Loading...
RES 2002-1584 - Contract with the Swanson Corporation for lunches for summer food and nutrition program X r y 5 /,G� s Ic 1 •« pMAHA NF r ;- °,++ e4 r - L� ! V ` Greater Omaha u`. ► 3 .l'�� ;,,,.� r} �. Workforce Development rf — I Ni1: 43 a%cif i';�'� 1 �� 04-4 2421 N 24th St o�F' ro Omaha,NE 68110 2282 o.4 4� CITY �, (402)444-4700 ea Fella r Telefax(402)444-3755 OMAHA., ��EiaR, SKI: City of Omaha Maria Vazquez Mike Fahey,Mayor Director Honorable President and Members of the City Council, The document before you is a Summer Food contract between the City of OmahaiGreater Omaha Workforce Development and the Swanson Corporation to prepare and distribute approximately 68,730 well balanced nutritious lunches at 19 projected sites from June 10, 2002 though August 9, 2002 at a cost not to exceed$2.19 per lunch. During this eight-week period, Swanson will provide meals five (5) days a week with no meals being served at any site on July 4, 2002. Meals shall be prepared under a properly controlled temperature, and assembled not more than 24 hours prior to delivery. The City of Omaha will reimburse Swanson, $2.19 per lunch for appropriate lunches delivered to the various sites. The contractor has on file a current Annual Contract Compliance Report From (CC-1). As is City policy, the Human Relations Director will review the contractor to ensure compliance with the Contract Compliance Ordinance. Your favorable consideration of this document will be appreciated. Respectfully s itted, Approved: C 7i 2.c.._e C -o i . (--r- J Z/2%Z Maria Vazquez, Dire Date Reginald L. Young, Director Date Greater Omaha Workforce pment Human Relations Department Approved: Referred to City Council for Consideration: 4/22L0 z.... ,61 7//02-..-- Stanley P. Ti n, Director Date ayo A/s Office Date Finance Department 10 P:\JTGO\7235pjm.doc0 V - AGREEMENT AGREEMENT This Agreement is made and entered into on the 10th Day of June 2002,by and between Greater Omaha Workforce Development(hereinafter referred to as "GOWD") and Swanson Corporation (hereinafter referred to as "Contractor"). RECITALS WHEREAS,the City of Omaha has been designated by the State of Nebraska as Grant Recipient for Workforce Investment Act funds(WIA); and, WHEREAS, the geographic area covered by this grant includes Douglas, Sarpy, and Washington counties; and, WHEREAS, The Swanson Corporation, submitted a proposal to provide approximately 68,730 well balanced nutritious lunches over an eight (8) week period to children of low-income families in the City of Omaha in the amount not to exceed$2.19 per lunch, and, WHEREAS, funding for this project is provided by the Federal Government pursuant to the Workforce Investment Act of 1998 (Public Law 105-220); and, NOW, THEREFORE, in consideration of the mutual covenants and contracts herein contained, GOWD and the Contractor mutually undertake and agree as follows: DUTIES OF THE CONTRACTOR • • The Contractor agrees to do the following along with all other obligations expressed or implied in this Contract: A. The Contractor shall perform the services set forth in the document attached - hereto as Exhibit "A" and by this reference incorporated herein as though fully set forth. Entitled Contractor will take all reasonable means to insure the goals set forth herein are met. B. The Contractor shall submit to GOWD written reports on the progress of the Contractor's Project set forth in the document. Such written reports will be due ten-days following the end of each month. All written reports shall be addressed to Maria Vazquez, Director,GOWD, 2421 North 24 Street,Omaha,NE 68110. C. The Contractor assures that it shall be liable to repay all funds provided by this grant contract which are determined to be a wrongful expenditure of funds due to: (1) willful disregard of the Workforce Investment Act (WIA) and its implementing regulations, (2) willful disregard of state and local laws, rules or regulations, (3) gross negligence,or(4) failure to observe accepted standards of administration. i • D. The Contractor assures that it will retain all records, books of account, and other documents related to the Contract for a period of (3) three years. If prior to the expiration of the three-year retention period, litigation or an audit has begun, the records, books of account, and documents relating to the grant contract will be retained until the • litigation is complete and audit findings are resolved. E. The Contractor assures that it will fully comply with Title VI and VIE of the Civil Rights Act of 1964, Title IX of the Education amendments of 1972, Section 504 of the Rehabilitation Act of 1983, the Age Discrimination Act of 1975, and the "Assurances and Certifications" attached hereto as "Exhibit B", and incorporated herein by this reference. The Contractor further assures that no person associated with this grant shall be excluded from participation in, denied the benefits of, subjected to discrimination under, or denied employment because of race, color, religion, sex, national origin, age, handicap, political affiliation or belief and that all programs under this grant shall be open to all citizens and nations of the United States, lawfully admitted permanent resident aliens, lawfully admitted refugees, parolees and other individuals authorized by the Attorney General to work in the Untied States. F. The,Contractor assures that it shall give the City of Omaha/Greater Omaha Workforce Development(GOWD), State of Nebraska,the Office of Inspector General of the United States,the U.S.Department of Labor or any other duly authorized representatives, access to and the right to examine all documents related to this Contract. Reasonable access to personnel for purposes of interviews and discussions related to such documents shall be permitted. G. The Contractor assures that it will comply with federal, state or local laws governing applicable licensing,taxation and insurance requirements. H. The Contractor assures it will comply with the Hazardous Occupations Orders issued pursuant to the Fair Labor Standards Act and set forth as 29 CRF 570.50 with respect to the employment of youths under 18 years of age and the Child Labor Standards of 29 CFR 570.31. The Contractor shall not discriminate against any employee or applicant for employment because of race,religion,color, sex,national origin,age,handicap or political affiliation. The Contractor shall take affirmative action to insure that applicants are employed and those employees are treated during employment, without regard to their race,religion,color, sex,national origin,age,handicap or political affiliation. As used herein the word "treated" shall mean and include, without limitation, the following: recruited (whether advertising or by other means) compensated; selected for training, including apprenticeship; promoted; upgraded; demoted; downgraded; transferred; laid off; and, terminated. (Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training including apprenticeship.) The Contractor agrees to and shall post in conspicuous places, available to employees and applicants for employment,notices setting forth the provisions of this nondiscrimination clause. 2 5 1 J. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of GOWD, state that all qualified applicants will receive consideration for employment without regard to race,religion, color, sex,national origin, age,handicap or political affiliation. K. The Contractor shall send forth to each labor union or representative of worker with which he has a collective bargaining contract or other contract or understanding notice advising the labor union or worker's representative of the Contractor's commitment under Section 202 of Executive Order 11246 of September 24, 1965, as amended, and shall post copies of the Notice in conspicuous places available to employees and applicants for employment. L. The Contractor shall in accordance with Omaha Municipal Code Section 10-162, Maintaining records and accounts, including property, personnel, and financial records, to assure an account of all contract expenses; make such records and accounts available for audit purposes to the finance director, or any authorized GOWD representative; to retain such records and accounts for a period of five years; submit to GOWD progress reports on a quarterly basis of all activities and functions for which funds of the city are received; submit to the GOWD a contract completion report no later than thirty(30) days after contract completion date describing the outcomes of the program and must include the performance goals as negotiated in the contract for service. M. The Contractor shall comply with the provisions of"Exhibit C" Attached hereto: and shall further be subject to all federal and local legislation prohibiting discrimination including title VI of the Civil Rights Act, the fair employment practices ordinance (sections 13-88 through 13-103) and the provisions of the Home Rule Charter of the City of Omaha, 1956. N. The Federal Government provides funds for this contract. These funds may be used to pay the contractor only for those participants who are qualified and eligible for services according to Federal Law. II. COMPENSATION A. In consideration of timely performance hereunder,the City/GOWD agrees to pay an amount not to exceed the sum of$2.19 per lunch. B. In order to receive payments hereunder, Contractor shall submit to the City an itemized statement and/or voucher reflecting the amounts claimed to be due and owing provided, however, that no amounts shall be paid nor become due and owing until the City/GOWD has received, verified, approved and accepted said voucher or statement. Said statements or vouchers shall be issued on or after the first day of each calendar month and shall include only amounts claimed for performance rendered during the immediately preceding month. C. In no event shall the City/GOWD become obligated to make any payments nor shall any claims or rights accrue hereunder, at any time, for performance that has not already been rendered in timely compliance with the terms and conditions of this contract. No claims or rights shall accrue nor shall any amount become due and owing hereunder unless and until Contractor shall have first performed and thereafter submitted its statement and/or voucher. 3 ` D. It is understood and agreed that this contract is subject to and conditioned upon the availability and receipt by GOWD/WIA funds. E. It is understood and agreed that any and all payments to be made under this Agreement are to paid solely and exclusively from funds received under WIA grants and not from any funds of the City of Omaha. Consequently, this Agreement is made subject to, and conditional upon, actual receipt of said federal funding. In the event that such funding is suspended, reduced or terminated, in whole or in part, then this Agreement shall automatically terminate. F. It is understood and agreed on the Restrictions on Use of Funds. No funds hereunder shall be used for any partisan political activity or to further the election or defeat of any candidate for public office; nor shall they be used to provide services or the employment or assignment of personnel in a manner supporting or resulting in the identification of programs/project conducted or operated pursuant to this Agreement with: 1. Any partisan or non-partisan political activity or any other political activity associated with a candidate, or contending faction or group in public election or party office; 2. Any activity to provide voters or prospective voters with transportation to the polls or similar assistance in connection with any such election; 3. Any voter registration activity. M. TERM This Contract shall become effective on the date executed by all of the parties hereto; and, shall terminate not later than August 9, 2002. Either party may immediately terminate this Contract upon mailing written notice thereof to the other party; provided that in the event of such early termination, the Contractor shall immediately return to GOWD all unexpended funds advanced to the Contractor under this Contract. IV. INDEMNITY • The Contractor covenants and agrees to indemnify and hold harmless the City of Omaha, its officers, agents and employees, its successors and assigns, individually or collectively, from and against all liability for any fines, claims, suits, demands, actions or causes of action of any kind and nature for personal injury or death, or property damage in any way arising out of or resulting from the acts of the Contractor's own employees or agents, and the Contractor further agrees to pay all expenses in defending against any claims made against the City of Omaha based on the acts of the Contractor's employees or agents. The Contractor and City of Omaha shall give prompt and timely written notice of any claim made or suit instituted which, in any way, directly or indirectly,contingently or otherwise, affects or might affect the other parties. V. CONFLICT OF INTEREST The Contractor assures that no individual under its employment will exercise any function or responsibility in connection with GOWD and WIA funded projects or programs if they have a personal financial interest, direct or indirect, in this Contract nor will the Contractor hire any person having such conflicting interests. The Contractor further assures that no council or board 4 • member will be allowed to vote on any Workforce Investment Act (WIA) projects or programs under this Contract where the member has personal financial interest