62
August 14, 2 018 Central Valley Buying Group - Wash Un. HS Marina Navarro 7950 S. Elm Ave. Fresno, CA 93706 Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, Good things S y s co Sysco Central California 136 S. Mariposa Road Modesto, Ca 95354 T 209.527.7700 F 209.522.4655 syscocentralca .com sysco.com Thank you for allowing Sysco Central California the opportunity to bid on 18-19 CVBG Food & Supply Bid for the period of 7/1/2018 to 06/30/2019. We have included on the customer copy additional varieties and cost effective alternatives for you to consider. Items marked as Commodity on our Customer Copy are valid as long as schools have pounds with specified manufacturer. Once pounds run out, schools will no longer have access to Commodity NOI & will be charged Commercial Pricing for remainder of Bid Term. If items on bid have guaranteed pricing that expires before the end of bid term, the expiration date will be noted. New bid pricing for these items will be provided after we have received the renewals from the suppliers. Notification by letter will be sent with new cost and effective dates. In addition, the following criteria may apply: * - Items bid without a manufacturer's price guarantee. MARKET - Items bid as Market will change up or down with the commodity market; however, the margin used is guaranteed through bid term. The items identified on the enclosed bid documents reflect the MARKET price on the date of document completion. P- Produce items are guaranteed by calendar month. In the case of drastic weather conditions around the country we may be forced to implement an Act of God Clause. In the event of this occurrence, we will insure a two week written notice is provided. Written notification of price change will be provided for "" and "P' items. Please note that some items may be bid as special order. These items will require a three week lead time to process. Sysco reserves the right to adjust the pricing on any and all items with a 30 day prior written notification to the customer, defined as a change of more than five percent (5%) of the then-current cost. To assure pricing and accuracy, Sysco Central California requires at least two week notification for pricing implementation and inventory level adjustments. Only Sysco awarded items will be entered into our pricing system, and items not awarded Sysco may not be available at the bid price. If you have any questions, please feel free to contact your Sysco Representative or Summer B. Knight, Bid Manager at (209) 527-7700.

Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

August14,2018

Central Valley Buying Group - Wash Un. HS Marina Navarro 7950 S. Elm Ave. Fresno, CA 93706

Re: 18-19 CVBG Food & Supply Bid

Dear Marina Navarro,

Good things

Sysco Sysco Central California 136 S. Mariposa Road Modesto, Ca 95354 T 209.527.7700 F 209.522.4655 syscocentralca .com

sysco.com

Thank you for allowing Sysco Central California the opportunity to bid on 18-19 CVBG Food & Supply Bid for the period of 7/1/2018 to 06/30/2019.

We have included on the customer copy additional varieties and cost effective alternatives for you to consider.

Items marked as Commodity on our Customer Copy are valid as long as schools have pounds with specified manufacturer. Once pounds run out, schools will no longer have access to Commodity NOI & will be charged Commercial Pricing for remainder of Bid Term.

If items on bid have guaranteed pricing that expires before the end of bid term, the expiration date will be noted. New bid pricing for these items will be provided after we have received the renewals from the suppliers. Notification by letter will be sent with new cost and effective dates.

In addition, the following criteria may apply:

• * - Items bid without a manufacturer's price guarantee. • MARKET - Items bid as Market will change up or down with the commodity market; however, the

margin used is guaranteed through bid term. The items identified on the enclosed bid documents reflect the MARKET price on the date of document completion.

• P- Produce items are guaranteed by calendar month. In the case of drastic weather conditions around the country we may be forced to implement an Act of God Clause. In the event of this occurrence, we will insure a two week written notice is provided.

Written notification of price change will be provided for "" and "P' items.

Please note that some items may be bid as special order. These items will require a three week lead time to process.

Sysco reserves the right to adjust the pricing on any and all items with a 30 day prior written notification to the customer, defined as a change of more than five percent (5%) of the then-current cost.

To assure pricing and accuracy, Sysco Central California requires at least two week notification for pricing implementation and inventory level adjustments. Only Sysco awarded items will be entered into our pricing system, and items not awarded Sysco may not be available at the bid price.

If you have any questions, please feel free to contact your Sysco Representative or Summer B. Knight, Bid Manager at (209) 527-7700.

Page 2: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

Wll!il111dim._0_&.. UNIF STRICT INVITATION FOR BID

'ate Issued: July 25.2018 Washington Unified School District On behalf of

Central Valley Buying Group

CLOSING DA TE: August 15, 2018

All bid inquires must be submitted in writing via email to [email protected] no later than August 1. 2018, The bid documents and all questions and answers will be made public on the WUSD Food Services Department website at http://www.washingtonunified.org/departments/food-services/ under "Central Valley Buying Group", no later than end of business day August 3, 2018.

