRD CHIX

CHUNKS

HOMESTYLE,

MINIMALLY PROC.

GOLDKIST 108/4.3 oz. Fzn CS 650

47 GRL CKNBRST FILET GOLDKIST 106/3 oz. Fzn CS 296

48 CMDY WG RF

GRILLED CHEESE IW INTEGRATED 72/4.19 oz. Fzn CS 400

49 BEEF & CHEESE

CHALUPA BULK INTEGRATED 72/3.11 oz. Fzn CS 200

Page 22: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 22 Frozen Products, Bid No. 201819-20 May 2019

Frozen Products – Pricing Sheets Vendor Name:

Line

Item

# Description

Manufacture or

Equal Pack Size Type Unit

Est.Usage

(Annually)

Meets

USDA Buy

American

Provision

Yes or No

Lead Time

(Must be

within

2-Weeks)

%

mark

up

Super

Co-op

One (1) Delivery

Site Cost

Four (4)

Delivery Sites

Cost

Net Off

Invoice

Fee for

Service

Final Landed

USDA Price to

the District

(Less Tax)

50

BEEF SRIRACHA

SEASONED BEEF

PATTY

INTEGRATED 140/2.25 oz. Fzn 100

51 SL ITALIAN TKY

COMBO PACK JENNIE O 12/1 LB Fzn CS 325

52 EXTRA LEAN SLICED

TURKEY HAM JENNIE O 12/1 LB Fzn CS 230

53 PRE-COOKED SLICED

TURKEY BACON JENNIE O 12/50CT Fzn CS 370

54 TURKEY SLICES,

NITRITE FREE JENNIE O 6/2 LB Fzn CS 300

55 WG RS MAC AND

CHEESE LG ELBOW JTM 6/5 LB Fzn CS 765

56 CMDY RF BEEF TACO

FILLING JTM 6/5 LB Fzn CS 575

57 CMDY BEEF-RF

SPAGHETTI SAUCE JTM 6/5 LB Fzn CS 25

58

CMDY BEEF-RF

SPAGHETTI/NOODLE

S/SAUCE

JTM 6/5 LB Fzn CS 50

59 WG BEAN & CHEESE

BURRITO IW LOS CABOS 120/3.95 oz. Fzn CS 450

Page 23: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 23 Frozen Products, Bid No. 201819-20 May 2019

Frozen Products – Pricing Sheets Vendor Name:

Line

Item

# Description

Manufacture or

Equal Pack Size Type Unit

Est.Usage

(Annually)

Meets

USDA Buy

American

Provision

Yes or No

Lead Time

(Must be

within

2-Weeks)

%

mark

up

Super

Co-op

One (1) Delivery

Site Cost

Four (4)

Delivery

Sites Cost

Net Off

Invoice

Fee for

Service

Final Landed

USDA Price

to the

District

(Less Tax)

60 BEAN & CHEESE

BREAKFAST BURRITO LOS CABOS 120/3.95 oz. Fzn 350

61 WG VARIETY PACK

CONCHA IW LUPITAS 84/2.25 oz. Fzn CS 1200

62 SEASONED STRAIGHT

CUT FRY 3/8" MCCAIN 6/5 LB Fzn CS 500

63 PLAIN POTATO TATER

TOTS; OR-IDA MCCAIN 6/5 LB Fzn CS 177

64 SEASONED CROSS

TRAX FRIED MCCAIN 6/4.5 LB Fzn CS 250

65 CHICKEN DOGS, MINI MICHAEL B'S 60CT Fzn CS 150

66 ROUND EGG PATTY MICHAEL FOODS 144/1 oz. Fzn CS 362

67 WG 100% VEG FRIED

RICE MINH 6/5# BAGS Fzn CS 256

68 SPICY BLACK BEAN

VEGGIE BURGER

MORNINGSTAR/KE

LLOGGS) 12/4/2.9 oz. Fzn CS 200

69 GF 6'" PEPPERONI

PIZZA IW MR SIPS 24CT Fzn CS 35

Page 24: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 24 Frozen Products, Bid No. 201819-20 May 2019

Frozen Products – Pricing Sheets Vendor Name:

Line

Item # Description

Manufacture or

Equal Pack Size Type Unit

Est.Usage

(Annually)

Meets USDA

Buy American

Provision

Yes or No

Lead

Time

(Must be

within

2-Weeks)

% mark up

Super Co-

op

One (1)

Delivery Site

Cost

Four (4)

Delivery

Sites Cost

Net Off

Invoice

Fee for

Service

Final

Landed

USDA Price

to the

District

(Less Tax)

