INVITATION FOR BID

CITY OF NEW BEDFORD, MASSACHUSETTS NEW BEDFORD PUBLIC SCHOOLS

PURCHASE & DELIVERY OF GROCERIES

IFB #21300096

Bids Due: May 7, 2021 at 1:00 p.m.

Jonathan F. Mitchell New Bedford Public Schools Mayor 455 County St. New Bedford, MA 02740

CITY OF NEW BEDFORD MASSACHUSETTS

Advertisement

INVITATION FOR BID

Purchase and Delivery of Groceries

IFB # 21300096

The City of New Bedford Purchasing Department, in conjunction with the New Bedford Public Schools, is seeking bids from qualified respondents to provide and deliver groceries for the City of New Bedford Public School Food Services, which provides 14,000 students access to both breakfast and lunch over the school year. All items on the vendor bid form must be bid on.

Sealed bids will be received by the Purchasing Department on Friday, May 7, 2021 at 1:00 p.m. EST. All bids must be submitted via mail or in-person delivery to the Purchasing Department, 133 William Street, Room 208, New Bedford, MA 02740. For in-person delivery prior to the bid opening date, bids may be dropped off in the white city mailbox located in front of City Hall’s Sixth Street entrance. On the day of the bid opening, bids delivered in-person must be delivered inside City Hall to the Purchasing Department, Room 208, between 9:00 am and 1:00 pm. To arrange an alternate time for in- person delivery, please email [email protected]. We strongly recommend submitting bids via mail delivery service. Bidders must email [email protected] to confirm they have submitted a bid. The opening will be live streamed via audio and instructions for participating will be posted at least 30 minutes prior to the opening on the City’s website under the Purchasing page. Bids received after the above time and date will be rejected and returned unopened.

Specifications and bid forms may be obtained beginning on Friday, March 26, 2021 by visiting the City of New Bedford webpage at newbedford-ma.gov/Purchasing or by emailing [email protected].

The City of New Bedford reserves the right to waive any informality in, or to reject, any or all bids, if it deems such waiver or rejection to be in the best interest of the City.

Awarding Authority City of New Bedford Molly Gilfeather, Director of Purchasing

PURCHASE & DELIVERY OF GROCERIES FOR THE NEW BEDFORD PUBLIC SCHOOLS AND CITY OF NEW BEDFORD NEW BEDFORD, MASSACHUSETTS

Invitation for Bid (IFB)

I. BID CONDITIONS 1. BIDS Sealed bids herein specified as PURCHASE & DELIVERY OF GROCERIES for the City of New Bedford and the New Bedford Public Schools (City), New Bedford, MA will be received at the City of New Bedford's, Purchasing Department on or before Friday, May 7, 2021 at 1:00 p.m., at which time quotes will be opened and read.

2. SUBMITTAL Sealed bids will be received by the Purchasing Department on Friday, May 7, 2021 at 1:00 p.m. EST. All bids must be submitted via mail or in-person delivery to the Purchasing Department, 133 William Street, Room 208, New Bedford, MA 02740. For in-person delivery prior to the bid opening date, bids may be dropped off in the white city mailbox located in front of City Hall’s Sixth Street entrance. On the day of the bid opening, bids delivered in-person must be delivered inside City Hall to the Purchasing Department, Room 208, between 9:00 am and 1:00 pm. To arrange an alternate time for in- person delivery, please email [email protected]. We strongly recommend submitting bids via mail delivery service. Bidders must email [email protected] to confirm they have submitted a bid. The opening will be live streamed via audio and instructions for participating will be posted at least 30 minutes prior to the opening on the City’s website under the Purchasing page. Bids received after the above time and date will be rejected and returned unopened. A Vendor may correct, modify, or withdraw a bid by written notice received in the office of the Purchasing Department prior to the time and date set for the bid opening. After bid opening, a Vendor may not change the price or any other provision of the bid in a manner prejudicial to the interests of the governmental body or fair competition. The procurement officer shall waive minor informalities or allow the Vendor to correct them. If a mistake and the intended bid are clearly evident on the face of the bid document, the procurement officer shall correct the mistake to reflect the intended correct bid and so notify the Vendor in writing. A Vendor may withdraw a bid if a mistake is clearly evident on the face of the bid document, but the intended correct bid is not similarly evident.

3. ENVELOPE LABELING Bids must be submitted in plain, opaque envelopes and must be clearly marked "PURCHASE & DELIVERY OF GROCERIES." The date and time of the bid opening as indicated on the Notice to Bidders must appear on the envelope.