Sealed bids will be received at the Washington Unified School District (WUSD), 7950 S. Elm Ave., Fresno, California 93 706, until 2:00 p.m. on the "Closing Date" written above, at which time they will be publicly opened and declared, for furnishing:

PURCHASE OF PAPER AND PACKAGING SUPPLIES, FROZEN, CANNED AND DRY FOOD ITEMS LISTED ON THE ATTACHED THREE (3) ESTIMATED USAGE DOCUMENTS

(DATE OF AW ARD THROUGH JUNE 30, 2019) BIDDER'S SURETY IS:

[X] NOT REQUIRED FOR THIS BID.

0 REQUIRED in the amount of -----------------------------------­ \d shall be enclosed with the Bid Proposal.

QUALIFICATIONS: To qualify for consideration, each Bid must be: I. Returned complete and intact on standard bid forms. 2. Physically received no later than the hour and closing date prescribed above. 3. Signed manually by an authorized bidder or company representative. (ORIGINAL ONLY) 4. Returned with signed Suspension and Debarment Certification fonn, page 25, Certification Regarding Lobbying form and

Disclosure of Lobbying Activities form, page 29-30.

INVALIDATION: Failure to comply with the above requirements shall constitute grounds for invalidating the bid, which may be rejected and declared void by the District.

PROPOSAL TO THE BOARD OF EDUCATION OF THE WASHINGTON UNIFIED SCHOOL DISTRICT

Honorable Members: In compliance with the invitation to bid, the undersigned, acting for the firm named, hereby proposes and agrees, if this bid be accepted, to

furnish the items and/or services at the prices quoted opposite each item, within the times indicated, and in accordance with the instructions, eneral conditions, and s ecifications set forth in these bid documents.

FIRM NAME Sysco Central Califor --- Please read these instructions, the

general conditions and the specifications carefully before submitting your bid.

--- Quote Net Delivered prices only. --- Do not include State Sales tax. ..- For further information, email

Marina Navarro at _) [email protected]

By Summer B. Knight Print or Type Name

Address ~--+---------------------

Address Modesto City

Phone (209) 491-7246

Street

CA 95354 State ZIP

Dated 8/8/18

E-mail: [email protected]

Federal Tax ID Number: 94-1460474 DUNS NO, 028688679

Page 3: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

GENERAL CONDITIONS OF THE BID

1. Hereinafter, the word "District" means the Washington Unified School District or its authorized representative. The word "Contractor" means the vendor contractor submitting the bid to provide products or services. For purposes of this document the words "Washington Unified School District" and "District" are interchangeable with the "Central Valley Buying Group" and its members.

2. a. BIDDER'S SURETY: when required by the invitation to bid, shall be in the form of a good and sufficient bid bond, or cashier's check, drawn on a solvent bank in favor of the Washington Unified School District, or cash deposit. If the bidder fails, within ten (10) days after notice of award of contract, to enter into or execute a contract, file a performance bond, or otherwise neglect to comply with the provisions of this bid, the District may retain the bidder's surety as liquidated damages to reimburse the District for expenses in the amount equal to the additional burden and expense, if any, arising from said failure.

3. b. FAITHFUL PERFORMANCE BOND: The successful bidder, hereinafter called "contractor," shall furnish, when required to do so by the provisions of the bid, a good and sufficient bond in a sum as stated in the invitation to bid, as a guarantee that the contractor shall faithfully perform in accordance with all terms and conditions of the contract.

4. BID PREPARATION AND SUBMISSION: Bids received later than the time and date specified in the Invitation to Bid will not be considered. All prices and other notations must be typewritten or written in ink. Changes or corrections must be initialed by the person signing the bid. If the information/unit price is illegible, that item may not be considered for an award.

Bidders must bid separately upon each item, showing unit price and extension. In case of error in computation, the unit price shall prevail.

Bidder shall quote lowest net price, best delivery date, maximum discount terms for prompt payment and make and model of the item offered.

5. BRAND NAMES: Where brand names and models of their "equal" are identified, such reference is not intended to be restrictive but is for the sole purpose of indicating to prospective bidders a description of the articles required. Bids on alternate or substitute items will be considered, provided the bid clearly describes the substitutes offered, and they are equal to the specified item in quality, utility and performance. A sample thereof shall be submitted only when requested to do so. The sample shall be furnished free of cost to the District. It is understood and agreed that the bidder is bidding upon the identical item specified, unless he states specifically in the space provided, the brand or model he offers as the equal of the one specified.

On items to be awarded as a "LOT", all bidders are required to bid on each item listed in the lot. The District reserves the right, however, to accept or reject one or more items in the Lot and to accept partial bids.

1

Page 4: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

GENERAL TERMS & CONDITIONS: (cont'd.)