direct or indirect. VI. CAPTIONS Captions used in the Contract are for convenience and are not used in the construction of this Contract. VII. APPLICABLE LAW Parties to this Contract shall conform with all existing and applicable City ordinances, resolutions, state laws, federal laws, and all existing and applicable rules and regulations. Nebraska law will govern the terms and the performance under this Contract. VIII. MERGER This Contract shall not be merged into any other oral or written contract, lease, or deed of any other type. This is the complete and full Contract of the parties. IX. MODIFICATION This Contract contains the entire Contract of the parties. No representations were made or relied upon by either party other than those that are expressly set forth herein. No agent, employee or other representative of either party is empowered to alter any of the terms hereof unless done in writing and signed by an authorized officer of the respective parties. X. ASSIGNMENT Neither party may assign its rights under this contract without the express prior written consent of the other party. XI. BONDING(OJT Contractors excluded) Every officer, director, agent or employee of the Contractor or subrecipient of funds who is authorized to act on behalf of a Contractor or subrecipient for the purpose of receiving or depositing funds into the program accounts or issuing financial documents, checks or other instruments of payment for program costs, shall be bonded to provide protection against loss in • an amount equal to twice the dollar amount of the highest monthly advance or reimbursement received, or projected to be received, during the current fiscal year. Prior to the starting date of the subcontract, the Contractor shall submit a certificate of insurance evidencing the above coverage. The certificate of insurance must contain a thirty (30) day Notice of Cancellation or • Reduction in the coverage clause. XII. INSURANCE Notwithstanding any other provisions to the contrary, this Agreement shall not become effective until the following insurance requirements have been met. Consequently, the Contractor shall not commence any work or otherwise perform services hereunder until said requirements have been satisfied. The Contractor shall provide, at the time of execution, a certificate of insurance evidencing compliance with this provision. Said certificate shall be in a form acceptable to the City Law Department, shall include the City as an additional named insured, and must contain a "thirty 5 • (30) day Notice of Cancellation or Reduction of coverage clause." All certificates of insurance and the carriers issuing same are subject to approval by the City; however, any such approval shall not relieve nor decrease the liability of the Contractor under this Agreement. The Insurance procured for City projects where the scope of work will be less than $200,000.00, the following levels of insurance coverage will be required: 1. Adequate Workmen's Compensation in accordance with statutory limits. 2. Public Liability in an amount not less than $250,000 for injuries including accidental death to any person and subject to the same limit to each person in an amount of not less than$500,000 where more than one person is involved in any one accident; and 3. Property Damage Insurance in an amount not less than$500,000; and naming the City of Omaha an additional insured 4. Auto statutory limits. • The Insurance procured for City projects where the scope of work will exceed $200,000.00, the following levels of insurance coverage will be required: 1. Adequate Workmen's Compensation in accordance with statutory limits. 2. Public Liability in an amount not less than $1,000,000 for injuries including accidental death to any person and subject to the same limit to each person in an amount of not less than$5,000,000 where more than one person is involved in any one accident; and 3. Property Damage Insurance in an amount not less than $500,000; and naming the City of Omaha an additional insured. 4. Auto statutory limits. XIII. PROPERTY(cost reimbursable contracts only) All purchases for consumable supplies or materials, capital equipment and/or services made pursuant to this shall be made by purchase orders or by written contract. All equipment, supplies, materials and other personal property purchased or procured in whole or in part with WIA funds shall remain the sole and exclusive property of the City. All recoverable expendable and nonexpendable property will be returned to the City upon the completion of each contract or upon request. XIV. NOTICES Any and all notices, approvals or other required communications shall be sent by certified or registered mail, United States mail, postage prepaid, and shall be deemed effective upon dispatch. XV. STRICT COMPLIANCE All provisions of this contract and each and every document that shall be attached shall be strictly complied with as written and no substitutions or changes shall be made except upon written direction from authorized representatives. XVI. DEBARMENT AND SUSPENSION CERTIFICATION/LOBBYING CERTIFICATION According to Executive Order 12549, all recipients of$25,000 or more of Federal funds must certify that its principles are not presently debarred, suspended, proposed for debarment, 6 declared ineligible or voluntarily excluded from participation in transactions by any Federal department or agency(see attachment). Public Law 101-121, Section 319,prohibits recipients of Federal contracts, grants and loans in excess of $100,000 from using appropriated funds for lobbying the executive or legislative branches of the Federal government in connection with a specific contract, grant or loan and a certification must be filed with and remain with the awarding organization. XVII. OTHER CONTRACT REQUIREMENTS • 1. The Contractor shall attend scheduled orientations as designated by Greater Omaha Workforce Development prior to contract start date. 2. Contractors must assure any/all WIA activities and/or documents are maintained in the WIA participants' individual file. 3. Contractors must maintain a file on each participant FOR THREE (3) YEARS, including,but not limited to,the following: -Individual Service Strategy—I.S.S. -Pre/post test scores -Measure of achievements-documented -Contact sheet -Time and attendance records 4. Final reports must be submitted no later than thirty (30) days after contract completion date describing the outcome of the program and must include the performance goals as negotiated in the contract for service. FINAL CONTRACT PAYMENT WILL BE WITHHELD PENDING RECEIPT OF THE FINAL REPORT. XVIII. GRIEVANCE AND COMPLAINT A Grievance and Complaint Procedures form is available at the GOWD office. A grievance/complaint is hearby defined as any claim of an applicant, participant, youth, limited- English speaking individual, contractor, sub-contractor, employee, one-stop partner, service provider and other interested parties as defined by the Workforce Investment Act,which pertains to the interpretation or application of the expressed provisions of that Act or any rules, regulations, or plans promulgated thereunder. XIX. AUTHORIZED REPRESENTATIVES In further consideration of the mutual covenants herein contained, the parties hereto expressly agree that for the purposes of the notice, including legal service of process, during the term of this contract and for the period of any applicable statute of limitations thereafter, the following named individuals shall be the authorized representatives of the parties: (a) Maria Vazquez,Director (b) Steve Culhane,Vice President City of Omaha/GOWD Swanson Corporation 2421-23 North 24th Street 3200 South 60th Street Omaha,NE 68110 Omaha,NE 68106 (402)444-4700 (402)553-4000 7 In Witness whereof,the parties have executed this agreement as of the date first written above: DATED this //7 day of , 200 a . CITY OF OMAHA/GRE MAHA WORKFORCE ELOPMENT By -2� 62 M na Vazquez, Directo ate GREATER OMAHA TRI-COUNTY WORKFORCE INVESTMENT BOARD By (per y3 ()- Michael Abramson, Chair Date SWANSON CORPORATION ByYttr-P Steve Culhane, Vice President Date ,ATTEST: } CITY OF OMAHA \4 &. 7://a2-. '--:Buster Brown, City Clerk Date Mike Fahey, Mayo Date i i{= APP ED AS TO FORM: As istant City Attorney Date contract/agreement 8 EQUAL EMPLOYMENT OPPORTUNITY CLAUSE During the performance of this Agreement,the Contractor agrees as follows: 1. The Contractor shall not discriminate against any employee/applicant for employment because of race,religion,color, sex or national origin. The Contractor shall take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race,religion,color, sex or national origin. As used herein,the word, "treated" shall mean and include,without limitation,the following: Recruited,whether advertising or by other means; compensated; selected for training,including apprenticeship;promoted;upgraded; demoted; downgraded; transferred; laid off; and,terminated. The Contractor agrees to and shall post in conspicuous places available to employees and applicants for employment,notices to be provided by the contracting officers setting forth the provisions of this non-discrimination clause. 2. The Contractor shall,in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race,religion,color, sex or national origin. 3. The Contractor shall send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding a notice advising the labor union or worker's representative of its commitments under the equal employment opportunity clause of the City and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 4. The Contractor shall furnish to the contract compliance officer all federal forms containing the information and reports required by the federal government for federal contracts under federal rules and regulations, and including the information required by Sections 10-192 to 10-194, inclusive,and shall permit reasonable access to his/her records. Records accessible to the contract compliance officer shall be only after reasonable notice is given the Contractor. The purpose for this provision is to provide for investigation to ascertain compliance with the program provided for herein. 5. The Contractor shall take such actions with respect to any subcontractor as the City may direct as a means of enforcing the provisions of paragraphs 1 through 7 herein,including penalties and sanctions for noncompliance; however,in the event it becomes involved in or is threatened with litigation as the result of such direction by the City,the City will enter into such litigation as is necessary to protect the interests of the City and to effectuate the provisions of this division. The Contractor or the City may request the United States to enter into such litigation to protect the interests of the United States. 6. The Contractor shall file and shall cause his/her subcontractors, if any,to file compliance reports with it in the same form and to the same extent as required by the federal government for federal contracts under federal rules and regulations. Such compliance reports filed at such times as directed shall contain information as to the employment,practices,policies,programs and statistics of the Contractor and his/her subcontractors. T 1 7. The Contractor shall include the provisions of paragraphs (A)through(G)of this section, "Equal Employment Opportunity Clause," and Section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. Refusal by the Contractor or Subcontractor,if any,to comply with any of the above and foregoing provisions will subject the offending party to any or all of the following penalties: 1. Withholding of all future payments under the involved contracts to the Contractor in violation until it is determined that the Contractor or Subcontractor is in compliance with the provisions of the contract; 2. Refusal of all future bids for any contracts with the City or any of its departments or divisions until such time as the Contractor or Subcontractor demonstrates that he/she has established and shall carry out the policies of the program as herein outlined. � T • CERTIFICATION REGARDING DEBARMENT, SUSPENSION,INELIGIBILTY AND VOLUNTARY EXCLUSION LOWER TIER COVERED TRANSACTIONS Sub-Grantee/ContractorOrganization: Swanson Corporation This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension,29 CFR,Part 98, Section 98.510,Participants' Responsibilities. The regulations were published as Part VI of the May 26, 1988,Federal Register,Pages 19160- 19211. BEFORE COMPLETING CERTIFICATION,READ ATTACHED INSTRUCTIONS, WHICH ARE AN INTEGRAL PART OF TILE CERTIFICATION. 1) The prospective recipient of Federal assistance funds certifies,by submission of this proposal,that neither it nor its principals are presently debarred, suspended,proposed for debarment, declared ineligible,or voluntarily excluded from participation in this transaction by any Federal department or agency. 