4. TIME All bids received after the time stated in the Notice to Bidders will be rejected and will be returned to the Vendor unopened. The Vendor assumes the risk of any delay in the mail or in the handling of the mail by employees of the City.

5. REGULAR BID All information required by the Notice to Bidder, Specifications and Bid Offer in connection with each item against which a bid is submitted must be provided to constitute a regular bid. No alteration, erasure or addition is to be made in the typewritten or printed matter. The submission of a bid will be construed to mean that the Vendor is fully informed as to the extent and character of the service required and is representation that the Vendor can furnish the manpower and equipment necessary to properly render the desired service.

6. TYPEWRITTEN Prices and information required, with the exception of the signature of Vendor, should be typewritten for legibility. Illegible or vague bids may be rejected. All signatures must be written. Facsimile, printed or typewritten signatures are not acceptable. All bid prices must be presented so that the total cost to the school department is clearly understandable.

7. IFB QUESTIONS & ADDENDUM Questions concerning this Specification must be submitted via email to purchasing@newbedford- ma.gov by Wednesday, April 28, 2021, at 5:00 PM. City responses will be emailed as an addendum to all Vendors on record as having pulled IFB documents, and will post all addenda to the City’s website. Failure of any Vendor to receive any such addendum or interpretation shall not relieve any Vendor from any obligation under this bid as submitted.

10. AWARDS The contract will be awarded to the responsible and responsive Vendor offering the lowest price for supplies and services meeting the specifications within this IFB.

It is understood that the City may use all means at their disposal to evaluate the bids received on these criteria, and the final decision as to the best overall offer, both as to price and to suitability of the products and/or services offered to fit the needs of the City.

No contract will be accepted from or contract awarded to any person, firm, or corporation that is in arrears or is in default to any Massachusetts municipality or had failed previously to perform faithfully any previous contract with a municipality.

11. REJECT BIDS The City of New Bedford reserves the right to reject all bids. Also reserved is the right to reject for cause any bid in whole or in part; to waive technical defects, qualifications, irregularities; and omissions if in its judgment, the best interest of the City will be served.

12. CONTRACT The Bid Requirements, Attachments and Addenda (as applicable), shall form a part of this contract, and the provisions thereof shall be binding upon the parties thereto. The term "Contract Documents" shall include all of the aforesaid, together with the contract itself.

13. BIDDING REQUIREMENTS The Successful Vendor must meet all specifications. Any bid which does not meet these requirements, is nonresponsive, incomplete, conditional, or obscure and will be rejected. Any bid which contains additions not called for, or irregularities of any kind, is non-responsive will be rejected.

14. SPECIFICATION INTENT It is the intention of this Specification to establish and define those goods that are to be provided and to determine the capability and experience of the vendors desiring to provide such goods. The intent is to secure vendor to supply all goods requested at the lowest price.

15. TAXES No charge will be allowed for federal, state, or municipal sales and excise taxes since the City is exempt from such taxes. The price bid shall be net and shall not include the amount of any such tax.

16. SIGNED BID A bid must be signed as follows: (1) if the vendor is an individual, by her/him personally; (2) if the vendor is a partnership, by the name of the partnership, followed by the signature of each general partner; and (3) if the vendor is a corporation, by the authorized officer, whose signature must be attested to by the Clerk/Secretary of the corporation and the corporate seal affixed. If the bid is being submitted by an entity other than an individual, partnership or corporation, the bid must include written evidence of the vendor’s authority from the entity to submit the bid in the form of legally binding documentation.

II. BID REQUIREMENTS

1. GENERAL DESCRIPTION Vendors are invited to submit bids for furnishing and delivery of groceries for school food service, servicing the K-12 student population. All items on the vendor bid form must be bid on. This solicitation is seeking firm pricing on groceries for a one-year term to begin July 1, 2021, with two, one year options to renew. Each Vendor must furnish the following with its bid and failure to comply with these requirements will result in disqualification of the vendor:

2. INSURANCE CERTIFICATES The Vendor shall, at its own expense, provide such public liability insurance that will protect the Vendor and the City from all claims for damages to property and persons, including death. All policies shall name the City as an additional insured. Prior to execution of the Agreement, Vendor shall provide proof of the following coverage: a. Workers Compensation and Employer’s Liability Insurance in compliance with statutory limits. b. Liability Insurance with $1,000,000 General Liability Coverage c. $2,000,000 General Aggregate Liability coverage d.. Automobile Liability Insurance including non-owned and hired automobiles with combined single limit of $1,000,000 per accident

Prior to execution of this Agreement, Vendor will furnish certificates of insurance evidencing the above coverage to the City for the City’s review and approval.

