Loading...
HomeMy WebLinkAboutContract 51113 CITY SECRETARY CONTRACT NO.�.1-1- --- SERVICES AGREEMENT Rolling Frito Lay Sales,LP This SERVICES AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WORTH ("City"), a Texas home rule municipal corporation, acting by and through Fernando Costa,its duly authorized Assistant City Manager, and Rolling Frito Lay Sales, LP("Vendor"), a Delaware Limited Partnership,and acting by and through Matthew L.Smith,its duly authorized Director, Food For Good,each individually referred to as a"party"and collectively referred to as the"parties." AGREEMENT DOCUMENTS: The Agreement documents shall include the following: 1. This Services Agreement; 2. Exhibit A—Scope of Services and Price Schedule Exhibits A and B,which are attached hereto and incorporated herein,are made a part of this Agreement for all purposes. In the event of any conflict between the terms and conditions of Exhibits A, B or C and the terms and conditions set forth in the body of this Agreement, the terms and conditions of this Agreement shall control. 1. SCOPE OF SERVICES. Vendor shall provide meals and related utensils for lunches, snacks and suppers as part of After School Snack and Summer Food Programs for the Neighborhood Services Department as required herein. Exhibit"A,"-Scope of Services more specifically describes the services to be provided hereunder. 2. TERM. This Agreement shall begin on June 1, 2018 ("Effective Date")and shall expire on December 31, 2018 ("Expiration Date"), unless terminated earlier in accordance with this Agreement ("Initial Term"). The parties may mutually agree in writing,to renew this Agreement under the same terms and conditions, for up to four(4)one-year renewal options. 3. COMPENSATION. City shall pay Vendor in accordance with the fee schedule of Vendor personnel who perform services under this Agreement in accordance with the provisions of this Agreement and Exhibit`B,"—Price Schedule. Total payment made under this Agreement for the first year by City shall be up to the amount of Four Hundred Forty-Six Thousand Ninety Dollars and Forty Cents($446,090.40).Vendor shall not be obligated to perform, or perform, any additional services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City shall not be liable for any additional expenses of Vendor not specified by this Agreement unless City fust approves such expenses in writing. 4. TERMINATION. 4.1. Written Notice. City or Vendor may terminate this Agreement at any time and for any reason by providing the other party with 30 days' written notice of termination. 4.2 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendnr of c,irh nccurrence *%ices Agreement OFFICIAL RECORD NM� La 06427-1 CITY SECRETARY FT.WORTH,TX and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated,provided City does not contract with a third party to provide the same goods or services for the suspended time period. 4.3 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date, City shall pay Vendor for services actually rendered up to the effective date of termination and Vendor shall continue to provide City with services requested by City and in accordance with this Agreement up to the effective date of termination. Upon termination of this Agreement for any reason,Vendor shall provide City with copies of all completed or partially completed documents prepared under this Agreement.In the event Vendor has received access to City Information or data as a requirement to perform services hereunder, Vendor shall return all City provided data to City in a machine readable format or other format deemed acceptable to City. 5. DISCLOSURE OF CONFLICTS AND CONFIDENTIAL INFORMATION. 5.1 Disclosure of Conflicts. Vendor hereby warrants to City that Vendor has made full disclosure in writing of any existing or potential conflicts of interest related to Vendor's services under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Vendor hereby agrees immediately to make full disclosure to City in writing. 5.2 Confidential Information. Vendor, for itself and its officers, agents and employees, agrees that it shall treat all information provided to it by City ("City Information") as confidential and shall not disclose any such information to a third party without the prior written approval of City. 5.3 Unauthorized Access.Vendor shall store and maintain City Information in a secure manner and shall not allow unauthorized users to access, modify, delete or otherwise corrupt City Information in any way.Vendor shall notify City immediately if the security or integrity of any City Information has been compromised or is believed to have been compromised,in which event,Vendor shall,in good faith,use all commercially reasonable efforts to cooperate with City in identifying what information has been accessed by unauthorized means and shall fully cooperate with City to protect such City Information from further unauthorized disclosure. 6. RIGHT TO AUDIT. Vendor agrees that City shall,until the expiration of three (3) years after final payment under this contract,or the final conclusion of any audit commenced during the said three years,have access to and the right to examine at reasonable times any directly pertinent books,documents,papers and records,including, but not limited to, all electronic records,of Vendor involving transactions relating to this Agreement at no additional cost to City. Vendor agrees that City shall have access during normal working hours to all necessary Vendor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Vendor reasonable advance notice of intended audits. 7. INDEPENDENT VENDOR. It is expressly understood and agreed that Vendor shall operate as an independent Vendor as to all rights and privileges and work performed under this Agreement, and not as agent, representative or employee of City. Subject to and in accordance with the conditions and provisions of this Agreement, Vendor shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its officers, agents, servants, employees, consultants and Services Agreement Law 396427-1 subVendors. Vendor acknowledges that the doctrine of respondeat superior shall not apply as between City, its officers, agents, servants and employees, and Vendor, its officers, agents, employees, servants, Vendors and subVendors. Vendor further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Vendor. It is further understood that City shall in no way be considered a Co-employer or a Joint employer of Vendor or any officers,agents,servants,employees or subVendor of Vendor. Neither Vendor, nor any officers, agents, servants, employees or subVendor of Vendor shall be entitled to any employment benefits from City. Vendor shall be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of its officers, agents, servants, employees or subVendor. 8. LIABILITY AND INDEMNIFICATION. 8.1 LIABILITY- VENDOR SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF VENDOR, ITS OFFICERS, AGENTS, SERVANTS OR EMPLOYEES. 8.2 GENERAL INDEMNIFICATION- VENDOR HEREBY COVENANTSANDAGREES TO INDEMNIFY,HOLD HARMLESSAND DEFEND CITY,ITS OFFICERS,AGENTS,SERVANTS AND EMPLOYEES (EACH AN "INDEMNIFIED PARTY" AND COLLECTIVELY "THE INDEMNIFIED PARTIES"), FROM AND AGAINST ANY AND ALL CLAIMS OR LAWSUITS OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTY DAMAGE OR LOSS(INCLUDING ALLEGED DAMAGE OR LOSS TO VENDOR'S B USINESS AND ANY RESULTING LOST PROFITS)AND/OR PERSONAL INJURY,INCLUDING DEATH, TO ANY AND ALL PERSONS, TO THE EXTENT CAUSED BY VENDOR'S BREACH OF THIS AGREEMENT, THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF VENDOR,ITS OFFICERS, AGENTS, SERVANTS OR EMPLOYEES; PROVIDED HOWEVER, THAT SUCH OBLIGATION WILL NOT APPLY TO THE EXTENT SUCH DAMAGE, LOSS, OR INJURY RESULTS SOLEY FROM THE INDEMNIFIED PARTY'S OWN NEGLIGENCE OR OMISSIONS OR MALFEASANCE. 9. ASSIGNMENT AND SUBCONTRACTING. 9.1 Assignment. Vendor shall not assign or subcontract any of its duties,obligations or rights under this Agreement without the prior written consent of City, such consent not to be unreasonably withheld.If City grants consent to an assignment,the assignee shall execute a written agreement with City and Vendor under which the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement.Vendor and Assignee shall be jointly liable for all obligations of Vendor under this Agreement prior to the effective date of the assignment. 9.2 Subcontract. If City grants consent to a subcontract, sub Vendor shall execute a written agreement with Vendor referencing this Agreement under which sub Vendor shall agree to be bound by the duties and obligations of Vendor under this Agreement as such duties and obligations may apply. Vendor shall provide City with a fully executed copy of any such subcontract. Services Agreement Law 396427-1 10. INSURANCE. Vendor shall provide City with certificate(s) of insurance documenting policies of the following types and minimum coverage limits that are to be in effect prior to commencement of any work pursuant to this Agreement: 10.1 Coverage and Limits (a) Commercial General Liability: $1,000,000- Each Occurrence $2,000,000- Aggregate (b) Automobile Liability: $1,000,000- Each occurrence on a combined single limit basis Coverage shall be on any vehicle used by Vendor, its employees, agents, representatives in the course of providing services under this Agreement. "Any vehicle"shall be any vehicle owned,hired and non-owned. (c) Worker's Compensation: Statutory limits according to the Texas Workers' Compensation Act or any other state workers' compensation laws where the work is being performed Employers' liability $100,000- Bodily Injury by accident; each accident/occurrence $100,000- Bodily Injury by disease; each employee $500,000- Bodily Injury by disease;policy limit 10.2 General Requirements (a) The commercial general liability and automobile liability policies shall include City as an additional insured. The term City shall include its employees, officers, officials,agents,and volunteers in respect to the contracted services. (b) The workers' compensation policy shall include a Waiver of Subrogation (Right of Recovery)in favor of City. (c) A minimum of Thirty (30) days' notice of cancellation or reduction in limits of coverage shall be provided to City. Ten(10)days' notice shall be acceptable in the event of non-payment of premium.Notice shall be sent to the Risk Manager, City of Fort Worth,200 Texas Street,Fort Worth, Texas 76102,with copies to the Fort Worth City Attorney at the same address. (d) The insurers for all policies must be licensed and/or approved to do business in the State of Texas. All insurers must have a minimum rating of A- VII in the current A.M. Best Key Rating Guide,or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required,written approval of Risk Management is required. Services Agreement Law 396427-1 (e) Any failure on the part of City to request required insurance documentation shall not constitute a waiver of the insurance requirement. (f) Certificates of Insurance evidencing that Vendor has obtained all required insurance shall be delivered to the City prior to Vendor proceeding with any work pursuant to this Agreement. 11. COMPLIANCE WITH LAWS,ORDINANCES,RULES AND REGULATIONS. Vendor agrees that in the performance of its obligations hereunder, it shall comply with all applicable federal, state and local laws, ordinances,rules and regulations and that any work it produces in connection with this Agreement will also comply with all applicable federal, state and local laws, ordinances, rules and regulations. If City notifies Vendor of any violation of such laws, ordinances, rules or regulations,Vendor shall immediately desist from and correct the violation. 12. NON-DISCRIMINATION COVENANT. Vendor, for itself, its personal representatives, assigns, subvendors and successors in interest, as part of the consideration herein, agrees that in the performance of Vendor's duties and obligations hereunder,it shall not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. 13. NOTICES. Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have been delivered when (1) hand-delivered to the other party, its agents, employees, servants or representatives, (2)delivered by facsimile with electronic confirmation of the transmission,or(3)received by the other party by United States Mail,registered,return receipt requested, addressed as follows: To CITY: To VENDOR: City of Fort Worth Rolling Frito Lay Sales, LP Attn: Fernando Costa,Assistant City Manager Matthew L. Smith,Director,Food For Good 200 Texas Street 7701 Legacy Drive Fort Worth,TX 76102-6314 Plano,TX 75024 Facsimile: (817) 392-8654 Email: Matt.Smith@pepsico.com Facsimile: N/A With copy to Fort Worth City Attorney's Office at same address With a copy to: PepsiCo Law Department 1111 Westchester White Plains,NY 10604 14. SOLICITATION OF EMPLOYEES. Neither City nor Vendor shall, during the term of this Agreement and additionally for a period of one year after its termination, solicit for employment or employ, whether as employee or independent Vendor,any person who becomes known to City or Vendor in the course of performance of this Agreement and is or has been employed by the other during the term of this Agreement, without the prior written Services Agreement Law 396427-1 consent of the person's employer. Notwithstanding the foregoing, this provision shall not apply to an employee of either party who responds to a general solicitation of advertisement of employment by either party. 