orleans parish school board …

30
ORLEANS PARISH SCHOOL BOARD PURCHASING/ANCILLARY SERVICES DEPARTMENT 3520 GENERAL DE GAULLE DRIVE, FIFTH FLOOR, ROOM 5078 NEW ORLEANS, LA 70114 TELEPHONE (504)5639/5640/FAX (504) 309-2879 LESLIE J. REY, DIRECTOR SPECIFICATIONS FOR FRESH AND PROCESSED PRODUCE INVITATION TO BID OPENING: THURSDAY, OCTOBER 2, 2014 AT 10:00 A.M. NOTE: Bid response to be provided as original and one (1) on CD or flash drive. (VENDOR NAME MUST BE PLACED ON CD OR FLASH DRIVE.) (If a soft copy cannot be provided, submit one (1) paper copy.) NOTE: THIS IS AN “ALL OR NONE” BID. PROPOSER: __________________________________ SIGNATURE: _________________________________ NAME: _______________________________________ (Print or Type) ADDRESS: ___________________________________ CITY, STATE, ZIP: ____________________________ PHONE: ______________________________________ FAX NUMBER: ________________________________ E-MAIL:______________________________________ INVITATION TO BID NO. 15-CN-0015 (DO NOT DETACH THIS PAGE) Page 1 of 30

Upload: others

Post on 18-Nov-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: ORLEANS PARISH SCHOOL BOARD …

ORLEANS PARISH SCHOOL BOARD PURCHASING/ANCILLARY SERVICES DEPARTMENT

3520 GENERAL DE GAULLE DRIVE, FIFTH FLOOR, ROOM 5078 NEW ORLEANS, LA 70114

TELEPHONE (504)5639/5640/FAX (504) 309-2879 LESLIE J. REY, DIRECTOR

SPECIFICATIONS

FOR

FRESH AND PROCESSED PRODUCE

INVITATION TO BID OPENING: THURSDAY, OCTOBER 2, 2014 AT 10:00 A.M. NOTE: Bid response to be provided as original and one (1) on CD or flash drive. (VENDOR

NAME MUST BE PLACED ON CD OR FLASH DRIVE.) (If a soft copy cannot be provided, submit one (1) paper copy.)

NOTE: THIS IS AN “ALL OR NONE” BID. PROPOSER: __________________________________ SIGNATURE: _________________________________ NAME: _______________________________________

(Print or Type)

ADDRESS: ___________________________________ CITY, STATE, ZIP: ____________________________ PHONE: ______________________________________ FAX NUMBER: ________________________________

E-MAIL:______________________________________

INVITATION TO BID NO. 15-CN-0015

(DO NOT DETACH THIS PAGE) Page 1 of 30

Page 2: ORLEANS PARISH SCHOOL BOARD …

ORLEANS PARISH SCHOOL BOARD PURCHASING/ANCILLARY SERVICES DEPARTMENT

3520 General De Gaulle Drive, Fifth Floor, Room 5078 New Orleans, Louisiana 70114

ADVERTISEMENT

INVITATION TO BID NO. 15-CN--0015 FRESH AND PROCESSED PRODUCE

Sealed bids relative to the above will be received in the Purchasing/Ancillary Services Department for the Orleans Parish School Board at 3520 General De Gaulle Drive, Fifth Floor, Room 5055, New Orleans, Louisiana 70114 until 10:00 A.M., on Thursday, October 2, 2014. Specifications and bid documents may be obtained upon request from the OPSB Purchasing/Ancillary Services Department in writing, by email [email protected] and [email protected] by calling (504) 304-5639, 5640, or by visiting the OPSB web site at www.opsb.us/solicitations. The Orleans Parish School Board reserves the right to reject any or all bids whenever such rejection is in its best interest in accordance with law. The provisions and requirements of this advertisement shall not be waived.

BY: Mr. Leslie J. Rey

Purchasing/Ancillary Services Director FIRST INSERTION DATE: WEDNESDAY, SEPTEMBER 17, 2014 SECOND INSERTION DATE: WEDNESDAY, SEPTEMBER 24, 2014

INVITATION TO BID NO. 15-CN-0015

(DO NOT DETACH THIS PAGE) Page 2 of 30

Page 3: ORLEANS PARISH SCHOOL BOARD …

ORLEANS PARISH SCHOOL BOARD PURCHASING/ANCILLARY SERVICES DEPARTMENT

3520 GENERAL DE GAULLE DRIVE, FIFTH FLOOR, ROOM 5055 NEW ORLEANS, LOUISIANA 70114

INSTRUCTIONS TO BIDDERS

Sealed bids will be received by the Orleans Parish School Board in the Purchasing/Ancillary Services Department, 3520 General De Gaulle Drive, Fifth Floor, Room 5055, New Orleans, Louisiana 70114, until. 10:00 A.M. on Thursday, October 2, 2014 for ITB NO.15-CN-0015 Fresh and Processed Produce for the Months of October and November, 2014 with the following specifications, at which time and place the bids will be publicly opened. A signed original and one (1) on CD or flash drive (VENDOR NAME MUST BE PLACED ON CD OR FLASH DRIVE). (f a soft copy cannot be provided, submit one (1) paper copy) must be submitted in a sealed envelope and clearly marked: RESPONSE TO ITB NO. 15-CN-0015 FRESH AND PROCESSED PRODUCE FOR THE MONTHS OF OCTOBER AND NOVEMBER, 2014, TO BE OPENED ON THURSDAY, OCTOBER 2, 2014 AT 10:00 A.M. and addressed to the Purchasing/Ancillary Services Department, Orleans Parish School Board, 3520 General De Gaulle Drive, 5th Floor, Room 5055, New Orleans, Louisiana 70114. The name and address of the company submitting the bid must appear on the top left corner of the envelope containing the bid document. Hand-carried and express mail proposals may be delivered to the above address ONLY between the hours of 8:00 a.m. and 4:30 p.m. local time, Monday through Friday, excluding holidays observed by the OPSB. The Orleans Parish School Board will not be responsible for the opening of, post-opening of, or failure to open a bid not properly addressed or identified. The Orleans Parish School Board will not assume the responsibility for any delay as a result of failure of the mail to deliver proposals on time. No bid(s) will be accepted after 10:00 A.M. on THURSDAY, OCTOBER 2, 2014, under any conditions whatsoever. In order for your company to be provided proof of delivery time, bids should be hand delivered, sent by registered mail, or private carrier only to the Purchasing/Ancillary Services Department, 3520 General De Gaulle Drive, Fifth Floor, Room 5055, New Orleans, Louisiana 70114. Bids that are submitted with a “NO BID” response MUST be clearly stated on the front of the envelope (if not responding to bid packets need not be mailed). BIDDING DOCUMENTS: A complete set of Bidding Documents MUST be used in preparing bids. Neither the Orleans Parish School Board nor its representatives assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. The forms furnished as part of the specifications MUST be used for filing of bid and must be signed by the bidder. No bids will be considered unless made on the forms provided and must not be detached from the bidding document of which it forms a part. Failure to follow these instructions may result in your bid being disqualified.