6. WITHDRAW AL OR CHANGE OF BID: Bids may be withdrawn only by written letter prior to the stated closing time. No change or corrections or withdrawal of bids will be permitted thereafter without written authorization by the District.

7. TRADE-INS & ALTERNATE BID: The District may offer to purchase certain items conditioned on the agreement of the bidder to purchase designated equipment and remove same from the District Warehouse and stating in the bid the amount that may be deducted from the bid price for furnishing the new material, as provided in Paragraphs 39523 and 81454 of the Education Code. Condition of the equipment to be turned in to be "as is". Equipment may be inspected if desired. Bidder may either offer an exchange allowance or an alternate quotation on the same item without trade-in.

Unless otherwise stated, bid specifications call for equipment and supplies that are new and unused, or current manufacture.

)

8. AW ARDS & RESERVATIONS: The District reserves the right to: Reject any and all bids or any part of any bid. Accept any part of the bids at prices quoted, to the best advantage of the District, unless bidder positively limits his bid to "all or none". Waive any informality or irregularity in any bid. Bids are subject to acceptance within sixty (60) days of closing date, and bids shall remain irrevocably in effect for 60 days after bid closing date. A written purchase order mailed, or otherwise furnished, to the contractor results in a binding contract without further action by either party.

9. DEFAULT BY CONTRACTOR: The District shall hold the contractor responsible for any damage which may be sustained because of the failure or neglect of the contractor to comply with any term or condition listed herein or in the purchase order, it being specifically provided and agreed that time shall be the essence of the contract delivery requirements.

If the contractor fails or neglects to furnish or deliver any of the materials, supplies or services listed herein at the prices named and at the time and places herein stated or otherwise fails or neglects to comply with the specifications and other tenns of the contract, the District may, upon written notice to the contractor, cancel the contract in its entirety or cancel or rescind any or all items affected by such default, and may, whether or not the contract is cancelled in whole or in part, purchase the materials, supplies or services elsewhere without notice to the contractor. The prices paid by the District at the time such purchases are made shall be considered the prevailing market prices. Any extra cost incurred by such default may be collected by the District from the contractor and the surety on the performance bond, if any.

10. ASSIGNMENT: No contract awarded under this proposal shall be assigned except with the District's written approval.

2

Page 5: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

GENERAL TERMS & CONDITIONS: (cont'd.)

11. SAFETY AND LEGAL REQUIREMENTS: All materials, equipment or supplies referred to in the bid shall be in full compliance with the safety orders and regulations of the Division of Industrial Safety of the State of California, the minimum standards of O.S.H.A. and all other laws and ordinances applicable thereto.

Motor-driven or shock-hazard machinery and appliances must have a 3-wire cord (grounded) and 3- prong plug. If the item is "double insulated" and so certified by U.L., grounding is not necessary.

12. PAYMENT AND CREDITS: Payment will be made only to the firm name written on the quotation and will not be made on partial shipments unless authorized in writing by the District.

All cash discount (prompt payment terms) shall be taken and computed from the date of acceptance of material or the date of receipt of the invoice, whichever is later.

Contractors will deliver one copy of invoice with the goods and mail one copy promptly to the Washington Unified School District, Attn: Accounts Payable, 7950 S. Elm Ave,, Fresno, California 93706.

Invoices are to be pre-printed with vendor name and distinctly numbered on a uniformed invoice form. Items, item description, product code numbers, quantities, unit cost, extended amount for each item submitted on the bid. The District purchase order number, as used, must be shown on each invoice. All invoices must be numbered with a distinct number. All credits must be issued on

) a separate memo/invoice.

The District desires to pay vendors within a 30-day period. Terms less than 30 days will not be considered unless an appropriate discount is available for early payment. Terms less than 30 days will automatically be interpreted as net 30. Vendor is encouraged to offer discount for prompt payment. However, the award of this bid will be determined on the lowest most responsive bid regardless of prompt payment terms offered.

13. WARRANTY: Period shall begin on the date that the article is placed in service by the user. Each bidder shall state in writing the warranty on parts, labor and travel costs, when applicable.

14. PERMITS AND LICENSES: The contractor and all of his employees or agents shall secure and maintain in force such licenses and permits as are required by law, in connection with the furnishing of materials, articles or services herein listed.

15. CONTRACT DOCUMENTS: The complete purchase agreement includes but not limited to the following documents: The advertisement for bids (when required), the bid and purchase order conditions, the specifications and drawings, the bid of the supplier and its acceptance by the District, the purchase order, perfonnance guarantee, and all amendments thereto. Any of these documents shall be interpreted to include all provisions of the other documents as though fully set out therein.

3

Page 6: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

GENERAL TERMS & CONDITIONS: (cont'd.)