15. GOVERNMENTAL POWERS. It is understood and agreed that by execution of this Agreement, City does not waive or surrender any of its governmental powers or immunities. 16. NO WAIVER. The failure of City or Vendor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Vendor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 17. GOVERNING LAW/VENUE. This Agreement shall be construed in accordance with the laws of the State of Texas.If any action, whether real or asserted, at law or in equity, is brought pursuant to this Agreement, venue for such action shall lie in state courts located in Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort Worth Division. 18. SEVERABILITY. If any provision of this Agreement is held to be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining provisions shall not in any way be affected or impaired. 19. FORCE MAJEURE. City and Vendor shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to, compliance with any government law, ordinance or regulation, acts of God, acts of the public enemy, fires, strikes, lockouts, natural disasters, wars, riots, material or labor restrictions by any governmental authority, transportation problems and/or any other similar causes. 20. HEADINGS NOT CONTROLLING. Headings and titles used in this Agreement are for reference purposes only, shall not be deemed a part of this Agreement,and are not intended to define or limit the scope of any provision of this Agreement. 21. REVIEW OF COUNSEL. The parties acknowledge that each party and its counsel have reviewed and revised this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party shall not be employed in the interpretation of this Agreement or Exhibits A,B, and C. 22. AMENDMENTS/MODIFICATIONS/EXTENSIONS. No amendment,modification,or extension of this Agreement shall be binding upon a party hereto unless set forth in a written instrument,which is executed by an authorized representative of each party. Services Agreement Law 396427-1 23. ENTIRETY OF AGREEMENT. This Agreement, including Exhibits A, B and C, contains the entire understanding and agreement between City and Vendor, their assigns and successors in interest, as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. 24. COUNTERPARTS. This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute one and the same instrument. 25. WARRANTY OF SERVICES. Vendor warrants that its services will be of a professional quality and conform to generally prevailing industry standards.City must give written notice of any breach of this warranty within thirty(30) days from the date that the services are completed. In such event, at Vendor's option, Vendor shall either (a) use commercially reasonable efforts to re-perform the services in a manner that conforms with the warranty,or(b)refund the fees paid by City to Vendor for the nonconforming services. 26. IMMIGRATION NATIONALITY ACT. Vendor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City,Vendor shall provide City with written certification that Vendor has received and reviewed all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Vendor employee who is not legally eligible to perform such services. 27. WORK PRODUCT. No work product will be created in connection with the goods and services provided pursuant to this Agreement. 28. SIGNATURE AUTHORITY. The person signing this Agreement hereby warrants that he/she has the legal authority to execute this Agreement on behalf of the respective party,and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. Vendor will provide City with written evidence of the signatory's legal authority to execute this Agreement. Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 29. CHANGE IN COMPANY NAME OR OWNERSHIP Vendor shall notify City's Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records. The president of Vendor or authorized official must sign the letter. A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9,documents filed with the state indicating such change, copy of the board of director's resolution approving the action, or an executed Services Agreement Law 396427-1 merger or acquisition agreement. Failure to provide the specified documentation so may adversely impact future invoice payments. 30. PROHIBITION ON CONTRACTING WITH COMPANIES THAT BOYCOTT ISRAEL Vendor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1)does not boycott Israel;and(2)will not boycott Israel during the term of the contract. The terms"boycott Israel"and"company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott Israel; and (2)will not boycott Israel during the term of the contract. IN WITNESS WHEREOF,the parties hereto have executed this Agreement in multiples this 2nd day of August,2018. (signature page follows) Services Agreement Law 396427-1 ACCEPTED AND AGREED: CITY OF FORT WORTH: CONTRACT COMPLIANCE MANAGER: By signing l acknowledge that I am the person (�s� responsible for the monitoring and administration of this contract,including ensuring all performance and By. Name: Pemando Costa reporting requirements. Title: Assistant City Manager Date: $�13�t8 By. Name: Mari D. Francis APPROVAL RECOMMENDED: Title: Human Services Manager APPROVED AS TO FORM AND LEGALITY: By: ame: Aub Thagard Title: Neighborhood Services Director By. 16Q N1, Name: e M bane ATTEST: Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: P-12198 By: Date Approved: May 15,2018 FaMary Kayser orm 1295 Certification No.: Not Required City Secret �:' C�• �r VENDOR: �(P.5 ROLLING FRITO LAY SALES,LP ATTEST: By: N/A By: Name: Name: Matthew L. Smith. Title: Title: of tor,Food For Good Date: /l8 OFFICIAL RECORD CITY SECRETARY Services Agreement FTS WORTH,TX Law 396427-1 Exhibit A Scope of Services and Price Schedule Summer Food Service Program(SFSP)and Child And Adult Care Food Program(CACFP) At-Risk Afterschool Care Centers Invitation for Bid(IFB)and Contract for Purchased Meals SECTION I INVITATION FOR BID AND CONTRACT FACE SHEET This document contains an invitation to FSMCs to bid for the furnishing of unitized meals to be served to children participating in the Child and Adult Care Program authorized by Section 17 of the National School Lunch Act,and operated under 7 CFR Parts 225 and 226 of the U.S. Department of Agriculture regulations. This document sets forth the terms and conditions applicable to the proposed procurement. Upon acceptance it shall constitute the contract between the bidder and the CE named below. Please note that changes to the Invitation for Bid and Contact for Purchased Meals terms are not allowed. CEs that make or allow changes to terms without prior,written approval by the Assistant Commissioner or an Administrator of the Texas Department of Agriculture's Food and Nutrition Division may not use Child and Adult Care Food Program funds to pay FSMC expenses. CONTRACTING ENTITY(CE) Name CE ID# CITY OF FORT WORTH 101514 Address(Street,City,State,tip Code) 4200 SOUTH FREEWAY SUITE 2200,FORT WORTH,TEXAS 76115 Telephone Number Contact Person BID OPENING Bid Issue Date Bid Number Date Time Location(Street,City,State,tip Code) CITY OF FORT WORTH PURCHASING DIVISION,200 TEXAS STREET,FORT WORTH,TEXAS 76102 BIDDER INFORMATION Company Name Telephone Number Rolling Frito Lay Sales 972 334-5730 Address(Street,City,State,Zip Code) 7701 Legacy Drive Plano,Texas 75024 Signet a Bidd Aut rized Representative(In Ink) Name(Print or Type) /—" T Matthew L.Smith Title Director,Food For Good Date 03-30-2018 ACCEPTANCE Contracting Entity Representative's Signature(In Ink) Date Contract No. Contracting Entity's Name(Print or Type) Contracting Entity Representative's Title Page 1 of 47 SECTION II CERTIFICATION OF INDEPENDENT PRICE DETERMINATION 1. By submission of this bid,the bidder certifies and in the case of a joint bid, each party thereto certifies as to its own organization,that in connection with this procurement: A. The prices in this bid 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 bidder or with any competitor; B. Unless otherwise required by law,the prices that have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder 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 bidder or to any competitor; and C. No attempt has been made or will be made by the bidder to induce any person or firm to submit or not submit a bid for the purpose of restricting competition. 2. Each person signing this bid certifies that: A. He or she is the person in the bidder's organization responsible within that organization for the decision as to the prices being offered herein and that he or she has not participated, and will not participate, in any action contrary to(1)(A)through (1)(C) above; or B. He or she is not the person in the bidder's organization responsible within that 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 (1)(A)through (A)(C) 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(1)(A)through(1)(C)above. Sign re Bidder's Ant rued Representative Title Date Director,Food For Good 03-30-2018 In accepting this bid, the CE's officers, employees or agents have not taken any action,which may have jeopardized the independence of the bid referred to above. Signature of Contracting Entity's Authorized Representative Date (Accepting a bidder's bid does not constitute acceptance of the contract.) Note: CE and bidder shall execute this Certificate of Independent Price Determination. Exhibit A-Page 2 of 47 SECTION III INSTRUCTIONS TO BIDDERS I. Definitions as used herein A.Bid—An offer to perform, in accordance with the terms and conditions of this IFB, for a stipulated price. The bidder's offer. B.Bid Bond—A copy of the bid bond must accompany the IFB when submitted to the CE; if the projected contract reimbursement is in excess of$150,000. The CE shall require a bond in an amount not less than five(5)percent or more than ten (10)percent of the value of the contract for which the bid is made. The bond must have been secured from a surety company listed in the U.S. Department of the Treasury Circular 570. C. Bidder—An FSMC submitting a bid in response to this invitation for bid. D.Contract—A formal, legally enforceable agreement between the buyer(CE)and the seller(contractor)that establishes a legally binding obligation for the seller to famish goods and/or services and for the buyer to compensate the seller. E. Contracting Entity—An organization that enters into an agreement with TDA to operate the CACFP and to assume final administrative and financial responsibility for CACFP operations.The organization which issues the IFB. F. Contractor—An FSMC which submits a bid in response to this IFB and is awarded a contract by a CE participating in the CACFP. G.Code of Federal Regulations (CFR}—The codification of the general and permanent rules published in the Federal Register by the Executive departments and agencies of the Federal government. H.Food Service Management Company (FSMC}— a. For SFSP: Any commercial enterprise or nonprofit organization with which a CE may contract for preparing unitized meals, with or without milk, for use in the SFSP,or for managing a CE's food service operations in accordance with the SFSP regulations. FSMCs may be: (a) public agencies or entities; (b)private, nonprofit organizations; or(c)private, for profit companies. b. For CACFP: An organization other than a public or private nonprofit school, with which an institution may contract for preparing and,unless otherwise provided for, delivering meals, with or without milk for use in the Program. I. Invitation for Bid (IFB}—Tbe document where the procurement is advertised. In the case of the CACFP,the IFB becomes the contract once both parties agree in writing to all terms and conditions of the IFB. Exhibit A-Page 3 of47 J. Performance Bond—This is required when a FSMC and a CE enter into one or more contracts totaling over $150,000. The amount of the bond must be no less than ten (10) percent of the value of the contract(s)for which the bid is made. The performance bond must be from a surety company listed in the U.S.Department of the Treasury Circular 570. K.Procurement—The process of obtaining goods and/or services in accordance with applicable rules and regulations. L. Responsive Bidder—A bidder whose bid conforms to all the material terms and conditions of the solicitation. M.Responsible Bidder—A bidder who is capable of performing successfully under the terms and conditions of the contract. N.Texas Department of Agriculture(TDA)—The State agency that administers the CACFP in the State of Texas. O.Unitized Meal—An individual portioned meal consisting of a combination of foods meeting the CACFP meal pattern requirements, delivered as a unit with or without milk or juice. For SFSP, all meals must be unitized unless the CE submits a written request for exception to TDA. P. U.S. Department of Agriculture (USDA)—The federal agency that administers the CACFP at the national level. Other terms shall have the meanings ascribed to them in applicable regulations(2 CFR Part 200 and 7 CFR Parts 225 and 226). 