INVITATION TO BID NO. 15-CN-0015

(DO NOT DETACH THIS PAGE) Page 3 of 30

Page 4: ORLEANS PARISH SCHOOL BOARD …

The statement listed on the bottom of each page (DO NOT DETACH THIS PAGE) indicates that ALL of the pages included in the bid document must be submitted. Bids that are submitted with a “NO BID” response MUST be clearly stated on the front of the envelope. (If not responding to bid, package need not be mailed.) BIDDERS REPRESENTATION: Each Bidder by signing and submitting a bid to the Orleans Parish School Board Represents that:

a. The Bidder has read and understands the Bidding Documents and that his bid is made in accordance therewith.

b. The Bidder is furnishing the Certificate of Insurance with the Bid, in accordance with the insurance requirements.

c. The Bidder has read the Certificate of Independent Price Determination and understand it as acknowledged by his signature on the statement, which is attached to and made part of his bid. CONSIDERATION OF BID: The Board reserves the right to select any part of the bid or the whole bid as well as to reject any and all bids whenever such rejection is in its best interest in accordance with law. All blanks within the Bidding Document shall be filled in by typewriter or manually in ink. When Make/model section of item is not filled in, the item specified in the specifications must be delivered. Brand name, unit price and extended price must be quoted. When no brand is indicated in the specifications, Bidder must indicate brand to be provided. Samples must be submitted if requested by the Purchasing. /Ancillary Services Director. The Bidder’s name, complete address, phone number and principals of the company must be furnished. Prices are to include inside delivery to the Various Schools as per attached list. Bidders are cautioned to insure the unit prices are correct as written/typed. A careless error in the bid preparation or in quoting prices will not relieve the bidder’s responsibility. Per Louisiana Revised Statues Title 38:2221, "NO CONTRACT SHALL BE LET ON A COST-PLUS BASIS". DISCOUNTS FOR PROMPT PAYMENT: Discounts/Terms for prompt payment will not be considered in the evaluation of bids. However, any offered discount will form a part of the award and will be taken if payment is made within the discount period indicated in the proposal by the Bidder. As an alternative to offering a prompt payment discount in conjunction with the bid, Bidders awarded contracts may include prompt payment discounts on individual invoices. LOUISIANA PREFERENCE: In accordance with Act 318 of the 1958 Session of the Legislature: "PREFERENCE IS HEREBY GIVEN TO MATERIALS, SUPPLIES AND PROVISIONS PRODUCED, MANUFACTURED OR GROWN IN LOUISIANA, QUALITY BEING EQUAL TO ARTICLES OFFERED BY COMPETITORS OUTSIDE OF THE STATE".

INVITATION TO BID NO. 15-CN-0015

(DO NOT DETACH THIS PAGE) Page 4 of 30

Page 5: ORLEANS PARISH SCHOOL BOARD …

CORRECTION OF MISTAKES: Do not erase, correct or write over any prices or figures necessary for the completion of the bid. Corrections should be made by drawing a line through the unwanted text(s) or number(s) and rewriting the correct text(s) or number(s). If a correction is necessary, the bidder shall initial each correction. Failure to comply with the requirements may cause your bid to be disqualified. No bids shall be altered or amended after the specified time for opening. OBJECTION TO THE AWARD: If any Bidder who submitted a Bid has an objection to the award of the Contract to the Apparent Low Bidder, the objecting Bidder shall furnish that protest, in writing, to the Purchasing/Ancillary Services Director within two (2) Business Days of the date of the Bid Opening. The protest shall describe in detail the basis for the protest, and shall request a determination under this section of the Instructions to Bidders. If a protest is filed in a timely fashion, the Purchasing/Ancillary Services Director will review the basis for the protest and relevant facts under such terms and conditions, as the Purchasing/Ancillary Services Director considers proper. Upon completion of the review, the Purchasing/Ancillary Services Director shall submit its findings and recommendations to the Superintendent and/or OPSB who shall then review the matter under such terms and conditions, as deemed proper. Upon receipt of authority to act from the Superintendent or OPSB, the Purchasing/Ancillary Services Director will notify those Bidders involved of its decision. The decision shall be final and binding on the objecting Bidder. WITHDRAWAL OF BID: Any bid may be withdrawn if clear and convincing sworn, written evidence of obvious mechanical, clerical or mathematical error is furnished by the bidder to the Purchasing/Ancillary Services Director within 48 hours of bid opening. SUPPLIER PERFORMANCE AND EVALUATION: The bidder, vendor, service provider and/or supplier performance process will involve evaluating the bidder, vendor, service provider and/or supplier’s overall quality status, as well as evaluating the quality of each material or service the Orleans Parish School Board wishes to purchase from the said bidder, vendor service provider and/or supplier. Prior to the invoice submission, the bidder, vendor, service provider and/or supplier, shall meet with a purchasing representative to discuss and review deliverables and timeline events for said services. Contract with automatic renewals will be based upon the Orleans Parish School Board evaluating and analyzing bidder, vendor, service provider and/or supplier performance. DEBARMENT AND SUSPENSION To ensure that the Orleans Parish School Board does not enter into a contract with a debarred or suspended company or individual, each responsive bidder must include a certification statement with each bid on each contract. By signing the certification statement, the bidder certifies that neither it nor any of its principals (e.g., key employees) have been proposed for debarment, debarred or suspended by a Federal Agency. It is the responsibility of each bidder to sign the attached certification statement and submit it with the bid. Failure to comply with this requirement will cause your bid to be disqualified, declared non responsive. CONTRACTS OVER $100,000: The Bidder must comply with the applicable standards, orders or requirements issued under Section 306 of the Clean Air Act [(42 USC 1837 (h)], Section 508 of the Clean Water Act (32 USC 1368), Executive Order 11738, and Environmental Protection Agency Regulations (40 CFR, Part 15), which prohibit the use under non-exempt federal contracts, grants or loans of facilities included in the EPA list of violating facilities. Bidder shall report any violations to the Orleans Parish School Board, the

INVITATION TO BID NO. 15-CN-0015

(DO NOT DETACH THIS PAGE) Page 5 of 30

Page 6: ORLEANS PARISH SCHOOL BOARD …

Department of Agriculture and to the Environmental Protection Agency Assistant Administrator for enforcement. LAWS AND REQUIREMENTS AFFECTING LABOR: All contractors and subcontractors shall comply and conform to all applicable federal, state, and municipal labor laws and various acts mandatory and supplementary thereto, as well as, all other applicable laws, ordinances and legal requirements reqarding the employment of labor to include, if applicable, to contracts which exceed $2,500.00 and which involve the employment of mechanics or laborers, the Contract Work Hours and Safety Standards Act (40 USC 327-330) as supplemented by the Department of Labor Regulations (29 CFR, Part 5). The latter requirements do not apply to the purchase of supplies or materials or articles ordinarily available on the open market.