3. PRICE SUBMISSION All vendors must provide both a unit price and a total (extended) price for each item listed on the “Vendor Bid Form B”. Please bid only one bid price per line item. If there is a discrepancy between the unit price and the total price for any item(s) on the “Vendor Bid Form B”, the unit price will prevail. On all items bid, use the unit designated in the "Unit" column of the bid sheets for the unit price. The "Extended Price" is the “base unit price” multiplied by the number in the "Projected Usage" column. Do not use the unit in which the item is packaged if it is different from the designated unit. Excessive errors in price calculations will be sufficient grounds for rejection of the entire bid. Bids must include on the "Vendor Bid Form B" manufacturer name and code number that clearly identifies every item the vendor will supply. Once awarded, there are to be no substitutions, the item supplied must be the item specified by the Vendor on the “Vendor Bid Form B”. In the event of an error in product number, the product description will override the product number.

Bid prices must include cost of delivery, including fuel charges. Any delivery charge that appears on an invoice for bid items will be deducted before payment is made.

In order to consider a Vendor that is adding an additional fee, the Vendor must add the total fee, to the aggregate total of the bid. This total should include any fees, the fee must be a flat fee, not a percentage and clearly identified with the Vendors’ response. The fee in total will be added to the aggregate total to determine the winning bid. The contractor agrees to fully disclose all discounts, rebates, allowances, and incentives received by the Company from its suppliers. If the contractor receives a discount, rebate, allowance, or incentive from any supplier, the contractor must disclose and return to the City the full amount of the discount, rebate, or applicable credit that is received based on the purchases made on behalf of the City. All discounts, rebates, allowances, and incentives must be returned to the City during a mutually agreed upon timeframe that is beneficial to the City. 4. ACTUAL OR ESTIMATED QUANTITES The City estimates that they will need items as listed on the “Vendor Bid Form B” in the volumes indicated for one year. It is understood and agreed that quantities attached hereto are approximate and that the contract shall cover actual amounts ordered for delivery during the period of the contract, whether more or less than the quantities indicated. 5. PERFORMANCE STANDARDS All items which are imperfect or of a grade inferior to bid specifications in the opinion of the City will be rejected and must be replaced by acceptable items without expense to the City. Final decisions concerning the quality of items other than those specifically designated rests with the City. 6. BIDS FOR “OR EQUAL ITEMS” Except where otherwise specifically provided to the contrary in the contract documents, any proprietary name mentioned in the Bid Spec Sheet Form is for the purpose of information only and is not intended to limit competition. Bids for any article, assembly, system or any component part thereof (hereinafter “item”) equal to the item so named if (1) it is at least equal in quality, durability,

appearance, strength, and design, (2) it will perform at least equally the function imposed by the general design for the work being contracted for or the material being purchased, and (3) it conforms substantially, even with deviations, to the detailed requirements for the item in the said specifications. 7. NOTICE OF “EQUAL” Trade names, if used, are to set type and quality standards required in a product. A Vendor may bid on comparable substitutes, but must clearly indicate by manufacturer name and code number the item to be supplied and provide a sample of the alternate item. A vendor submitting a comparable item(s) other than the specific item(s) named in the specifications shall submit, with the bid specification sheet form filed, a written notice containing the name and full particulars pertaining to such item(s) including, but not necessarily limited to, the manufacturer’s name, manufacturer’s product code number, price and nutritional data sheets. 8. SAMPLES Samples may be required on selected items. Vendors will be notified if a sample is required. A determination of acceptability will be made by the participating food service directors, and will be based on price, taste and proven market acceptability. Each sample must be clearly labeled with the Vendor name and City item # and should come directly from the distributor on a truck with a delivery drop slip and must be labeled with the distributor they are coming from and the bid item they are for.

Trade names, where used, are to set type and quality standards required in a product. Vendors may bid on comparable substitutes, but must clearly indicate by manufacturer name and code number the item to be supplied and provide a sample of the alternate item, when requested. Bids submitted for items other than those specified will be considered only if there are no acceptable bids of specified items.

9. JUDGEMENT AS TO EQUALITY The decisions of the City as to whether an item(s) is or is not equal shall be final. Any and all expense necessary to prove to the City the quality of the item(s) offered as equal to the specific item(s) shall be borne exclusively by the vendor submitting any proposed substitutions.

10. ORDER AND PAYMENT PROCEDURES The awarded vendor (s) must supply order forms, with online and/or hard copy options, to participating Food Service Directors for ordering purposes within 30 days of bid award. Form should include the City line item numbers, as well as vendor’s product code numbers.