2. Submission of Bids A.Bidders are expected to examine carefully the specifications, schedules, attachments, terms and conditions of this IFB. Failure to do so will be at the bidder's risk. B. Bids must be executed and submitted in triplicate. If accepted,this IFB will become the contract and one copy of the contract will be forwarded to the successful bidder with a notice of award. The copy marked as`original"will be maintained by the CE and shall control over any copy maintained by the FSMC, should there be a variance between the two. No changes in the specifications,terms,or general conditions are allowed. Erasures on all copies must be initialed by the bidder prior to submission. Failure to do so may result in rejection of the bid. Exhibit A-Page 4 of 47 C.Bids over$150,000 shall include a bid bond in the amount of 10%of bid price. (CE shall insert appropriate percentage from 5%to 10%. This must be the same percentage inserted by the CE on the IFB and Contract Face Sheet). FSMCs must obtain bid bonds from surety companies listed in the current Department of the Treasury Circular 570. FSMCs may not post any"alternative"forms of bid bonds, including but not limited to cash,certified checks, letters of credit, or escrow accounts. Bid bonds will be returned(i)to unsuccessful bidders as soon as practicable after the opening of bids and(ii)to the successful bidder upon execution of such further contractual documents and bonds as may be required by the bid as accepted. The bid must be securely sealed in a suitable envelope, addressed to the office issuing the IFB and marked on the outside with the name of the bidder, bid number and date and time of bid opening. D.A copy of a current State or local health certificate for the food preparation facilities shall be submitted with the bid. Failure to comply with any of the above provisions shall be reason for rejection of the bid. 3. Explanation to Bidders Any explanation desired by a bidder regarding the meaning or interpretation of the terms and conditions or specifications of this IFB, must be requested in writing prior to the time and date scheduled for the opening of bids, and must provide the CE with sufficient time for a reply to reach all bidders before bid opening. Oral explanations or instructions given before the award of the contract will not be binding. Any information given to a prospective bidder concerning an IFB will be furnished to all prospective bidders as an amendment of the IFB, if such information is necessary to bidders in submitting bids on the IFB, or if the lack of such information would be prejudicial to uniformed bidders. 4. Acknowledecment of Amendments to IFBs The CE must acknowledge receipt of an amendment to an IFB by a bidder by signing and returning the amendment. Such acknowledgement must be received prior to the hour and date specified for bid opening. 5. Discounts Although a blank is provided for a time discount,prompt payment discounts offered for payment in less than twenty calendar days will not be considered in evaluating bids for award. However, offered discounts of less than twenty days will be taken if payment is made within the discount period even though not considered in the evaluation of bids. (NOTE: Payment discounts may only be used to determine the low bid when prior experience of the CE indicates that such discounts are generally taken). Exhibit A-Page 5 of47 6. Bidders Having Interest in More Than One Bid If more than one bid is submitted by any one person,by or in the name of a clerk,partner, or other person, all such bids shall be rejected. 7. Time for Receiviniz Bids Sealed bids shall be deposited at the address for the CE as specified in this IFB no later than the exact time and date indicated in this IFB. Bids received prior to the time of opening will be securely kept by the CE, and will remain unopened until the date and time for bid openings. 8. Errors in Bids Bidders or their authorized representatives are expected to fully inform themselves as to the terms and conditions of this IFB before submitting bids; failure to do so will be at the bidder's own risk and relief cannot be secured from bidding requirements or the terms and conditions of the IFB based on the bidder's error or misunderstanding. 9. Award of Contract A.The contract will be awarded to the lowest responsive and responsible bidder whose bid conforms to the IFB and will be most advantageous to the CE,price and other factors considered such as discounts,transportation cost,and life cycle costs. B.The CE reserves the right to reject any or all bids and to waive informalities and minor irregularities in bids received if there is a sound documented reason. C.The CE reserves the right to reject the bid of a bidder, including the lowest bidder, that previously failed to perform properly, or complete on time, contracts of a similar nature,or the bid of a bidder that investigation shows is not in a position to perform the contract. D.CE reserves the right to accept any bid within 30 days from the date of bid opening. 10. Late Bids Modification of Bids or Withdrawal of Bids A.Any bid received after the exact time and date specified for receipt of bids will not be considered unless the bid was in writing, was received by the CE before an award was made, and was sent to the address,email, or fax number specified in the IFB by regular mail, certified mail, registered mail,overnight/priority mail,email, or fax not later than the fifth calendar day prior to the date specified in the IFB for opening bids. For example, a bid submitted in response to an IFB requiring receipt of bids by the 20'of the month must have been emailed, faxed, or mailed by the bidder to the CE on or before the 15'of the month or earlier. Exhibit A-Page 6 of 47 B.Any modification or withdrawal of a bid is subject to the same conditions as in (A) above, except that a bidder or an authorized representative may withdraw a bid prior to the exact time and date set for opening of bids, so long as the bidder establishes the identity of the person withdrawing the bid to the satisfaction of the CE,and the bidder or authorized representative signs a receipt for the bid. C.To establish the date of written submission of a late bid,modification,or withdrawal, the bidder must provide the CE with: ➢ An envelope or package containing the bid which shows a postmark date on the envelope or package,or an original receipt from the U.S. Postal Service reflecting the mailing and attempted delivery of the envelope or package containing the bid by regular, registered,or certified mail. If the postmark or receipt fails to show a legible date,the bid, modification,or withdrawal shall be deemed to have been mailed late. (The term "postmark"means a printed, stamped or otherwise placed impression that is readily identifiable without further action as having been supplied and affixed on the date of mailing by employees of the U.S. Postal Service),or documentation of delivery receipt of regular,registered,or certified mail from the U.S. Postal Service;or ➢ A delivery confirmation receipt for delivery of the bid by ovemight/priority mail; or ➢ A copy of the email transmitting the bid, depicting,in legible form,the email headers showing the date and time the email passed through each server in its route to the ultimate recipient at the CE; or ➢ A fax confirmation page with legible entries indicating the date and time the fax was sent by the bidder and received by the CE. D.Notwithstanding the above, the CE may consider and accept a late modification of a bid if the modification makes the bid more favorable to the CE,regardless of the date and time the modification was received by the CE. Exhibit a-Page 7 of 47 SECTION IV SCOPE OF SERVICES 1. 2 CFR Part 200,entitled Uniform Administrative Requirements, Cost Principles,and Audit Requirements for Federal Awards,and 7 CFR Part 226, entitled Child and Adult Care Food Program,are hereby incorporated by reference. Both the CE and the FSMC must operate in accordance with all Program regulations. 2. Contractor agrees to deliver: a. If SFSP(CE check one option): i. ®unitized meals (breakfasts, lunches, and/or suppers) * inclusive of milk, and snacks to locations set out in Schedule A,attached hereto and made a part hereof,subject to the terms and conditions of this solicitation. ii. ❑(check only if the CE has received approval from TDA)meals (breakfasts, lunches,and/or suppers) * of milk,and snacks to locations set out in Schedule A, attached hereto and made a part hereof, subject to the terms and conditions of this IFB. b. If at-risk afterschool care centers(CE check one option): i. ®unitized meals(breakfasts, lunches, and/or suppers) *inclusive of milk, and snacks to locations set out in Schedule A,attached hereto and made a part hereof,subject to the terms and conditions of this solicitation. ii. ❑meals (breakfasts, lunches,and/or suppers) * of milk,and snacks to locations set out in Schedule A,attached hereto and made a part hereof, subject to the terms and conditions of this IFB. 3. All meals served and furnished under the applicable program must meet or exceed the requirements of 7 CFR 225.16 meal service requirements and 7 CFR 226.20, requirements for meals, and the meal pattern charts located in the SFSP Administration Guide and the CACFP At-risk Afterschool Care Center Handbook as applicable. 4. The contractor shall fumish meals as ordered by the CE during the period of ** 6/4/2018 to **6/3/2019. Meals served are to be*** five days a week,as specified in Schedule A. * Insert"inclusive" or"exclusive" as applicable. ** CE shall insert the contract commencement date and expiration date, to be no more than 12 months in duration. *** CE shall insert appropriate number of serving days. Exhibit A-Page 8 of 47 SECTION V UNIT PRICE SCHEDULE AND INSTRUCTIONS I. Bidders are asked to submit prices in accordance with Schedule(s)C for meals with/without milk*meeting the contract specifications set forth in 7 CFR 225-16, 7 CFR 226.20 and the meal pattern charts located in the SFSP Administration Guide and CACFP At-risk Af3erschool Care Center Handbook as applicable, and to be delivered to all the sites stated in Schedule A. Please note that bidders must complete a Schedule C for each meal type (breakfast, lunch, snack, etc.) covered by the IFB. *CEs should indicate whether or not milk should be included in meals/snacks. 2. Evaluation of Bids and award of the contract will be performed as described in Section III 9. 3. Pricing shall be on the cycle menus described in Schedule B. All bidders must submit bids on the same cycle menus provided by the CE. Deviation from the cycle menus shall be permitted only upon authorization of the CE. Bid price must include the price of food components (including milk, if part of the meal),packaging, transportation,and costs for nonfood items, if essential to the conduct of the food service(e.g.plates,utensils). The unit prices of each meal type which the bidder agrees to furnish must be written in ink or typed in the blank space provided and must include proper packaging as required in the specifications and delivery cost to the designated sites. Unit prices shall include taxes, but any charges or taxes which are required to be paid under future laws must be paid by the bidder at no additional charge to the CE. 4. Average(SFSP) or Estimated (CACFP) Daily Number of Meals are estimated:They are the best known estimates for requirements during the operating period. The CE reserves the right to order more or less meals than estimated at the beginning of the operating period. The Contractor will be paid at the 100%unit cost rate during the payment period specified. (The CE will indicate in Section VI, Item 4, "Method of Payment,"whether the payment period is weekly, bi-weekly or monthly). CE does not guarantee orders for quantities shown. 5. Evaluation of Bidders: Each bidder will be evaluated on the following factors: A.Financial capability to perform a contract of the scope required. B.Adequacy of plant facilities for food preparation,with approved license certification that facilities meet all applicable State and local health, safety and sanitation standards. C. Previous experience of the bidder in performing services similar in nature and scope. Bidders shall have at least three (3)years experience in large scale food catering. D.Other factors such as transportation capability, sanitation, and packaging. Bidders that do not satisfactorily meet the above criteria may be rejected as nonresponsive and not be considered for award. ExhibitA-Page 9 of 47 6. Meal Orders: The CE will order meals on **Friday of the week preceding the week of delivery; orders will be placed for the total number of operating days in the succeeding week,and will include breakdown totals for each site and each type of meal. The CE reserves the right to increase or decrease the number of meals ordered on a*** 24 hour notice, or less if mutually agreed upon between the parties to this contract. **Insert mutually agreed day. *** CE shall insert appropriate number of hours. 7. Cycle Menu Chance Procedure: Meals will be delivered on a daily basis in accordance with cycle menus which appear in Schedule B.Menu changes may be made only when agreed upon in writing by both parties. When an emergency situation exists which might prevent the Contractor from delivering a specified meal component,the CE shall be notified immediately so substitutions can be agreed upon. The CE reserves the right to suggest menu changes within the Contractor's suggested food cost,periodically throughout the contract period. 