Mr. Leslie J. Rey Purchasing/Ancillary Services Director

INVITATION TO BID NO. 15-CN-0015

(DO NOT DETACH THIS PAGE) Page 6 of 30

Page 7: ORLEANS PARISH SCHOOL BOARD …

INDEMNITY AND INSURANCE:

A. The Contractor shall indemnify and hold harmless the OPSB, its Board Members, Officers, Staff Directors, etc. for and against any and all losses, damages, and liabilities whatsoever for injury to or death of persons, or loss of or damage to property, including Government property of any kind or nature caused by or arising out of the performance of the work or services required hereunder by the contractor or the officers, employees, or agents of the Contractor.

B. The Contractor shall, as a minimum, obtain and maintain during the entire period of performance of this

contract insurance provided by insurers authorized to transact business in the State of Louisiana, has and maintains a minimum of a “A” rating or better financial size category as shown in the most current AM Best Company ratings the following coverage placements:

1. Workmen's Compensation and Employees Liability Insurance – Worker’s Compensation insurance limits as required by the Labor Code of the State of Louisiana meeting minimum statutory requirements and Employer’s Liability coverage with a minimum of $500,000. The policy shall include a waiver of subrogation in favor of the District (OPSB).

2. Comprehensive General Liability/ Professional Liability Insurance – For Standard Contracts, minimum limits of $1,000,000 per occurrence. The policy shall include a waiver of subrogation in favor of the OPSB with an additional insured endorsement. For Architectural & Engineering (A&E) projects, the Contractor shall provide evidence of coverage for Professional Liability and or E&O Liability subject to limits of not less than $1,000,000 with additional insured and/or a waiver of subrogation endorsement in favor of the District (OPSB). The liability insurance shall remain in effect until the end of the Correction Period and at all times after that when the Contractor may be correcting or removing and replacing, defective work.

3. Motor Vehicle Liability Insurance - Minimum limits of $250,000 per person and $500,000 per

occurrence for bodily injury liability and $100,000 for property damage liability is required on each vehicle owned, non owned or hired to be used in conjunction with the contract. The policy shall include a waiver of subrogation in favor of the District (OPSB).

4. Property, Builder’s Risk Insurance – The Contractor (for repair, construction, fabrication, etc.

projects) shall purchase and maintain property insurance, including earth movement and flood, covering work at the site in the full amount of the respective contract and/or changes in contract values due to change orders. The property insurance shall be “All Risk Builder’s Risk Completed Value Form Insurance or equivalent manuscript policy and shall include the interests of the OSPB, Contractor, Subcontractors and Suppliers, Architect and the Owners and Architect’s consultants as their interest may appear, all of whom shall be named as additional insured’s. The corresponding deductibles, shall be borne by the Contractor & the policy shall also be endorsed to comply with the waiver of subrogation rights in favor of or applicable to the OPSB.

5. Bonding – The Contractor (other than A&E and Demolition projects) shall furnish a Performance

Bond in the full amount of the contract price. The Labor and Material Payment Bond shall also be in the full amount of the contract price. The Performance Bond shall remain in effect until the end of the “correction period” and at all times after that when the contractor may be correcting or removing and replacing defective work. The Contractor shall also furnish any maintenance bonds and manufacturer

INVITATION TO BID NO. 15-CN-0015

(DO NOT DETACH THIS PAGE) Page 7 of 30

Page 8: ORLEANS PARISH SCHOOL BOARD …

performance bonds, each in the amount and for specified that are required in the Supplementary conditions or technical Specifications. Attorney-in-Fact who sigh bonds shall attach a certified copy of their Power of Attorney to sign bonds and conduct business in the respective State. 6. Excess Liability Insurance – The OPSB reserves the right to require this coverage subject to the value of the contract or scope of work required in the contract. If required, the excess liability insurance shall follow the same form and offer the same protections as employer’s liability, general liability and auto liability. It shall also be as broad as the underlying policies of liability. Limits of Excess Liability coverage will be established based on the size and scope of the contract project. Additional insured and/or waiver of subrogation endorsements will be required.

C. The minimum insurance amounts specified in paragraph B shall not include a deductible.

Notwithstanding, if there is a deductible incorporated into the terms of the insurance policy, then OPSB shall not be liable for the deductible, nor shall it be an allowable cost if paid by the CONTRACTOR. Insurance issued on a claims-made basis and completed operations insurance shall be maintained for 2 years after acceptance and evidence of coverage shall be furnished to the OPSB yearly.

D. The insurer’s cost of providing the insured’s a defense and appeal, including attorney fees, shall be

supplementary and shall not be included as part of the policy limits, but shall remain the insurer’s separate responsibility. If any of the Contractor’s sureties or insurers is declared bankrupt or placed into receivership, ceases to meet any of the requirements of the Contract Documents or its license to do business in the State of Louisiana is revoked or expires, the Contractor shall meet the requirements of the contract documents.

E. Certificates of insurance evidencing that the requirements of paragraph B have been met shall be

furnished to OPSB before work is commenced with respect to performance under this Contract. In addition to the certificate of insurance, a copy of all required endorsements will be required as proof of the coverage placement. The insurance required pursuant to the provisions of this clause shall be in such form and for such periods of time as OPSB may require or approve, and with insurers approved by OPSB. Provisions shall be made for 30 days advance written notice by mail to OPSB of change in or cancellation of such insurance.

F. In the event the CONTRACTOR fails to furnish such certificates prior to the commencing of work or to continue to maintain such insurance during the performance of the Contract OPSB shall have the right to withhold any payments or partial payments required to be made under this Contract; and shall have the right to continue withholding any or all of said payments so long as the CONTRACTOR has not complied with the requirements of this clause.

G. ADDITIONAL INSURANCE REQUIREMENTS

The Contractor shall provide a Certificate of Insurance evidencing Errors and Omissions liability insurance coverage subject to limits of liability of not less than $1,000,000.00. Furthermore, it shall be mutually agreed that OPSB shall be solely responsible for the contents of any information or documentation, which OPSB may provide to the Contractor to rely upon in the process of this service agreement. Notwithstanding the aforementioned provision, the Contractor shall be responsible for any damages or liabilities to the extent that they result from the Contractor’s actual errors, omissions, or negligence pursuant to this Agreement. No changes, modifications, or limitations to these insurance requirements shall be permitted.

INVITATION TO BID NO. 15-CN-0015

(DO NOT DETACH THIS PAGE) Page 8 of 30

Page 9: ORLEANS PARISH SCHOOL BOARD …

GENERAL TERMS AND CONDITIONS

1. PERIOD OF CONTRACT

The Orleans Parish School Board (OPSB) is soliciting bids to furnish FRESH AND PROCESSED PRODUCE FOR THE CHILD NUTRITION PROGRAM FOR THE MONTHS OF OCTOBER AND NOVEMBER, 2014.

2. OPSB SUPPLIER

Vendor(s) receiving awards resulting from competitive bids on the listed item(s) will be established as the supplier of the respective item(s) for the OPSB for the duration of the order period. A Purchase Order listing items awarded will be official notification of award.

3. This is an “All or None” Bid. All items are listed at “estimated” quantities. 4. Unit price as well as the extended price must be written. In case of a discrepancy between the

unit price and the extended price, price written for the unit will be considered the bid price.