70 GF HAMBURGER BUN IW MR SIPS 24/3.6 oz. Fzn CS 30

71 GF HOT DOG BUNS IW MR SIPS 24/3.5 oz. Fzn CS 25

72 GLUTEN FREE MAC AND

CHEESE MR SIPS 16/ 5.0 oz. Fzn CS 25

73 GF CHICKEN CHUNKS MR SIPS 12/5.5 oz. Fzn CS 56

74 GLUTEN FREE BREAD

SLICE IW MR SIPS 24/1.5 oz. Fzn CS 10

75 GLUTEN FREE 6" CHS

PIZZA IW MR SIPS 24/6.7 oz. Fzn CS 25

76 GLUTEN FREE ALL BF

CORN DOGS MR SIPS 24CT Fzn CS 10

77 PEPPERONI PIZZA 4X6 NARDONES 96/5 oz. Fzn CS 1400

78 CHEESE PIZZA 4X6 NARDONES 96/5 oz. Fzn CS 340

79 WW BACON SCRAMBLE NARDONES 80/3 oz. Fzn CS 75

Page 25: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 25 Frozen Products, Bid No. 201819-20 May 2019

Frozen Products – Pricing Sheets Vendor Name:

Line

Item # Description

Manufacture or

Equal Pack Size Type Unit

Est.Usage

(Annually)

Meets USDA

Buy American

Provision

Yes or No

Lead

Time

(Must be

within

2-Weeks)

% mark up

Super Co-

op

One (1)

Delivery Site

Cost

Four (4)

Delivery

Sites Cost

Net Off

Invoice

Fee for

Service

Final

Landed

USDA Price

to the

District

(Less Tax)

80 CHICKEN & CHEESE

TAQUITO POSADA 70/3.48 oz. Fzn 150

81 HAPPY BIRTHDAY

MANGO FLAVOR ROSATI 90/4.4 oz. Fzn CS 250

82 EMOJI CHERRY/LIME ICE

CUP ROSATI 90/4.4 oz. Fzn CS 250

83 CMDY SHREDDED PORK

CARNITAS ROSE & SHORE 4/10LB Fzn CS 230

84 TURKEY AND GRAVY ROSE & SHORE 4/5 LB Fzn CS 175

85 TORNADOS STEAK AND

CHEESE RUIZ FOODS 18/8/2.70 oz Fzn CS 75

86 WG ALOHA DINNER ROLL SHANNONS 192/1 oz. Fzn CS 15

87 EDAMAME SHELLED

(Soybean) SIMPLOT 6/2.5 lb Fzn 200

88 51% WW BREAKFAST

BUN IW SKY BLUE FOODS 60/2.6 oz. Fzn CS 1500

89 WG PB& GRAPE

UNCRUSTABLE LRG SMUCKERS 72/5.3 oz. Fzn CS 620

Page 26: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 26 Frozen Products, Bid No. 201819-20 May 2019

Frozen Products – Pricing Sheets Vendor Name:

Line

Item # Description

Manufacture or

Equal Pack Size Type Unit

Est.Usage

(Annually)

Meets USDA

Buy American

Provision

Yes or No

Lead Time

(Must be

within

2-Weeks)

% mark up

Super Co-

op

One (1)

Delivery Site

Cost

Four (4)

Delivery

Sites Cost

Net Off

Invoice

Fee for

Service

Final

Landed

USDA Price

to the

District

(Less Tax)

90 WG PB & GRAPE

UNCRUSTABLE SMUCKERS 72/2.6 oz. Fzn CS 930

91 WG PB& STRAW

UNCRUSTABLE LRG SMUCKERS 72/5.3 oz. Fzn CS 225

92 WG PB & STRAW

UNCRUSTABLE SMUCKERS 72/2.6 oz. Fzn CS 300

93 EGGSTRAVAGANZA

(Bacon/Turkey Sausage) SUNNY FRESH 4/5# Fzn Cs 25

94 FRENCH TOAST SLICE SUNNY FRSH 110/cs Fzn 100

95 HARD COOKED EGGS

PILLOW PACK SUNNY FRSH 8/18 CT Fzn CS 250

96 51% WW BANANA BREAD

SLICE IW SUPER BAKERY 70/3.4 oz. Fzn CS 200

97 WG BREADED ONION

RINGS TASTY BRANDS 6/5LB Fzn CS 30

98

BAGEL-FULS CHEESE &

STRAW (OR OTHER

FLAVORS)