8. Noncompliance. The CE reserves the right to inspect and determine the quality of food delivered and reject any meals which do not comply with the terms and conditions, and specifications of the Contract. The Contractor will not be paid for unauthorized menu changes,incomplete meals, meals not delivered within the specified delivery time period, and meals rejected because they do not comply with the specifications. The CE reserves the right to obtain meals from other sources, if meals are rejected due to any of the stated reasons. The Contractor will be responsible for any excess cost,but will receive no adjustment in the event the meals are procured at lesser cost. The CE or inspecting agency shall notify the Contractor in writing as to the number of meals rejected and the reasons for rejection. 4. S22cifications. A. Packaging: 1. Hot Meal Unit—Package suitable for maintaining meals in accordance with local health standards. Container and overlay must have an air-tight closure,be of non- toxic material,and be capable of withstanding temperatures of 400 degrees(204° C) or higher. 2.Cold Meal Unit(or Unnecessary to Heat)—Container and overlay must be plastic or paper and non-toxic. 3. Cartons—Each carton must be labeled, to include: a. Processor's name and address (plant); b. Item Identity,meal type; c. Date of production; and d. Quantity of individual units per carton. Exhibit A-Page 10 of 47 4.Meals shall be delivered with appropriate nonfood item(s): plates,straws for milk, napkins, single service ware, etc. The CE shall insert the types of nonfood items that are essential to the conduct of the food service or enter n/a if nonfood items are not required: Single service ware, straws,napkins. B. Food Preparation: Meals shall be prepared under properly controlled temperatures and assembled not more than 24 hours prior to delivery.Meals shall be prepared in accordance with State and local health standards. C. Food Specifications: Bids are to be submitted on the cycle menus included in Schedule B. Portions shall,as a minimum,be the quantities specified by USDA for each component of each meal,as included in 7 CFR 225.16, 7 CFR 226.20, and the meal pattern charts located in the SFSP Administration Guide and the CACFP At-risk Afterschool Care Center Handbook as applicable. All meals served under the Contract must meet or exceed USDA requirements, and conform to USDA guidance on food specifications outlined in the"Food Buying Guide for Child Nutrition Programs." All meals served under the Contract shall conform to the cycle menus and meal quality standards and food specifications approved by the TDA and upon which the bid was based. Milk means whole milk, low fat milk, skim milk, and buttermilk. All milk must be fluid and pasteurized and must meet State and local standards for the appropriate type of milk. Milk may be flavored or unflavored. All milk must contain Vitamins A and D at the levels specified by the Food and Drug Administration and at levels consistent with State and local standards for such milk. Milk delivered hereunder shall conform to these specifications. Exhibit.4-Page 11 of 47 SECTION VI GENERAL CONDITIONS 1. Deliverer Requirements A.Delivery will be made by the Contractor to each site in accordance with the order from the CE. B.Meals are to be delivered daily,unloaded, and placed in the designated location by the Contractor's personnel at each of the sites and times listed in Schedule A. C.The Contractor shall be responsible for delivery of all meals with or without milk or juice at the specified time. Adequate refrigeration or heating shall be provided during delivery of all food to insure the wholesomeness of food at delivery in accordance with State or local health codes. D.The CE reserves the right to add or delete food service sites. This shall be done by amendment of Schedule A. Deletion or addition of sites will be made not less than: i. For SFSP: 24 hours or less. (Insert mutually agreed upon number.) ii. For CACFP:one week prior to the required date of service. Any change in transportation cost that occurs as a result of adding or deleting sites shall be negotiated and noted in the modification. The Contractor's invoice shall show the cost as a separate item for that site. 2. Supervision and Inspection The Contractor shall provide management supervision at all times and maintain constant quality control inspections to check for portion size, appearance, and packaging, in addition to the quality of products. 3. Recordkeeping A. Delivery tickets must be prepared by the Contractor at a minimum in triplicate:one copy for the Contractor, one copy for the site personnel, and one copy for the CE. Delivery tickets must be itemized to show what meal was delivered,the number of meals delivered, the date and time of delivery, and must match the menu for the day the meals were delivered and served.The site representative or designee at each site will check adequacy of delivery and meals before signing the delivery ticket. Invoices shall be accepted by the CE only if signed by the CE's site representative or designee at the site. B. The Contractor shall maintain records (supported by delivery tickets, invoices,receipts, purchase orders,production records, or other evidence)for this Contract that the CE will need to meet its responsibilities, and shall submit all required reports to the CE promptly at the end of each month,unless more frequent reports are required by the CE. Exhibit A-Page 12 of47 C. The books and records of the Contractor pertaining to the CE's food service operation shall be available for inspection and audit by representatives of TDA, USDA, and the U.S. Government Accountability Office at any reasonable time and place for a period of three years from the date of receipt of final payment under the Contract, except that, if audit or investigation findings have not been resolved,such records shall be retained until all issues raised by the audit or investigation have been resolved and final action taken. D. The Contractor shall submit records of all costs incurred in the CE's food service operation in sufficient time to allow the CE to prepare and submit the claim for reimbursement to meet the 60-day submission deadline. 4. Method of Payment A. The Contractor shall submit its itemized invoice to the CE monthly,as specified. Each invoice shall give a detailed breakdown of the number of meals delivered at each site during the preceding two weeks or month. Payment will be made at the unit price specified in the Contract. No payment shall be made unless the required delivery receipts have been signed by the CE or site representative or designee of the CE. B. For the purpose of computing payment, no payment will be made to FSMC for meals that: (i) delivered outside of the agreed upon delivery time; (ii) are spoiled or unwholesome at the time of delivery; or (iii) do not otherwise meet the meal requirements contained in this Contract. The Contractor shall be paid by the CE for all meals delivered in accordance with this Contract and applicable SFSP and CACFP regulations. However, neither the USDA nor TDA assumes any liability for payment of differences between the number of meals delivered by the Contractor and the number of meals served by the CE that are eligible for reimbursement. 5. Inspection of Facility A. The CE, TDA, and USDA reserve the right to inspect the Contractor's facilities without notice at any time during the contract period, including the right to be present during preparation and delivery of meals. B. The Contractor's facilities shall be subject to periodic inspections by State and local health departments or any other agency designated to inspect meal quality for the State. C. The Contractor shall provide for meals which it prepares to be periodically inspected by the local health department or an independent agency to determine bacterial levels in the meals being served. Such levels shall conform to the standards which are applied by the local health authority with respect to the level of bacteria which may be present in meals served by other establishments in the locality. The results of the inspections must be submitted promptly to the CE and TDA. Exhibit A-Page 13 of 47 D. The SFSP and CACFP regulations provide that TDA must inspect the FSMC facility as part of the review of any vended CE. TDA shall respond promptly to complaints concerning facilities. If a FSMC fails to correct violations noted by TDA during a review, TDA shall notify the CE and the FSMC of meal disallowances for meals prepared by the FSMC after a date specified in the notification. 6. Performance Bond Requirement When applicable,the successful bidder shall provide the CE with a performance bond in the amount of ten(10)percent of the contract price for contract(s)that total over $150,000. The FSMC must obtain the performance bond from a surety company listed in the current Department of the Treasury Circular 570. The FSMC may not obtain any "alternative"form(s) of performance bond,including but not limited to cash,certified checks,letters of credit, or escrow accounts. The performance bond must be famished to the CE within ten days of the awarding of the contract. 7. Insurance FSMC shall maintain the insurance coverage set forth below provided by insurance companies authorized to do business in the State of Texas. At the time of award,the FSMC shall submit a Certificate of Insurance demonstrating coverage of at least the amounts indicated below: A.Comprehensive General Liability-includes coverage for: (i) Premises-Operations; (ii) Products-Completed Operations; (iii)Contractual Insurance; (iv)BroadForm Property Damage; (v) acts of Independent Contractors; and(vi)Personal Injury; with a$ 1,000,000 Combined Single Limit. B. Automobile Liability coverage with a$ 1,000,000 Combined Single Limit. C.Workers'Compensation-Statutory; Employer's Liability with a combined single limit of $ 100,000. D.Excess Umbrella Liability with a combined single limit of$ NOT REQUIRED. E. The CE shall be included as an additional insured on General Liability, Automobile and Excess Umbrella policies. F. The FSMC's contract of insurance shall provide for notice to the CE of cancellation of insurance policies 30 days before such cancellation is to take effect. G.Notwithstanding any other provision of this Contract,the CE shall not be liable to the FSMC for any indemnity. S. Availability of Funds The CE reserves the right to cancel this Contract if the Federal funding to support the SFSP and/or CACFP is withdrawn. It is further understood that, in the event of cancellation of the contract, the CE shall be responsible for meals that have already been assembled and delivered in accordance with this Contract. Exhibit A-Page 14 of47 9. Number of Meals and Delivery Times The Contractor must provide exactly the number of meals ordered. Counts of meals will be made by the CE at all sites before meals are accepted. Damaged or incomplete meals will not be included when the number of delivered meals is determined. 10. Emcmencies In the event of unforeseen emergency circumstances,the Contractor shall immediately notify the CE by telephone of the following: (i)the impossibility of on-time delivery; (ii) the circumstance(s)precluding delivery; and(iii)a statement of whether subsequent deliveries will be affected. No payments will be made for deliveries made later than ***one hours after specified meal time. *** The CE shall set time so that it does not pay for meals it cannot serve and claim for reimbursement under the SFSP and/or CACFP. Emergency circumstances at the site precluding utilization of meals are the concern of the CE. The CE may cancel orders provided it gives the Contractor at least****24 hours notice or less if mutually agreed upon between the parties to this Contract. **** CE shall insert the same number as in Section VI, Item 1.D under General Conditions. Adjustments for emergency situations affecting the Contractor's ability to deliver meals, or CE's ability to utilize meals, for periods longer than 24 hours will be mutually worked out between the Contractor and the CE. 11. Renewals This Contract will be in effect for the period indicated in Section IV,Item 4 to be no more than 12 months, with options to renew yearly, not to exceed four additional years. Renegotiation of the price charged to the CE will be allowed each year to the extent of the Consumer Price Index for All Urban Consumers , as published by the U.S.Department of Labor, Bureau of Labor Statistics, Food Eaten Away from Home South-Size Class B/C ("CPI") ICE insert one CPI regional index: South-Size Class A (population of metropolitan area over 1.5 million),South-Size Class B/C(Mid-sized and small population metropolitan area with fewer than 1.5 million),or South-Size D(all nonmetropolitan areas)] and will be allowed only if agreed to and approved in advance by Institution. CPI Fee increases for the upcoming contract renewal year must be documented through a cost analysis and submitted to Institution by April 1 of each year. No other fee