Vendors must notify the City, at the time the order is placed, and/or no later than 2:00 p.m. the day prior to the delivery, of any unavailable products on the order, at which time vendor must supply a substitute product, of the same or superior quality and must be offered at or below the bid price. The City reserves the right to reject substitutes. If no substitute product of equal and/or superior quality is available and/or acceptable, and the City must buy the item elsewhere at a higher price, the City may back charge the vendor the price difference. The Director of the school district must approve the substitution(s).

Purchases made by the City are exempt from payment of federal excise taxes and any such taxes must not be included. Federal excise tax exemption certificates, if required, will be furnished by the City on request. The City is further exempt from payment of Federal Transportation tax and the Commonwealth of Massachusetts sales tax.

11. QUALITY REQIREMENTS Vendors must provide all of the items described and comply with all bid submission requirements listed. All Vendors must be in compliance with HACCP (Hazard Analysis and Critical Control Points) regulations and show documentation upon request.

12. DELIVERY REQURIMENTS

All prices must be F.O.B. (Free on Board) destination, freight prepaid, with no additional costs to purchasing entities, including fuel charges. Minimum delivery dollar amount of $300.00 per location. No products shall be left outside the building at any time or in any place other than within the school kitchens, unless directed by the City. Refer to Attachment 3- Delivery Locations, attached. All items must be delivered to the appropriate site inside the building as designated by a school employee. When delivering refrigerated and frozen products, the delivery person must put refrigerated products in the refrigerator and frozen products in the freezer. The City is not required to accept any product that is visibly damaged, dented squeezed, or torn. The Vendor must replace any item received in unacceptable condition, at no cost to the ordering facility, on the next business day, unless prior arrangements are made with the City. Delivery dates and times will be agreed upon by the City and awarded vendor. In the case of school vacations, school cancellations, and/or school holidays, deliveries must be made on the next business day. Repeated failure to meet delivery dates may constitute a breach of Contract by the awarded vendor.

13. REFERENCES The Vendors shall provide at least three (3) references that are satisfactory to the City of New Bedford and New Bedford Public Schools, which will serve to illustrate the ability of each Vendor’s firm in accordance with these specifications. The references must be from prior contracts, preferably performed within the last 3 years, be similar in size and scope to this contract bid, and include contact names and telephone numbers.

14. OTHER MINIMUM REQUIREMENTS All bid items are subject to review and approval by the City. In reviewing the bids received and determining the best value, the City may consider any combination of the following additional criteria: (1) It is important that the City can rely on the continuous availability of the goods and/or services offered. The preferred vendor commits to the continuous availability of the goods and/or services provided; said vendor must provide proper documentation to the City when product becomes unavailable within 7 business days of product unavailability and seek alternate source of product, when applicable (2) the impact on the ability of the City to comply with any applicable laws or rules; changes in laws and rules might require the vendor to offer new items to allow City to comply with applicable laws, (no plastic utensils, recyclable, ban on water bottles). (3) Warranties; By submission of a bid, the vendor warrants that he/she is an authorized dealer, distributor, or manufacturer for the product(s) being offered, that all items proposed conform to the specifications for which the items are being offered, and that all items supplied under any contract related to this IFB will be free from all defects in material, and title. A minimum of 90-days product guarantee or the manufacturer’s standard commercial warranty, whichever is greater, shall apply to all products purchased under this IFB. This warranty shall

provide for replacement of defective merchandise and delivery of the replacement(s) to the same location. The warranty shall be effective from the date of acceptance of the merchandise.

15. BUY AMERICAN PROVISION The Awarded Vendor must be in compliance with the Buy American Provision. Grocery, Milk, Ice Cream and Bread vendors must offer, to the maximum extent practicable, domestic commodities or products for use in meals served in compliance with the “Buy American” provision under Section 104(d) of the William F. Goodling Child Nutrition Reauthorization Act of 1998 (Public Law 105-336) which added a new provision, Section 12(n) of the NSLA/National School Lunch Act (42 USC 1760(n)), requiring School Food Authorities/Food Service Directors to purchase for their districts domestic commodities or products, to the maximum extent practicable.

Section 104(d) of Public Law 105-336 defines “domestic commodity or product” as an agricultural commodity that is produced in the United States and a food product that is processed in the United States substantially using agricultural commodities that are produced in the United States. “Substantially” means that more than half or 51% of the final processed product consists of agricultural commodities that were grown domestically.

Two situations which may warrant a waiver to permit purchases of foreign food products include: 1) the product is not produced or manufactured in the U.S. in sufficient and reasonable available quantities of a satisfactory quality; and 2) competitive bids reveal the costs of a U.S. product is significantly higher than the foreign product.