5. All products delivered shall have been processed and packed in accordance with good commercial practice. All products conform in every respect to the provisions of the federal food, Drug and Cosmetic Act and regulation promulgated hereunder. Failure to do so will result in removal from future bids consideration.

6. ORDER/PRICES A Purchase Order will be issued for the respective item(s) awarded. The order period shall be from the date of purchase order until November 30, 2014. All prices are to be firm for the contract period, but wherever there is a general reduction in price to any segment of the trade in Louisiana, which is lower than the contract price said reduction must be presented directly to the Orleans Parish School Board’s Purchasing/Ancillary Services Department. All prices are quoted FOB anywhere within the Parish of Orleans (City of New Orleans, Louisiana) and do not include City or State sales taxes or federal excise tax.

The vendor shall not be liable for any excess costs if the failure to perform the contract arises from causes beyond the control and without the fault or negligence of the vendor which causes are limited to (1) acts of God or of the public enemy, (2) fires, (3) floods, (4) epidemics, (5) quarantine restrictions, or (6) hurricanes. The vendor must provide written notice within ten (10) days of any such event. Failure to do so shall constitute a waiver on the part of the vendor. The rights and remedies of the Orleans Parish School Board in this clause are in addition to any other rights and remedies provided by law or under this contract.

7. QUANTITIES

The estimated quantities of items specified cannot be established or confirmed at this time. However, any contract awarded as a result of the invitation to bid will obligate the Orleans Parish School Board to purchase only the quantity needed and the availability of funds. Quantities on orders may be adjusted/changed (decreased or increased) as needed based usage per School Site. The successful vendor must supply at bid prices actual requirements as ordered whether the total of such requirements

INVITATION TO BID NO. 15-CN-0015

(DO NOT DETACH THIS PAGE) Page 9 of 30

Page 10: ORLEANS PARISH SCHOOL BOARD …

is more or less than the quantities estimated to prepare the bid. The OPSB binds itself to accept and the vendor agrees to supply only what is actually required by the OPSB during the life of the contract. Additional quantities, if needed, will be ordered at the same unit price bid through November 30, 2014.

8. PRICE CHANGES Act 312 of the regular session of 1974 Louisiana Legislature dictates: Only bids based on specifications that are subject to a recognized escalation index shall be legal and valid.

9. SAMPLES Samples may be required prior to award being made.

10. DELIVERY

Delivery of produce are to be made to approximately 22 schools at least twice a week (Mondays and Wednesdays) between the hours of 7: 00 a. m – 10: 30 a.m. to accommodate the serving schedules of the schools. All items must be delivered in a REFRIGERATED VEHICLE, in prime condition, properly labeled and packaged. All items must have a minimum 7-day shelf life beginning from the date of delivery. Prices must include FOB delivery to the Various Schools (as per attached list).

Inspections will be made of each delivery by a duly qualified representative of the Child Nutrition Program. Such inspections may include rejection if the item delivered fails to meet the specifications or is damaged in any way. If rejected, the vendor will be required to replace the rejected food or merchandise or to issue a credit on the invoice at the option of the Child Nutrition Program.

The vendor is expected to deliver all products on schedule, even if the product has to be procured from a local competitor or flown in by special delivery.

If shortages occur, the vendor should be prepared to make same day or next day delivery, if requested.

Vendor must demonstrate the ownership or the source of a sufficient number of trucks or vehicles to deliver to the 22 different sites between the designated hours and on the dates specified in the delivery schedule. The contractor shall make emergency delivery orders in the event of a truck breakdown, spoilage or theft at no additional cost to the Orleans Parish School Board.

Vendor shall furnish certification and evidence of the mechanical refrigeration to keep any specified food refrigerated in accordance with the standards set by the Louisiana State Board of Health. Delivery or performance shall me made only as authorized by orders issued by the Child Nutrition Department. In no event shall a delivery be made without proper authorization from the Child Nutrition Department.

If the Orleans Parish Board urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the contractor will not accept an order providing for the accelerated delivery, the Orleans Parish School Board may acquire the urgently required food, goods or services from another source.

INVITATION TO BID NO. 15-CN-0015

(DO NOT DETACH THIS PAGE) Page 10 of 30

Page 11: ORLEANS PARISH SCHOOL BOARD …

11. INVOICING

Invoices will be submitted by the vendor to the OPSB Accounts Payable Office and the invoice shall refer to the purchase order number, delivery date, quantity, unit price, and delivery point. The contractor shall submit, in duplicate, to the OPSB Accounts Payable Office a separate invoice for each order delivered and accepted. Invoices shall show the cash discount (if any), and shall be submitted on the contractor's own invoice form. All packing slips must be attached to the outside of packages and MUST show purchase order number.

12. PAYMENT Invoices will be paid based upon receipt of material or properly executed invoice, whichever is later.

Payment will be made on the basis of unit price as listed on the Purchase Order; such price and payment will constitute full compensation of furnishing and delivering the items. In no case will the OPSB refuse to make partial payments to the contractor although all items have not been delivered. This payment in no way relieves the contractor of his responsibility to effect shipment of the balance of the order released. PAYMENTS WILL BE MADE TO THE VENDOR AND ADDRESSED AS SHOWN ON THE PURCHASE ORDER. ADVANCED PAYMENTS WILL NOT BE ALLOWED.

13. TAXES

The Orleans Parish School Board is exempt from all Federal, State, and local taxes. 14. SUBSTITUTES Any substitutions must receive prior written approval of the Purchasing and Ancillary Services Director.

Substitutions will not be accepted if they do not appear on the original bid. 15. INDEMNITY Contractor agrees, upon receipt of written notice of a claim or action, to defend the claim or action, or

take other appropriate measures, to indemnify, and hold harmless, the Orleans Parish School Board, its officers, its agents and its employees from and against all claims and actions for bodily injury, death or property damages caused by the fault of the contractor, its officers, its agents or its employees. Contractor is obligated to indemnify only to the extent of the fault of contractor, its officers, its agents, or employees. However, the contractor shall have no obligation as set forth above with respect to any claim or action for bodily injury, death or property damages arising out of the fault of the Orleans Parish School Board, its officers, its agents or its employees.

16. VENDOR CONTACT Vendors MUST provide NAME and TELEPHONE NUMBER of respective contact person within the

firm through whom orders and/or information will be handled.

17. BID INQUIRY All inquiries regarding this solicitation for bids should be addressed to Lynn Dillon, (504) 304-5639, [email protected] or Caroline Harvey, (504) 304-5640, [email protected] or FAXED (504) 309-2879. No contact in any form or manner is to be made with any employee of the District except through the persons named above. Violation of this provision shall be considered grounds for disqualification of the violator employer's bid.

INVITATION TO BID NO. 15-CN-0015

(DO NOT DETACH THIS PAGE) Page 11 of 30

Page 12: ORLEANS PARISH SCHOOL BOARD …

18. CANCELLATION THE ORLEANS PARISH SCHOOL BOARD RESERVES THE RIGHT TO CANCEL THE

CONTRACT WITH VENDOR UPON THIRTY (30) DAYS WRITTEN NOTICE.