increases will be allowed. Exhibit A-Page 15 of 47 12. Termination A. The CE reserves the right to terminate this Contract if the Contractor fails to comply with any of the terms and conditions or this Contract. In such case,the CE shall notify the Contractor and surety company of specific instances of unsatisfactory performance. If the Contractor does not take immediate corrective action, the CE may require surety to either provide another contractor or CE may negotiate another contract. The CE shall be entitled to negotiate another contract on either a competitive or non-competitive basis. In any case,the defaulting contractor and/or surety company shall be liable to the CE for any difference in price between the new contract and the terminated contract. Prior to termination, the CE shall contact TDA concerning procedures for conducting a re-procurement action. B. The CE may, by written notice to the Contractor, terminate the right of the Contractor to proceed under this Contract if it is found by the CE that gratuities in the form of entertainment, gifts or otherwise were offered or given by the Contractor to an officer or employee of the CE with a view toward securing a contract or securing favorable treatment with respect to the awarding or amending of the Contract;provided that the existence of the facts upon which the CE makes such findings shall be an issue and may be reviewed in any competent court. C. In the event this Contract is terminated as provided in paragraph(B)hereof, the CE shall be entitled to(i)pursue the same remedies against the Contractor as it could pursue in the event of the breach of the Contract by the Contractor,and (ii)pursue other damages in an amount which shall not be less than three nor more than ten times the cost incurred by the Contractor in providing any such gratuities to any such officer or employee. D. The rights and remedies of the CE provided in this clause shall not be exclusive and are in addition to any other rights and remedies provided by law or under the Contract. E. In addition to the foregoing termination provisions, and without any limitation on CE's rights to terminate the Contract in Section VI, Item 12, "Termination,"either party may terminate this Contract for cause upon providing advance written notice of sixty(60) days to the other party. In the event of a termination for cause,the party to be charged shall have a reasonable period to cure not to exceed thirty(30)days. Failure to cure shall entitle the non-breaching party to continue with termination for cause. F. This Contract may be terminated by mutual agreement of the parties. Such agreement must be in writing. 13. Subcontractors and Assignments The Contractor shall not subcontract for the total meal, with or without milk,or for the assembly of the meal. Exhibit A-Page 16 of47 SECTION VII GENERAL PROVISIONS AND CERTIFICATIONS The Contractor shall comply with the following provisions and certifications, as applicable. 1. Contracts for more than the simplified acquisition threshold currently set at$150,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council(Councils)as authorized by 41 U.S.C. 1908, must address administrative,contractual, or legal remedies in instances where contractors violate or breach contract terms,and provide for such sanctions and penalties as appropriate. 2. All contracts in excess of$10,000 must address termination for cause and for convenience by the non-Federal entity including the manner by which it will be effected and the basis for settlement. 3. Equal Employment Opportunity Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of"federally assisted construction contract" in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b),in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp.,p. 339),as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity,"and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs,Equal Employment Opportunity,Department of Labor." 4. Davis-Bacon Act as amended (40 U.S.C. 3141-3148) When required by Federal program legislation, all prime construction contracts in excess of$2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act(40 U.S.C. 3141-3144, and 3146-3148)as supplemented by Department of Labor regulations (29 CFR Part 5,"Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland"Anti-Kickback" Act(18 U.S.C. 874 and 40 U.S.C. 3145),as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). Exbibit A-Page 17 of 47 The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction,completion,or repair of public work,to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. 5. Contract Work Hours and Safety Standards Act(40 U.S.C. 3701-3708) Where applicable, all contracts awarded by the non-Federal entity in excess of$100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations(29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary,hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. 6. Rights to Inventions Made Under a Contract or Agreement If the Federal award meets the definition of"funding agreement"under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that"funding agreement,"the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. 7. Clean Air Act (42 U.S.C. 7401-7671q.)and the Federal Water Pollution Control Act(33 U.S.C. 1251-1387), as amended Contracts and subgrants of amounts in excess of$150,000 must contain a provision that requires the non-Federal award to agree to comply with all applicable standards,orders or regulations issued pursuant to the Clean Air Act(42 U.S.C. 7401-7671 q) and the Federal Water Pollution Control Act as amended(33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA). Exhibit A-Page 18 of 47 8. Energy Policy and Conservation Act(Pub. L. 94-163) Contractors shall maintain compliance with mandatory standards and policies relative to energy efficiency contained in the State's energy efficiency conservation act- 9. Procurement of Recovered Materials See 2 CFR§200.322 Procurement of recovered materials. A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency(EPA)at 40 CFR part 247 that contain the highest percentage of recovered materials practicable,consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds$10,000 or the value of the quantity acquired during the preceding fiscal year exceeded$10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. 10. Civil Rights The contractor shall comply with the following civil rights laws, as amended: Title VI of the Civil Rights Act of 1964;Title IX of the Education Amendments Act of 1972; Section 504 of the Rehabilitation Act of 1973; the Age Discrimination Act of 1975; Title 7 CFR Parts 15, 15a,and 15b; the Americans with Disabilities Act; and FNS Instruction 113-1, Civil Rights Compliance and Enforcement–Nutrition Programs and Activities. 1 L Certifications The FSMC shall comply with the following provisions and execute the following certifications: A. Debarment and Suspension Certification—Debarment and Suspension(Executive Orders 12549 and 12689). A contract award(see 2 CFR 180.220) must not be made to parties listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implcmcnt Executive Orders 12549 (3 CFR part 1986 Comp.,p. 189) and 12689(3 CFR part 1989 Comp.,p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Debarment certification shall be provided by: i) the CE providing the page from The System for Award Management and maintaining such record with other supporting documentation to demonstrate that the CE had referenced The System for Award Management, which is available at https://www.sam.gov,or Exhibit A-Page 19 of 47 ii)that by signing this contract that the FSMC certifies that neither it nor any principal is presently debarred, suspended, proposed for debarment,declared ineligible,or voluntarily excluded from participation in this contract by any federal department or agency or by the State of Texas,or iii) submitting the TDA Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion for Covered Contracts form,which is attached to this contract as Schedule D and fully incorporated herein. B. Anti-Collusion Affidavit which is attached to this contract as Schedule E and fully incorporated herein. C. Certification Regarding Lobbying—Byrd Anti-Lobbying Amendment(31 U.S.C. 1352). Contractors that apply or bid for an award exceeding$100,000 must file the required certification, which is attached to this contract as Schedule G and fully incorporated herein. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency,a Member of Congress, 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 covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. The contractor must also complete and submit Standard Form–LLL, Disclosure of Lobbying Activities, when applicable, which is attached to this contract as Schedule H and fully incorporated herein. Exhibit A-Page 20 of 47 SCHEDULE A—SFSP SITE INFORMATION LIST Enter site information or attach equivalent information. Read instructions for completion of the site information list on the next page. Attach additional pages as needed. Contracting Entity CE Name CE Address CE Contact Person/Phone Number Marie Francis CITY OF FORT WORTH 4200 SOUTH Human Services Manager FREEWAY SUITE 2200,FORT WORTH, (817) 392-5798 TEXAS 76115 Site Contact Refrig.AD Total Avg Delivery Site Name and Person/ Meals? Begin End Das Meal Meals/ Total 11me far Address Phone# Yes or No Date Date Op. Type Day Meals Each Meal Type SEE EXHIBIT A, Breakfast SCHEDULE A- AM Snack SFSP SITE INFORMATION Lunch LIST PM Snack supper Site Contact Retrig.All Total Avg Delivery Site Name and Begin End Meal Total Timefor Address Perron/ Meals? Date Date Days Type Meals/ Meals Each Meal Phoned Yes or No Op. Day Type Breakfast _ AM Snack Lunch PM Snack Supper Site Contact Rettig.AB Total AvgDeliverySl*Name and Person/ Meals? Begin End Days Meal Meals/ Total Time for Address Phone# Yes or No Date Date Type Day Meals Each Meal OP- Tyw Breakfast AM Snack Lunch PM Snack Supper Exhibit A-Page 21 of 47 Site Contact Refrig.All Total Avg Delivery Site Name and Person/ Meals? Begin End Meal Meahl Total Time for Address Phone# Yes or No Date Date � Type Day Meals Each Meal Type Breakfast AM Snack Lunch PM Snack Supper Site Contact Reft*AB Total Avg Delivery Site Name and Begin End Meal Total TIM for Pbone# Yea or No OpypDay Address Pernod Mesh? Date Date Days Te Meati/ Meals Each Meal Type Breakfast AM Snack Lunch PM Snack Su er Delivery Site Contact Rehig.Ali Total Avg Site Name and Begin End Meal Total Time for Address Phone# Y orsNo Date Date OR Type Day Meati Each Meal Type Breakfast AM Snack _ Lunch PM Snack Supper Site Contact Meeh/ Rzfrlg;AD Total Avg Delivery Pernod Meals? Begin Site Name and Begin End Moal Total Time for Address Phone# Yes or No Date Date Op. Type Day Mesh Each Meal Type Breakfast _ AM Snack Lunch PM Snack Supper Exhibit A-Page 22 of 47 SCHEDULE A-CACFP SITE INFORMATION LIST Enter site information or attach equivalent information. Read instructions for completion of the site information list on the next page. Attach additional pages as needed. Site Contact Refrig.All Total Eat Delivery Site Name and Begin End Meal lst Total Time for Phone# Yes or N Address Pernod et or N Op. No p. Type Day Meat Ese6 Meal Type SEE EXHIBIT B, Breakfast SCHEDULE A- AM Snack CACFP SITE INFORMATION Lunch LIST PM Snack Supper Eve Snack very Site Name and Site Contact Refrig.Ali Begin End Tom Meal Est Total Time s Address Phon# Yes or No Date Date OP Type MDay Meals Each Meal Type Breakfast AM Snack _ Lunch PM Snack Supper Eve Snack Site Contact Relft AB Total Est Delivery Site Name and person/ Meek? Boon End Days Meal Meals/ Total Time for Address Phone# Yen or No Date Date OP Type Day Meats Eaeh Meal Type Breakfast AM Snack Lunch PM Snack Supper Eve Snack Site Contact Befrig.AB Total Est Delivery She Name and Person/ Meal? Begin End Dar Meal Meals! Total Time for Address Phone# Yes or No Date Date Type Day MMealsOP- Eseh pMeal e TY Breakfast AM Snack Lunch PM Smack Supper Eve Snack Exhibit A-Page 2=of47 Ste Contact Refrlg.AD Total EsL every Site Name sod Person/ Mesh? Begin End D Meal Meals/ Total Time for AddressPhome# Yes or No Date Date � Type Day Mull Each Meal Type Breakfast AM Snack Lunch PM Snack Supper Eve Snack Ste Contact Retrig.AD Total Eat Delivery Site Name and Begin End Meal Total Time for Address Person/ Mesh? Date Date Days Type Meals/ Mesh Each Meal Pham# Yn or No Op. Day TypeBreakfast AM Snack Lunch PM Snack Supper Eve Snack Site Contact Refrig.AD Total Est Delivery Site Name mod Begin End Meal Total Time for Address Pernod Meals? Date Date Days Type Meals/ Meati Each Meal Phone# Yes or No Op. Day Type Breakfast AM Snack Lunch PM Snack Supper Eve Snack Site Contact Refrig.All Total EsL Delivery Site Name and _ Been End Meal ul Total Time for Address Phone# Y�No Date Date D� Type Dey Meals Each Meal Type Breakfast AM Snack Lunch PM Snack Supper Eve Snack Exhibit A-Page 24 of47 INSTRUCTIONS FOR COMPLETION OF SCHEDULE A SITE INFORMATION LIST Contracting Entity(CE)Name—Enter the legal name of the CE CE Address—Enter the address of the CE CE Contact Person/Phone Number—Enter the name of the CE's contact person and their telephone number For each SFSP site and CACFP site complete the following in the appropriate table: Site Name and Address—Enter the name and address of the site. Use the correct street address where meals will be delivered Site Contact Person/Phone#—Enter the name of the site's contact person and their telephone number Refrigerate All Meals?