TASTY BRANDS 76/2.5 oz. Fzn 75

99 WG CHEESE LASAGNA

ROLL UP TASTY BRANDS 110/4.30 oz. Fzn CS 10

Page 27: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 27 Frozen Products, Bid No. 201819-20 May 2019

Frozen Products – Pricing Sheets Vendor Name:

Line

Item # Description

Manufacture or

Equal Pack Size Type Unit

Est.Usage

(Annually)

Meets USDA

Buy American

Provision

Yes or No

Lead

Time

(Must be

within

2-Weeks)

% mark up

Super Co-

op

One (1)

Delivery Site

Cost

Four (4)

Delivery

Sites Cost

Net Off

Invoice

Fee for

Service

Final

Landed

USDA Price

to the

District

(Less Tax)

100 WG-CHEESE STUFFED

SHELLS TASTY BRANDS 112/4.62 oz. Fzn CS 15

101 WG WW SLICED WHEAT

BAGELS IW TONY ROBERTS 72/2.24 oz. Fzn CS 1200

102 WG 6" GARLIC CHEESE

TOAST BULK TONY ROBERTS 60/4.3 oz. Fzn CS 490

103 WG DINNER ROLLS

GLUTEN FREE UDIS 36/1.4 oz. Fzn CS 25

104 4 BERRY BLEND IQF WAWONA 2/5LB Fzn CS 180

105 CMDY STRAWBERRY

CUPS (100254) WAWONA 96/4.5 oz. Fzn CS 765

106 CMDY PEACH CUPS

(100220) WAWONA 96/4.4 oz. Fzn CS 160

107 GENERAL TSO CHICKEN YANGS 6/5LB Fzn CS 150

108 100% WG MANDARIN

ORNG CHX YANGS 6/5LB Fzn CS 700

109

DOUGH ROLL

CINNAMON CINN-

SATIONAL

RICHS 108/5 oz. Fzn CS 35

Page 28: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 28 Frozen Products, Bid No. 201819-20 May 2019

Frozen Products – Pricing Sheets Vendor Name:

Line

Item # Description

Manufacture or

Equal Pack Size Type Unit

Est.Usage

(Annually)

Meets USDA

Buy American

Provision

Yes or No

Lead Time

(Must be

within

2-Weeks)

% mark up

Super Co-

op

One (1)

Delivery Site

Cost

Four (4)

Delivery

Sites Cost

Net Off

Invoice

Fee for

Service

Final

Landed

USDA Price

to the

District

(Less Tax)

110 BREAD PANINI SLICED .5

INCH RICHS 6/55.2 oz. Fzn CS 25

111 BREAD RYE MARBLE DELI

SLICED BBRLCLS 10/24 oz. Fzn CS 25

112 SOUP BROCCOLI CHEESE

CONCENTRATE BBRLCLS 4/4 LB Fzn CS 30

113 SOUP CHICKEN NOODLE

OUR OWN FRESH BBRLCLS 4/4 LB Fzn CS 50

114 SOUP CHICKEN TORTILLA BBRLCLS 4/4 LB Fzn CS 60

115 SOUP MINESTRONE BBRLCLS 4/4 LB Fzn CS 25

116 AMER CHEESE YELLOW

RF LS BONGARDS 4/5LB Refrig CS 185

117 MOZZ STRING CHS BONGARDS 168/1 oz. Refrig CS 1480

118 SHREDDED CHEDDAR

CHEESE BONGARDS 4/ 5 LB Refrig CS 25

119 160 SL AMERICAN

CHEESE BONGARDS 4/5 LB Refrig CS 100

Page 29: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 29 Frozen Products, Bid No. 201819-20 May 2019

Frozen Products – Pricing Sheets Vendor Name:

Line

Item # Description

Manufacture or

Equal Pack Size Type Unit

Est.Usage

(Annually)

Meets USDA

Buy American

Provision

Yes or No

Lead

Time

(Must be

within

2-Weeks)

% mark up

Super Co-

op

One (1)

Delivery Site

Cost

Four (4)

Delivery

Sites Cost

Net Off

Invoice

Fee for

Service

Final

Landed

USDA Price

to the

District

(Less Tax)