It is required by 7 CFR 3016.36(b) (2) to monitor vendor performance to ensure compliance with this “Buy American Provision”. Therefore, we ask that all vendors certify that the percentage of U.S. content on all domestic commodities or products bid, to the maximum extent practicable, be “substantially” processed in the U.S. For this purpose, a column will be provided on the “Vendor Bid Form B” for vendors to add a check mark or equivalent next to each product bid, which they certify meets this provision. If the item bid does not meet the “Buy American” provision and the vendor feels it may warrant a waiver, please attach the argument for such and any relevant documentation for review. Furthermore, the SFAs/Food Service Directors will be examining all product packaging in accordance with the Nutrition Labeling and Education Act of 1990.

The Buy American Exemption Form must be completed and submitted with the bid documents for every product that is not made in the U.S.A

16. LAWS GOVERNING AWARDED VENDOR The Awarded Vendor shall abide by all applicable local, State, and Federal laws and policies when providing services under this Contract.

IMPORTANT DATES

EVENT DAY DATES DUE TIMES DUE IFB AVAILABLE Friday March 26, 2021

QUESTION DEADLINE Wednesday April 28, 2021 5:00 PM

BID DUE DATE/ OPENING Friday May 7, 2021 1:00 PM

ATTACHMENTS

1) Vendor Bid Form A: Totals 2) Vendor Bid Form B: Line Item by Category 3) Delivery Locations 4) References 5) Buy American Exemption Form 6) Vote of Corporation 7) Certificate of Non-Collusion/Tax Compliance 8) Sample Contract

CITY OF NEW BEDFORD

Mayor Jonathan F. Mitchell

VENDOR BID FORM A: TOTALS

PURCHASE & DELIVERY OF GROCERIES

DATE: ______

TO: CITY OF NEW BEDFORD C/O NEW BEDFORD PURCHASING DEPARTMENT 133 WILLIAM ST NEW BEDFORD, MASSACHUSETTS 02740 PURCHASING AGENT

A) The Undersigned proposes to provide and deliver groceries in accordance with the enclosed Contract Documents and specifications.

B) Please submit proposed total bid amount for the listed project. Discrepancies between the written and numerical amounts shall be resolved in favor of words. Discrepancies between any unit prices and their respective total amounts will be resolved in favor of unit prices.

TOTAL BID PRICE:

$______(numerical)

______Dollars______Cents (written bid amount)

Company Name: ______Telephone: ______

Name of Vendor: ______(Printed) (Authorized Signature)

Title:______Email: ______

Address ______

Buy American Pr‐Approved Pack Size *If Price/unit *If Provision LINE MANUFACTUERS Pre‐ Approved PROJECTED Base case Brand and Item to be Vendor Actual Case Base Case not bidding not bidding as (check if NUMBER Item (or) Equal Manufacturer# Product Description Case Size Usage size Provided Code Size Price Extended Price as specified specified applicable) Comments Coffee 1 CHOCOLATE HOT COCOA BAKERS 43000850954 Hot chocolate, 2lb bag 12/2 LB 25 12 $0.00 2 COFFEE BREAKFAST BLEND N.ENG. 4600 Coffee, pouch ‐ Breakfast Blend. 128/2.5Z 50 128 $0.00 COFFEE BREAKFAST BLEND Coffee, pouch, decaf ‐ Breakfast Blend decaf. 3 DECAFE N.ENG. 9000 80/2 OZ 50 80 $0.00 4 HOT CHOCOLATE PACKETS SWISS 70920‐47491 Hot chocolate, pouch, gluten free, made with non‐fat milk, 99.9% caffeine free 6/50 25 300 $0.00 5 TEA BAGS W/ENVLOPE & TAGS LIPTON 4100000291 Tea, individual bags in envelope 1/100 CT 50 100 $0.00 6 TEA BAGS DECAFE LIPTON 4100000290 Tea, individual bags in envelope, decaffeinated 6/72 CT 50 432 $0.00

7 TEA HERBAL SIX FLAV ASSORTED BIGELO Not specified Tea, individual bags in envelope with assorted flavors. 6/28 CT 50 168 $0.00 Total: $0.00 Water, Juice