2) Where the prospective recipient of Federal assistance funds is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. • Steve Culhane, Vice President Name and Title of Authorized Representative 3'PL. CAL Signature Date k ' • ti CERTIFICATION REGARDING LOBBYING 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 non-Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency,a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract,grant,loan, or cooperative agreement, the undersigned shall complete and submit Standard Form—LL,"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 sub-awards at all tiers(including subcontracts, sub-grants, and contracts under this grant,loans, and cooperative agreements)and that subrecipents shall certify and disclose the same accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered. Submission of this certification is a prerequisite for making or entering into this transaction subject to a civil penalty of not less than$10,000 and not more than $100,00 for each such failure. CA-PLP-ct-- Proposer's Signature Date Steve Culhane,Vice President Printed Name/Title of Official f 7 CITY OF OMAHA/GREATER OMAHA TRI-COUNTY ALLIANCE ASSURANCES AND CERTIFICATIONS General Assurances 1. The contractor assures and certifies that: a. It will comply with the requirements of the Workforce Investment Act of 1998, and Public Law 105-220 as amended and 29 CFR Part 37. b. It will comply with OMB Circular A-133, and 29 CFR Part 97. Maintenance of records,books, accounts and other documents required by the Agreement must be retained for three years by the employer. c. It will comply Section 504 of the Rehabilitation Act of 1973, as amended, which prohibits discrimination against qualified individuals with disabilities. d. It will comply The Age Discrimination Act of 1975, as amended, which prohibits discrimination on the basis of age. e. It will comply Title IX of the Education Amendments of 1972, as amended, which prohibits discrimination on the basis•of sex in educational programs. f. The grant applicant also assures that it will comply with 29 CFR Part 37 and all other regulations implementing the laws listed above. This assurance applies to the grant applicant's operation of the WIA Title I-financially assisted program or activity, and to all agreements the grant applicant makes to carry out the WI Title I-financially assisted program or activity. The grant applicant understands that the United States has the right to seek judicial enforcement of this assurance. 2. a. It possesses legal authority to apply for the grant; that a resolution, motion, or similar action, has been duly adopted or passes as an official act of the contractor's governing body, authorizing the filing of the application, including all understandings and assurances contained therein, and directing and authorizing the person identified as the official representative of the contractor to act in connection with the application and to provide such additional information as may be required. b. It will comply with Title VI and VII of the Civil Rights Act of 1964, and in accordance with Title VI and VII of that Act, no person in the United States shall on the grounds of race, color, sex or national origin be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity for which the contractor received Federal financial assistance and will take immediate measures necessary to effectuate this Agreement. 3. That it will administer its programs under the Workforce Investment Act in full compliance with safeguards against fraud and abuse as set forth therein and in the WIA regulations; that no portion of its program will in any way discriminate against, deny benefits to, deny employment to or exclude from participation any persons on the grounds of race, color, national origin,religion, age, sex,handicap or political affiliation. 4. In administering programs under WIA, that: a. It will comply with the provisions of the Uniform Relocation Assistance and Real Property Acquisition Act of 1970 (P.L. 91-646), which requires fair and equitable treatment of persons displaced as a result of Federal and federally assisted programs. b. It will comply with the provisions of the Hatch Act, which limit the political activity of certain State and local government employees. c. It will comply with the Greater Omaha Tri-County Workforce Alliance Five-Year Plan. d. It will comply with the Hazardous Occupations Orders issued pursuant to the Fair Labor Standards Act and set forth as 29 CFR 570.50 et. seq. with respect to the employment of youth under 18 years of age and the Child Labor Standards of 29 CFR 570.31 et. seq. e. For grants, subgrants, contracts and subcontracts in excess of $1,000,000, or where the grant officer has determined that orders under an indefinite quantity contract or subcontract in any year will exceed $1,000,000, or if a facility to be used has been the subject of a conviction under the Clear Air Act (42 U.S.C. 1957c-8(c)(1) or the Federal Water Pollution Control Act (33 U.S.C. 1319(c) and is listed by the grantee assures that: (1) no facility to be utilized in the performance of the proposed grant has been listed on the EPA list of Violating Facilities; (2) it will notify the Governor's Office, prior to award, of the receipt of any communication from the Director, Office of Federal Actvities, U.S. Environmental Protection Agency, indicating that a Facility to be utilized for the grant is under consideration to be listed on the EPA list of Violating Facilities; and (3) it will include substantially this assurance, including this third part, in every non-exempt subgrant, contract or subcontract. f. It will comply with 20 CFR Part 629.44 issued pursuant to Sections 164 (b), (d), (e), (f), (g) and (h) of the Act, relative to the sanctions and the debt collection process for violations of the Act. 5. Funds provided by WIA will not be used to duplicate facilities or services available in the area (with or without reimbursement from Federal, State or local sources unless the plan establishes that alternative services or facilities would be more effective or more likely to achieve performance goals. • CITY OF OMAHA F.B. • REQUEST FOR BID AND BID SHEET • ON: SUMMER FOOD SERVICE PROGRAM FROM: Frank Barbour Published May 22,2002 Acting City Purchasing Agent NOT AN ORDER Page 1 ' 1003 Omaha-Douglas Civic Center 1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT Omaha,Nebraska 68183-0011 OF 5% IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE. Bid Closing Date S 11:00 A.M. June8,2002 • • IMPORTANT 4. If Federal Excise Tax applies,show amount of same and deduct. Exemption certificates will be furnished. Do not include tax in bid. 1. Bid must be in the office of the CITY CLERK,LC-1,OMAHA-DOUGLAS CIVIC CENTER, 1819 Famam Street,Omaha,NE 68183-0011 by the dosing date and time indicated. in a sealed envelop marked BID ON: 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. SUMMER FOOD SERVICE PROGRAM 6. When submitting bid on items listed,bidder may on a separate sheet make 2. As evidence of good faith a bid bond or certified check must be submitted with bid. suggestions covering reduction in costs wherever this is possible through FAILURE TO DO SO IS CAUSE FOR REJECTION. redesign,change of material or utilization of standard items or quantity change. 3. Right is reserved to accept or reject any or all bids in their entirety and the bidders shall 7. If you do not desire to bid,return sheets with reasons for declining. Failure to do so have the right to appeal any decision to the City Council. Right is also reserved to will indicate your desire to be removed from our mailing list. If you desire a copy of accept or reject any part of your bid unless otherwise indicated by you. tabulation,check Psi. PLEASE DO NOT CALL FOR THIS INFORMATION. Quote your lowest price,best delivery and terms,F.O.B.delivery point on the item(s)listed below: QUANTITY I DESCRIPTION I UNIT PRICE I EXTENSION It is the intent of the Request for Bid that the City enter into a Price Agreement during the period of June 10, 2002 to August 9, 2002 for cold lunches to be served weekdays, excluding July 4, 2002, at the times indicated in the specifications (the number of locations and number of lunches may vary), all in accordance with the Request for Bid and Bid sheet specifications. MEAL TYPE Est. Range of Est. No. of Unit Price Estimated LUNCH Servinqs/Dav Days/Range Per Lunch Total 3001 -over 0 $ $ 2001 -3000 0 $ $ 1001 -2000 39 $ Noy $ 150, 5i`f - 501 - 1000 / 0 $ $ Under 501 0 $ $ Estimated Total Cost $ (Bid security of 5% is to be based on this figure-see page 3 of Specifications.) BIDDERS ARE REQUIRED TO SUBMIT THE FOLLOWING DATA WITH EACH BID (Protected Class is defined as Black,Hispanic,Asian and Pacific Islander,American Indian or Alaskan Native,Female.) Total Employees Protected Class Males Protected Class Females American American Total Total Asian or Indian or Asian or Indian or Work Protected Pacific Alaskan Pacific Alaskan Date Force • Class Black Hispanic Islander Native Black Hispanic Islander Native White.QQ IVO;t1. it tp ZO at. 10 C 30 1a oP, aft * Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-5400 or as shown on bid. All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Relations Department Any questions regarding the Contract Compliance Ordinance should be directed to the Human Relations Department at(402)444-5055. (PLEASE PRINT LEGIBLY OR TYPE) • Payment Terms % Firm SlkitVISOf) �0C k)(1 4 `iyn Incorporated in Delivery(or completion) rite cJfe,�C� U L.jTH tl of `r9� .{,'p) calendar days following award 6:' J . Phone(1G�S 0 Fax (KC.1)55�^WS �0 S ` a � �-- rn Address 3 � � .6 O'U &� i — — - - - - —_ - -- • _ Street/P,O. Box- -- -- -- City_ ) ( State —.—_-._ Zip -- ----- - Email Address `r .•.. "J Ct1c'C"3. OlYN 1 ` l,+li 1 r Vr kJIviHni REQUEST FOR BIDS ON: SUMMER FOOD SERVICE PROGRAM NOT AN ORDER Page 2 QUANTITY DESCRIPTION UNIT PRICE EXTENSION Award will be made on the projected total of all meals. Prompt payment discount for payment within 20 days. For more information, contact Lupe Rodriquez at(402)444-4706 or Pat Gaines at(402)546-1222 (no collect calls). • The"Sponsor"is City of Omaha Combination of Governments-Job Training of Greater Omaha. This"Request"is made subject to funding approval. NOTE: REQUIREMENT FOR BID BOND • The surety company issuing said bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. The contractor shall provide a performance bond in the amount of 25%of the contract price. • SIGN ALL COPIES Firm Wan-San ( OctttY\ wicez,„Q__ tare PH-8C (91) CONTINUATION SHEET 1 , • el I Y Ut- OMAHA REQUEST FOR BIDS ON: SUMMER FOOD SERVICE PROGRAM NOT AN ORDER Page 3 QUANTITY DESCRIPTION UNIT PRICE EXTENSION INSURANCE. • For City projects where the scope of work will be less than $200,000.00,the following levels of insurance will be required: The successful contractor shall provide a certificate of insurance indicating (1)adequate workers'compensation;(2)public liability in an amount not less than$250,000 for injuries including accidental death to any person and subject to the same limit to each person in an amount of not less than$500,000 where more than one person is involved in any one accident;and(3)property damage insurance in an amount not less than$500,000;and naming the City of Omaha an additional insured. For City projects where the scope of work will exceed$200,000.00,the following levels of insurance will be required: The successful contractor shall provide a certificate of insurance indicating (1)adequate workers'compensation;(2)public liability in an amount not less than$1,000,000 for injuries including accidental death to any person and subject to the same limit to each person in an amount of not less than $5,000,000 where more than one person is involved in any one accident;and (3)property damage insurance in an amount not less than$500,000;and naming the City of Omaha an additional insured. SIGN ALL COPIES Firm i fl� on t©t khr,4'l er\ S-Fe ueCO) v,('. CONTINUATION SHEET PH-8C (91) OMB FORM APPROVED NO. 0584-0280 SUMMER FOOD SERVICE PROGRAM INVITATION FOR BID AND CONTRACT SECTION A This document contains an invitation to•food service Public reporting burden for this collection of information is management companies to bid for the furnishing of unitized estimated to average 39 hours per response, including the time meals to be served to children participating in the Summer for reviewing instructions. searching existing data sources. Food Service ,Program (SFSP) authorized by Section 13 of the gathering and maintaining the data needed, and completing and National School Lunch Act, and operated under Part 225 of the reviewing the collection of information. Send comments regarding U.S. Department of Agriculture (USDA) regulations. This this burden estinate or any other aspect of this collection of document sets forth the terms and conditions applicable to the information, including suggestions for reducing this burden, to proposed procurement. Upon acceptance it shall constitute the Department of Agriculture. Clearance Officer. OIRM. Room contract between the bidder and the Sponsor named below. 404-W, Washington. D.C. 20250: and to the Office of Information and Regulatory Affairs. Office of Management and Budget. Washington. D.C. 20503. • SPONSOR BID OPENING SPONSOR AGREEMENT NUMBER BID ISSUE DATE ' BID NUMBER 28-3002 . NAME City of Omaha DATE C;rpater tarn ha Workforcp fPvPlnpmPnt ADDRESS (Include City. State. Zip Code) TIME 2421 N. 24th Street Omaha, NE 68110 LOCATION • LC LEVEL • 1819 Farnam Street Omaha, NE 68183 . TELEPHONE NUMBER CONTACT PERSON SPONSOR TO ENTER ESTIMATED NUMBER OF MEALS. FIXED UNIT PRICE BIOS TO BE INSERTED BY THE BODER. 402-444-4700 Maria Vazquez . CONTRACT DATES Fixed unit Sponsors Price Bid Estimated TOTALS COMMENCEMENT Per Meal # of Meals June 10 2002 BREAKFAST S X $ EXPIRATION • • August 09, 2002 SNACK $ q X S X 68,728 S 150,�jjy, a.19 BID BONO PERCENTAGE REQUIRED (Sponsor shall insert LUNCH/SUPPER $ appropriate percentage from 57. to 107.) . ESTIMATED TOTAL $ f50,5i4 t^ PROMPT PAYMENT DISCOUNT (To be inserted by the bidder) for payment within days PERFORMANCE BONO PERCENTAGE REQUIRED (State agency shall insert appropriate percentage from 107. to 257.) • BIDDER NAME 51GNAT(JRE f(In Ink) :-,.