The continuation of this Order is contingent upon the appropriation of funds to fulfill the requirements of the Order.

19. DEFAULTS AND TERMINATION

The Orleans Parish School Board may, subject to paragraphs below, by written notice of default to the Contractor, terminate this contract in whole or in part if the Contractor fails to: a. deliver products, or to perform the services within the time specified in this contract or any

extension b. furnish products, or to perform the services in accordance with the specifications. If the

contractor fails to deliver supplies or materials or perform the services within the time specified in the contract, or an extension thereof, the contractor shall, in place of actual damages, pay to the OPSB as fixed and agreed liquidated damages for each calendar day of delay, the sum of $225.00 per day. The contractor shall not be charged with liquidated damages when the delay delivery or performance arises out of causes beyond the control and without the fault or negligence of the contractor;

c. perform any of the other provisions in this contract. If the Orleans Parish School Board terminates this contract in whole or in part, it may acquire, under the terms and in the manner the Director of Purchasing/Ancillary Services considers appropriate supplies or materials, or services similar to those terminated, and the contractor shall be liable to the Orleans Parish School Board for any excess costs for such supplies, materials, or services in addition to liquidated damages. However, the contractor shall continue the work not terminated or furnish the supplies or materials not terminated.

20. VENDOR’S NAME Legal identification of the company’s and/or organization must be listed on the bid form where

indicated, including its corporate name and complete mailing address, telephone and fax numbers, and Tax Identification Number.

21. ERRORS/OMISSIONS/WITHDRAWAL

Vendors must check price bids for mathematical and typographical errors before submittal. All corrections must be initialed. Failure to comply may result in disqualification of bid. A bid may be withdrawn after the time and date designated for receiving quotes if clear and convincing sworn, written evidence of obvious mechanical, clerical or mathematical error is furnished by the vendor within 48 hours of bid opening.

Negligence on the part of the vendor in preparing his/her bid confers no right of withdrawal or modification of his/her bid after bids have been opened.

INVITATION TO BID NO. 15-CN-0015

(DO NOT DETACH THIS PAGE) Page 12 of 30

Page 13: ORLEANS PARISH SCHOOL BOARD …

22. BID CONSIDERATION

Bid Price(s) shall be valid through November, 2014. Terms are net 30 days. The Orleans Parish School Board reserves the right to select any part of the bid or the whole bid as well as to reject any and all bids received whenever such rejection is in its best interest in accordance with law.

23. Non-discrimination Statement: This explains what to do if you believe you have been treated unfairly. In accordance with Federal law and U.S. Department of Agriculture policy, this institution is prohibited from discriminating on the basis of race, color, national origin, sex, age, or disability. To file a complaint of discrimination, write to USDA, Director, Office of Civil Rights, Room 326-W, Whitten Building, 1400 Independence Avenue, SW, Washington DC 20250-9410 or call 202-720- 5964 (voice and TDD). USDA is an equal opportunity provider and employer.

24. RETURN POLICY Vendors are required to include return policy terms, conditions and procedures.

The continuation of this Blanket Order is contingent upon the appropriation of funds to fulfill the requirements of the Blanket Order.

INVITATION TO BID NO. 15-CN-0015

(DO NOT DETACH THIS PAGE) Page 13 of 30

Page 14: ORLEANS PARISH SCHOOL BOARD …

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 INSTRUCTIONS THAT FOLLOW) (1) The prospective lower tier participant certifies, by submission of this proposal, that neither it

nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency.

(2) Where the prospective lower tier participant is unable to certify any of the statements in this

certification, such prospective participant shall attach an explanation to this proposal. Organization Name_________________________________________________________________ Name and Title of Authorized Representative_____________________________________________ Signature___________________________________________Date_________________________

Revised 3/94 Form AD-1048

INVITATION TO BID NO. 15-CN-0015

(DO NOT DETACH THIS PAGE) Page 14 of 30

Page 15: ORLEANS PARISH SCHOOL BOARD …

Instructions for Completing Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions (Form AD-1048)

NOTE: A School Food Authority must require that each responsive bidder include this certification statement with each bid on each contract equaling or exceeding $100,000, or any contract for audit services regardless of amount.

1. By signing and submitting this form, the prospective lower tier participant providing the certification set out on the above 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 âvailable 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 its 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, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of the U. S. Department of Agriculture regulations 7CFR 3017 implementing Executive Order 12 549. (Contact the person to whom 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 Transaction" without modification in all lower tier covered transactions and in all solicitations for lower tier covered transactions.

7. A participant in a covered transaction may rely upon a certification that a prospective participant in a lower tier covered transaction has not been debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless the participant 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 Nonprocurement 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.

INVITATION TO BID NO. 15-CN-0015

(DO NOT DETACH THIS PAGE) Page 15 of 30

Page 16: ORLEANS PARISH SCHOOL BOARD …

CERTIFICATION REGARDING LOBBYING

CERTIFICATION FOR CONTRACTS, GRANTS, LOANS, AND COOPERATIVE AGREEMENTS EXCEEDING $100,000 IN FEDERAL FUNDS

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 any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for

influencing or attempting to influence an 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 contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form - LLL, "Disclosure of Lobbying Activities," in accordance with its instructions.

3. The undersigned shall require that the language of this certification be included in the award documents

for all subawards (exceeding $100,000 in Federal funds) at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly.

This certification is a material representation of fact which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. 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.

NAME/ADDRESS OF VENDOR______________________________________________________________

TITLE/TITLE OF SUBMITTING OFFICIAL____________________________________________________

SIGNATURE____________________________________________DATE___________________________

INVITATION TO BID NO. 15-CN-0015

(DO NOT DETACH THIS PAGE) Page 16 of 30

Page 17: ORLEANS PARISH SCHOOL BOARD …

CERTIFICATE OF INDEPENDENT PRICE DETERMINATION Both the School Food Authority (SFA) and the Vendor (offeror) shall execute this Certificate of Independent Price Determination. Orleans Parish School Board Name of Vendor Name of School Food Authority (A) By submission of this offer, the offeror certified and in the case of a joint offer, each party thereto certifies as to its own

organization, that in connection with this procurement:

(1) 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 offeror or with any competitor;

(2) Unless otherwise required by law, the prices which have been quoted in this offer have not been knowingly

disclosed by the offeror and will not knowingly be disclosed by the offeror 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 offeror or to any competitor; and

(3) No attempt has been made or will be made by the offeror to induce any person or firm to submit or not to submit, an

offer for the purpose of restricting competition. (B) Each person signing this offer on behalf of the Vendor certifies that:

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

(2) He or she is not the person in the offeror’s organization responsible within the organization for the decision as to the

prices being offered herein, but that he or she has been authorized in writing to act as agent for the persons responsible for such 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)(1) above.