8 Pineapple juice Dole 100‐38900‐00818‐2 100% pineapple juice 12/46 oz 15 100% juice slush, white grape peach flavor, 4 fluid oz pouches, must provide 1/2 cup equivalent fruit for child 9 White Grape Peach Welch's 14503 nutrition meal pattern requirements. 50 Welch's, Cool 100% juice slush, hula cooler flavored w/ passion fruit, orange and guava, 4 fluid oz pouches; must provide 1/2 cup 10 Hula Cooler Tropics equivalent fruit for child nutrition meal pattern requirements. 50 11 White Grape Cherry Welch's 14504 100% juice slush, white grape cherry flavor, 4 fluid oz pouches 50 12 Blue Raspberry Welch's Cool 13001 100% juice slush, blue raspberry flavor, 4 fluid oz pouches 50 13 Kiwi Strawberry Welch's Cool 12002‐R4 100% juice slush, kiwi strawberry flavor, 4 fluid oz pouches 50 14 Tropical Trio Welch's Cool Not specified 100% juice slush, tropical trio flavored with mango, orange and guava; must credit as 1/2 cup equivalent of 50 Mango caliente w/ chili lime 15 flavor Rosati Ice 0‐77222‐35487‐7 4.4 oz 100% frozen fruit juice, no sugar added, must provide 1/2 cup equivalent of fruit component 50