(...4,1:)__.) lV�94 p' ��� Pa d t n �' 14 STREET ADDRESS (Include City. State. Zip Code) NAME 1(Print or Type) 3�t S - U0'6\.k"r --S 6'Fe va C ULH liA,(6 0p,)\a, ' .E ( % 100 Tr�E ,P- • TELEPHONE NUMBER • '�T3 TE t! • (ikea� 5.. 9000 5— q— a )- • ACCEPTANCE . CONTRACT NUMBER SPONSOR NAME • SPONSOR SIGNATURE TITLE DATE FORM FNS-688 (2-94) Previous editions obsolete. Page 1 • i ry CERTIFICATE OF INDEPENDENT PRICE DETERMINATION SECTION B (A) By submission of this offer, the offeror (B) Each person signing this offer certifies that: certifies and In the case of a Joint offer, each party thereto certifies as to its own (1) He or she Is the person in the offeror's organization, that in connection with this organization responsible within that procurement: organization for the decision as to the prices being offered herein and (1) The prices in this offer have been arrived that he or she has not at independently, without consultation, participated, and will not participate, in communication or agreement, for the any action contrary to (A) (1) purpose of restricting competition, through (A) (3) above; or as to any matter relating to such prices with any other offeror or (2) He or she is not the person in the with any competitor; offeror's organization responsible within that organization for the decision as (2) Unless otherwise required by law, the to the prices being offered herein, but that prices which have been quoted in this he or she has been authorized in writing to offer have not been knowingly disclosed act as agent for the persons responsible by the offeror and will not knowingly be for such decision In certifying that such disclosed by the offeror prior to persons have not participated and will opening in the case of an advertised not participate, in any action contrary procurement, or prior to award in the to (A) (1) through (A) (3) above, and as case of a negotiated procurement, their agent does hereby so certify; directly or indirectly to any other offeror and he or she has not participated, or to any competitor; and will not participate, In any action contrary to (a) (1) through (a) (3) above. (3) No attempt has been made or will be made by the offeror to induce any person or firm to submit or not to submit, an offer for the purpose of restricting competition. • iGNA 'uRE OF YEN00.3 HD Qir • '. *ATV-, 'REPRESENTATIVE'''.``- p In accepting this offer, the sponsor certifies that the sponsor's officers, employees or agents have not taken any action which may have jeopardized the independence of the offer referred to above. SIGNATURE OF AUTHORIZED SPONSOR REPRESENTATIVE (Accepting a bidder's offer does not constitute acceptance of the contract) NOTE: Sponsor and Bidder shall execute this Certificate, of Independent Price Determination. Page 2 t • INSTRUCTIONS TO BIDDERS SECTION C 1. Definitions contract, and one copy of the contract will be forwarded to the successful bidder with the • As used herein: notice of award. The copy marked "original" will ' be governing should there be a variance between -(a) Bid — the bidder's offer. that copy of the bid and the other two copies submitted by the bidder. No changes in the (b) Bidder — a food service management specifications or general conditions are allowed. company submitting a bid in response to Erasures on all copies must be initialed by the this invitation for bid. bidder prior to submission. Failure to do so may • result in rejection of the bid. (c) Contractor — a successful bidder who is awarded a contract by a Sponsor . (c) Blds over $100,000 shall include a bid under the SFSP. bond In the amount of Five (51 % of bid price..(Sponsor shall insert appropriate (d) Food Service Management Company — any percentage from 5%.to 10%. Sponsor should also commercial enterprise or nonprofit organization insert this percentage on the IFB/Contract Face with which a sponsor may contract for preparing Sheet. Only those bonding and surety companies unitized meals, with or without milk, for use in the contained in the current Treasury Circular 570 Program, or for managing a sponsor's food may be used to obtain the required bonding. The service operations in accordance with the SFSP Treasury Circular is published annually, for the regulations. Food service management companies information of Federal bond—approving officers may be: (a) Public agencies or entities; (b) private, and persons required to give bonds to the United non—profit organizations; or (c) private, for profit States. All certificates of Authority expire June companies. • 30, and are renewable July 1, annually. (e) invitation for Bid (IFS) — the document Bid bonds will be returned (a) to unsuccessful where the procurement is advertised. In the case bidders as soon as practicable after the opening of this Program, the IFB becomes the contract of bids and (b) to the successful bidder upon once both parties agree in writing to all terms and execution of such further Contractual documents conditions of the IFS. and bonds as may be required by the bid as accepted. The bid must be securely sealed in a (f) Sponsor — the Service Institution which suitable envelope, addressed to the office issuing issues this iFB. the iFB and marked on the outside with the name of the bidder, bid number and date and time of (g) Unitized Meal — an individual preportioned opening. meal consisting of a combination of foods meeting the SFSP pattern requirements, delivered (d) A copy of a current State or local health as a unit with or without milk or juice. The State certificate for the food preparation facilities shall agency may approve exceptions to the unitized be submitted with the bid. meal such as separate hot and cold packs. Failure to comply with any of the above shall be Other terms shall have the meanings ascribed to reason for rejection of the bid. them in the SFSP regulations (7 CFR Part 225). . 3. Explanation to. Bidders 2. Submission of Bids Any explanation desired by a bidder regarding the (a) Bidders are expected to examine carefully meaning or Interpretation of the IFB specifications, the specifications, schedules, attachments, terms etc., must be requested in writing prior to bid and conditions of this IFB. Failure to do so will be opening and with sufficient time allowed for a at the bidder's risk. reply to reach all bidders before bid opening. Oral explanations or instructions given before the (b) Bids must be executed and submitted In award of the contract will not be binding. Any triplicate . If accepted, this IFB will become the Information given to a prospective bidder Page 3 I • • concerning 'an IFB will be furnished to all (d) Sponsor reserves the right to accept any prospective bidders as an amendment of the IFB, bid within 30 days from the date of bid opening. • If such information is necessary to bidders in submitting bids on the IFB, or if the lack of such 9. Bidder Registration information would be prejudicial to uninformed bidders. Bidders must be registered by the State in which • the service Is to be performed. Bids from bidders 4. Acknowledgement of Amendments to IFBs who are not registered as provided for in Section 225.6(g) of the regulations governing the SFSP The sponsor must acknowledge receipt of an will not be considered for award. The vendor shall amendment to an IFB by a bidder by signing and attach a copy of the State's registration returning the amendment. Such acknowledgement determination. _ must be received prior to the hour and date specified for bid opening. 10. Late Bids, Modification of Bids or Withdrawal of Bids 5.•Bidders Having Interest in More Than One Bid (a) Any bid received after the exact time If more than one bid is submitted by any one specified for receipt of bids will not be person, by or In the name of a clerk, partner, or considered unless it is received before award is other person, all such bids shall be rejected. made, and it was sent by registered or certified mail not later than the fifth calendar day prior to 6. Time for Receiving Bids the specified date (e.g., a bid submitted in response to an IFB requiring receipt of bids by Sealed bids shall be deposited at the Sponsor's the 20th of the month must have been mailed by address no later than the exact time and date the 15th or earlier). indicated on the face of this IFB. Bids received prior to the time of opening will be securely kept, (b) Any modification or withdrawal of bid is unopened. subject to the same conditions as in (a) above, except that withdrawal of bids by telegram is 7. Errors In Bids authorized. A bid may also be withdrawn in person by a bidder or an authorized representative, Bidders or their authorized representatives are provided identity Is made known and he or she expected to fully inform themselves as to the signs a receipt for the bid, but only if the conditions, requirements and specifications before withdrawal is made prior to the a exact time set . submitting bids; failure to do so will be at the for receipt of bids. bidder's own risk and relief cannot be secured on the plea of error. (c) The only acceptable evidence to establish the date of mailing of a late bid, modifications or 8. Award of Contract withdrawal sent either by registered or certified mail is the U.S. Postal Service postmark on the (a) The contract will be awarded to that wrapper or on the original receipt from the U.S. responsible bidder whose bid is lowest and Postal Service. If neither postmark shows a legible conforms to the specifications of the IFB. date, the bid, modification or withdrawal shall be deemed to have been mailed late. (The term (b) The Sponsor reserves the right to reject "postmark' means a printed, stamped, or otherwise any or all bids and to waive informalities and placed impression that is readily identifiable minor irregularities in bids received. without further action as having been supplied and affixed on the date of mailing by employees of (c) The Sponsor reserves the right to reject the U.S. Postal Service). the bid of a bidder who previously failed to perform properly, or complete on time, contracts (d) Notwithstanding the above, a late of a similar nature, or the bid of a bidder who modification of an otherwise successful bid which Investigation shows Is not in a position to makes its terms more favorable to the Sponsor perform the contract. will be considered at any time it is received and may be accepted. Page 4 . SCOPE OF SERVICES • SECTION D • A. USDA regulations 7 CFR Part 225, entitled Summer Food Service Program is hereby incorporated by reference. • B. Contractor agrees to deliver unitized meals " inclusive of milk or juice to locations set out In Schedule A, attached hereto and made a part hereof, subject to the terms and conditions of this solicitation. C. All meals furnished must meet or exceed USDA requirements set out In Schedule C, attached hereto and made a part hereof. Food Service Management Companies may prepare unitized meals, with or without milk, for use in Summer Food Service Program. D. Contractor shall furnish meals as ordered by the Sponsor during the period of "" June 10,2002 to " Aug. 09, 2002 Meals are to be served "" 5 days a week, as specified in Schedule A. • • • • • Insert " Inclusive" or "exclusive" as applicable. " Sponsor shall insert contract commencement date and expiration date. '"•* Sponsor shall insert appropriate number of serving days. • Page 5 • UNIT PRICE SCHEDULE AND INSTRUCTIONS SECTION E • 1. Bidders are asked to submit prices In period is to be weekly, bi—weekly or monthly.) accordance with Schedule(s) D for meals Sponsor does not guarantee orders for quantities with/without milk" meeting the contract shown. The maximum number of meals will be specifications set forth In Schedule C and to be determined based on the approved level of meal delivered to all of the sites stated In Schedule A. service designated by the administering office for Please note that bidders must complete a each site serving meals provided by the Schedule D for each meal type-(breakfast, lunch, contractor. However, If average meals delivered supplement,, etc.) covered by the IFB. per day by type over the contract period fall below 90% of the applicable average daily "Sponsor should indicate whether or not milk estimate, adjustments will be made to the per unit should be included In the meals/supplements. price in accordance with schedule D. 2. Evaluation of bids will be performed as 5. Evaluation of Bidders:. Each bidder will be follows: evaluated on the following factors: Determine the grand total bid for each bidder a. Evidence that bidder Is registered by the by totalling the bids for each meal type from State where the service is to be performed and Schedule(s) D. Bidders calculations will be checked Is registered to deliver at least the number of prior to totalling. meals estimated to be required under the contract. 