120 SL PEPPER JACK CHEESE BONGARDS 480/.66 oz. Refrig CS 85

121 LITE RANCH DRESSING

(NO MSG) KENS FOODS 4/1GL Refrig CS 35

122 CAESAR DRESSING KENS FOODS 4/1GL Refrig CS 170

123 GREEN MACHINE NAKED JUICE 8/10 oz. Refrig CS 295

124 BERRY BLAST NAKED JUICE 8/10 oz. Refrig CS 385

125 HARD COOKED EGGS

PILLOW PACK SUNNY FRESH 8/18CT Refrig CS 300

126 CHEESE PEPPER JACK

SLICED .75 OZ BBRLIMP 8/1.5 LB Refrig CS 20

127 CHEESE SWISS SLICED

.75 OZ BBRLIMP 8/1.5 LB Refrig CS 15

128 EGG WHL LIQUID FRESH

WITH CITRIC ACID TFF WHLFCLS 15/2 LB Refrig CS 15

129 BUTTER SOLID USDA AA

UNSALTED WHLFIMP 30/1 LB Refrig CS 5

Page 30: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 30 Frozen Products, Bid No. 201819-20 May 2019

Please provide percentage markup for any new food items that NLMUSD may purchase throughout the year: _______%

PRICING SIGNATURE SECTION

I, the below-indicated bidder, declare under penalty of perjury that the information provided and representations made in this bid are true and correct.

______________________________________________________________________________ Firm Name

_____________________________________ ____________________________________ Print Name Title

By: _________________________________ Date: ______________________________ Signature of Authorized Representative

**NOTE** Vendor to submit an electronic version of the pricing sheet(s) to NLMUSD upon request.

Page 31: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 31 Frozen Products, Bid No. 201819-20 May 2019

NONCOLLUSION DECLARATION

The undersigned declares:

I am the ____________________________, of ______________________________________, (Title) (Name of Company)

the party making the foregoing bid.

The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid and has not paid, and will not pay, any person or entity for such purpose.

Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder.

I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on:

Date: ___________________________, in the City of: ______________________________ and the State of: ___________________________. _________________________________________ Signature

_________________________________________ Print Name

Page 32: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 32 Frozen Products, Bid No. 201819-20 May 2019

THIS PAGE INTENTIONALLY LEFT BLANK FOR PRINTING PURPOSES

Page 33: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 33 Frozen Products, Bid No. 201819-20 May 2019

CONTRACTOR’S CERTIFICATE REGARDING WORKERS’ COMPENSATION

Labor Code Section 3700 in relevant part provides:

“Every employer except the State shall secure the payment of compensation in one or more of the following ways:

1. By being insured against liability to pay compensation in one or more insurers duly authorized to write compensation insurance in this State.

2. By securing from the Director of Industrial Relations a certificate of consent to self-insure, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self-insure and to pay any compensation that may become due to his employees.

3. For any county, city, city and county, municipal corporation, public district, public agency, or any political subdivision of the state, including each member of a pooling arrangement under a joint exercise of powers agreement (but not the state itself), by securing from the Director of Industrial Relations a certificate of consent to self-insure against workers’ compensation claims, which certificate may be given upon furnishing proof satisfactory to the director of ability to administer workers’ compensation claims properly, and to pay workers’ compensation claims that may become due to its employees. On or before March 31, 1979, a political subdivision of the state which, on December 31, 1978, was uninsured for its liability to pay compensation, shall file a properly completed and executed application for a certificate of consent to self-insure against workers’ compensation claims. The certificate shall be issued and be subject to the provisions of Section 3702.

I am aware of the provisions of Labor Code Section 3700 which require every

employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of this contract. ____________________________________ (Signature) ____________________________________ (Print Name) ____________________________________ (Date)

In accordance with Article 5 (commencing at Section 1860), Chapter 1, Part 7, Division 2 of the Labor Code, the above certificate must be signed and submitted with the Vendor’s bid.

Page 34: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 34 Frozen Products, Bid No. 201819-20 May 2019

THIS PAGE INTENTIONALLY LEFT BLANK FOR PRINTING PURPOSES

Page 35: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 35 Frozen Products, Bid No. 201819-20 May 2019

NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT

FROZEN PRODUCTS BID NO. 201819-20

REFERENCE INFORMATION (please print)

Company Name: ______________________________________________________________ Please list three (3) school references that have used your services for Frozen Products over the past three (3) years with a School District equal to or larger than an ADP of 10,000 lunches and 4,000 breakfasts. 1. School District: ________________________________________________________

Address: ________________________________________________________

________________________________________________________

Contact Name: ________________________________________________________

Phone & Email: ________________________________________________________

2. School District: ________________________________________________________

Address: ________________________________________________________

________________________________________________________

Contact Name: ________________________________________________________

Phone & Email: ________________________________________________________

3. School District: ________________________________________________________

Address: ________________________________________________________

________________________________________________________

Contact Name: ________________________________________________________

Phone & Email: ________________________________________________________

Page 36: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 36 Frozen Products, Bid No. 201819-20 May 2019

THIS PAGE INTENTIONALLY LEFT BLANK FOR PRINTING PURPOSES

Page 37: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 37 Frozen Products, Bid No. 201819-20 May 2019

NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT

FROZEN PRODUCTS BID NO. 201819-20

VENDOR QUESTIONNAIRE (Please attached additional sheets if necessary)

A. The District is interested in online ordering. Please explain your online ordering system, as well as the lead-time required and method of notification when substitutions are made.