16. FORCE MAJEURE CLAUSE: The parties to the contract shall be excused from performance there under during the time to the extent that they are prevented from obtaining, delivering or performing by act of fire, strike, loss or shortage of transportation facilities, lockout, or commandeering of materials, products, plants of facilities by the government, when satisfactory evidence thereof is presented to the other party, provided that it is established that the non-performance is not due to the fault or neglect of the party not performing.

17. COLLUSION STATEMENT: The above signed hereby certifies that this bid is genuine and not collusive or made in the interest or behalf of any person not herein named, and that the above signed has not directly or indirectly induced or solicited any other Bidder to put in collusive bid or any other person, firm, or corporation to refrain from bidding, and the above signed has not in any manner sought by collusion to secure for himself an advantage over any other Bidder.

)

18. ASSIGNMENT BY BIDDER: Assignment by Bidder to purchasing body rights under federal law arising from purchase pursuant to bid:

In submitting a bid to public purchasing body, the Bidder offers and agrees that if the bid is accepted it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 commencing with Section 16700) or part of Division 7 of the Business Professions Code arising from purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the Bidder.

The preceding provisions of this section shall be included in full in any specification for the public purchase and shall be included in full in the bid agreement or general provisions incorporated into the bid agreement.

19. COPIES OF BID: Due to the cost of materials and distribution, the Washington Unified School District has posted the original bid on the District website www.washingtonunified.org from which the contractor may obtain bid documents to complete and return to the District as contractor's original bid proposal. NO COPIES ARE ACCEPTED

20. AFFIRMATIVE ACTION/EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER: The Washington Unified School District is an Affirmative Action/Equal Employment Opportunity Employer, and in accordance with applicable state and federal law does not discriminate in any employment practice on the basis of age, ancestry, color, marital status, medical condition, national origin, political or union affiliation, physical or mental disability, race, religion, sexual orientation, or sex. This policy of affording equal employment opportunities to all persons is in keeping with provisions of Title VII and Title IX amendments of the United State Code which protect persons against discrimination.

4

Page 7: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

GENERAL TERMS & CONDITIONS: (cont'd.)

21. FAIR EMPLOYMENT PRACTICES: In the performance of this Contract, the Contractor will not discriminate against any employee or applicant for employment because ofrace, color, religion, ancestry, sex, age, disability, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, ancestry, sex, age, condition of disability, national origin or other prohibited reason. Such action shall include, but not limited to, the following: employment, promotion, 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 shall post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of the Fair Employment Practices Section.

The Contractor will permit access to their records of employment, employment advertisements, application forms, and other pertinent information and records by the Affirmative Action/Title IX Programs Section for the purposes of investigation to ascertain compliance with the Fair Employment Practices Section of the Contract.

O

22. PREPARATION OF BID: Before submitting a bid, the Bidder shall thoroughly familiarize themselves with all Tenns and Conditions of the Contract Bid Form, and any addenda issued before the Bid Closing. Such addenda shall form a part of the Bid and shall be made a part of the Contract Documents. It shall be the Bidder's responsibility to ascertain that their bid includes all addenda issued prior to the Bid Closing. Bidder should review carefully, information provided, to insure that they are thoroughly familiar with all the requirements, conditions and cost implications that will exist if a contract is awarded to them.

The Bidder must satisfy themselves by personal examination and by such other means as they may prefer as to the actual conditions and requirements under which the service must be performed. If under inspection and examination by the Bidder there are any existing conditions or requirements of the service which are not completely understood by the Bidder, they shall contact the District at the telephone number and/or email address listed on the cover page for such information that the District representative may have.

Bidders are expected to examine the specifications and all instructions of the bid. Failure to do so will be at the Bidder's risk. Each Bidder shall furnish the information required by this bid. The Bidder shall print or type his/her name on the bid and each continuation sheet on which he/she makes any entry. Erasures and other changes must be initialed by the person signing the bid. VENDOR TO COMPLETE AND SUBMIT THE INCLUDED CERTIFICATION REGARDING DEBARMENT AND SUSPENSION AND LOBBYING ACTIVITIES WITH THIS BID

5

Page 8: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

GENERAL TERMS & CONDITIONS: (cont'd.)

23. APPROPRIATION OF FUNDS: In the event funds for any specific item are not appropriated, the District reserves the right not to purchase any or all of the total quantities shown in this bid. Any order issued as a result of this solicitation is contingent upon the availability of appropriated funds. If funds do not become available or withdrawn, the District reserves the right to cancel any order. The District will make every attempt to purchase as indicated to the best of its ability.

24. BASIS OF AWARD: Award(s) will be made based upon the "Lowest Net Cost and Best Value" provided the minimum requirements are met and the products and services are acceptable. The unit cost submitted must be as unit requested (i.e. case, pounds, portion, dozen, etc.). The District will make conversions and computations if necessary. Unit cost bids should include any delivery charge (F.O.B. Destination).