3. Pricing shall be on the menus described in b. Financial capability to perform a contract of Schedule B. All bidders must submit bids on the the scope required. same menu cycle provided by the Sponsor. Deviation from this menu cycle shall be permitted c. Adequancy of plant facilities for food only upon authorization of the Sponsor. Bid price preparation, with approved license certification must Include the price of food components that facilities meet all applicable State and local (including milk and/or Juice, If part of unitized health, safety and sanitation standards. meal), packaging, transportation and all other related costs (e.g.condiments, utensils, etc.). d. Previous experience of the bidder in performing services similar in nature and scope. The unit prices of each meal type which the bidder agrees to furnish must be written in ink or e. Other factors such as transportation typed in the blank space provided and must capability, sanitation, and packaging. Include proper packaging as required in the specifications and delivery cost to the designated . Bidders that do not satisfactorily meet the sites. Unit prices shall include taxes, but any above criteria may be rejected as nonresponsive charges or taxes which are required to be paid and not be considered for award. under future laws must be paid by the bidder at no additional charge to the Sponsor. 6. Meal Orders Sponsors will order meals on ". SPP hPlow of the week preceding the 4. Average Daily Number of Meals are estimated: week of delivery; orders will be placed for the They are the best known estimates for total number of operating days in the succeeding requirements during the operating period. The week, and will Include breakdown totals for each Sponsor reserves the right to order more or less site and each type of meal. meals than estimated at the beginning of the operating period. Contractor will be paid at the The Sponsor reserves the right to increase or 100% unit cost rate during the payment period decrease the number of meals ordered on a specified. (The Sponsor should indicate In Section "M 48 hour notice, or less if F, #4, "Method of Payment," whether the payment mutually agreed upon between the parties to this (1 ) Will be determined upon acceptance of bid • ** Insert mutually agreed day. *** Sponsor shall Insert appropriate number. Page 6 r1 n 1. .contract. 2. Cold Meal Unit (or Unnecessary to Heat) -- Container and overlay to be plastic or paper and 7. Meal—Cycle Change Procedure . Meals will be non—toxic. delivered on a daily basis In accordance with the menu cycle which appears in Schedule B. Menu 3. Cartons -- Each carton to be labeled. Label changes may be made only when agreed upon by to include: both parties. When an emergency situation exists which might prevent the contractor from a. Processors name and address (plant). delivering a specified meal component, the Sponsor shall be notified Immediately so b. Item identity, meal type. substitutions can be agreed upon. The Sponsor reserves the right to suggest menu changes within c. Date of production. the vendors suggested food cost, periodically throughout the contract period. d. Quantity of individual units per carton. 8. Noncompliance . The Sponsor reserves the right 4. Meals shall be delivered with appropriate to inspect and determine the quality of food nonfood items: condiments, straws. for milk, delivered and reject any meals which do not napkins, single service ware, etc. Sponsor shall comply with the requirements and specifications insert the types of nonfood Items that are of the contract. The contractor will not be paid necessary for the meals to be eaten: for unauthorized menu changes, incomplete meals, meals not delivered within the specified delivery condiments, straws, napkins, time period, and meals rejected because they do single service ware not comply with the specifications. The Sponsor reserves the right to obtain meals from other Y' sources, if meals are rejected due to any of the b . Food Preparation: stated reasons. The contractor will be responsible for any excess cost, but will receive no Meals shall be prepared in accordance with State adjustment in the event the meals are procured at and local health standards. lesser cost. The Sponsor or Inspecting agency shall notify the contractor In writing as to the c. Food Specifications: number of meals rejected and the reasons for rejection. Bids are to be submitted on the menu cycle Included in Schedule B; and portions shall, as a The SFSP regulations provide that statistical minimum, be the quantities specified by USDA for sampling methods may be used to disallow each component of each meal, as included in payment for meals which are not served in Schedule C of this contract. compliance with Program regulations. In the event that disallowances are made on the basis of All meals In the menu cycle must meet the food statistical sampling, the Sponsor and the specifications and quality standards. All meat and contractor will be notified In writing by the meat products, shall have been slaughtered, administering agency as to the number of meals processed and manufactured. in plants inspected disallowed, the reasons for disallowance, and the under USDA approved inspection program and methodology of the statistical sampling procedures bear the appropriate seal. Ail meat and meat employed. products must be sound, sanitary and free of objectionable odors or signs of deterioration on 9. Specifications. delivery. A. Packaging: Milk and milk products are defined as °...pasteurized fluid types of flavored or unflavored 1. Hot Meal Unit -- Package suitable for' whole milk, low—fat milk, skim milk or cultured maintaining meals In accordance with local health buttermilk which meet State and local standards standards. Container and overlay should have an for such milk_. All milk should contain vitamins A air—tight closure, be of non—toxic material, and be and D at the levels specified by the Food and capable of withstanding temperatures of 400 Drug Administration and consistent with State and degrees (204 degrees C) or higher. local standards for such milk' Milk delivered hereunder shall conform to these specifications. Page 7 GENERAL CONDITIONS SECTION F 1. Delivery Requirements delivered to each site. Designees of the Sponsor at each site will check adequacy of delivery and A. Delivery will be made by the contractor to meals before signing the delivery ticket. Invoices each site In accordance with the order from the shall be accepted by the Sponsor only if signed Sponsor. by Sponsor's designee at the site. 8. Meals are to be delivered daily, unloaded, B. The contractor shall maintain records and.placed in the designated location by the supported by delivery tickets, invoices, receipts, contractor's personnel at each of the sites and purchase orders, production records for this times listed In Schedule A. contract, or other evidence for inspection and reference, to support payments and claims. C. The contractor shall be responsible for delivery of all meals and/or dairy products at the C. The books and records of the contractor specified time. Adequate refrigeration or heating pertaining to this contract shall be available for a shall be provided during delivery of all food to period of three years from the date of Insure the wholesomeness of food at delivery in submission of the Sponsor's final claim for accordance with State or local health codes. reimbursement, or until the final resolution of any audits, for inspection and audit by representatives D. The Sponsor reserves the right to add or of the State agency, representative of the U.S. delete food service sites by amendment of the Department of Agriculture, the Sponsor and the Initial list of approved sites in Schedule A, and U.S. General Accounting Office at any reasonable make changes in the approved level for the time and place.. maximum number of meals which may be served under the Program at each site (established under 4. Method of Payment Section 225.6(dX2) of the SFSP regulations). The Sponsor shall notify the contractor by providing The contractor shall submit its itemized invoices to an amendment to Schedule A, of all sites which the Sponsor "" fhc,r j in are approved; cancelled, or terminated subsequent compliance with Section 225.6(hX2Xiv) of the SFSP to acceptance of this contract, and of any regulations. Each invoice shall give a detailed changes in the approved level of meal service for breakdown of the number of meals delivered at a site. Such amendments shall be provided within " each site during the preceding period. The 48 hours or less. Sponsor shall calculate the average number of meals delivered each day for the applicable period. 2. Supervision and Inspection Payment will be made at the unit price shown for that range. Each payment period will be calculated The contractor shall provide management and paid for independent of other periods. No supervision at all times and maintain constant payment shall be made unless the required delivery quality control Inspections to check for portion receipts have been signed by the site size, appearance and packaging, in addition to the representative of the Sponsor. quality of products. The contractor shall be paid by the Sponsor for 3. Recordkeeping all meals delivered in accordance with this contract and SFSP regulations. However, neither A. Delivery tickets must be prepared by the the Department nor the State agency assumes any contractor at a minimum in three copies: one for liability for payment of differences between the the contractor, one for the site personnel and one number of meals delivered by the contractor and for the Sponsor. Delivery tickets must be itemized the number of meals served by the Sponsor that to show the number of meals of each type are eligible for reimbursement. • insert mutually agreed upon number. ** Sponsor shall Insert "weekly", "bl-weekly" or "monthly". Page 8 5. Inspection of, Facility SFSP Is withdrawn. It is further understood that, in the event of cancellation of the contract, the A. The Sponsor, the State agency and USDA Sponsor shall be responsible for meals that have reserve the right to inspect the contractor's already been assembled and delivered in 'facilities without notice at any time during the accordance with this contract. contract period, including the right to be present during preparation and delivery of meals. 9. Number of Meals and Delivery Times B. The contractor's facilities shall be subject to The contractor must provide exactly the number . - periodic inspections by State and local health of meals ordered. Counts of meals will be made departments or any other agency designated to by the Sponsor at all sites before meals are inspect meal quality for the State. This will be accepted. Damaged or incomplete meals will not accomplished In accordance with USDA be included when the number of delivered meals regulations. Is determined. C. The contractor shall provide for meals 10. Emergencies which it prepares to be periodically inspected by the local health department or an independent In the event of unforeseen emergency agency to determine bacterial levels in the meals circumstances, the contractor shall immediately being served. Such levels shall conform to the notify the Sponsor by telephone or telegraph of I standards which are applied by the local health the following: (1) the impossibility of on-time authority with respect to the level of bacteria delivery; (2) the circumstances(s) precluding which may be present in meals served by other delivery; and (3) a statement of whether or not establishments In the locality. succeeding deliveries will be affected. No payments will be made for deliveries made later 6. Performance Bond Requirement than loll one (1 ) - hours after specified meal time. The successful bidder shall provide the Sponsor with a performance bond in the amount of Emergency circumstances at the site precluding Ni'm 25 S of the contract price. The bond utilization of meals are the concern of the shall be executed by the contractor and a licensed Sponsor. The Sponsor may cancel orders provided surety company listed in the current Department it gives the contractor at least of Treasury Circular 570. Only those bonding and loom" 48 hours notice or less if surety companies contained in the current mutually agreed upon between the parties to this Treasury Circular 570 may be used to obtain the contract. required bonding. The Treasury Circular is • published annually, for the information of Federal Adjustments for emergency situations affecting bond-approving officers and persons required to the contractor's ability to deliver meals, or - give bonds to the United States. All certificates of Sponsor's ability to utilize meals, for periods Authority expire June 30, and are renewable July longer than 24 hours will be mutually worked out 1, annually. between the contractor and Sponsor. The bond shall be furnished not later than ten 11. Termination days following award of the contract. A. The Sponsor reserves the right to terminate 7. Insurance this contract If the contractor fails to comply with any of the requirements of this contract. The State agencies will furnish sponsors their state Sponsor shall notify the contractor and surety insurance requirements to insert herein. - company, If applicable, of specific instances of noncompliance In writing. 