16 Rosati emoji ice Rosati Ice 0‐77222‐35488‐4 4.4 oz 100% frozen fruit juice, no sugar added, must provide 1/2 cup equivalent of fruit component 50 17 Watermelon Rosati Ice 8.93551E+11 4.4 oz 100% frozen fruit juice, no sugar added, must provide 1/2 cup equivalent of fruit component 50 18 APPLE CIDER CT LOCAL SENL PACKER 100% juice, Product of USA 4/1 GAL 50 4 $0.00 19 DRINK APPL NECTAR THICK HORMEL 41530 100% juice, Product of USA 24/4 OZ 2 24 $0.00 20 DRINK MIX LEMONADE OASIS 20052 100% juice, Product of USA 12/32 OZ 15 12 $0.00 21 DRINK MIX PUNCH D/CRYS 50920 100% juice, Product of USA 12/2 GAL 50 12 $0.00 22 JUICE ACAI BERRY SPARKLIN ENVY 2039 100% juice, Product of USA, carbonated 24/8 OZ 100 24 $0.00 23 JUICE APPLE AP&EVE 9632‐86000CBFA 100% juice, Product of USA 40/4.2 Z 1,125 40 $0.00 25 JUICE APPLE SPARKLING ENVY 2008 100% juice, Product of USA 24/8 OZ 100 24 $0.00 26 JUICE BERRY AP&EVE 9410‐84004CB 100% juice, Product of USA 40/4.2 Z 1,125 40 $0.00 27 JUICE FRUIT PUNCH SPARKLI ENVY 2015 100% juice, Product of USA, carbonated 24/8 OZ 100 24 $0.00 28 JUICE GRAPE WHITE AP&EVE 9634‐86004CBFA 100% juice, Product of USA 40/4.2 Z 1,125 40 $0.00 29 JUICE KIWI/STRWBRY 100% AP&EVE 9319 86008CBFA 100% juice, Product of USA 40/4.2 Z 1,125 40 $0.00 30 JUICE MIXED BERRY 100% AP&EVE 9314‐86007CBFA 100% juice, Product of USA 40/4.2 Z 1,125 40 $0.00 31 JUICE ORANGE 100% 8OZ AP&EVE 59082 100% juice, Product of USA 24/8OZ 100 24 $0.00 32 JUICE ORANGE SPARKLING ENVY 2077 100% juice, Product of USA 24/8 OZ 100 24 $0.00 33 JUICE STRWBERY KIWI SPARK ENVY 2022 100% juice, Product of USA, carbonated 24/8 OZ 100 24 $0.00 34 JUICE SWITCH BLACK CHERRY SWITCH 7C2480BC 100% juice, Product of USA, carbonated 24/8OZ 100 24 $0.00 35 JUICE SWITCH GRAPE SWITCH 7C2480GR 100% juice, Product of USA, carbonated 24/8OZ 100 24 $0.00 MILK ALM BREEZE CHOC SHELF 36 STBL Almond Breeze Not specified Milk, Almond, must be 8 oz portions, chocolate flavor, must be shelf stable, must be gluten‐free and dairy‐free. 18/8 OZ 44 18 $0.00 MILK ALM BREEZE ORIG SHELF 37 STBL Almond Breeze Not specified Milk, Almond, must be 8 oz portions, must be shelf stable, must be gluten‐free and dairy‐free. 18/8 OZ 44 18 $0.00 38 MIlk shelf stable skim Not specified Not specified Milk, shelf stable, 8 oz portions, must be shelf stable, must br 0% fat/skim/fat free. Not specified 2,000 39 MILK SHELF STABLE 1% WHIT DARYPR Shelf Stable Milk 27/8OZ 2,000 27 $0.00 40 MILK SHELF STABLE CHOC FFRE TRUMOO Shelf Stable Milk 27/8OZ 2,000 27 $0.00 41 MILK SHLF STBLE CHOC FFRE TRUMOO 6000990 Shelf Stable Milk 27/8 OZ 2,000 27 $0.00 Shelf Stable Milk, chocolate flavor, 8 oz, organic, must provide 7 grams of protein and 300 milligrams of calcium 42 SOYMILK CHOCOLATE SINGLES PEARL 6185 per 8 oz 24/8OZ 132 24 $0.00 SOYMILK PLAIN unsweetened Shelf Stable Milk, PLAIN UNSWEETENED 8 OZ SHELF STABLE, organic, must provide 8 grams of protein and 300 43 singles PEARL milligrams of calcium per 8 oz 24/8 oz 132 12 $0.00 Shelf Stable Milk, creamy vanilla flavor, 8 oz, organic, must provide 7 grams of protein and 300 milligrams of 44 SOYMILK VANILLA SINGLES PEARL 6184 calcium per 8 oz 24/8OZ 132 24 $0.00 45 WATER BLK CHERRY CARB POLAND 44602 water, carbonated, seltzer 24/16.9 100 24 $0.00 46 WATER GALLONS HOOD 350 Water, bottled 4/1 GAL 50 4 $0.00 47 WATER LIME CARB POLAND 44608 water, carbonated, seltzer 24/16.9 100 24 $0.00 48 WATER NESTLE PURE 8OZ NESTLE 6827432229 Water, bottled 48/ 8 OZ 938 48 $0.00 49 WATER NESTLE PUR .5L 16.9 NESTLE 6827493471 Water, bottled 24/16 OZ 1,875 24 $0.00 50 WATER ORANGE CARBONATED POLAND 44611 water, carbonated, seltzer 24/16.9 100 24 $0.00 51 WATER RASP/LIME CARB POLAND 44617 water, carbonated, seltzer 24/16.9 100 24 $0.00 Total: $0.00 Prepared Foods IW, English muffin,egg and cheese sandwich, oven‐safe film, WG rich English muffin, Sandwich must provide 1 oz 52 English muffin, egg, cheese sand Bake Crafters 6604 equivalent meat/meat alternate and 2 oz equivalents grain. 96/3.25 oz 469 96 Bake Crafters Sandwich, Biscuit, WG, Breaded Chicken, IW; must be whole grain rich and provide 2.0 ounce grain Biscuit sandwich, WG breaded equivalents and 1.0 ounce of meat or meat alternate. Portion to provide at least 195.0 calories, with no more than 53 chicken IW Bake Crafters 6625 10 grams of fat. Must contain less than 700.0 milligrams of sodium. Acceptable brand: Bake Crafters 6625 96/3.2 oz 469 96 54 APPET EGGROLL VEG WG MINH 35367‐66048 Eggroll, veg, 3.1 oz, WG rich 130/3.1 347 130 $0.00 55 BRKFST BRK LUCKY CHARM WG ES 93392‐61103 Provides 2WG, 1/2 C Fruit 1/60 CT 375 60 $0.00 56 BRKFST BRK MULTI WG CHEER ES 61109 Provides 2WG, 1/2 C Fruit 1/60 CT 375 60 $0.00 57 ENTREE CHICKEN PUREED HORMEL 37954 1 piece serving = 3 oz. pack of 24. 24/3 OZ 10 24 $0.00 58 ENTREE HAM PUREED HORMEL 25435 1 piece serving = 3 oz. pack of 24. 24/3 OZ 10 24 $0.00 59 ENTREE PANCAKES PUREED HORMEL 72476 1 piece serving = 2.5 oz. pack of 24. 24/2.5 Z 10 24 $0.00 60 ENTREE ROAST BEEF PUREED HORMEL 10837 1 piece serving = 3 oz. pack of 24. 24/3 OZ 10 24 $0.00 61 FRUIT MIXED BERRY PUREED HORMEL 13883 1 piece serving = 2.5 oz. pack of 24. 24/2.5 Z 10 24 $0.00