25. METHOD OF AW ARD: This is a request for firm prices for products and services required for use by District. Please submit quotations on items to be furnished on the attached sheets in accordance with all conditions and specifications. BIDDER MUST SPECIFY ALL INFROMA TION REQUSTED ON ATTACHED PRODUCT LIST.

It is the intent of the District to award contract(s) "Individually," "As a Whole," or "In Any Combination," whichever would be in the best interest of the District. A ward is contingent upon timely compliance with all Bid Conditions and Specifications which must be satisfied prior to beginning of service under the Contract.

As a result of the bid, the Contract(s) will be awarded according to the authority granted the District under California Law ( e.g. the Public Contract Code, Education Code, and Government Code). *AW ARDS ARE NOT BASED SOLELY ON THE LOWEST COST BID. In addition to the lowest cost, the Bidder must be capable of compliance with all other Specifications and Bid Conditions required by the District as indicated in this bid to be eligible for an award. The District reserves the right to reject any and all bids or any part of any bid. The District also reserves the right to accept any part of the bid at prices quoted, cancel individual items or lots, remove items from a lot, and award to the low responsive Bidder when it's to the best advantage of the District, unless Bidder positively limits his bid to "all or none."

Qualifications of bid with a requirement by Bidder for any minimum order other than as specified in this bid may be cause for rejection of Bidder's entire bid.

Any remark, additions, amendments, or exceptions attached (by the Bidder) to the bid, which conflicts with terms and conditions herein, may cause it to be deemed "non- responsive."

26. CONTRACT TERM/PRICING: The term of this contract shall be as specified on page one. If mutually agreed, the start date of the contract to begin immediately after notification of award. Prices shall remain firm for this period. The District intends to award to the lowest responsive Bidder.

6

Page 9: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

GENERAL TERMS & CONDITIONS: (cont'd.)

If mutually agreeable, the District reserves the right to consider the extension of this contract for two (2) additional one year (1) periods. Time of such extension to begin the day after the end of the initial term of this contract and will end a full one ( 1) year period thereafter. 1n addition, the District reserves the right to further extend this contract to the extent allowed by law. Factors that would influence the District in exercising this option would be satisfactory measurement of local market conditions, satisfactory service being rendered by contract holder, and the amount of any increase in price and other appropriate factors.

Bid prices that are subject to increase for each period shall be based upon percentage increase or decrease in the annual Consumer Price Index (C.P.I.) for all urban consumers.

The adjustments to the contract rate (prices) schedule, if any, shall be evaluated by using the percentage of change between the previous year and the current year's Consumer Price Index published by the U.S. Department of Labor's Bureau of Labor Statistics. The specific index to be reviewed is the C.P.I. for California - All Items Less Shelter.

)

All requests for rate adjustments must be requested by the Contractor in writing no later than sixty (60) days prior to the end of each annual contract period. An explanation citing the rationale for price increase must be included in such correspondence.

It is expressly understood that rate increases are not automatic nor guaranteed. Contractors' request to increase the current rate schedule will be evaluated and considered when such adjustments are requested. The District reserves the right to reject any such request and re-bid and/or cancel said contract within the provisions of the existing agreement. All increases are subject to negotiation between the Contractor and the District.

Percentage basis to be used when evaluating any request for rate adjustments. For information on the Consumer Price Index, contact the Bureau of Labor Statistics at (202) 691-5200 or visit www.bls.gov/cpi/.

27. QUALIFIED BIDS: The District hereby notifies all Bidders that they are advised not to restrict their bids to minimum shipment (either quantity or dollar amount) on any item on this bid.

28. VENDOR SELECTION: The District specifically reserves the right to evaluate, in its absolute discretion, the total bid of each Bidder so as to select the company which will best serve the needs of the District, thus ensuring that the best interest of the District and its tax paying public will be served. The School District reserves the right to inspect the facilities of the Bidder prior to award of contract, and, if the District determines, after such inspection, that the Bidder is not capable of performance satisfactory to the District, the bid will not be considered.

29. BIDDER'S PAST PERFORMANCE: A Bidder may be ruled "Non-Responsive"/"Non-Responsible" based upon Bidder's unacceptable past performance which may include but not limited to: late deliveries, partial deliveries, delivery

7

Page 10: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

GENERAL TERMS & CONDITIONS: (cont'd.)

of wrong materials, products not meeting specifications, providing incorrect prices, invoicing r problems, default, etc.

30. POINTS-BASED INCENTIVE PROGRAMS: Any points-based incentive programs or the like, submitted by a bidder as part of their bid, will not be considered in the bid evaluation criteria. However, if offered during the course of the contract agreement, the District may consider the incentive program if it is deemed to benefit the District. Incentives are defined as points and/or gifts earned on purchases.