8. Availability of Funds The Sponsor shall have the right, upon such The Sponsor reserves the right to cancel this written notice, to immediately terminate the contract if the Federal funding to support the contract and the contractor or surety company, if *** Insert percentage required by the State, but not less than 10% of the Contract Price and not more than 25%. ***• Sponsor shall set time in accordance with State agency instructions. Insert same number as In Section F-1.D. on page 8. Page 9 h ap placable, shall be liable for any damages incurred by the Sponsor. Prior to termination, the Sponsor shall contact the State agency or regional office concerning procedures for conducting a reprocurement action. • B. The Sponsor may, by written notice to the contractor, terminate the right of the contractor to proceed under this contract, If it is found by the Sponsor that gratuities In the form of entertainment, gifts or otherwise were offered or ' given by the contractor to any officer or employee of the Sponsor 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 Sponsor makes such findings shall be in issue and may be reviewed in any competent court. C. In the event this contract is terminated as provided In paragraph (b) hereof, the Sponsor shall be entitled (I) to pursue the same remedies against the contractor as It could pursue in the event of a breach of the contract by the contractor, and (II) as a penalty in addition to any other damages in an amount which shall not be less than three nor • more than ten times the costs Incurred by the contractor in providing any such gratuities to any • such officer of employee. D. The rights and remedies of the Sponsor provided in this clause shall not be exclusive and are in addition to any other rights and remedies provided by law or under this contract. 12. Subcontractors and Assignments The contractor shall not subcontract for the total meal, or for the assembly of the meal; and shall not assign, without the advance written consent of the Sponsor, this contract or any Interest therein. In the event of any assignment, the contractor shall remain liable to the Sponsor as principal for the performance of all obligations under this contract. • Page 10 • GENERAL PROVISIONS SECTION G Equal Opportunity 0 Clean Air and Water "The FSMC shall comply with Title VI of the Civil If this contract is In excess of $100,000, the. Rights Act of 1964, as amended, USDA Sponsor and FSMC shall comply with all applicable regulations Implementing Title IX of the Education standards, orders, or regulations issued pursuant Amendments, and Section 504 of the to the Clean Air Act of 1970 (42 USC 1857), or Rehabilitation Act of 1973, and any additions or the Federal Water Pollution Control Act (33 USC amendments." 1319), as amended. • Page 11 1 • U.S. DEPARTMENT OF AGRICULTURE Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion.- Lower Tier Covered Transactions This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension,7 CFR Part 3017, Section 3017.510, Participants'responsibilities. The regulations were published as Part IV of the January 30, 1989. Federal Register (pages 4722-4733). Copies of the regulations may be obtained by contacting the Department of Agriculture agency with which this transaction originated. (BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS ON REVERSE) (1) The prospective lower tier participant certifies,by submission of this proposal,that neither it nor its principals is presently debarred. suspended. proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 12) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. joallocTh VOVo.cc-k ( Organization Name PR/Award Number or Project Name • S.:4-e V e C f/, iin:73at'artdTtie(s4 bf atithortzed`1tept`e sen a iae(s) • • ze- a9-6 ignatite•eis) Form AD-1048 (1/92) • Page 12 J ti • • ° V Instructions for Certification 1. By signing and submitting this form, the prospective lower tier participant is providing the certification set out on the reverse side in accordance with these instructions. '. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department,or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3.. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction." "debarred." "suspended; "ineligible," lower tier covered transaction," "participant." "person." "primary covered transaction." "principal" "proposal." and "voluntarily excluded" as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person.to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this form that,should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this form that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions,"without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction,unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by'a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions,if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended,debarred, ineligible,or voluntarily excluded from participation in this transaction,in addition to other remedies available to the Federal Government. the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Form AD-1048 (1/92) Page 13 ,1 ,r • INSTRUCTIONS FOR COMPLETION OF SCHEDULE A SITE INFORMATION LIST 1. Enter sponsor's name in upper left—hand corner. -particular day during the summer. 2. Use correct street address for all sites listed. 7. Enter in column (6) the result of column (3) times column (5). 3. Check 'x' If site has adequate refrigeration to store all meals ordered and could receive early 8. Enter In column (7) the delivery time for each deliveries. meal type. 4. Under columns (1) and (2), enter the beginning When estimating the Average Meals Served Per and ending dates for meal service at each site. Day (Column (5)), use the average from the prior summer if the site was in operation at that time. 5. Under column (3), enter the total number of days meals will be served at each site. Since Schedule A must be completed well in advance of the application deadline, it is 6. Enter In column (5) beside the appropriate meal recognized that changes will occur in the data by type, the average number of each type of meal the time the program begins. However, be as that Is estimated to be served each day at the accurate as possible since the data is used by the site. For example, If.a site plans to serve 11,000 vendor to arrive at his bid prices. The vendor lunches for 44 days during the summer, then the awarded the bid will accept changes after the bid average Is 250 (11,000 44). Do not insert the opening. maximum number that will be served on a • • Page 14 SCHEDULE A U.S. DEPARTMENT OF AGRICULTURE — Food and Nutrition Service SITE INFORMATION LIST (SEE ATTACHMENT) SUMMER FOOD SERVICE PROGRAM SPONSOR NAME ADDRESS - CONTACT PERSON/PHONEIs BEGIN END TOTAL AVERAGE TOTAL MEALS/ MEALS DELIVERY TIME • REFRIG. ALL MEALS GATE DATE DAYS FOR EACH OP. MEAL TYPE DAY MEAL TYPE YES NO (1) (21 13) 441 (61 (61 (7) BREAKFAST AM SUPPLEMENT LUNCH PM SUPPLEMENT SUPPER BREAKFAST AM SUPPLEMENT LUNCH • PM SUPPLEMENT • SUPPER BREAKFAST , AM SUPPLEMENT LUNCH PM SUPPLEMENT SUPPER BREAKFAST AM SUPPLEMENT LUNCH PM SUPPLEMENT SUPPER BREAKFAST AM SUPPLEMENT LUNCH PM SUPPLEMENT SUPPER BREAKFAST AM SUPPLEMENT LUNCH • PM SUPPLEMENT • SUPPER BREAKFAST AM SUPPLEMENT LUNCH PM SUPPLEMENT SUPPER Page 15 i I , et et Lc) o O O O o o O o co C1- OM ON V E-i L N — M d M M kn N et A3In kn in i A tn cn 3t A M 4t• V d• d• M N o N N N N N N N „O O o O O o O o C C = N CT ON U 0\ 0\\ O\ O� W A _ oo 00 00 00 00 00 CD E N N N N N N N N CI, O O O O O O O O O }• 'a .,,,., O O O O O O O 0 bA as Ct — O C4 A \ o V N Y. A 4.1 00 1�r1 a ,� U N w Cd 0 O ram.+ C en 0 7..‘ `41. 00 O ° 'O evQ.) c> o coo vo vo vO vO vo vO d' r' oo moo ,- oo uoo moo moo moo moo W �, W.( Ez et N �C O N V. N CD 1 C/1 Sr N (� O N as 00 O p, 0 � O cn oN N N .o• C - 00 O "0 �. cG O � 00 74 in r dq ccl d• A 0 it) a) cnE-( v WaM wV �0 in tiWv n in X, dv wv) t a� `o C5 �' M rn >, O - .4: .. En En 'Cl- Et O 00 N N 00 0 E fi-iO "O O U 0 00 a> C) O NO •- O '� '0 00 N 00 N -0 00 N 00 •-•+ - 'd• 0 --+ t— 00 ' O\ 00 Q M '0 N \ V) '0 C5 .0 N C/) 'CrGIe Pa V' l0 N• 0 N U • C_ c� b r a '� > o °j C) 0 {a.3 r Cd U ,_ .fl C) 0 rn o C7 co W _ r .-. Z OA 0 r 0 - ..ram .� , 0 cn � �0▪. < p U U U as C p W w O ` v� -, P., N U M 4 'r Z c 0 t` 00 W • • O O O O O O H 4 oo M N M — oo x >, d A in v) kn kn kn kn kn v) C •A v v c� N • N N N N N N O0 O a) O O O O O00 - N Gam\ • GQ W A 0000 0000 0`0 OO O\O h 0\O it O L,4 = O NO N O O N O O O,. 0 v 'G cl O O O O O O O O C? •— 00N d N •el O i 6) N Po 171 4. V .r4 V] CD ty CD O O O O O O O O j O CZt NCO V•) -. v) en VI N W 4.y 1 tl w, Z �, V O v 0 v 0 v 0 V O V O v 0 V O = Z y 0 a 6 0 0 ,ram O O O O O r O O O O O .r. O 'O 0 0 C. 0 0 N ^' . = .--i O 5 .-- O = 44 O 5 .--i O .-� O 5 O .^f .-+ O ^� ... O O N rr, p U E-4 � a � r; , ) , _, .� ,� . 1 . . ,� -. .-; NOS C c ^p y Cd C.7 o z� .� N =I ,171.4 Gro ›, > >' >" >" • ^G N a) . V to M y C ' O — 00 M Y ON o ;� �O CTcd cG N CA ,.+ O G) �1 •. kn . O' U .G"'~.+ >, N '� 0 M 4 w _ _0bo v) ON O O O ) i Z z _b o Z � ~ DcO CD O .-. cC N "5 d- c) . N , N Nb C) p • M Cl) . N Sa, 0\ O — y - O < . N N N P4 Q v') — n C/) C/D .--. —" N "-•, C/) cM C/) co N c c0 .„'. N +' y N � ^. cn ) ' b Or, tiULi.00 ZN Ycn z O O , O N (NI cd .� crj ccG .4 bO .. N O `j (/) &D - O — UU oU G, .--� v] U - U (s-, 0 y 0 0 [--+ n v M N as N tat y 4. h O ee cp r C , o o CNI O E 7. ON 01 C� W 00 00 00 00 Ur CIN 0 N O O O '613 O O O O L. 0 CO P .Q V d U u ..� v, A N CI b.e 4.•4 r ..1.....1.) U� 0) r. CDN osy 1 O ~V 0CD V•1CI csil 0 '� C � o 0 04000 0 0� i ,� O' Os Oi N rV C) e�y TX* r rm., O O 2 O O z O O z O O r X, 14 I E{ ,_.) — ,_1 . — ,-I - - ',...1 — ., r O CD C7 ' ram. bA .>-a O N r G = 'O .0 ., N O CA Ott r O N lz, ....,°) y o = ca Nd as •cr .- oo 0rr, �. a •� a) a) 0 � (ID v C •-• O L.,c N c too - > cr .t 00 t- -5 .N E ^ kn t- c; o. O a> ram. __, v) v-, - t-, v) ..0 d A W d- cn 0- dt v E-4 .� 0 0 2 00 co) 4. O .02-o - N a' 'O M . > .--- O 0 .— rJ E� • - M U �1 \0 V) c '- V) V) O Fd A P a) Q � Z 0) Q x Uc'z U CA - a .—, ci) 0� � >-' Q, R; L 5 SCHEDULE B SUMMER FOOD SERVICE PROGRAM MENU CYCLE" '° Sponsor shall attach a menu cycle for each site, Page 16 SWANSON CORPORATION SACK LUNCH MENU ELEVEN DAY MENU CYCLE DAY# 1 DAY#2 DAY# 3 DAY # 4 Bologna loz. Turkey 2 oz. Roast Beef loz. Ham 2oz. Am.Chz loz. (2s1) 2 Wheat Bread Swiss Chz. loz. (2s1) 2 White Bread HB Bun Fruit Cup '/z cup HB Bun Fruit Cup ' cup Grape Juice % cup Fresh Orange Fresh Apple Pineapple Juice ' cup Baby Carrots(2oz) Mayo PC Baby Carrots(2oz.) Mustard PC Ranch Dressing PC Graham Cracker PC Ranch Dressing PC Potato Chips Mayo PC Spork Kit Mayo PC Spork Kit Spork Kit Milk Spork Kit Milk Milk Milk DAY # 5 DAY# 6 DAY# 7 DAY# 8 • Salami 1 'h oz. Chopped Ham 2oz. Turkey 1 '/2 oz. Bologna 2oz. Am.Chz. '/s oz. (lsl) 2 Rye Bread Swiss Chz. '%oz. (lsl) 2 White Bread HB Bun Fruit Cup '/z cup HB Bun Fruit Cup ' cup Apple Juice % cup Fresh Orange Orange Juice '/z cup Fresh Apple Baby Carrots(2oz.) Mustard PC Baby Carrot (2oz.) Mayo PC Ranch Dressing PC Animal Crkr PC Ranch Dressing PC Graham Cracker PC Mustard PC Spork Kit Mayo PC Spork Kit Spork Kit Milk Spork Kit Milk Milk Milk DAY# 9 DAY# 10 DAY# 11 Summer Saus. loz. Roast Beef 2oz. Ham 1 1/2oz Am.Chz. loz. (2s1) 2 White Bread Swiss Chz. %oz. (1 sl) HB Bun Banana HB Bun Fruit Cup ' cup Baby Carrots (2oz.) Fruit Cup ' cup Orange/Pineapple Juice 1/2c Ranch Dressing PC 100%Fruit Punch 'h cup Mustard PC Mayo PC Mustard PC Spork Kit Spork Kit Spork Kit Milk Milk Milk Revised 05/10/02 , SCHEDULE C SUMMER FOOD SERVICE PROGRAM USDA REQUIRED MEAL PATTERNS The meal requirements for the Program are designed to provide nutritious and well—balanced meals to each child. Except as otherwise provided in Section 225.16 (b) of the SFSP regulations, the following table presents the minimum requirements for meals served to children In the Program. BREAKFAST Milk Fluid Milk 1 cup (1/2 pint) Vegetables and Fruits Vegetables and/or fruits or 1/2 cup full-strength vegetable or fruit juice 1/2 cup (Or an equivalent quantity of any combination of vegetables, fruits, and juice) Juices cannot be served with milk Bread and Bread Alternates Bread (whole-grain or enriched) or 1 slice Bread Alternates (whole-grain or enriched): cornbread, biscuits, rolls, muffins, etc. or 1 serving cooked pasta or noodle products or 1/2 cup cooked cereal grains, such as rice, corn grits, or bulgur or 1/2 cup (whole-grain, enriched, or fortified): cooked cereal or cereal grains or 1/2 cup cold dry cereal 3/4 cup or 1 ounce (whichever is less) (or an equivalent quantity of a combination of bread or bread alternates) )P0— (OPTIONAL) Serve as often as possible: Meat and Meat alternates 1 ounce (See lists under Lunch, or Supper) Page 17 .SCHEDULE C SNACK (Supplemental Food) Choose two items.from the following four components: Meat and Meat Alternates Lean meat or poultry or fish or 1 ounce (edible portion as served) Meat Alternates: Cheese or egg or 1 ounce cooked dry beans or peas or 1 large peanut butter or other nut or 1/4 cup seed butters or nuts and/or seeds or 2 tablespoons yogurt (plain, sweetened, or flavored) 1 ounce (or an equivalent quantity of any combination 4 ounces of meat or meat alternates) Vegetables and Fruits Vegetables and/or fruits or 3/4 cup full-strength vegetable or fruit juice 3/4 cup (Or an equivalent quantity of any combination of vegetables, fruits,and juice) Juices cannot be served with milk Bread and Bread Alternates Bread (whole-grain or enriched) or 1 slice Bread Alternates (whole-grain or enriched): cornbread, biscuits, rolls, muffins, etc. or 1 serving cooked pasta or noodle products or 1/2 cup cooked cereal grains, such as rice, corn grits, or bulgur or • 1/2 cup (whole-grain, enriched, or fortified): cooked cereal or cereal grains or 5 1/2 cup cold dry cereal 3/4 cup or 1 ounce (whichever is less) (or an equivalent quantity of a combination of bread or bread alternates) Milk 1 cup Fluid Milk (1/2 pint) Page 18 • r' r, LUNCH OR SUPPER Milk 1 cup 1-luid Milk (1/2 pint) Meat and Meat Alternates - Lean meat or poultry or fish or 2 ounces (edible portion as served) Meat Alternates: cheese or 2 ounces egg or 1 large cooked dry beans or peas 1/2 cup peanut butter or other nut or seed butters or 4 tablespoons nuts and/or seeds 1 ounce = 