—Enter"yes"or"no"to indicate if site has adequate refrigeration to store all meals ordered and could receive early deliveries Begin Date—Enter the date the site will begin serving meals End Date—Enter the date meal service will end for the site Total Days Op.—Enter the total number of days meals will be served at the site Est.Meals/Day—Enter,by appropriate meal type, the number of each type of meal that is estimated to be served each date at the site. Delivery Time for Each Meal Type—Enter the delivery time for each meal type Since Schedule A must be completed well in advance of the application deadline,it is recognized that changes will occur in the data by the time the Program begins. However,be as accurate as possible since the data is used by the FSMC to arrive at their bid prices. The FSMC awarded the bid will accept changes after the bid opening. Exhibit A-Page 25 of 47 EXHIBIT A SCHEDULE A-SFSP SITE INFORMATION LIST Contracting Entity(CE)Name 1CE Address CE Contact Person/Phone Number 4200 SOUTH FREEWAY SUITE 2200 Marie Francis-Human Services Manager -ITY OF FORT WORTH FORT WORTH,TEXAS 76115 (817)392-5798 rrMy Time for Site Name and StsecootactPersaa/ Begin End Meal EsLMeaW Each Mad Address Phone Number Daae tole Days Type Day Type Andrew Doc Session Community Center Maria Garza 6/11/2018 8/10/2018 M-F Lunch 50 10:00 AM 201 S.Sylvania Ave.,Fort Worth,TX 76111 817-392-6585 PM Snack SO 1:30 PM rborlawn United Methodist Church Daphne Brookins 6/12/2018 8/14/2018 Tuesday JAM Snack 100 7:00 AM 5001 Briarhaven Rd,Fort Worth,TX 76109 817-733-0727 Chisholm Trail Community Center Rachel Scuggs 6/11/2018 8/10/2018 M-F Lunch 75 10:00 AM 4936 McPherson Blvd.,Fort Worth,TX 76123 817-392-8070 PM Snack 75 1:00 PM Como Community Center Clara Kirby WI 1/2018 8/10/2018 M-F Lunch 180 10.00 AM 4900 Home St,Fort Worth,TX 76107 817-392-5300 PM Snack 180 1:00 PM Diamond Hill Community Center Maria Skinner 6/4/2018 8/17/2018 M-F Lunch 70 10:00 AM 1701 NE 36th St,Fort Worth,TX 76106 817-392-5485 PM Snack 70 1:00 PM Fire Station Community Center Dallas Rayborn 6/4/2018 8/17/2018 M-F Lunch 120 10:00 AM 1601 Lipscomb St,Fon Worth,TX 76104 817-392-2240 PM Snack 120 2:00 PM Greenbrlar Community Center Daniel Duncan 6/11/2018 8/10/2018 M-F Lunch 128 10:00 AM 5200 Hemphill St,Fort Worth,TX 76115 817-392-6270 PM Snack 128 1:30 PM Highland Hills Community Center PeterKiganya 6/11/2018 8/17/2018 M-F Lunch 100 10.00 AM 1600 Glasgow Rd.,Fort Worth,TX 76134 817-392-2580 PM Snack 100 1:30 PM Hillside Community Center Anthony Williams 6111120)8 8/10/2018M-F Lunch 75 10:30 AM 1201 East Maddox Ave.,Fort Worth,TX 76104 817-392-7660 PM Snack 75 1:00 PM North Side Community Center Rosy Perez 6/4/2018 8/17/2018 M-F Lunch 50 9:30 AM 1100 NW ISth St.,Fort Worth,TX 76164 817-392-5992 PM Snack 60 1:30 PM North Tri-Ethoic Community Center Travis Hawvennale 6/4/2018 8/17/2018 M-F Lunch 45 10:00 AM 2950 Roosevelt,Fort Worth,TX 76106 817.392-5200 PM Snack 45 2:00 PM R.L.Paschal High School Sandra Medina 6/11/2018 7/27/2018 M-E jLuncb 300 10:00 AM 3001 Forest Park Blvd,Fort Worth,TX 76110 817-392-5747 PM Snack 300 1:00 PM RD Evans Community Center Amber Bryant 614/2018 8/17/2018 M-F Lunch 130 10:00 AM 3242 Lackland Rd,Fort Worth,TX 76116 817-392-7400 PM Snack 130 1:00 PM Riverside Community Center Sam 01nionnell 6/11/2018 8/10/2018 M-F Lunch 75 10:00 AM 3700 E Belknap,Fort Worth,TX 76131 817-392-7640 PM Snack 7S I:00 PM Rolling Hills Park Charles Douglas 6/4/2018 8/17/2018 M-F Lunch 120 10:00 AM 2900 Joe B.RushinK Rd.,Fort Worth,TX 76119 682-559-2328 1PM Snack 120 12:00 PM Seminary Hills Park Elementary School Sandra Medina 6/11/2018 7/27/2018 M-F Lunch ISO 10:00 AM 5037 Townsend Dr,Foil Worth,TX 76115 817-392-5747 PM Snack 150 1:00 PM outbside Community Center Felicia Johnson 6/11/2018 8/10/2018 M-F Lunch 60 1045 AM 959 E.Rosedale St,Fort Worth,TX 76104 817-392-6605 PM Snack 60 1:30 PM Southwest community Center Raul Meza Ill 6/11/2018 &10/2018 M-F Lunch 110 9:30 AM 6300 Welch Ave,Fort Worth,TX 76133 817-392-7613 PM Snack 110 12:00 PM Sycamore Recreation Center Frances Efiong 6/11/2018 8/10/2018 M-F Lunch 70 10:00 AM 2525 E.Rosedale St,Fort Worth,TX 76105 817-392-7650 PM Snack 70 1:00 PM Thomas Place Community Center Kendall Bales 6/4/2018 8/17/2018 M-F Lunch 40 10:00 AM 4237 Lafayette Ave,Fort Worth,TX 76107 817-392-7427 PM Snack 40 2:00 PM Victory Forest Community Center Tina Nikkils 6/11/2018 8110/2018 M-F Lunch 100 10:00 AM 3427 Hemphill St,Fort Worth,TX 76110 817-392-8200 jPM Snack 80 1:30 PM Watauga Community Center Brian TenEyck 6/11/2018 6/20/2018 AM Snack 70 9.00 AM 7901 Indian Springs Rd,Watauga,TX 76148 817-514-5893 Worth Heights Community Center Latandria Shogelola 6/4/2018 8/17/2018 M-F Lunch 90 9:30 AM 3551 New York Ave,Fort Worth,TX 76110 817-8714722 PM Snack 90 1:00 PM "Shelf stable snacks may be delivered in advance Exhibit A-Page 26 of 47 EXHIBIT B SCHEDULE A-CACFP SITE INFORMATION LIST Raft CE Nrmml> ICE Addrross ICE Coirtaer Peralro boae Number 4200 SOUTH FREEWAY SUITE 2200 Marie Francis-Human Services Manage CITY OF FORT WORTH FORT WORTH,TEXAS 76115 1(817)392-5798 LACIEvery Time ter S11e Name and Slit Comtaetremai Begin End MAW Fak Maw Each Mal Address Pb are Number Date Date Days Type Day Type Andrew Doc Session Community Center Maria Garza 8/20/2018 5/31/2019 M-F Supper 25 2:30 PM 201 S.Sylvania Ave.,Fort Worth,TX 76111 817-392-6585 Chisholm Trail Community Center ttaehd Scuggs 8/20/201$ 5/31/2019 M-F Supper 75 2:00 PM 936 McPherson Blvd..Fort Worth,TX 76123 817-392-8070 Coma Community Center Clara Kirby 8/20/2018 5/31/2019 M-F Supp- 120 3:00 PM 900 Home St,Fort Worth,TX 76107 817-392-5300 Diamond Hill Community Center Maria Skinner 8/20/2018 5/31/2019 M-F Supper 75 2:30 PM 1701 NE 36th St,Fort Worth.TX 76106 817-392-5485 Eugene M ccray Community Center Evelyn Jackson 11/1/2018 5/3112019 M-F Supper 25 3:15 FM 4932 Witbarger,Fort Worth,TX 76119 817-392-7146 Fire Station Community Center Dallas Rayborn 8120/2018 5/31/2019 M-F Supper 70 2.00 PM 1601 Lipscomb St,Fort Worth,TX 76104 817-392-2240 Greenbriar Community Center Daniel Durran &/20/2018 5/31/2019 M-F Supper 50 3:00 PM 5200 Hemphill St,Fort Worth,TX 76115 817-392-6270 Handley Meadowbrook Community Center Keisi Winn I1/l/2018 5/31/2019 M-F Su 30 2:00 PM 1600 Glasgow Rd.,Fort Worth,TX 76134 817-392-2830 Highland HIBs Community Center Peter Kiganya 8/20/2018 5/31/2019 M-F Supper 1 40 3:00 PM 1600 Glasgow Rd.,Fart Worth,TX 76134 817-392-2580 Hillside Community Center Octavian Davis 8/2012018 5/31/2019 M-F S"jn 40 230 FM 1201 East Maddox Am,Fort Worth,TX 76104 817-392-7660 Hugh Smith Recreation Center Daniel Gonzalez 8/20/2018 5/31/2019 M-F Su 55 2:45 PM 1100 NW 18th St.,Fort Worth,TX 76164 817-575-8291 Martin Luther King Community Center Jelin Smith 8/20/2018 5/31/2019 M-F Supper 30 4:00 PM 5565 Truman Dr,Fort Worth,TX 76112 817-871-5960 North Side Community Center Rosy Perez 8/20/2018 5/31/2019 M-F ISupper 30 2:45 PM 1100 NW 18th St.,Fort Worth,TX 76164 817-392-5992 North Tri-Ethnic Community Center Travis Hawvemmale 8/20/2018 5/31/2019 M-F Supper 30 230 PM 2950 Roosevelt,Fort Worth,TX 76106 817-392-5200 RD Evans Community Center Amber Bryant 8/20/2018 5/31/2019 M-F Supper 60 230 PM 3242 Lackland Rd,Fort Worth,TX 76116 817-392-7400 Riverside Community Center Sem O'Donnell 912012019 5/31/2019 M-F Supper 20 3:00 PM 3700 E Belknap,Fort Worth,TX 76131 817-392-7640 Southside Community Center Felicia Johnson 8120/2018 5/31/2019 M-F Su 20 130 PM 59 E,Rosedale St,Fort Worth,TX 76104 817-392-6605 Southwest Community Center Raul Meza QI 8/2012018 5/31/2019 M-F Sapp- fi0 3:00 PM 300 Welch Ave,Fort Worth,TX 76133 817-392-7613 Sycamore Community Center Frances Efmong 8/20/2018 5/31/2019 M-F Supper 20 3:00 PM 2525 E.Rosedale St,Fort Worth,TX 76105 817-392-7650 omm Place Community Center Kendall Bales 8/20/2018 5/31/2019 M-F Supper 60 2:30 PM 4237 Lafayetre Ave,Fort Worth,TX 76107 817-392-7427 Victory Forest Community Center Tina Nikkils 8120/2018 5/31/2019 M-F ;Upper 80 3:00 PM 427 Hemphill St,Fort Worth,TX 76110 817-392-8200 Worth Heights Community Center Latandria Shogelola 8120/2018 5/31/2019 MF S er 50 2:30 PM 3551 New York Ave,Fort Worth,TX 76110 817-871-8722 "Snacks may be ordered during school breaks "Supper times may change during school breaks Exhibit A-Page 27 of 47 SCHEDULE B Sample Cycle Menu Monday Tuesday Wednesday Thursday Friday Week Bean&cheese burrito Sweet and sour Whole grain tortilla Spaghetti casserole Oven baked parmesan 1 onwhole grain tortilla chicken rollup with hummus chicken and veggies Mixed spinach and Mexicali corn Brown rice green salad Whole grain bread Romaine salad stick Fresh strawberries Fresh snap sugar peas Orange slices Fresh cantaloupe Sweet potatoes Low-fat or fat-free Mandarin oranges ow-fat or fat-free Low-fat or fat-free milk milk milk Low-fat or fat-free Low-fat or fat-free milk milk Week Black bean taco Tuna sandwich on Chicken stir fry Chicken and Mexican pizza on 2 whole grain bread Brown rice Sliced vegetable soup whole grain tortilla Fresh sliced oranges Steamed cucumber and Fresh broccoli and broccoli Whole grain crackers Sliced peppers tomatoes cauliflower Low-fat or fat-free Fresh plums Canned peaches Fresh peaches Fresh blueberries milk Sweet potato strips Low-fat or fat-free Low-fat or fat-free Low-fat or fat-free milk milk milk Low-fat or fat-free milk Week Sloppy joes on whole Turkey burrito on Minestrone soup Turkey ham and Taco salad 3 grain bun whole grain tortilla cheese sandwich on Whole grain roll whole grain bread Baby carrots Broccoli salad Fruit Refried beans salad Fresh apples Three bean salad Canned pears Fresh honeydew Low-fat or fat-free Low-fat or fat-free Fresh watermelon Low-fat or fat-free milk Low-fat or fat-free milk milk milk Low-fat or fat-free milk Week Meatloaf Turkey and cheese on Vegetable chili Oven baked chicken BBQ chicken 4 whole grain bread sandwich on whole Whole grain roll Corn muffins Brown rice grain bun Vegetable soup Fresh Yellow squash bananas Fresh kiwi Stir fry vegetables Steamed zucchini Frozen raspberries Low-fat or fat-free Low-fat or fat-free Frozen peaches Mixed fruit milk milk Low-fat or fat-free Low-fat or fat-free Low-fat or fat-free milk milk milk Exhibit A-Page 28 of 47 SCHEDULE C UNIT PRICE SCHEDULE Instructions: Contracting Entity: Complete Items(b) and(c) for each Meal Type for which the CE is requesting a bid. Bidder: Complete Items (d)and (e) for each Meal Type for which a bid was requested. (a) (b) (c) (d) (e) Meal Type Estimated Daily Total Number of Fl=ed Price Unit (i.e.,Lunch) Meals Needed Meals Cost Total Bid Breakfast 0 0 AM Snack 165 1,500 .79 $1,185.00 Lunch 2,000 95,000 2.55 $242,250.00 PM Snack 2,000 95,000 .79 $75,050.00 Supper 1,000 175,000 2.55 $446,250.00 Eve Snack 0 0 0 CACFP only) Prompt Payment Discount (to be entered 1 % for payment within 10 days. by bidder SFSP Meals only-Adjustments: If the average daily meals billed is less than the Average Daily Meals Needed (per item(b) above), a one time adjustment to the unit price will be made as follows: Average Daily Meals Billed Multiply"Unit Cost"(d)by this Average Daily Meals Needed Amount 81-90% 1.05 71-80% 1.10 61-70% 1.15 51-60% 1.20 50%or Below 1.30 Example: If the"Average Daily Meals Billed"_the"Average Daily Meals Needed"(item (b)above)=.82 or 82%, multiply the"Unit Cost" (item (d)above) by 1.05. The FSMC will invoice the CE at the 100% Unit Cost indicated above **monthly. To determine if an additional cost per meal is due to the FSMC, complete the following calculation. Divide the total number of meals billed by type(breakfast, lunch,etc.) for the total length of the SFSP by the total number of days the SFSP was operated. Any additional changes resulting from this higher"adjustment"will be reflected in the final statement from the FSMC. Exhibit A-Page 29 of 47 Requirements Contract a) This is a requirements contract for the Services specified in Section I and Schedules attached herein and for the period set forth herein. The quantities of such services specified herein are estimates only and are not purchased hereby. Except as may be otherwise provided herein, in the event the Institution's requirements for services set forth in Section I and the Schedules do not result in orders in the amounts or quantities described as"estimated,"such event shall not constitute the basis for an equitable price adjustment under this contract. b) The Institution shall not be required to purchase from the Contractor any minimum number of requirements. c) The Institution may issue orders that provide for delivery to or performance at multiple destinations. d) The Institution shall not be obligated to place any minimum dollar amount of orders under this Contract or any minimum number of orders. The utilization of the contractor for services specified in Section I and the Schedules will be dependent upon the needs and requirements of the Institution. Exhibit A-Page 30 of47 SCHEDULE C-1 SUMMARY BID SHEET Meal Type Total Number of Fixed Price Unit Total Meals Cost, Breakfast 0 $ $ 0 AM Snack 1,500 $ .79 $ $1,185.00 Lunch 95,000 $ 2.55 $ 242,250.00 PM Snack 95,000 $ .79 $ 75,050.00 Supper 175,000 $ 2.55 $ 446,250.00 Eve Snack(CACFP 0 $ $ 0 and TOTAL 366,500 $ $ 764,735.00 "Fixed Price Unit Cost"must be identical to those unit costs listed on the Unit Price Schedule (Schedule Q. Exhibit A-Page 31 of 47 SCHEDULE D Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion for Covered Contracts This certification is required by the regulations implementing Executive Order 12549,Debarment and Suspension, 7 CFR Part 417, Section 417.332, Participants' responsibilities. (1)The prospective contractor certifies to the best of its knowledge and belief that it and its principals: (a) Are not presently debarred, suspended,proposed for disbarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this application been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining,attempting to obtain, or performing a public (Federal, State,or local) transaction or contract under a public transaction;violation of Federal or State antitrust statutes or commission of embezzlement,theft,forgery, bribery, falsification or destruction of records,making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity(Federal, State, or local)with commission of any of the offenses enumerated in paragraph (1)(b)of this certification; and (d)Have not within a three-year period preceding this application had one or more public transactions (Federal, State, or local) terminated for cause or default. (2) Where the prospective contractor is unable to certify to any of the statements in this Certification, such prospective contractor shall attach an explanation to this proposal. 