31. PRICE GUARANTEE: Prices are maximums for the period of the contract. In the event of a price decline, or should you sell the same materials under similar quantity and delivery conditions to the State of California, or any County, Municipality or Legal District of the State of California at prices below those bid herein, such lower prices are to be immediately extended to the District.

)

32. ESTIMATED DISTRICT REQUIREMENTS: The quantities listed in the bid are estimates only based on previous usage and are not a guarantee of actual quantities to be purchased. The District reserves the right to purchase additional quantities for any item listed herein to meet the needs of the District.

The District reserves the right to purchase items that are urgently needed by the District from other than the Contractor such items that are not readily available from the Contractor. The District reserves the right to accept USDA Donated Commodities to the District by any agency of Federal, State, or Local government, during the tenn of this contract, notwithstanding any other conditions contained herein. Such offering may affect the quantities purchased. The District reserves the right to purchase less or more or none of the quantities for any item listed herein.

33. DELIVERY REQUIREMENTS AND LOCATION: Time is hereby declared to be of the essence in this contract. Time and manner of delivery are essential factors in proper performance under the contract.

Vendor must notify the District at least two (2) days prior to delivery of an order of any changes to the order.

All articles, unless otherwise specified, must be delivered, ready for use, F.O.B. to the delivery location specified at the time of purchase. Possible delivery locations are listed at www.washingtonunified.org/schools and also include the Washington Unified School District, 7950 S. Elm Ave. Fresno CA 93706 and all members of the Central Valley Buying Group, in quantities and within the time specified by the purchase order. No equipment shall be accepted knocked-down; all equipment shall be assembled prior to (or within three days after) delivery; and all costs, including drayage, freight, pallets, and packaging, which shall be included in the item unit cost. No separate charges for the preceding will be allowed nor paid by the District and must include a detailed delivery/packing slip. All delivery and freight charges are to be included in the bid price. All articles shall be subject to inspection and acceptance or rejection by the District.

8

Page 11: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

GENERAL TERMS & CONDITIONS: (cont'd.)

All deliveries are to be made between the hours of 6:00 A. M. and l :00 P.M., Monday through '' Friday, except for scheduled District holidays. A District calendar is available upon request.

ALL DELIVERIES MUST BE PALLETIZED WITH A MAXIMUM HEIGHT NOT TO EXCEED 61", NO DOUBLE-STACKED. FAILURE TO COMPLY WITH THESE REQUIREMENTS SHALL BE CAUSE FOR REJECTION OF DELIVERY AND RETURN TO VENDOR AT VENDOR'S EXPENSE. ALL COSTS FOR PALLETIZING SHALL BE INCLUDED IN UNIT PRICE. FAILURE TO COMPLY WITH THE REQUIREMENTS LISTED ABOVE MAY BE CAUSE FOR REJECTION OF DELIVERY AND PRODUCTS SHALL BE RETURNED TO VENDOR AT VENDOR'S EXPENSE.

34. ORDERS AND ONLINE FOOD ORDERING SYSTEM In an effort to expedite orders and maintain accuracy, the District is interested in an online food ordering system through a web page or computer application program. Bidder is encouraged to include information regarding their online food ordering system with their bid packet if available.

Orders may be placed by email or phone or website by the District for merchandise as required. Confirmation of receipt of order will be requested. Merchandise shall only be shipped as requested. Automatic deliveries will not be accepted.

The District has the right to order at the price, term, and conditions in effect at any time prior to the expiration date of the agreement.

) The Vendor to allow the District at least two (2) business days prior to delivery of an order, to make any modifications or cancellation of an order.

A vendor's delivery record will be seriously considered in the awarding of future bids.

35. BRAND, PRODUCT CODE NUMBER, & PACK SIZE: Bidders are to indicate in the space provided on the bid sheets the brand name and product code number of each product and pack size if different than specified. Once brands, product code number, and pack sizes have been established in a contract as submitted in this bid, the successful vendor is expected to maintain those brands, product code numbers, and pack sizes. Any changes must be approved by the District before acceptance of substitutes or alternates.

36. PRODUCT SUBSTITUTION/MANUFACTURER'S REFORMULATION OF PRODUCTS: This contract does NOT allow for substitutions, brand change, or reformulation of any product without written authorization by the District. If during the course of the contract there is a manufacturer's brand change or reformulation of the product, the Contractor/Manufacturer representative shall not automatically substitute product. Contractor must submit notification of any changes made to the product to the District email. Contractor shall submit product specification sheet, Product Formulation Statement, Nutrition Facts, and/or sample upon request for approval consideration prior to any future shipment.

BRAND CHANGE/

.O

9

Page 12: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

GENERAL TERMS & CONDITIONS: (cont'd.)