To the best of my knowledge, this Vendor, 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 biding on any public contract, except as follows: Signature of Vendor’s Title Date Authorized Representative In accepting this offer, the SFA certifies that no representative of the SFA has taken any action which may have jeopardized the independence of the offer referred to above. Administrator Signature of School Food Authority’s Title Date Authorized Representative

INVITATION TO BID NO. 15-CN-0015

(DO NOT DETACH THIS PAGE) Page 17 of 30

Page 18: ORLEANS PARISH SCHOOL BOARD …

BIDDER'S CERTIFICATION AND INVITATION TO BID

This form is to be completed, signed and left attached to the Bidding Documents and delivered to the Orleans Parish School Board by the time and date advertised. DATE: ______________________________ Orleans Parish School Board Purchasing/Ancillary Services Department 3520 General De Gaulle Drive Fifth Floor, Room 5078 New Orleans, LA 70114

Re: Invitation to Bid No. 15-CN-0015

Gentlemen: In compliance with the Bidding Documents, the undersigned agrees, if this offer is accepted and awarded within thirty (45) calendar days from the date for the receipt of the offer specified in the Advertisement for Bids, to furnish any or all items awarded at the unit price offered at the price set opposite each item, delivered at the designated points on the dates specified in the Delivery Schedule and during the time period specified from date the of Purchase Order through November 30, 2014.

Acknowledgment of Addenda: Addendum No. ____________ , dated _____________________ Addendum No. ____________ , dated _____________________ Addendum No. ____________ , dated _____________________

I propose to provide and furnish the various items at the prices set forth on the attached sheet. The bid prices accepted by the Orleans Public School Board must remain valid until November, 2014. SEE ATTACHED SPECIFICATIONS.

INVITATION TO BID NO. 15-CN-0015

(DO NOT DETACH THIS PAGE) Page 18 of 30

Page 19: ORLEANS PARISH SCHOOL BOARD …

APPENDIX A

A1: PRINCIPALS OF THE COMPANY

PRESIDENT: VICE-PRESIDENT: SECRETARY: TREASURER:

BIDDER:

SIGNATURE:

NAME: (PRINT OR TYPE)

ADDRESS:

CITY, STATE, and ZIP: _____________________

AREA CODE & PHONE:

AREA CODE & FAX:

EMAIL: __________________________________

LIST THE BIDDER’S FEDERAL TAX IDENTIFICATION NUMBER _________________ Bidder is (check one) _____Sole Proprietorship; _____Partnership; _____ Corporation (If corporation, in what state incorporated) _______________________________; or ___ Joint venture. Identify parties:

INVITATION TO BID NO. 15-CN-0015

(DO NOT DETACH THIS PAGE) Page 19 of 30

Page 20: ORLEANS PARISH SCHOOL BOARD …

APPENDIX A

A2: NON-COLLUSION STATEMENT

State of Louisiana Parish of Orleans ____________________________________________________________________,

States that he/she is (a partner of the firm, officer of the corporation,

or individual making the foregoing proposal or bid); that said bid is genuine and not collusive or sham; that said

bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any bidder or person to put in

a sham bid or to refrain from bidding, collusion, or communication or conference, with any person, to fix the bid

price or affiant or any other bidder, or to fix any overhead, profit or cost element, or that of any other bidder, or

to secure any advantage against any person interested in the proposed contract, and that all statements

contained in the said bid or proposal are true.

(Signature)

INVITATION TO BID NO. 15-CN-0015

(DO NOT DETACH THIS PAGE) Page 20 of 30

Page 21: ORLEANS PARISH SCHOOL BOARD …

Form W-9(Rev. December 2011)Department of the Treasury Internal Revenue Service

Request for Taxpayer Identification Number and Certification

Give Form to the requester. Do not send to the IRS.

Pri

nt o

r ty

pe

See

Sp

ecifi

c In

stru

ctio

ns o

n p

age

2.

Name (as shown on your income tax return)

Business name/disregarded entity name, if different from above

Check appropriate box for federal tax classification:

Individual/sole proprietor C Corporation S Corporation Partnership Trust/estate

Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=partnership) ▶

Other (see instructions) ▶

Exempt payee

Address (number, street, and apt. or suite no.)

City, state, and ZIP code

Requester’s name and address (optional)

List account number(s) here (optional)

Part I Taxpayer Identification Number (TIN)Enter your TIN in the appropriate box. The TIN provided must match the name given on the “Name” line to avoid backup withholding. For individuals, this is your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN on page 3.

Note. If the account is in more than one name, see the chart on page 4 for guidelines on whose number to enter.

Social security number

– –

Employer identification number

Part II CertificationUnder penalties of perjury, I certify that:

1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and

2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and

3. I am a U.S. citizen or other U.S. person (defined below).

Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions on page 4.

Sign Here

Signature of U.S. person ▶ Date ▶

General InstructionsSection references are to the Internal Revenue Code unless otherwise noted.

Purpose of FormA person who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) to report, for example, income paid to you, real estate transactions, mortgage interest you paid, acquisition or abandonment of secured property, cancellation of debt, or contributions you made to an IRA.

Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN to the person requesting it (the requester) and, when applicable, to:

1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued),

2. Certify that you are not subject to backup withholding, or

3. Claim exemption from backup withholding if you are a U.S. exempt payee. If applicable, you are also certifying that as a U.S. person, your allocable share of any partnership income from a U.S. trade or business is not subject to the withholding tax on foreign partners’ share of effectively connected income.

Note. If a requester gives you a form other than Form W-9 to request your TIN, you must use the requester’s form if it is substantially similar to this Form W-9.

Definition of a U.S. person. For federal tax purposes, you are considered a U.S. person if you are:

• An individual who is a U.S. citizen or U.S. resident alien,

• A partnership, corporation, company, or association created or organized in the United States or under the laws of the United States,

• An estate (other than a foreign estate), or

• A domestic trust (as defined in Regulations section 301.7701-7).

Special rules for partnerships. Partnerships that conduct a trade or business in the United States are generally required to pay a withholding tax on any foreign partners’ share of income from such business. Further, in certain cases where a Form W-9 has not been received, a partnership is required to presume that a partner is a foreign person, and pay the withholding tax. Therefore, if you are a U.S. person that is a partner in a partnership conducting a trade or business in the United States, provide Form W-9 to the partnership to establish your U.S. status and avoid withholding on your share of partnership income.

Cat. No. 10231X Form W-9 (Rev. 12-2011)

INVITATION TO BID NO. 15-CN-0015

(DO NOT DETACH THIS PAGE) Page 21 of 30

Page 22: ORLEANS PARISH SCHOOL BOARD …

ORLEANS PARISH SCHOOL BOARD

Purchasing/Ancillary Services

VENDOR REGISTRATION FORM

DATE (MM/DD/YYYY):

COMPANY NAME:

CONTACT:

ADDRESS:

CITY, STATE, ZIP:

REMIT TO ADDRESS:

CITY, STATE, ZIP:

PHONE: FAX:

E-MAIL ADDRESS:

TAX ID NO:

DUNS NO.

EVER EMPLOYED BY THE OPSB? YES NO IF YES, LAST DATE OF EMPLOYMENT

MANUFACTURER DISTRIBUTOR SALES OFFICE SERVICES STATE CONTRACT

NO.