B. The District is trying to gain a better understand of the company bidding. Therefore, please describe your facility, your truck fleet, your product fill rate and your percent of on-time deliveries.

C. The District is also interested in knowing your process of maintaining cleanliness of your delivery equipment, and how pallets are organized and delivered. Please describe.

Page 38: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 38 Frozen Products, Bid No. 201819-20 May 2019

VENDOR QUESTIONNAIRE – Cont’d

Piggyback Clause. For the term of the Contract and any mutually agreed extensions pursuant to

this request for bid, at the option of the Vendor, other school districts in the Riverside, San Bernardino, Los Angeles, and Orange County may procure items off this proposal under the same terms and conditions stated in this proposal. Said school district public entities shall process their purchase orders and warrants directly to the successful Vendor upon agreement by the District and the Vendor.

The Norwalk-La Mirada Unified School District waives its right to require such other districts and offices to draw their warrants in the favor of the District as provided in said Code sections.

Acceptance or rejection of this clause will not affect the outcome of this bid. Please initial the appropriated selection.

Piggyback option granted: __________ Piggyback option not granted: ______________

_________________________ ________________________________________________ Date Print Firm Name

________________________________________________ Authorized Representative Signature

________________________________________________ Print Name Title

Page 39: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 39 Frozen Products, Bid No. 201819-20 May 2019

California Department of Education School Nutrition Programs Unit Child Nutrition and Food Distribution Division, April 1998

SUSPENSION AND DEBARMENT CERTIFICATION U.S. DEPARTMENT OF AGRICULTURE

INSTRUCTIONS: SFA to obtain from any potential vendor or existing contractor for all contracts in excess of $100,000. This form is required each time a bid for goods/services over $100,000 is solicited or when renewing/extending an existing contract exceeding $100,000 per year. (Includes Food Service Management and Food Service Consulting Contracts.)

Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions

This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 7 CFR Part 3017, Section 3017.510 Participants’ responsibilities. The regulations were published as Part IV of the January 30, 1989, Federal Register (pages 4722 4733). Copies of the regulations may be obtained by contacting the Department of Agriculture agency with which this transaction originated.

(BEFORE COMPLETING CERTIFICATION, READ INSTRUCTION ON REVERSE)

1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal Department agency.

2. Where the prospective lower tier participant is unable to certify to any of the statements

in this certification, such prospective participant shall attach an explanation to this proposal.

Norwalk-La Mirada U.S.D. 648400 ______________________________________ ________________________ Name of School Food Authority Agreement Number Potential Vendor or Existing Contractor (Lower Tier Participant):

______________________________________ ________________________ Printed Name Title Signature

______________________________________ ________________________ Name of Company Date

RETURN WITH THE APPLICABLE CONTRACT OR BID RESPONSES

Page 40: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 40 Frozen Products, Bid No. 201819-20 May 2019

DEBARMENT INSTRUCTION FOR CERTIFICATION

1. By signing and submitting this form, the prospective lower tier participant (one whose contract for goods or services exceeds the Federal procurement small purchase threshold fixed at $100,000) is providing the certification set out on the reverse side in accordance with these instructions.

2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that it’s certification was erroneous when submitted or has become erroneous by reason of changed circumstances.

4. The terms “covered transaction,” “debarred,” “suspended,” “ineligible,” “lower tier covered transaction,” “participant,” “person,” “primary covered transaction,” “principal,” “proposed,” and “voluntarily excluded,” as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations.

5. The prospective lower tier participant agrees by submitting this form that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated.

6. The prospective lower tier participant further agrees by submitting this form that it will include this clause titled “Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions,” without modification, in all lower tier covered transactions and in all solicitations for lower tier transactions.

7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Non-Procurement List.

8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

Page 41: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 41 Frozen Products, Bid No. 201819-20 May 2019

California Department of Education School Nutrition Program Unit Child Nutrition and Food Distribution Division April 1998

CERTIFICATION AND DISCLOSURE STATEMENTS

Following is an explanation of submittal requirements of the Suspension and Debarment Certification

Statement and the Certification Regarding Lobbying by School Food Authorities (SFA) and Food Service Management/Consulting Companies.