50%* (Or an equivalent quantity of any combination of meat or meat alternates) Vegetables and Fruits Vegetables and/or fruits (2 or more selections 3/4 cup for a total of 3/4 cup) or full-strength vegetable or fruit juice 3/4 cup (Or an equivalent quantity of any"combination of vegetables, fruits, and juice) Juice may not be counted to meet more than 1/2 of this requirement. Bread and Bread Alternates Bread (whole-grain or enriched) or 1 slice Bread Alternates (whole grain or enriched): cornbread, biscuits, rolls, muffins, etc. or 1 serving cooked pasta or noodle products or 1/2 cup cooked cereal grains, such as rice, corn grits, or bulgur 1/2 cup (Or an equivalent quantity of a combination of bread or bread alternates) * No more than one—half of the requirement shall be met with nuts or seeds. Nuts or seeds shall be combined with another meat/meat alternate to fulfill the requirement. NOTE: The serving sizes of food specified in the meal patterns are minimum amounts. If the administering agency approves the sponsor to serve smaller portion sizes to children under 6 years, the sponsor must meet the meal patterns specified in the Child Care Food Program (CCFP) regulations. You can obtain copies of these regulations from your State agency. Children over 6 years old may be served Larger portions, but not Less than the minimum requirements specified In the Summer Food Service Program regulations. Remember that you do not receive reimbursement for meals that do not meet the minimum program requirements. Page 19 -SCHEDULE D SPONSOR: City of Omaha/GOWD UNIT PRICE SCHEDULE INSTRUCTIONS: VENDOR: Complete Items (d) and (e) for each SPONSOR: Complete Items (a) — (c) for each Meal Type. Meal Type. Total Meals X Cost = Total Cost. (a) MEAL TYPE (b) AVERAGE DAILY 1 (c) TOTAL NUMBER 2 (d) UNIT 3 (ie. Lunch) MEALS NEEDED OF MEALS COST (e) TOTAL BID LUNCH 1 ,562 68,728 $ $ 1%15 yi ?.2 44 Days 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) AVERAGE DAILY MEALS NEEDED BY THIS 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 — by the 'average daily meals needed' (item b above) = .82 or 82%, multiply the 'unit cost` (Item d above) by 1.05. The contractor will Invoice the sponsor at the 100% unit cost indicated above bl—weekly. To determine if an additional cost per meal Is due the vendor, complete the following calculation. Divide the total number of meals billed by type (lunch, breakfast or supplement) for the total length of the program by the total number of days the program was operated. Any additional charges resulting from this higher "adjustment" will be reflected in the final statement from the vendor. • NOTE: The unit cost per meal may not exceed the maximum operational reimbursement for each meal type as stated In Part 7 CFR 225 of the federal regulations. 1. Obtained from Columns (3) and (6), Schedule A, by dividing total meals for each specific meal type by the • greatest number of days operated by a site in Column (3). 2. Obtained from Schedule A by totaling Column (6) for each specific meal type. 3. Unit cost specified Is that cost based on 100% Average Meals Needed Per Day. Page 20 SCHEDULE D-1 SPONSOR: City of Omaha / GOWD SUMMARY BID SHEET MEAL TYPE TOTAL NUMBER 1 MEALS UNIT COST TOTAL BREAKFAST $ $ A.M. SUPPLEMENT. $ $ LUNCH 68,728 $ $ 15051i132 P. M. SUPPLEMENT $ $ TOTAL ' 68,728 $ $ I �C1r�J�� 1 Unit cost must be Identical to those unit costs listed on the UNIT PRICE SCHEDULE. • Page 21 CERTIFICATION REGARDING LOBBYING Applicable to Grants, Subgrants, Cooperative Agreements, and Contracts Exceeding $100, 000 in Federal Funds. Submission of this certification is a prerequisite for making or entering into this transaction and is imposed by section 1352, title 31 , U. S. Code. This certification is a material represen-tat ion of fact upon which reliance was placed when this transaction was made or entered into. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10, 000 and not more than S100, 000 for each such failure. The undersigned certifies, to the best of his or her knowledge and belief, that : ( 1 ) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of a Federal contract, the making of a Federal grant, the making of a Federal loan, the entering into of a cooperative agreement, and the extension, continuation, renewal , amendment, or modification of a Federal contract, grant, loan, or cooperative agreement. (2 ) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence on officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal grant cr cooperative agreement, the undersigned shell complete and submit t_'ndard Fc;n-L LL, "Disc! osure 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 al I covered suba:wards exceeding 3100, 000 in Federal funds et all appropriate tiers and that all subrecipients shall certify End disclose. accordingly. • Oft,41,,G e o�gob SKI GAScA rt_11 Name/Address of Organization Name FNS Grant/Cooperative Agreement L V Name%T.i tl-e of- Submitting Official - • DISCLOSURE OF LOBBYING ACT1YTTIES Appnosed by WAS • 0)4/404t Complete this form to disclose lobbying activities pursuant to 31 U.S.0 1352 A(See reverse for public burden disclosure.) • C e}' 1. Type of Federal Action 2 Status of Federal Action: 3. Report Type: ❑ a. contract a. bid/offer/application _ ri a. initial filing b. grant b. initial award b. material change • c.d. cooperative agreement c. post-awl For Material Change Only: year quarter e. loan guarantee date of last report loan insurance 4. Name and Address of Reporting Entity 5. If Reporting Entity in Na,4 is Subawardee.Enter Name • 0 Prime 0 Subawardee and Address of Prime: Tier ,if known: • • Congressional District.if known: Congressional District,if known: G. Federal Department/Agency 7. Federal Program Name'Descriptiome • • CFDA Number.if applicable: • fi. Federal Action Number,if known: S. Award Amount.if known: S 10. a. Name and Address of LobbyingEntity a b. Individuals Performing Services(including address d (if individual,last name.fiire.MD: different from No. JOai (last name,first name,MTh • • • • roach Connnwno,Sheens,Skirt.-A,d neceuanl 11. Amount of Payment(check all that apply). 13. Type of Payment(check all that apply): S 0 actual 0 planned 0 a. retainer 0 b. one-time fee 12 Form of Payment!check all that apply1 0 c. commission 0 a. cash 0 d. contingent fee 0 e. deferred 0 b. in-kind:specify: nature (- other,sp ecify: value • 14. Brief Description of Services Performed or to be Performed and Dates)of Service.including officer(s).employee(s). or Memmberts)contacted.for Paymnent Indicated in Item 11: isftief.Coniinween SAerofs)Sr-tu.4.if',Avestan', 13. Continuation Sixths)SF.W..A attached: 0 Yes 0 No / J li re rr.r sourer./ewe*ere bere w aeAwed W wM It Y.S.C. -r"r`S t.a�1SfL nw dfaSwe. bbbm q newer•le•1e.rrid wpwrrr e e SSgwat e _ CJ •- d Ire, ewe Air di wr.re w &snd bp Inn ere revue whew Oro •r».+�'` s•t c� i/{!,. C i- :`i-1',/�. immunise..13dr me •ewr eed:we The&r M lrw.r io weyese erv+lerim:Niiwt , St Ud.0 1SS3. this bdrwaeaw,.i 4r wMad M M Grime wore e. meek ewd d be reddee/er pees wYwelw w7 promo.t.AM is ,•_�' 's �� -y Ms de.sepr&rbrbor.e Orb bo serer soe ewd pewee d ire Ira Men !r U..ri MOW :TelephoneNe.: 1�� .»I`' '0tiO fo _ • �i�«� ';�it«D��l�t:x '' �, �.I:s `• ^s�"t t»3 a Aedwisd(«focal ay..irc+i.. •• :.:' j• -:.': ""icf.'." T,.ii':..:�t:a� <?;.�r�:'`,4'^t•<:i:�. s.�: r:.i �c kk �refLY.,...•'��..'�'-I52"-:.• .... ..rt�. :.,`?A, .'s'r ?b>r"C.`-- i•. w.� 14.w4s4 tags-ttl •• I � • eStirdnsotr Corporation . 3400 South both Street Omaha,NE 68106 404-553-4000 RE: DISCLOSURE OF LOBBYING ACTIVITIES NOT APPLICABLE....THE SWANSON CORPORATION DOES NOT HAVE A LOBBYING REPRESENTATIVE NOR DO WE SUPPORT ANY LOBBY ORGANIZATION. INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disdosure 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.0 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-ILL-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 dassification of this report. If this is a followup 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 dassification of the reporting entity that designates if it is, or expects to be. a prime or subaward recipient. Identify the tier of the subawardee. e.g., the first subawardee of the prime is the 1st tier. Subawards indude but are not limited to subcontracts,subgrants and contract awards under grants. S. If the organization filing the report in item 4 checks "Subawardee", then enter the full name, address, city, state and zip code of the prime Federal recipient.Include Congressional District,if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include-at least one organizational level below agency name,if known. For example,,Department of Transportation.United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans, and loan commitments. B. 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 (IFS) 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 awardiloan 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(Ml). 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying entity(item 10). Indicate whether the payment has been made(actual)or will be made(planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. 12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution. specify the nature and value of the in-kind payment. 13. Check the appropriate box(es). Check all boxes that apply. If other,specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has performed. or will be expected to perform,and the dates)of any services rendered. Include all preparatory and related activity. not just time spent in actual contact with Federal officials. Identify the Federal official(s) or employees) contacted or the officer(s), employee(s),or Member(s)of Congress that were contacted. 1S. Check whether or not a SF-LLL-A Continuation Sheets)is attached. 16. The certifying official shall sign and date the form,print hisiher name,tide,and telephone number. Public reporting burden for this collection of information is estimated to average 30 mintues per response.including time for reviewing insouctions,searching existing data sources.gathering and maintaining the data needed and completing and reviewing the collection of information.Send cornet ants regarding the burden estimate or arty other aspect of this collection of information.including suggestions for reducing this burden,to the Office of Management and Budget.Paperwork Reduction Project(0341-0046).Washington.D.C.20503. • • h.r Protected and Disadvantaged Business Enterprise Programs Who Qualifies as a Protected /Disadvantaged Business Enterprise? The term "Protected Business Enterprises" (PBE) is defined to be a business at least 51 percent of which is owned, controlled, and actively managed by protected class members (Black, Hispanic, Asian, or Pacific Islander, American Indian or Alaskan Native or Female). The term "Disadvantaged Business Enterprise" (DBE) is defined to be a small business that has been in existence for at least one year and has annual gross receipts of$150,000 or less. A DBE may include, but not limited to a business owned by a Protected class, but such business must meet two or other conditions set forth in the Contract Compliance Ordinance, Section 10- 191, M (1) through (5). What are the benefits of becoming certified as a PBE/DBE? Certification as a PBE or DBE provides greater exposure for work opportunities on City of Omaha projects. The names of all certified PBE/DBE'S appear in the PBE/DBE directory, which will be disseminated to local government agencies, contractors and to the public. City of Omaha contractors will use the PBE/DBE directory as a basic resource for soliciting Minority/Women/Small Business participation on City of Omaha Projects. The City of Omaha shall make every good-faith effort feasible to award City contracts and City-assisted construction contracts to Disadvantaged Business Enterprises in amounts no less than 10% of the dollar volume of the applicable contracts awarded by the city. Other benefits include the authority, but not a requirement, of the City Council to award a contract to a DBE that is not the lowest bidder. A contract or subcontract can be awarded to a DBE if determined by the City to be an acceptable cost higher than a competing lower bid except for specially assessed Projects. DBE may be awarded the contact over the lowest bidder as long as the cost differential does not exceed 3%. If your business is not certified with the City of Omaha and you are interested in becoming certified as a Protected and/or Disadvantaged Business Enterprise please contact the Human Relations Department at 402-444-5055. , CERTIFICATION FOR PROTECTED BUSINESS ENTERPRISES (MINORITY AND WOMEN OWNED BUSINESSES) I. BACKGROUND: 1. Name of Business: 2. Business Address: 3. City/State/Zip: V ' 4. Business Telephone: 5. Name of Owner: 6. Type of Goods or Services: Yes ( ) No ( ) 7. Original Application: Yes ( ) No ( ) S. Renewal Application: Female ( ) 9. Type of Application: Minority ( ) II. OWNERSHIP: V A. Must meet two or more of the following criteria: 1. Owner Registered as such with Secretary of State No ( ) or Nebraska Revenue Department? YeS ( ) No ( ) 2. Verified by Partnership or Other Agreement? No ( ) 3. Verified by Tax Statement or License? Yes ( ) A. Evidence that 51% of Stock Ownership is by Yes ( ) No ( ) Minorities or Women? V - V N o ( ) 5. Certification by Other Government Agency? Yes eS ( � No ( ) 6. Affidavit from Attorney or CPA? • B. Active Management Criteria (must meet two or more): No ( ) 1. Applicant's Office Located on Premises? Yes ( ) 2. Tam Statement a.ndlor Licenses Signed by Owner? Yes ( ) No ( ) • 3. Did Owner Hire Employees? - (from interviews Yes ( ) No ( _ ) with employees) a. Owner Signs Checks, Contracts, or Other Documents?.Yes ( ) No ( ) . 