If the new/reformulated product is acceptable, all current terms, conditions, and prices shall remain in effect. Unauthorized substitutions or reformulated product delivered without prior written approval by the District may be returned to Contractor at Contractor's expense. Payment will not be processed for unauthorized substitutions or reformulation. Substitutions or reformulated product is subject to the Buy American Provision and the Choose California Produce Act.

)

37. PRODUCT SPECIFICATIONS: The specifications outlined herein represent the minimum acceptable quality for products requested. A CN Label (when applicable), Product Specification Sheet, Product Formulation Statement (PFS), Nutrition Fact Sheet with ingredient list and product serving information, certification letter identifying the state and the country of origin and a copy of the case label must be provided upon request for each item submitted in the bid including the specified brand and code number, and must be provided within five (5) working days from date ofrequest. Product Specification Sheet must include the product name, code number, a CN Label (when applicable) or PFS, manufacturer, signature of a company representative, and a date.

PFS must have the information necessary to confirm manufacturer's statement regarding product's component contribution toward the reimbursable meal. It must include product name, product code number, serving size, type and weight of creditable ingredient using the Food Buying Guide, printed name, signature, and title of the company representative certifying that the information on the PFS is true and correct, and date signed.

The District utilizes a computer software program to analyze the nutrient content of student meals. Manufacturers, distributors, and importers are expected to comply and remain current with legal requirements for food labeling, including Nutrition Facts, by Food and Drug Administration (FDA) and are responsible for assuring validity of a product label's stated nutrient values. The Contractor will therefore be required to provide product specification sheet, Product Formulation Statement (PFS) with accurate nutrient information and/or (Child Nutrition) CN label. The nutritional information must be certified by the R&D Director to be true and correct.

The following information will be required from the manufacturer: ingredient list, serving size, weight (g), calories (kcal), trans fat (g), carbohydrate (g), protein (g), total fat (g), saturated fat (g), cholesterol (mg), sodium (mg), iron (mg), calcium (mg), vitamin A (LU.), vitamin C (mg), vitamin D (LU.), fiber (g), potassium (mg), sugar (g), thiamin (g), riboflavin (mg), niacin (mg), vitamin B6 (mg), and folic acid (mcg).

38. SCHOOL NUTRITION PROGRAM REQUIREMENTS : When information regarding the School Nutrition Program is requested in the following specifications, refer to the Food Buying Guide for School Meal Programs by FNS of USDA to determine the meal requirements and equivalents met by each food item. For current information and updates, visit USDA Food Buying Guide for School Meal Programs at: http://www.fns.usda.gov/tn/food-buying-guide-school-meal-programs

10

Page 13: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

GENERAL TERMS & CONDITIONS: (cont'd.)

39. PACKAGING/SHELF LIFE: ' Packages shall be so constructed as to insure safe transportation to point of delivery. Packaging

should minimize breakage and maintain freshness. CASES SHOULD BE CLEAN. SOILED AND DAMAGED CASES WILL NOT BE ACCEPTED. Only new cartons shall be used for packaging. No previously used cartons shall be used for packaging. Unless otherwise stated within the specification of each individual item, shelf life to be within reasonable standards for all items and may be designated upon purchase of specific items if necessary. "Closed Dating" is a code that consists of a series of letters and/or numbers applied by manufacturers to identify the date and time of production. If 'Closed Dating' is used, then key must be made available prior to the first delivery. The District prefers the use by date to be on the case and not printed on the individually wrapped product. No selling prices are to appear on any item delivered.

All packaging materials are subject to the approval of the Nutrition Services Branch. All cases must be new.

40. STORAGE FACILITY SANITATION REQUIREMENTS: The District has pest control procedures in place at all of its storage facilities for food items and related products. In order not to compromise these procedures, any product delivered under this contract must have an audit trail that clearly demonstrates appropriate handling and storage practices. This will include providing proof of established sanitation procedures and an active pest control program to assure proper sanitary condition exist.

) Additionally, should the Contractor change physical locations in which the product to be provided to the District is manufactured and/or stored, the Contractor shall notify the District prior to such move. The plant facilities of the successful Bidder shall be accessible at all times of normal operation to inspection by a representative of the District.

All products shall be produced and handled in accordance with applicable sanitary practices. Manufacturing and processing plants shall meet the standards of sanitation as determined by the Fresno County Health Department, State of California, USDA and FDA as applicable.

41. THE BUY AMERICAN PROVISION: Section 104(d) of the William F. Goodling Child Nutrition Reauthorization Act of 1998 requires that schools and institutions participating in the School Nutrition Programs in the contiguous United States to purchase, to the maximum extent practicable, domestic commodities or products for the use in meals served under the programs.