PLEASE IDENTIFY COMMODITIES AND/OR SERVICES THAT YOUR COMPANY PROVIDES:

Company Representative Title

VENDOR REGISTRATION FORM 032410

INVITATION TO BID NO. 15-CN-0015

(DO NOT DETACH THIS PAGE) Page 22 of 30

Page 23: ORLEANS PARISH SCHOOL BOARD …

All prices bid are F.O.B. anywhere within the city limits of the City of New Orleans, Louisiana and do not include city or state sales taxes or federal excise taxes. I have completed the Certificate of Insurance and secured signatures by a duly authorized representative of the company. ______ Initial I have signed the Certificate of Debarment. ______ Initial I have signed the Certificate of Lobbying. ______ Initial

I have signed the Certificate of Independent Price Determination. I will provide Fresh and Processed Produce in the quality and quantity specified and shall meet the specifications accordingly. ______ Initial

I have completed Taxpayer Identification Number and Certification, and secured signature by a duly authorized representative of the company. ______ Initial

I understand that each delivery will be inspected by a representative of the Child Nutrition Program and an item may be rejected if it fails to meet the specifications or is damaged in any way. _______ Initial

I understand that if shortages occur, it is my company's responsibility to deliver the difference the same day if requested. ______

Initial

I understand that Child Nutrition may cancel that portion of an order which I fail to deliver at the specified time. ______ Initial I understand that the volume of purchases of any item may be less than the bid quantity, due to the availability of "free" USDA Commodities. _______ Initial

INVITATION TO BID NO. 15-CN-0015

(DO NOT DETACH THIS PAGE) Page 23 of 30

Page 24: ORLEANS PARISH SCHOOL BOARD …

I understand that the unit cost remains as quantities may increase when additional Schools are added to the Child Nutrition Program. _______ Initial I have checked my bids for mathematical and typographical errors. ______ Initial I have listed the Principals of the Company. _______ Initial I have completed the Non-Collusion Statement. _______ Initial I agree to deliver, if needed, additional quantities through November 30, 2014 at the same unit price bid. _______ Initial I (or We) acknowledge and accept the General Terms and Conditions as set forth ____ ______ NAME OF COMPANY SIGNATURE OF BIDDER ______________________________ DATE

INVITATION TO BID NO. 15-CN-0015

(DO NOT DETACH THIS PAGE) Page 24 of 30

Page 25: ORLEANS PARISH SCHOOL BOARD …

LIST OF SCHOOLS

Ben Franklin Elementary 1116 Jefferson Ave.-70115

Ben Franklin High 2001 Leon C. Simon Blvd. - 70122

Bethune Elementary 4040 Eagle St. -70118

Pierre A Capdau 4621 Canal St. 70119

Crescent Leadership Academy 4300 Almonaster Ave -70126

Easton Charter 3019 Canal -70119

Einstein Charter 5100 Cannes St. 70129

Fannie C Williams 11755 Dwyer Rd. 70128

Gentilly Terrace 4720 Painters St. 70122

Harney Charter 7315 Willow St. 70118

Hynes Charter 990 Harrison Ave- 70124

Einstein Extension 5316 Michoud Blvd-70129

James Singleton Charter 2220 Oretha Castle Haley Blvd.- 70113

Lake Area New Tech 6026 Paris Ave. 70122

Lusher Charter Elementary 7315 Willow St. 70118

Lusher Charter Middle/High 5624 Freret St. 70115

Mahalia Jackson 2405 Jackson Ave. 70113

Mc Donogh City Park Academy 2733 Esplanade Ave. 70119

McDonogh 35 / ADEP High 1331 Kerlerec St. 70116

Mc Main High 5172 S. Claiborne Ave. 701125

Moton Charter 3774 Gentilly Blvd. 70122

Nelson Elementary 3121 St. Bernard Ave 70122

INVITATION TO BID NO. 15-CN-0015

(DO NOT DETACH THIS PAGE) Page 25 of 30

Page 26: ORLEANS PARISH SCHOOL BOARD …

VENDOR NAME:______________________________________________BID OPENING: THURSDAY, OCTOBER 2, 2014 AT 10:00 A.M.INVITATION TO BID NO. 15-CN-0015 FRESH AND PROCESSED PRODUCE: OCTOBER-NOVEMBER, 2014

SPECIFICATIONS PACK SIZE ESTIMATED UNIT EXTENDEDQUANTITY PRICE PRICE

1. Bananas # 2 40# -100/case 200 ________________________ _________________Ripe not overriped , more yellow then green casesfree from decay.

2 . Oranges 113 count/case 200 _________________________ _________________U.S # 1 Louisiana,Texas Florida or California cases

3.Tangerines 40# case 175 _________________________ ____________________Sweet juicy mature ripe not over ripe, fairly well formed, uniform in size 150 count casesreasonably free from defects and decay

4. Satsumas, Louisiana 40# case 175 _________________________ ______________________Sweet juicy mature ripe not over ripe, fairly well formed, uniform in size 150 count casesreasonably free from defects and decay

5.Golden Delicious Apples 113 count/box 200 ________________________ ___________________U.S#1, mature but not overripe, fairly well formed casesuniform in size reasonably free from defects anddecay. 6. Fuji Apples 100 count/box 175 _________________________ _________________Sweet juicy mature ripe not over ripe, fairly well formed, uniform in size casesreasonably free from defects and decay.

7. Gala Apples 100 count/box 175 _________________________ ___________________Sweet juicy mature ripe not over ripe, fairly well formed, uniform in size casesreasonably free from defects and decay. 8.Cantaloupes 15/18 count 100 _________________________ _________________Sweet juice, mature but not overripe, fairly well formed casesuniform in size reasonably free from defects and decayU.S # 1 Louisiana,Texas Florida or California 9. Fresh Pineapple Chunks 5#/bags 125 _________________________ __________________Cleaned and cut 1 X 1 " size, approixmate 50 to 75 chunks cases per bag U.S. #1 standard Grade

INVITATION TO BID NO. 15-CN-0015

(DO NOT DETACH THIS PAGE) Page 26 of 30

Page 27: ORLEANS PARISH SCHOOL BOARD …

10. Honey dew Melons 15/18 count 100 _________________________ ____________________Sweet juicy mature ripe not over ripe, fairly well formed, casesuniform in size reasonably free from defects and decayU.S # 1 Louisiana,Texas Florida or California

11. Barlett Pears 30-40/count/case 100 _________________________ ____________________U.S # 1 mature but not overripe, fairly well formed casesuniform in size reasonably free from defects and decay.

12. Lettuce Shredded 4/5#bags/cs 125 _________________________ ____________________Cut from cleaned lettuce heads, cored and outer layer casesremoved. Minimum 10 day shelf life

13. Salad Mix w/ Carrots and Red Cabbage 4/5#bags/cs 175 _________________________ ____________________(See attached specifications) cases

14. Spring Salad Mix 3# bag 600 ________________________ ____________________Baby lettuces (baby green romaine lettuce and red romaine, green oak lettuce bags bagsbaby spinach and arugula. Frisee and raddichio. Ingredients may vary.