03-30-2018 Signature of Contractor Representative Date Matthew L.Smith Ll;wCtor,Food For rind Printed/Typed Name of Printed/Typed Title of Contractor Representative Contractor Representative Exhibit A-Page 32 of4 7 SCHEDULE E ANTI-COLLUSION AFFIDAVIT STATE OF Rtes ) ACOUNTY OF Lo 1 I,rt-} ) �h�.;l'a lawful age,being first sworn on oath say, that h she is the agent authorized by the bidder to submit the attached bid. Affiant further states that the bidder has not been a party to any collusion among bidders in restraint of freedom of competition by agreement to bid at a fixed price or to refrain from bidding; or with any state official of employees to quantity, quality, or price in the prospective contract, or any other terms of said prospective official concerning exchange of money or other thing of value for special consideration in the letting of contract; that the bidder/contractor had not paid,given or donated,or agreed to pay,give or donate to any officer or employee either directly or indirectly in the procuriZofe aw d of a cc uant to this bid. Si ed Subscribed and sworn before me this of 201L. Notary Public(or Clerk or Judge) P My commission expires - — 2O f 0 STACY MARE REYNA MY COMMISSION EXPIRES July 15,2018 Exhibit A-Page 33 of 47 SCHEDULE F CERTIFICATION REGARDING FEDERAL LOBBYING (Certification for Contracts,Grants,Loans,and Cooperative Agreements) Federal legislation generally prohibits entities from using federally appropriated funds to lobby the executive or legislative branches of the Federal government. Lobbying with respect to certain grants, contracts, cooperative agreements, and leans is governed by relevant statutes, including among others,the provisions of 31 U.S.C. 1352, as well as common rule,"New Restrictions on Lobbying" published at 55 Federal Register(FR)6736 (February 26, 1990), including definitions, and the Office of Management and Budget"Government wide Gui4ance on New Restrictions on Lobbying" and notices published at 54 FR 52306(December 20, 1989), 55 FR 24540(June 15, 1990), 57 FR 1772 (January 15, 1992),and 61 FR 1412 (January 19, 1996). Contracting entities or sponsored sites that contract for goods or services using Federal funds must obtain this certification for any award exceeding$100,000 and if necessary must obtain the Standard Form-LLL, "Disclosure Form to Report Lobbying. " CERTIFICATION 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 an 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 an 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 Form to Report Lobbying", in accordance with its instructions. 3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers(including subcontracts, subgrants,and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. Exhibit A-Page 34 of 47 This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, title 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. Rolling Frito Lay Sales-Food For Good Name of Organization submitting certification Matthew L.Smith Director,Food For Good Name of Organization Representative Title 03-30-2018 Si nature of Organization Representative Date Exhibit A-Page 35 of 47 SCHEDULE G DISCLOSURE OF LOBBYING ACTIVITIES Complete this form to disclose lobbying activities pursuant to 3I U.S.C. 1352 (See next page for public burden disclosure) App,o a 1. Type of Federal Action: L Status of Federal Action: 3. Report Type: ❑ a.contract ❑ a.bid/offer/application ❑ a.initial filing b.grant b.initial award b.material cha/y., c.cooperative agreement c.post-award For material changd.loan Year: e.loan guarantee Date of 1 report: f.loan insurance 4. Name and Address of Reporting Entity: 5. If Reporting Eatity in DJd.4 is Sub-awardee, ❑Prime ❑Sub-Awardee Enter Name and Address e: Tier ,if Known: Congressional District,I knorvn: Congression istrick if known: 6. Federal Department/Agency: ZN=mbm al Program Name/Description: i icabte: S. Federal Action Number,if knoum: 4. Award Amount,if known: 10.a.Name and Address of Lobbying Entity rb. Individuals Performing Services (if individual,last name,first name,MI): (including address if different from No.10a)(fast name,first name, MI): 11. Information requested through this form i thorized by Frito Lay does not lobby the federal government on title 31 U.S.C.section 1352 This disclosure o obbying activities Contracts,=99� tive agreements. is a material representation of fact upon rch reliance was Signature: placed by the tier above when this tr ction was made or entered into.This disclosure is req ed pursuant to 31 U.S.0 1352 This information will be a Mable for public inspection. Print Narne: Matthew L Smith Any person who fails to file required disclosure shall be subject to a ci penalty o of less than$10,000 and not more Tide: Director, Food for Good than$100,000 for each s ch failure. 972-334-57 (} 3/30/18 Telephone Nos ate: Authorized for Local Reproduction Federal Use Only: Standard Form-LLL(Rev.7-M ExhibitA-Page 36 of47 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 items 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 sub-awardee recipient. Identify the tier of the subawardee,e.g.,the first sub-awardee of the prime is the 1st tier. Sub-awards include but are not limited to subcontracts,sub-grants,and contract awards under grants. 5.If the organization filing the report in item 4 checks"Sub-Awardee,"then enter the full name,address,city,state and tip 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(item 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 item 1(e.g.,Request for Proposal(RFP)number;Invitation for Bid(1FB)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 item 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 item 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 10(a). Enter Last Name,First Name,and Middle Initial(MI). 11.The certifying official shall sign and date the form,print his/her name,title,and telephone number. According to the Paperwork Reduction Act,as amended,no persons are required to respond to a collection of information unless it displays a valid OMB Control Number.The valid OMB control number for this information is OMB No.0348-0046.Public reporting burden for this collection of information is estimated to average 10 minutes per response,including time for reviewing instructions, 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. Exhibit A-Page 37 of 47 SIGNATURES This agreement("Contract') establishes the rights and responsibilities of Rolling Frito Lay SaIeS herein referred to as" Contractor"and herein referred to as "Contracting Entity" or"CE". By signing this Contract,both parties are bound by its terms and conditions from its beginning effective date until terminated in accordance with Section VI, Item 12. Termination. The Parties hereto in their capacities stated,agree to all statements and conditions contained herein and are authorized to sign this Contract on behalf of the entity stated herein below. The Parties affix their signatures and bind themselves for the faithful performance of the terms of this C9ntr t. 03-30-2018 Signature of Contractor Representative Date Matthew L.Smith Director,Food For Good Printed/Typed Name of Printed/Typed Title of Contractor Representative Contractor Representative Signature of Contracting Entity Representative Date Printed/Typed Name of Printed/Typed Title of Contracting Entity Representative Contracting Entity Representative Exhibit A-Page 38 of 47 Part IV,Paragraph 6.0—Roiling Frito-Lay Safes will provide detailed documentation with each delivery. Part IV,Paragraph 18.0—Roping Frito-Lay Sales will provide similar meals to other nonprofit partners. Part IV, Paragraph 33.0—Rolling Frito-Lay Sales can provide certification of employment eligibility upon request. Exhibit A-Page 39 of 47 C• SJ Vl C IL Am E N U 7, O n y � LLL o W) Q O � � x U [.•. H OC LL O Yy •A o ® m AUl� 0 C lv� UU 4— E b O U Q O N lt� , N _" o 00 s E o = 3 U 04 on 9 c? d 3 0 o p [• V o C7 U C7 a C.) N •� F4 OD 0 WOc y et _m r Q 5 d d C C N ¢ O Y ,Q U O > Aw O c A Qa A ' waa A DC7 U v m o ° E `- O a o z I 1 w ° a=ci � 3 � � 0 m m o «• W V o Y Ucps C7 ❑ :c L 0 d O U O •07 CX a v a y Ld t� .t+ .U�. M c AU AN A Uhl v� -� A3UM U U) m8i 'O C m O N m O. d '" q O A O L V Cm y 00 'd E C O c CSL ami I J a m al �o q rn U :; W Ute+ aC c° c N 3 U va Q v x � '� a °� x C7 E- U U toN >. m :: m N i 3 Q cc Q 000 0 e`1 0 y 3 H � o a� a� N ov v p Z AOaar A �'clc CUs ° AIg a, m aa) to N v a>i c c rn o mmm J, ai c d o a� 0 c 0 N _ � N Oq U c � mo d) v rx a00 cc � Y p \ E ¢ 3 o • tj Aw 3 M _ ¢ U t7. O O U O U O LL m vi L 4) Rt O OC U cd 's: \ t O` ti > \0 a> 3 Au' H o AU Q 0 A C7C7 -°� AC7oa Ute ° U m C m » 3 Z' N U) U 3 •r G Y L O 00 to MCL C X J 'ti v n yCL c umi O i ❑ G w O e CG H � u ¢ ¢ U- "0 .2 "o2 CO o C a0 O U O 6 w is e M A w M, A rn � O J a� r=. �, A A U C7 H .� Exhibit A-Page 40 of 47 Please contact this ooice immediately if any information on this license is incorrect. * This license must be displayed at the address licensed. * The license renewal application and fee are due every tato years BE OItir the anniversary date. Please note that it is the responsibility of the license holder to remit the licensure fec before the expiration date, whether a payment notice is received or not. Failure to submit the renewal fee before the expiration date will result in a:u 100.00 delinquency f for each location and must be remitted before the license will be issued. * A license that is amended,including a change of name,ownership, legal entity,or a notification of a change in the location of a licensed place of business will require submission of new application and fec. Applications fnr these changes can be downloaded from our website at wwwAshs.state.Lx.us;fdlicease, * If you have any questions or desire additional information concerning the application prucc•SS or this?icznse,please contact the Foods Licensing Ciroup at f512)834-6626. In order to serve-st,u better;DSHS would lake you to complete the short online survey at: htrpsJJreglicensing.quesiionpro.corn. The information you pmwide will asist DSHS in its efforts to continually improve and become more responsive to the needs of its customers. Thank you in advance for your cooperation. SUNSHINE SPECIALTY FOODS 7800 SOVEREIGN ROW DALLAS TX 75247 TEXAS DEPARTMENT OF STATE HEALTH SERVICES N; REGULATORY LICENSING UNIT SLTNSI- NE SPECIALTY FOODS INC DIIA SUNSHINE SPECIALTY FOODS 7800 SOVFREIGN ROW DAI.,LAS,TX 75247 Pursuant to Health and Safety Code Chapter 4.11(Food, Drug, Device, and Cosmetic Act) and Tule 25 of the texas Administrative Code, and in reliance on statements and representations made by licensee, the licensee shall he subject to all applicable rules, regulations and orders of the Texas Department of State Health Services now or hereafter in affect. The above licensee is authorizer)to engage in the following activities; FOOD MA�INUFACTURER License b 1011576 a 6sp4cs:May 14,2019 NON-TRANSFERABLE Comte:°siaac Exhibit A-Page 41 of 47 INVOICE:006427088 DIST:503 EMPLOYEES: 55 PERMITS: CITE' OF HOUSTON F,G HEALTH DEPARTMENT DEAN'S NUTRITIONAL FOOD SERVICES AT 3132 PRODUCE ROW HOUSTON,TX 77023 OWNER: DEAN'S NUTRITIONAL FOOD SERVICE,INC. TCEQ It: 108067 IN CONFORMITY WITH THE STATUTES OF THE STATE OF TEXAS, THE ORDINANCES OF THE CITY OF HOUSTON, AND THE REGULATIONS OF THE HOUSTON HEALTH DEPARTMENT IS GRANTED THIS FATS,OILS&GREASE GENERATOR PERMIT- 1 FOR ESTABLISHMENT TYPE: 131 DESCRIPTION:COMMERCIAL FOOD PROCESSORS-PIS DATE PURCHASED 05/16/2016 DATE PERMIT STARTS 05/18/2016 DATE PERMIT ENDS 05/18/2017 DEANS NUTRITIONAL FOOD SERVICES PERMIT NUMBER 1953584 3132 PRODUCE ROW HOUSTON,TX 77023 ACCOUNT NUMBER 409781 THIS PERMIT IS NOT TRANSFERABLE