Beginning with the 1998/99 school year, instructions to comply with procurement requirements by completion of these certifications will be included in the annual renewal of School Nutrition Programs.

The applicability of this information begins with the 1998/99 school year and is for SFAs that meet one of the following criteria:

• The SFA’s estimated annual federal child nutrition reimbursement will exceed $100,000.

• The SFA’s annual contract with a vendor exceeds $100,000.

• The SFA utilizes a Food Service Management or Consulting Company and the annual contract exceeds $100,000.

Suspension and Debarment Certification

This certification is required to be completed by the contractor each time an SFA renews or extends an existing contract that exceeds $100,000. The certification is also required when an SFA puts out bids for goods and services that will exceed $100,000. In these instances, the SFA must obtain a completed Suspension and Debarment Certification from either the potential vendor or existing contractor before any transactions can occur between the sponsor and the vendor or contractor (7 CFR 3017.110). This certification is required as part of the original bid, contract renewal, or contract extension to assure the SFA that the vendor or any of its key employees have not been proposed for debarment, debarred, or suspended by a Federal agency. While this certification is required for all contracts in excess of $100,000, it is recommended that they be routinely requested under all procurements. The completed certification is to be attached to the signed contract and maintained on file by the SFA. Do not submit the certification to the California Department of Education.

Certification Regarding Lobbying

SFAs that receive in excess $100,000 in annual federal meal reimbursement must annually complete and submit this certification statement to the California Department of Education (CDE), Child Nutrition and Food Distribution Division (CNFFD). The statement is part of the annual renewal of the SFA’s agreement with the California Department of Education, Child Nutrition and Food Distribution Division.

In addition, when SFAs put out bids for goods and services or renew/extend existing contracts that exceed the $100,000 threshold, they are required to obtain a completed Certification Regarding Lobbying from either the potential vendors and/or existing contractors before any transaction can occur between SFA and the vendor or contractor (7 CFR 3018.110). This certification is required as part of the original bid, contractor renewal, or contract extension and is not submitted to the CDE.

Also enclosed is the Disclosure of Lobbying Activities form. This is required to be completed if the potential or existing contractor, using other than federal funds, has paid or will pay for lobbying activities in connection with the school nutrition program agreement (Item 2 of the Certification Regarding Lobbying

statement).

Page 42: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 42 Frozen Products, Bid No. 201819-20 May 2019

Applicable to Both Certification Statements

• Federal law prohibits SFAs from circumventing the $100,000 threshold by entering into multiple contracts; each of which do not equal or exceed $100,000, but the aggregate amount of all the contracts will equal or exceed $100,000.

• Vendors must submit completed certifications to the SFA as part of the original bid, contract renewal, or contract extension. If completed certifications are not included, the original bid is considered nonresponsive, and the contract renewal or extension is incomplete. In order for the SFA to consider the original bid or renew/extend the original contract, the vendors must have submitted current certifications to the SFA.

SFAs with Food Service Management or Consulting Contracts SFAs utilizing food service management or consulting companies must include both certification statements in all Request for Proposals (RFP). SFAs must retain the certifications with its documentation of new contracts and contract amendments/renewals submitted to the CDE, CNFDD, for approval. The food services management or consulting company must annually sign and submit to the receiving more than $100,000 in Federal reimbursement, the SFA is required to sign and submit the Certification Regarding

Lobbying to the CDE, CNFDD. Summary

• Suspension and Debarment Certification

1. The SFA must include this certification in all RFPs that result in an annual contract in excess of $100,000.

2. A contractor is required to sign this certification when a contract or renewal contract with an SFA

exceeds $100,000 annually in Federal funds.

3. The SFA retains certification signed by contractor with executed contract and maintains it on file.

• Certification Regarding Lobbying

1. SFAs receiving in excess of $100,000 in annual Federal reimbursement must sing and submit this certification during the annual renewal of the School Nutrition Programs participation.

2. SFAs must obtain this completed certification from any potential or existing contractor as part of

any original contract or contract renewal/extension that exceeds the annual expenditure of $100,000 in Federal funds. Retain the certifications with bid documents.

3. The Disclosure of Lobbying Activities form may need to be completed if any payment has been

made or will be made to any person or lobbying entity. (Item 2 of Certification Regarding

Lobbying). If you have any questions, please contact your Nutrition Services Division representative, or the Field Services unit at 916-445-0850 or 800-952-5609.