Bake Crafters Sandwich, WG, Grilled Cheese, IW; must be whole grain rich and provide 2.0 ounce grain equivalents and 2.0 ounces of meat or meat alternate. Portion to provide at least 315.0 calories, with no more than 19 grams of 62 Grilled cheese Bake Crafters 6659 fat. Must contain less than 870.0 milligrams of sodium. Acceptable brand: Bake Crafters 6659. 108/4.15 oz 417 108 63 JUMP APPLE JACKS WG KELLOG 38000‐78791 Provides 2WG, 1/2 C Fruit 1/44 CT 512 44 $0.00 64 JUMP START FRST FLAKES WG KELLOG 38000‐51091 Provides 2WG, 1/2 C Fruit 1/44 CT 512 44 $0.00 65 JUMP START FRUIT LOOPS WG KELLOG 38000‐78792 Provides 2WG, 1/2 C Fruit 1/44 CT 512 44 $0.00 66 MOZZ STICK BRD WG RF BFY RICH'S 65220 4.17 oz, 2 OZ EQUIV, GRAIN, 2 M/MA, Reduced Sodium less than 581 mg 8/3 LB 65 24 $0.00 67 PASTA RAVIOLI BRD WG OVEN TASTY 41834 3.78 oz, 1 OZ EQUIV, GRAIN, 2 M/MA, Reduced Sodium less than 581 mg 994/.48 50 994 $0.00 68 PASTA RAVS CHEZ.PRE.CKD PEDE 12200 Whole grain rich 200/.56 50 200 $0.00 5.2 oz IW, sunflower butter and grape jelly sandwich, nut‐free, made in nut‐free facility, WG rich; provides 2 oz 69 Sunbutter and Jelly WG Sunwise 15228 equivalent grains, 2 oz equivalent of meat/meat alternate 48/5.2 oz 938 70 SANDWICH SUNFLR&JELLY WG SUNWIS 12228 2.8 oz individually wrapped, NO HIGH FRUCTUS CORN SYRUP 96/2.8 Z 469 96 $0.00 WG, IW, provides 2 oz equivalent meat/meat alternate and 2 oz equivalent of grains; 260 calories, not more than 71 Ciabatta cheese melt ES Foods 16944 670 mg sodium and 290 calories. 96/3.9 oz 469 72 Mini Chicken Anaheim Burrito Comida Vida 470455 Bulk, 5.50 oz mini chicken anaheim burrito, 7.10 oz per serving 3/32 ct 469 96 Fernando's Chicken Enchilada, 73 Smart‐Snack Compliant, 2.50 oz Fernando's 75278052785 Each 2.50 oz enchilada provides 1.0 oz grain equivalent and 1.0 oz M/MA equivalent. 112/2.5 oz 402 74 WG Egg, cheese, potato Buena Vista Foods 53551 WG, IW, egg, cheese and potato empanda must provide 1.75 oz eq grain, 1.75 oz equivalent of grains 100/3.25 oz 450 75 Bean and cheese empanada Buena Vista Foods 50451 WG, IW, bean and cheese empanada, must provide 2.0 oz equivalent grains, 2.0 oz equivalent meat/meat 80/5.2 oz 563 Vegetarian Bean and Cheese 76 Burrito Comida Vida 470655 Bulk, 5.50 oz bean and cheese burrito, WG rich 3/32 ct 469 96 Sandwich, English Muffin, WG, 77 Egg & Cheese, IW Bake Crafters 6604 egg and cheese on english muffin must provide 1 m/ma 2 grain whole grain rich, IW, oven safe wrap; 96/3.25 oz 469 Total: $0.00 Snacks, Cookies, Chips, Cookies 78 Dark Chocolate Sea Salt Seed Bar 88 Acres Certified gluten free, nut free, fodmap friendly; provides 1 oz equivalent grain 79 BAR NUTRIGRAIN APPLE WG KELLOG 38000‐59779 A‐list; Meets 1 oz. grain equivalent, individually wrapped, filled with real fruit. 96/1.55 469 96 $0.00 80 BAR NUTRIGRAIN BLUEB WG KELLOG 38000‐90819 A‐list; Meets 1 oz. grain equivalent, individually wrapped, filled with real fruit. 96/1.55Z 469 96 $0.00 81 BAR NUTRIGRAIN STRAW WG KELLOG 38000‐59772 A‐list; Meets 1 oz. grain equivalent, individually wrapped, filled with real fruit. 96/1.55 469 96 $0.00 82 CHIP 40% REDUCED FAT CAPCOD 112155 Individual bags, 40% less fat than leading potato chip brands, gluten free 104/.5 Z 433 104 $0.00 83 CHIP BAK SR CRM&ONI SS FG FRITOL 33627 A‐list; individual bags, 65% less fat than regular potato chips, gluten free 60/.875 750 104 $0.00 84 CHIP BAKED LAYS LSS FRITOL 44396 A‐list; individual bags, 65% less fat than regular potato chips, gluten free, made with real cheese 64/1.125 704 64 $0.00 85 CHIP CHEETOS BAKED SS WG FRITOL 62933 A‐list; individual bags, 50% less fat than regular cheese