15.Creole Seasoning Fresh 2/5#/bag/cs 120 _________________________ _____________________Blend of approximately 35%onions,25%celery, 20%peppers, cases10%shallots,5%parsley,5%garlic spun dry no anti oxidants

16. Onions, Chopped Fresh 2/5#/bag/cs 120 ________________________ ____________________U.S.#1 Jumbo yellow Spanish variety peeled cleaned and caseschopped in 1/4 x 1/4 , spun dry no anti-oxdiants

17. Bell Peppers, Green(Large Stuffing ) 22-25# 100 ___________________________ _________________case cases

18. Bell Peppers, Green # 200 _________________________ ____________________#

19. Bell Peppers, Red lbs 100 _________________________ ___________________US#1 #

20. Bell Peppers,Yellow lbs 100 _______________________ ___________________US#1 #

21. Shallot (Green Onions) 6 ct/bundle 150 _______________________ _________________US#1

22.Cucumbers lbs 800 ________________________ __________________US. No 1 Max.diameter not more than 2 3/8 inch ,length #

INVITATION TO BID NO. 15-CN-0015

(DO NOT DETACH THIS PAGE) Page 27 of 30

Page 28: ORLEANS PARISH SCHOOL BOARD …

6 inch free of decay or sunken area and yellowing

23.Broccoli Florets 3#/bag 150 _________________________ ___________________Fresh cut sulfite free packaged in gas permable package bagscode dated

24. Cauliflower Florets, Fresh 3#/bag 75 _________________________ __________________Fresh cut sulfite free packaged in gas permable package bagscode dated

25. Leaf Spinach, Fresh 1/10 oz/bag 275 _________________________ _________________Fresh cuts,cleaned in cello bag 10 ounces bags

26. Celery Sticks 4/5#/bags/case 30 _________________________ _________________Cleaned and cut 2" size, U.S. #1 standard Grade cases

27. Carrot Sticks 4/5#/bags/case 30 _________________________ _______________Cleaned and cut 2" size, U.S. #1 standard Grade cases

28. Tomatoes, Whole 25#/cases 100 _________________________ _________________U.S. #1 mature , but not over ripe, well formed smooth caseslayered packaging

29. Cole Slaw w Carrots 4/5#/case 60 _________________________ __________________max shreds 1/4" x 1/4" spun dry, no anti-oxidant 10 days cases 95% green cabbage 5 % carrots

30. Onions Yellow Medium 50#/sack 30 _________________________ ________________U.S. #1 packed in open mesh sack sack

31. Jumbo Red Onions 25#/sack 15 _________________________ ________________U. S. #1 sack

32. Cabbage, Chopped Green 50# carton 100 _________________________ _________________Meduim U.S. #1 carton

33. Celery , Stalk 30 crt 25 _________________________ ________________U.S.#1 carton

34. Shredded Carrots 4/5#/case 80 _________________________ ___________________________

U.S#1 cases

35.Cherry Tomatoes 12 pint /case 75 _________________________ ___________________________

U.S. #1 Standard cases

INVITATION TO BID NO. 15-CN-0015

(DO NOT DETACH THIS PAGE) Page 28 of 30

Page 29: ORLEANS PARISH SCHOOL BOARD …

36. Mushrooms, Button 12/80 oz/carton 50 _________________________ ___________________________

mushroom with a uniform cap size and thin stem 1-3 inches in diameter cases

37. Romaine Lettuce 12/3ct 125 _________________________ ______________________________

head forming lettuce has deep green, long leaves with a crisp texture 36 # /case cases

38. Zucchini 20# /case 40 _________________________ _______________________________

Mature ripe sweet farily well formed no decay or defect. 15-20 count cases

39. Yellow Squash 20#/case 40 _________________________ ________________________________

Mature ripe sweet farily well formed no decay or defect. 15-20 count cases

40. Grapes 1/Lug 200Seedless Red to meet Grade Standard cases _________________________ __________________________________

41. Grapes 1/Lug 200Seedless Green to meet Grade Standard cases ____________________________________ _________________________________

42. Strawberries 12/1#pint 200 __________________________________ ______________________________

Sweet juice, mature but not overripe, fairly well formed flat flatsuniform in size reasonably free from defects and decay

U.S # 1 Louisiana,Texas, Florida or California

43.Blueberries 12/1 pint/carton 100 ____________________________________ _______________________________

Sweet juice, mature but not overripe, fairly well formed flat flatsuniform in size reasonably free from defects and

decay.

45.Kumquats 12/1 pint 50 _________________________________ _________________________________

U.S # 1 Louisiana cases 46. Diced Cucumbers 5#/case 30 ___________________________________ _________________________________

Mature ripe not over ripe, fairly well formed, uniform in size casesreasonably free from defects and decay.

47. Avocado Fresh 48/count /case 30 __________________________________ _________________________________

Mature ripe not over ripe, fairly well formed, uniform in size casesreasonably free from defects and decay.

48. Sliced, Mushrooms 10# 50 ____________________________________ _________________________________

Mature ripe not over ripe, fairly well formed, uniform in size casesreasonably free from defects and decay. 49. Tomato, Grape 12/pint 50 ___________________________________ _________________________________

Slightly sweet ripe not over ripe, fairly well formed, uniform in size cases

INVITATION TO BID NO. 15-CN-0015

(DO NOT DETACH THIS PAGE) Page 29 of 30

Page 30: ORLEANS PARISH SCHOOL BOARD …

reasonably free from defects and decay.

50. Four Fruit Mix ( Pineapple, Grapes, Honeydew & Cantaloupe) 24/4oz/cs 100 ___________________________________ _________________________________

Sweet juicy mature ripe not over ripe, fairly well formed, uniform in size casesreasonably free from defects and decay. 51. Peppers, Sweet Mini Asst Colors 12/pint 25 ___________________________________ _________________________________

Slightly sweet ripe not over ripe, fairly well formed, uniform in size casesreasonably free from defects and decay.

52. Baby Carrots 4/5#/case 75 ___________________________________ _________________________________

Slightly sweet ripe not over ripe, fairly well formed, uniform in size casesreasonably free from defects and decay.

53. Mango, Prepackaged 24/4 oz 100 ___________________________________ __________________________________

Sweet juicy mature ripe not over ripe, fairly well formed, uniform in size case casesreasonably free from defects and decay.

54. Sliced Apples, Prepackaged 24/4 oz 100Sweet juicy mature ripe not over ripe, fairly well formed, uniform in size case cases ___________________________________ ____________________________________

reasonably free from defects and decay. 55. Seedless Grapes,Prepackaged 24/4 oz 100 ___________________________________ ____________________________________

Sweet juicy mature ripe not over ripe, fairly well formed, uniform in size case casesreasonably free from defects and decay.

56. Kiwi Chunks/Sliced , Prepackaged 24/4 oz 100Sweet juicy mature ripe not over ripe, fairly well formed, uniform in size case cases ___________________________________ ______________________reasonably free from defects and decay.

GRAND TOTAL _____________________________

INVITATION TO BID NO. 15-CN-0015

(DO NOT DETACH THIS PAGE) Page 30 of 30