Page 43: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 43 Frozen Products, Bid No. 201819-20 May 2019

INSTRUCTIONS FOR COMPLETION OF SF LLL, DISCLOSURE OF LOBBYING ACTIVITIES

This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of a covered Federal action, or a material change to a previous filing, pursuant to title 31 U.S.C. section 1352. The filing of a form is required for each payment or agreement to make payment to any lobbying entity 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 a covered Federal action. Use the SF-LLL-A Continuation Sheet for additional information if the space on the form is inadequate. Complete all sections that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information.

1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a covered Federal action.

2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the

information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last previously submitted report by this reporting entity for this covered Federal action.

4. Enter the full name, address, city, state, and zip code of the reporting entity. Include Congressional District, if known. Check the appropriate classification of the reporting entity that designates if it is, or expects to be, a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the 1st tier. Subawards include but are not limited to subcontracts, subgrants, and contract awards under grants.

5. If the organization filing the report in No. 4 checks "Subawardee," then enter the full name, address, city, state, and zip code of the prime Federal recipient. Include Congressional District, if known.

6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organizational level below agency name, if known. For example, Department of Transportation, United States Coast Guard.

7. Enter the Federal program name or description for the covered Federal action (No. 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans, and loan commitments.

8. Enter the most appropriate Federal identifying number available for the Federal action identified in No. 1 (e.g., Request for Proposal (RFP) number; Invitation for Bid (IFB) number; grant announcement number; the contract, grant, or loan award number; the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP-DE-90-001."

9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitment for the prime entity identified in No. 4 or 5.

10. (a) Enter the full name, address, city, state, and zip code of the lobbying entity engaged by the reporting entity identified in No. 4 to influence the covered Federal action.

(b) Enter the full names of the individual(s) performing services, and include full address if different from No. 10(a). Enter Last Name, First Name, and Middle Initial (MI).

11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (No. 4) to the lobbying entity (No. 10).

12. Check the appropriate box(es). Check all boxes that apply. If other, specify nature. 13. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution, specify

the nature and value of the in-kind payment. 14. Provide a specific and detailed description of the services that the lobbyist has performed, or will be expected to perform,

and the date(s) of any services rendered. Include all preparatory and related activity, not just time spent in actual contact with Federal officials. Identify the Federal official(s) or employee(s) contacted or the officer(s), employee(s), or Member(s) of Congress that were contacted.

15. Check whether or not a SF-LLL-A Continuation Sheet(s) is attached. 16. The certifying official shall sign and date the form, print his/her name, title, and telephone number.

Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, D.C. 20503

Page 44: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 44 Frozen Products, Bid No. 201819-20 May 2019

THIS PAGE INTENTIONALLY LEFT BLANK FOR PRINTING PURPOSES

Page 45: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 45 Frozen Products, Bid No. 201819-20 May 2019

VENDOR’S CERTIFICATION REGARDING BACKGROUND CHECKS

_____________________________________________ certifies that it has performed one of the following:

[Name of Vendor]

� Pursuant to Education Code Section 45125.1, Contractor has conducted criminal background checks,

through the California Department of Justice, of all employees providing services to the Norwalk-La Mirada Unified School District, pursuant to the contract/purchase order dated _________________________, and that none have been convicted of serious or violent felonies, as specified in Penal Code Sections 1192.7(c) and 667.5(c), respectively.

As further required by Education Code Section 45125.1, attached hereto as Attachment “A” is a list of the names of the employees of the undersigned who may come in contact with pupils.

OR

� Pursuant to Education Code Section 45125.2, Vendor will ensure the safety of pupils by one or more

of the following methods:

� Continual supervision and monitoring of all employees of the entity by an employee of the

entity whom the Department of Justice has ascertained has not been convicted of a violent or serious felony.

I declare under penalty of perjury under the laws of the United States that the foregoing is true and correct.

Date: __________________, 20 ___ __________________________________________ [Name of Vendor] __________________________________________ Signature By its: ___________________________________ Print Name Title

Page 46: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 46 Frozen Products, Bid No. 201819-20 May 2019

ATTACHMENT “A”

(INSERT NAMES OF EMPLOYEES WHO MAY COME IN CONTACT WITH PUPILS)

Page 47: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 47 Frozen Products, Bid No. 201819-20 May 2019

CONDUCT RULES FOR VENDORS

Each Vendor/subcontractors, when performing work and/or services on Norwalk-La Mirada Unified School District properties shall adhere to the following rules of conduct:

1. Professional and courteous conduct is expected and will be displayed at all times. 2. Interaction with students, staff, and/or other visitors is prohibited with the exception of designated

administrators. 3. The use of profanity and/or disparaging language will not be tolerated. 4. All vendors/subcontractors shall wear a means of identification on site when school is in session

which must be approved by the District prior to commencement. 5. All vendors/subcontractors shall remain in the vicinity of his/her work and will not stray to other

areas of the property not involved in the proposal, including student and staff toilet facilities. 6. Pursuant to Government Code Section 8350 etc. seq., the NORWALK-LA MIRADA UNIFIED

SCHOOL DISTRICT is a drug free workplace. This policy shall be strictly enforced. 7. Alcoholic beverages are prohibited from being consumed or brought on any District property. 8. The use of any tobacco products on District property is strictly prohibited. 9. Any lewd, obscene or otherwise indecent acts, words, or behavior by any vendor/subcontractors shall

not be tolerated. 10. All vendors/subcontractors shall conform to a dress code whereby:

(a) No clothing that contains violent, suggestive, derogatory, obscene or racially biased material may be worn.

(b) Garments, accessories or personal grooming artifacts with slogans, graphics, or pictures promoting drugs, alcohol, tobacco, or any other substances which are prohibited to minors will not be allowed.

11. No fire arms are allowed on campuses/District property. Non-compliance with any of the above-stated rules of conduct by any vendor/subcontractors may be sufficient grounds for immediate removal from the job-site and termination of the contract. I acknowledge that I am aware of the above-stated rules of conduct and hereby certify that all of my Company’s employees, consultants, suppliers, and/or any subcontractors will adhere to these provisions. _________________________ __________________________________________ Date Print Firm Name __________________________________________ Signature __________________________________________ Print Name Title

Page 48: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 48 Frozen Products, Bid No. 201819-20 May 2019

THIS PAGE INTENTIONALLY LEFT BLANK FOR PRINTING PURPOSES

Page 49: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 49 Frozen Products, Bid No. 201819-20 May 2019

INSURANCE DOCUMENTS & ENDORSEMENTS

The following insurance endorsements and documents must be provided to the District within five (5) calendar days after receipt of notification of award. If the awarded Vendor fails to provide the documents required bellow, the District may award the contract to the next responsible and responsive Vendor. All insurance provided by the bidder shall fully comply with the requirements set forth in Item No. 13 of the Special Conditions and Specification of the contract documents.

1. General Liability Insurance: Certificate of Insurance with all specific insurance coverage’s set forth in Item No. 13 of the Special Conditions and Specifications, proper Proposal description, designation of the Norwalk-La Mirada Unified School District as the Certificate Holder, a statement that the insurance provided is primary to any insurance obtained by the District and minimum of 30 days’ cancellation notice. Bidder shall also provide required additional insured endorsement(s) designating all parties required in the General Terms and Conditions. The additional insured endorsement shall be an ISO CG20 10 (11/85) or ISO CG 20 10 (10/93) or their equivalent as determined by the District.

Incidents and claims are to be reported to the insurer at:

Attn:

_____________________________ _______________________ (Contact Name) (Title)

___________________________________________________________ (Company)

___________________________________________________________ (Street Address)

______________________ _________ __________________ (City) (State) (Zip Code)

(______) ____________________ (______) __________________ (Telephone Number) (Fax Number)

2. Workers’ Compensation / Employer’s Liability Insurance: Certificate of Workers’ Compensation Insurance meeting the coverage’s and requirements set for in the General Terms and Conditions, minimum of 30 days’ cancellation notice, proper Proposal description, waiver of subrogation and any applicable endorsements.

Page 50: THIS BID PACKAGE (CONTRACT DOCUMENTS) IS FOR: …...10. Vendor Questionnaire (* Return with Bid) 37 – 38 11. Suspension and Debarment Certification (* Return with Bid) 39 – 43

Norwalk-La Mirada Unified School District 50 Frozen Products, Bid No. 201819-20 May 2019

3. Automobile Liability Insurance: Certificate of Automobile Insurance meeting the coverage’s and requirements set forth in the General Terms and Conditions, minimum 30 days’ cancellation notice, any applicable endorsements and a statement that the insurance provided is primary to any insurance obtained by the District.

Incidents and claims are to be reported to the insurer at:

Attn:

_____________________________ _______________________ (Contact Name) (Title)

___________________________________________________________ (Company)

___________________________________________________________ (Street Address)

______________________ _________ __________________ (City) (State) (Zip Code)

(______) ____________________ (______) __________________ (Telephone Number) (Fax Number)

___________________________ ____________________________________ Date Vendor’s Firm Name By: ____________________________________ Signature ____________________________________ Title