PROPERTY OF THE CITY OF HOUSTON POST IN PUBLIC VIEW 832-393-5100 N° 293971 Exhibit A•Page 42 of 47 INVOICE: 006427 I TLj=,QuQS..55. PERMITS: CITY OFHO rc HEALTH DEPARTMENT DEAN'S NUTRITIONAL FOOD SERVICES AT 3132 PRODUCE ROW HOUSTON, TX 77023 OWNER: DEANS NUTRITIONAL FOOD SERVICE, INC. IN CONFORMITY WITH THE STATUTES OF THE STATE OF TEXAS, THE ORDINANCES OF THE CITY OF HOUSTON, AND THE REGULATIONS OF THE HOUSTON HEALTH DEPARTMENT IS GRANTED THIS FOOD DEALERS PERMIT 5 1-100 FOR ESTABLISHMENT TYPE: 131 DESCRIPTION: COMMERCIAL,FOOD PROCESSORS- PHF DATE PURCHASED 05/16/2016 DATE PERMIT STARTS 05/18/2016 DATE PERMIT ENDS 05/18/2017 DEAN'S NUTRITIONAL FOOD SERVICES 1953584 3132 PRODUCE ROW PERMIT NUMBER HOUSTON,TX 77023 ACCOUNT NUMBER 409781 THIS PERMIT IS NOT TRANSFERABLE PROPERTY OF THE CITY OF HOUSTON POST IN PUBLIC VIEW 832-393-5100 N? 293970 Exhibit A-Page 43 of 47 Houston Department of Health and Human Services Food Service Manager's Certification Program Certifies That CHARLES M. KRAMER Has Satisfactorily Completed the Course of Instruction Prescribed in Section 20.54, 55 & 63 of the Houston City Code of Ordinances in Professional Food Sanitation and Service Certificate Number Date Expires Aim191529 _ i 05/08/2019 832-393-5100 Post in Public View 388A-017 Rev,5101 Exhibit A-Page 44 of 47 Houston Department of Health and Human Services Food Service Manager's Certification Program Certifies That DESHAWNDRA L. WATSON Has Satisfactorily Completed the Course of Instruction Prescribed in Section 20.54, 55 & 63 of the Houston City Code of Ordinances in Professional Food Sanitation and Service Certificate Number Date Expires 182233 _: 05/20/2018 832-393-5100 Post in Public View 38BA-017 Rev.501 Exhibit A-Page 45 of 47 BID BOND Travelers Casualty and Surety Company of America Hartford, CT 05183 KNOWN ALL BY THESE PRESENTS, That we, &EM Fdt2L*V$&W , as Principal, and Travelers Casualty god Surety Company of America , as Surety, are held and firmly bound unto city or Port wortu.Telm as Obligee, in the Sum Of Five Percent of Greatest Amount Bond Dollars ( sero G.A.s. )for the payment of which we bind ourselves,and our successors and assigns,jointly and severally, as provided herein. WHEREAS, Principal has submitted or is about to submit a bid to the Obligee on a contract for After SchgW Snack And Summer Food Programs ("Project"). NOW, THEREFORE, the condition of this bond is that if Obligee accepts Principal's bid, and Principal enters into a contract with Obligee in conformance with the terms of the bid and provides such bond or bonds as may be specified in the bidding or contract documents, then this obligation shall be void; otherwise Principal and Surety will pay to Obligee the difference between the amount of Principal's bid and the amount for which Obligee shall in good faith contract with another person or entity to perform the work covered by Principal's bid, but in no event shall Surety's and Principal's liability exceed the penal sum of this bond. Signed this 41h day of April Zt#la Rolling Frlto Sales (Princip Travelers C lty and,5 reit'-Co any of Amer" "Chel Richard a , Att mey=in-Fact Exhibit A-Page 46 of 47 Travelers Casualty and Surety Company of America Affi► Travelers Casualty and Surety Company TRAVELERS.1 I St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America.Travelers Casualty and Surety Company,and St. Paul Fire and Marine Insurance Company are corporations duty organized under the laws of the State of Connecticut(herein collectively called the "Companies'),and that the Companies do hereby make,constitute and appoint Rachel Richardson,of Dallas,Texas,the&true and lawful Attomey-in-Fact to sign,execute,sea]and acknowEedge any and all bonds,mcognizances,conditional undertakkgs and other writings obligatory in the nature thereof on behalf of the Companies In Rolr business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted In any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 3rd day of February, 2017. OCUL a State of Connecticut By: City of Hartford ss. Robert L.Raney,SeN&Vice President On this the 3rd day of February,2017,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America,Travelers Casualty and Surely Company, and SL Paul Fire and Marine Insurance Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duty authorized officer. In Witness Whereof,I hereunto set my hand and official seat. d My Commission expires the 30th day of June,2021 (/"+`�U _ �Y' t)N. C 1ATA- t`�.::/* Mane C.Tetreautl.Notary Public This Power of Attorney Is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America.Travelers Casualty and Surety Company,and St.Paul Fire and Marine Insurance Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President.any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fad and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company s seal bonds,recognizarsces,contracts of indemnity,and other writings obligatory In the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her,and it is FURTHER RESOLVED, that the Chairman, the President,any Vice Chairman,any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers oremployees of this Company,provided that each such delegation is In writing and a copy thereof is filed in the office of the Secretary:and It is FURTHER RESOLVED,that any bond,recognizance,contract of Indemnity,or writing obligatory in the mature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President.any Senior Vice President or any Vice President, any Second Vice President,the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duty attested aid sealed with the Company's seal by a Secretary or Assistant Secretary:or(b)duly executed(under seal.df required)by one or more Attomeys4n-Fad and Agents pursuant to the power prescribed in itis or her ce ificale or their certificates of auttority or by one or more Company officers pursuant to a written delegation of authority,and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,any Assistant Vice President.any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Prover of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attomeysdn-Fad for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and anry such Power of Attorney or cedtficate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsin*e seal shalt be valid and binding on the Company In the future with respect to any bond or understanding to which it is attached. 1, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company,and St.Paul Fire and Marine Insurance Company,do hereby certify that the above and foregoing is a true and corned copy of the Power of Attorney executed by said Companies,which remains in full force and effect Dated this 4m day of Apra sins (Bee 1Sevin E.Hughes,Assfitant Secretary To verify the amdwabdty of this Porti.ofAttonw,pie~call as at 1-000-422 3880. Please refer to the above-named Attomey-ia-Fact and fie details of H►e bond to whirr the power is aMvd►ad. Exhibit A-Page 47 of 47 BILLING HISTORY REPORT NIMOCK DOR 113,993 Bill Date Range: 8/1/2011 BilfDate Vendor ProviderType UnitsConsumed BillAmount InputDate Electric 2017-08-31 Reliant Energy E 1,656.00 208.17 08/07/2018 2017-10-03 Reliant Energy E 1,683.00 217.83 08/07/2018 2017-10-31 Reliant Energy E 1,038.00 130.01 08/07/2018 2017-12-01 Reliant Energy E 1,046.00 129.64 08/07/2018 2018-01-03 Reliant Energy E 1,541.00 189.30 08/07/2018 2018-01-31 Reliant Energy E 1,420.00 174.71 08/07/2018 2018-03-01 Reliant Energy E 1,310.00 158.18 08/07/2018 2018-04-02 Reliant Energy E 1,162.00 140.74 08/07/2018 2018-05-01 Reliant Energy E 1,103.00 133.76 08/07/2018 2018-05-31 Reliant Energy E 1,265.00 152.87 08/07/2018 2018-06-29 Reliant Energy E 1,964.00 235.38 08/07/2018 2018-08-01 Reliant Energy E 2,681.00 319.98 08/07/2018 Group Total: 17,869.00 2,190.57 Average: 1,489.08 182.55 Gas 2017-08-23 ATMOS Energy G 2.00 26.02 08/07/2018 2017-09-25 ATMOS Energy G 3.00 19.42 08/07/2018 2017-10-24 ATMOS Energy G 3.00 24.13 08/07/2018 2017-11-20 ATMOS Energy G 19.00 39.16 08/07/2018 2017-12-19 ATMOS Energy G 40.00 61.68 08/07/2018 2018-01-22 ATMOS Energy G 112.00 120.20 08/07/2018 2018-02-20 ATMOS Energy G 68.00 86.75 08/07/2018 2018-03-21 ATMOS Energy G 43.00 59.64 08/07/2018 2018-04-20 ATMOS Energy G 28.00 43.37 08/07/2018 BillDate Vendor ProviderType UnitsConsumed BillAmount InputDate 2018-05-21 ATMOS Energy G 16.00 32.75 08/07/2018 2018-06-21 ATMOS Energy G 15.00 31.76 08/07/2018 2018-07-23 ATMOS Energy G 16.00 32.52 08/07/2018 Group Total: 365.00 577.40 Average: 30.42 48.12 M&C Review Page 1 of 2 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FoRIr— TWORTH COUNCIL ACTION: Approved on 5/15/2018 REFERENCE ** 13P18-0204 SNACK AND DATE: 5/15/2018 NO.: P-12198 LOG NAME: SUMMER FOOD PROGRAMS JD NSD CODE: P TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Agreement with Rolling Frito-Lay Sales, LP, to Provide After School Snack and Summer Food Programs for the Neighborhood Services Department in an Amount Up to $764,735.00 for the First Year and Authorize Four One-year Renewal Periods (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize an Agreement with Rolling Frito-Lay Sales, LP, to provide after school snack and summer food programs for the Neighborhood Services Department in an amount up to $764,735.00 for the first year and authorize four one-year renewal options. DISCUSSION: The Neighborhood Services Department (NSD) approached the Purchasing Division to establish an agreement for the purpose of providing snacks and meals for children age 18 and under who are participating in after school and summer programs located in low-income areas. The after school snack and summer food programs are designed to provide activities known to reduce or prevent involvement in juvenile crimes. Staff issued an Invitation to Bid (ITB) in the event that City Council approved the grant application to the Texas Department of Agriculture Child and Adult Care Food Program for At-Risk School Care Centers. The ITB consisted of detailed specifications listing locations and requirements. Notice of the bid was sent to 108 related vendors. The bid was advertised in the Fort Worth Star-Telegram on March 14, 2018, March 21, 2018, March 28, 2018, and April 4, 2018. The City received two responses, one from Purple Hearts, Inc., and one from Rolling Frito Lay Sales, LP. On April 17, 2018, (M&Cs C-28861 and C-28862) the City Council authorized a grant application to the Texas Department of Agriculture Child and Adult Care Food Program for At-Risk School Care Centers for the City's After School Snack and Supper and 2018 Summer Food Service Programs. Staff evaluated the bids and recommends awarding an agreement to Rolling Frito Lay, LP, with four options to renew. The bid from Purple Hearts, Inc., did not include a bid bond which rendered it non- responsive to the specifications. No guarantee was made regarding the amount of these goods and services that would be purchased. The Bid amount is $764,735.00. The proposed contract would allow the unit price to be increased so long as the City approves the increase. In addition, an administrative change order or increase may be made by the City Manager in the amount up to $50,000.00 and does not require specific City Council approval as long as sufficient funds have been appropriated. Rolling Frito Lay, LP, is a subsidiary of PepsiCo, a publicly traded company. The unit prices for the After School Snack and Summer Food Program items reflect a slight decrease (0.60%) from the previous Agreement awarded on September 1, 2015, (M&C P-11780). NSD certifies that Rolling Frito- Lay Sales, LP, meets specifications. Overall, the unit prices recommended for award are considered fair and reasonable. A waiver of the goals for MBE/SBE subcontracting requirements was requested by the Purchasing http://apps.cfwnet.org/council_packet/mc_review.asp?ID=25847&councildate=5/15/2018 8/17/2018 M&C Review Page 2 of 2 Division and approved by the M/WBE Office, in accordance with the BDE Ordinance, because the purchase of goods or service is from sources where subcontracting or supplier opportunities are negligible. Upon City Council approval, the Agreement shall begin on June 1, 2018 and end on May 31, 2019. This Agreement may be renewed for up to four additional one-year terms at the City's option provided grant funds are offered by the Texas Department of Agriculture and appropriation of funds is approved by the City Council. FISCAL INFORMATION/CERTIFICATION: The approval of this action provides purchasing authority up to $764,735.00 as specified. The Director of Finance certifies that funds are available in the current operating budget of the Grants Fund. Prior to an expenditure being made, the Neighborhood Services Department has the responsibility to validate the availability of funds. BQN\18-0204\JD TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 FROM Fund Department-TAccount Project Program Activity Budget Reference# Amount ID ID Year (Chartfield 2) Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Aaron Bovos (8517) Additional Information Contact: Cynthia Garcia (8525) Jack Dale (8357) ATTACHMENTS Form 1295.Exemption Attachment.pdf Rolling Frito Lay SCHEDULE C Summary Bid Sheet.pdf http://apps.cfwnet.org/council_packet/mc_review.asp?ID=25847&councildate=5/15/2018 8/17/2018