5. Certification by Other Government Agency? . Yes ( . ) III. APPLICANT AFFIRMATION:• • • • understand that this I, the Relations__=__ certification is valid for one year after the date it is signed by the facts Humanerein-ions '_°- Director:_ Falsifying or other-wise purposefully limisrepresenting i�fo rag r-compliance under__Section.� --= result in the enterprise listed above.being p _- _-_ _ __ < •_- 10-193 of the_Omaha MunicipaLCod'e.�•_ •- • _ • - : �' .: ": .:_._r understand that should my certification be denied, I will b ti ed,`in writing, I further d right to ref le for certification.;• setting forth the reasons and explaining my g Signature of Owner/Applicant: - (Date): Approved: • (Date): Disapproved: ,, ",. I FROM : DOUG HA I LEY'S STATEFARM FAX NO. : 1 402 731 2565 1 .....-........... • CERTIFICATE OF INSURANCE T certiti 6b `J STATE FARM FIRE AND CASUALTY COMPANY.Bloomington.Illinois 6Cavacc � f STATE FARM GENERAL INSURANCE COMPANY. Bloomington. Illinois El STATE FARM FAZE AND CASUALTY COMPANY. Scarborough.Unt,tnu 0 STATE FARM FLORIDA INSURANCE COMPANY.Winter Haven. Florida ❑ STATE FARM LLOYDS. Dallas,Texas insures the following policyt...)lder for the coverages indicated below: Name of policyholder The Sw:cnoa Corpc,r::t.icn Address of policyholder 3200 S 60tb St., Omaha NE 6t31 06 Location of operations various r.oc:at.ions Jr. vdr_ous States Description of operations The policies listed below have been issued to the policyholder for the policy periods shown. The insurance described in these policies is subject to all the terms exclusions,and conditions of those policies.The limits of liability shown may have been reduced by any paid claims. POLICY PERIOD LIMITS OF LIABILITY POLICY NUMBER TYPE OF INSURANCE Effective Date : Expiration Date (at beginning of policy period) Comprehensive BODILY INJURY AND Business Liability PROPERTY DAMAGE This insurance includes: 0 Products-Completed Operations ❑Contractual Liability ❑Underground Hazard Coverage Each Occurrence $ ❑Personal Injury ❑Advertising Injury General Aggregate $ ❑Explosion Hazard Coverage ❑ Collapse Hazard Coverage Products—Completed $ ❑ . Operations Aggregate CI POLICY PERIOD BODILY INJURY AND PROPERTY DAMAGE EXCESS LIABILITY Effective Date ; Expiration Date (Combined Single Limit) 0 Umbrella Each Occurrence $ ❑ Other Aggregate $ Part 1 STATUTORY Part 2 BODILY INJURY Each Accident $ Disease Each Employee $ Disease-Policy Limit $ . POLICY PERIOD LIMITS OF LIABILITY • POLICY NUMBER TYPE OF INSURANCE Effective Date Expiration Date (at beginning of policy period) N0029691-17 Auto Liability 09/01/01 09/01/02 1,000,000 Combined Single Limit N0029691-1.7 Un/Underinsured 09/01/01 09/01/02 250,000/500,000 N0029691-17 Medical Payments 09/01/01 09/01/02 1,000 THE CERTIFICATE OF INSURANCE IS NOT A CONTRACT OF INSURANCE AND NEITHER AFFIRMATIVELY NOR NEGATIVELY AMENDS,EXTENDS OR ALTERS THE COVERAGE APPROVED BY ANY POLICY DESCRIBED HEREIN. This fleet policy includes coverage for: If any of the described policies are canceled before Physical Damage Coverage As Specified its expiration date.State Farm will try to mail a written Hired Auto Coverage notice to the certificate holder days before Employers Non-Ownership Liability cancellation. If however, we fail to mail such notice, no obligation or liability will be.imposed on State Name and Address of Certificate Holder . Farm or its agents or representatives. The fleet automobile policy is insured by State Farm mutual G. • -- Automobile Insurance Company - Agent Douglas A. Halley ciPCu Signature of Authorized Rep ablative Telephone Number 402 731 0320. Titles A. tiailev 09/01/01 Date Agent's Code Stamp • AFO Code F18 6 55E 994 a.3 04-1999 Printed in U.S.A. ,, r. r 05/30/02 10: 52 AM Central Daylight Time The Harry A KOCO Lo v rdye C Ur c «4N3N a _ �-DATE IMM/OD/YY) - �� ACORD,MERI , TEIBIi1T IiUR�iCtY 5f30/02 PRODUCER 402 861-7000 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION THE HARRY A. KOCH CO. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR PO BOX 45279 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. ' OMAHA NE 68145-0279 COMPANIES AFFORDING COVERAGE 1 COMPANY A HARTFORD INSURANCE GROUP INSURED COMPANY Swanson Corporation B WAUSAU INSURANCE CO. Byron Thompson COMPANY 32003200 So. 60th St. THE CINCINNATI INSURANCE CO Omaha NE 68106 COMPANY D I ... .. . . .. « « a;t. ..<.: :. .t ,.,..»» :> >.,.>.. .. ...<. .... ..4. ..,...,,.<>...,......, .:.>. :«<..)Ct<.•<«.;«;<« x:Zi:F<4z%a<1Y<.<a; ...: .. .:<..<:.,<ce.<ca.,..x�t..:. .>..,.:..1b4<.34 ice.. ,>a. ._... x.... .,.,.:4 ..,.0 ;K....>. :...:,.::>..,:.. ,...:_:.>»..:...:»:<«z;.:«?t<<..:,...,:..q.<:,:<,...,c::...< s 5.s z ........:................w.tt...>..,5 ..d.:. 3.. ) � .... .... ...-,k f.:n.::..<.,tu3�:.N;,..�.hf,.::>,.:.,,.,7;.:2.:.:.:.,.1.<.:::.�..:.>:<:...::::x.:: >...,....,,.<....,.,-,.v:.Ak<?-_nsrA::mh.m::., uaad.K.>.51«<..�e'i::0sy..%.al.a.�:t;.;; - ` ��: n.-....i.,,-.,..u;3.:.:,.,:,nt'C?'..�,i,.S:..,<.:,.1:>��t-.,,`.J`£5<e?f.:.: >�ti,.m:'ehxn:���:�a:c'-..:t�,..�.j�., n:.:�:.:. :�C.. ..:T.,. yt ,. ..xtt�:oaw::^?.„%"a:^.:,,<.,,- ......a--..tea......::... ........< ...,. .:o -:..> a.......,x::::.,:-<::.\c'_':ii.:iC'-.rmv<:_:s«R<R2,-�.t;;<,._<:.,;<h..e4„�tF.:.,-,v,.a:::.t?"�A.Z,r.:, THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. UMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY EFFECTIVE POLICY EXPIRATIONco UMITS LT R TYPE OF INSURANCE POLICY NUMBER DATE IMM/DD/YY) DATE(MM/DD/YY) A GENERAL LIABILITY 91 UUNGV9062E 9/01/01 9/01/02 GENERAL AGGREGATE $ 1 000000 X COMMERCIAL GENERAL LIABILITY PRODUCTS•COMP/OP AGO $ 1000000 <<`%>j:_f_. 1 CLAIMS MADE n OCCUR PERSONAL&ADV INJURY $ 1000000 OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE $ 1000000 _ FIRE DAMAGE(Any one tire) $ 300000 • MED EXP(Any one person) $ 10000 AUTOMOBILE UABIUTY COMBINED SINGLE UMIT S 1 ANY AUTO I ALL OWNED AUTOS BODILY INJURY (• s (Per person) SCHEDULED AUTOS HIRED AUTOS BODILY INJURY $ (Per accident) NON-OWNED AUTOS • PROPERTY DAMAGE $ GARAGE UAEIUTY AUTO ONLY-EA ACCIDENT S ANY AUTO OTHER THANAUTOONLY: , ...................-.... EACH ACCIDENT $ • AGGREGATE S A EXCESS UABIUTY 91 RHUGV6720 9/01/01 9/01/02 EACH OCCURRENCE $ 10000000 X UMBRELLA FORM AGGREGATE S 10000000 OTHER THAN UMBRELLA FORM S i^'>is <:5:<I B WORKERS COMPENSATION AND WCCZ91423882 9/01/01 9/01/02 WC STATU• OTH- :::h:y3n TORYUMITS ER :::,iN z: gt.:*<''.'s&r.AnK:.,.: EMPLOYERS'UABIUTY EL EACH ACCIDENT S 100000 THE PROPRIETOR/ ^INCL .EL DISEASE-POLICY UMIT S 500000 PARTNERS/EXECUTIVE - OFFICERS ARE. EXCL EL DISEASE-EA EMPLOYEE $ 100000 C OTHER XS4467833 9/01/01 9/01/02 EXCESS LIABILITY $5,000,000-EA OCCURRENCE LIMIT POLICY $5,000,000-AGGREGATE LIMIT DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS RE: SUMMER SACK LUNCH PROGRAM i : : : µ. EEEMEMagammuWo SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE CITY OF OMAHA EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 1819 FARNAM • 1 D DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,. OMAHA NE 68183 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBUGATION OR UABIUTY OF ANY KIND UPON HE COMP ITS AGENTS OR REPRESENTATIVES. AUTHORIZE EPRESENTATIV '- +r , ... .n,.#01r;,,,,, ,r,..:.,,,, ,vu ,.,..:.ny: WA b8 C-25A win! OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebr RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, the City of Omaha/Greater Omaha Workforce Development mill be sponsoring the Nebraska Department of Education 2002 Summer Food and Nutrition Program from June 10, 2002 through August 9, 2002; and, WHEREAS, the City Council of the City of Omaha approved the application and Agreement between the City of Omaha and the Nebraska Department of Education, whereby the Nebraska Department of Education agreed to provide the funds to operate the Food Service Program from June 10, 2002 through August 9, 2002; and, WHEREAS, said program requires the preparation and distribution of the lunches to be provided under the Program be done only by a registered food service management company; and, WHEREAS, the Swanson Corporation was determined by the Nebraska Department of Education to be a registered food service management company and was selected by the City of Omaha to deliver according to schedule, approximately 68,730 well-balanced, nutritious lunches to approximately 19 sites from June 10, 2002 through August 9, 2002, with a maximum cost per lunch not to exceed$2.19; and, WHEREAS, the Mayor and the Greater Omaha Workforce Investment Board recommends approval of this contract. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT the attached contract, as recommended by the Mayor, between the City of Omaha/Greater Omaha Workforce Development and The Swanson Corporation to provide lunches in accordance with the Nebraska Department of Education Summer Food and Nutrition Program, is hereby approved. Funds in an amount not exceed $2.19 per lunch, shall be reimbursed by the City of Omaha. P:UTGO\7236pjm.doc APPR D AS TO FORM: i',/b /2-.eP2._- O&M CITY ATTORNEY DATE By -Councilmember Adopted —JUL 9 - 2Q0.2 7 - , _ City Clerk Jam: Approved �,,. ;�;. GL Mayor , G n NBC Q N 6 d 0� � '� O cr C cn pp • O r+ • W• • a Cp N R� O• b z, n C Z� Iv `.' O A� n p, v� f CD 4. j cr, n A n � G • CD O- � � v) g '-8OC,. 9 oa 0 ."-" O r" .t-S '.Tv„ N x' ill 0. 0 Z ccD �, c. l'''s 1 o cC .r FOOD PRODUCTS USED FOR SUMMER FOOD PROGRAM Brand Name Food Item Supplier Block& Barrel Bologna Pegler Sysco(Lincoln) T h e Block& Barrel Salami Pegler Sysco(Lincoln) Swanson Hormel Roast Beef Pegler Sysco(Lincoln) Corporation Employee Owned Hormel Deli Ham Pegler Sysco(Lincoln) Block& Barrel Deli Turkey Breast Pegler Sysco(Lincoln) Dakota Summer Sausage Skylark Meats Farmland Deli Chopped Ham Food Service of Am. 3200 So.60th Street Schreiber American Cheese Slices Food Service of Am. Omaha,NE 68106 402.553.4000 Schreiber Swiss Cheese Slices Food Service of Am. 800.869.9400 Old Home Brand White, Wheat, Rye Bread Sara Lee Baking Co. FAX:402.553.1418 Old Home Brand Plain Hamburger Buns Sara Lee Baking Co. wwwswansoncorp.com Sysco Classic 100% Fruit Juices Pegler Sysco(Lincoln) (Orange, Fruit Punch, Pineapple, Apple, Grape, Orange-Pineapple) Dole Fruit Cups Multi-Foods Distrib. (Diced Pears, Diced Peaches, (VSA) Pineapple Tidbits, Mixed Fruit) ' Fresh Apples, Oranges, Bananas Loffredo Produce J&J Snack Foods Animal Cracker packets Food Service of Am. Nabisco Graham Cracker packets Pegler Sysco(Lincoln) Lays Plain Potato Chips Lays Distributing Roberts 2%White Milk Roberts Dairy 2% Chocolate Milk SWANSON CORPORATION SACK LUNCH MENU 1 ELEVEN DAY MENU CYCLE T h e Swanson DAY# 1 DAY# 2 DAY# 3 DAY# 4 Bologna loz. Turkey 2 oz. Roast Beef loz. Ham 2oz. Corporation Am.Chz loz. (2s1) 2 Wheat Bread Swiss Chz. loz. (2s1) 2 White Bread Employee Owned BIB Bun Fruit Cup '/2 cup HB Bun Fruit Cup % cup Grape Juice '/2 cup Fresh Orange Fresh Apple Pineapple Juice ' cup Baby Carrots (2oz) Mayo PC Baby Carrots (2oz.) Mustard PC 1 Ranch Dressing PC Graham Cracker PC Ranch Dressing PC Potato Chips Mayo PC Spork Kit Mayo PC Spork Kit Spork Kit Milk Spork Kit Milk Milk Milk 3200 So.60th Street DAY# 5 DAY# 6 DAY# 7 DAY# 8 Omaha,NE 68106 Salami 1 % oz. Chopped Ham 2oz. Turkey 1 % oz. Bologna 2oz. Am.Chz. '/2 oz. (1 sl) 2 Rye Bread Swiss Chz. '/2oz. GM) 2 White Bread 402.553.4000 BB Bun Fruit Cup % cup HB Bun Fruit Cup '/2 cup 800.869.9400 Apple Juice % cup Fresh Orange Orange Juice % cup Fresh Apple Baby Carrots (2oz.) Mustard PC Baby Carrot (2oz.) Mayo PC FM:402.553.1418 Ranch Dressing PC Animal Crkr PC Ranch Dressing PC Graham Cracker PC Mustard PC Spork Kit Mayo PC Spork Kit %%wsvansoncorp.com Spork Kit Milk Spork Kit Milk Milk Milk DAY# 9 DAY# 10 DAY# 11 Summer Saus. loz. Roast Beef 2oz. Ham 1 1/2oz Am.Chz. loz. (2s1) 2 White Bread Swiss Chz. %oz. (lsl) HB Bun Banana HB Bun Fruit Cup %cup Baby Carrots (2oz.) Fruit Cup % cup Orange/Pineapple Juice 1/2c Ranch Dressing PC 100%Fruit Punch % cup Mustard PC Mayo PC Mustard PC Spork Kit Spork Kit Spork Kit Milk Milk Milk Revised 05/10/02 ,ro N L n � � E CD� on � cnYp '1 vaF7n -1 cnF 'intino � v' ry '%nx R � CM1x0 ,� xn0x > � � � 0 pabn 75Arj > Co 75ndyrr� Gd C 74noC '� 7� nb " Z � r � Z `� t�7 � ywomz H trJ7d � E � HC7 y `° � � C� � � � x ,.b � � � Z C) cn cn C� Y c� n D Pi CO CC t rn v) n > n X o Lo LW i LI ,. r4v3 � ;3y o � T � r, 04 T. n p � Pv zn tTi r0 > E7 r > 5r9znoa r0Goowbor x �o x yoxyCDx ()8 -‹ Z � x '1Z � x4x ax '< Wxz y y `d : n 'G "b id 'C alRI '-0 b7 vo ;uCrl y x �' y x � y Zoo r CU xn > N rri co hd 0 'CA G� rn Eg Co -o c b n n > n x to x o Y N p N W N ElO W cn a7 T1 �1cnp 'z7 v� COO `G 'o '17xC/0 Cdbd7� cny � � C? roazaE� o row c 4 ro ° CZ � 4 r" o zztaz > rOz , E�ico n � xedd > 9ri > p › ato Y�z> > Pr pC neicf 7pComx � �tw � � � b › � r x , :7i' H ryyn � � bxz C� z a �C/ 0r () C r� p C 0 cn v' x rrim D2 � y ip 2 b m '� n n a n n torn o • L "' oo L L= 1 444 bdbd ,~d44 ;d " 4y c� 4c S- 4x C� El CD l':; pyrocil zbdrort�-� r0 „ , � p x � px cZcnx � x � � x xY � 4 , m � nC7 � Yrrrl '-'" , G Qi c Po x oic � � on� � � d Z rn C) m n CO o o N yy o N QNi ISO LN J y L � � 'i7 cn y �y �y� HH t-' pxCmxo ° cGnm � 7gt ;vOnd x ;pu �' edz xn � m -r, x o � � C� � y � � 'ux 'IM `" H ,off o nro zx nn0 4 wHt>d . (AHm � D Zrn v� cn -< ox x 17 Cxn b X 07 co tri n c n n r X Pom r - n o oo 0 pri 0 o ti 0 v) o 04 ua rri E o • a� o n O - r I e•. i9 CD 5u aLa o