The legislation defines "domestic commodity or product" as one that is produced in the United States and is processed in the United States, substantially using agricultural commodities that are produced in the United States as defined in 7 CFR 210.21 ( d). Substantially means over 51 percent of the final processed product (by weight or volume) must consist of agricultural commodities that were grown domestically. Thus, for foods that are unprocessed, agricultural commodities must be domestic, and for foods that are processed, they must be processed domestically using domestic agricultural components that are comprised of over 51 % domestically grown items, by weight or volume.

11

Page 14: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

GENERAL TERMS & CONDITIONS: (cont'd.)

For products procured by the District for use in the Child Nutrition Program using nonprofit food service account funds, the product's food component is considered the agricultural commodity. Food component is defined as one of the food groups which comprises reimbursable meals. The food components are: meats/meat alternates, grains, vegetables, fruits, and fluid milk. Please refer to USDA 7 CFR 210.2 for full definitions.

Exceptions to the Buy American provision are very limited; however, an alternative or exception may be approved upon request. Information regarding exceptions and the Buy American memo, SP 38-2017, can be found at: https://www.fns.usda.gov/school- meals/compliance-enforcement­ buy-American.

42. COMPLIANCE WITH THE BUY AMERICAN PROVISION: To ensure compliance with the Buy American provision, the District requires that bidders submit a certification of domestic origin for all the components of the products submitted with their bid. And if available, bidder to submit a copy of the case label that identifies the state and the country of origin.

The District may deem a bid as "unresponsive" and ineligible for contract award if certification and/or case label are not included with their bid. Furthermore, should the bidder be awarded a contract, contractor will be required to identify the country of origin for each item listed on the contractor's packing list/bill oflading and on contractor's invoice. Noncompliance with the terms and conditions of the contract award and with the Buy American provision may result in contract cancellation.

) 43. CHOOSE CALIFORNIA PRODUCE ACT: In compliance with Chapter 7 Part 1 of Division 21 of the Food and Agricultural Code, where price, fitness, and quality being equal, the District will give preference to supplies and produce that is grown, manufactured or produced in the state of California.

The District requires all bidders to provide information of where the supplies and produce is grown, manufactured or produced for each item submitted on the bid. The District may deem a bid as "unresponsive" and ineligible for contract award for failure to include this information with their bid.

Information on Assembly Bill No. 822 regarding Choose California Produce Act can be found at: http://leginfo.legislature.ca.gov/faces/billTextClient.xhtml?bill_id=201720180 AB822.

44. DISCONTINUANCE OF SERVICE: The District reserves the right to discontinue service of all or any portion of this contract for any reason determined by the District to be detrimental to the health and welfare of students and school personnel and to hold the Contractor in default.

Additionally, products furnished under this contract, which fail to maintain their standard of quality, will be immediately removed from this contract and the Contractor may be required to supply an acceptable product at no increase in cost to the District.

12

Page 15: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

GENERAL TERMS & CONDITIONS: (cont'd.)

45. CONTRACT CANCELLATION PROVISION: ') All Terms and Conditions including pricing are firm for the duration of this contract. This

agreement may be cancelled by the District upon thirty (30) days written notification of intention to cancel the agreement.

Upon notification, the District has the right to order at the price, term, and conditions in effect at any time prior to the effective date of the cancellation of the agreement and required delivery of the items so ordered.

46. PIGGYBACKABLE BID CLAUSE: Pursuant to Section 20118 of the Public Contract Code, other public entities through the State of California may purchase identical items directly from vendor at the same unit prices subject to the same terms and conditions of this bid document to acquire the items awarded herein. The District waives it's right to require other public entities/ subsequent piggyback users to draw their warrants in favor of the district or make notification of the use of this bid, and authorizes each public entity to make payment directly to the successful Bidder. Products and services offered within this contract may be accepted or rejected, all or in part, at the sole discretion of the CONTRACTOR upon subsequent use(s) of the agreement.

47. APPLICABILITY: These terms and conditions are incorporated as requirements for all items listed in the bid form, in addition to the individual specified description for each separate item.

)

13

Page 16: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

Participating School Districts and Schools in the Central Valley Buying Group are as follows:

5 • •

• •

• • •

• • • •

) • • • • • • •

• • • •

• • • • • •

O •

Alvina Elementary Coalinga Unified School District Coalinga High School Huron Elementary School Sunset Elementary CA Coalinga USO Warehouse Kerman Unified King's River School Kit Carson School Lammersville Elementary Bethany Elementary Frontier Elementary Pine Ridge School SCCA Redwood Campus Burton Elementary School Sierra Pacific High School Malaga School Lemoore CDC Mark Twain School Marshall School

Corcoran Tech Learning Center Questa Elementary School Family Learning Center Monroe Elementary Washington Union Athletic Washington Union ASB Hanford High School Athletic Hanford High ASB SCA Lombardi- Burton Burton Middle School Pathways Hanford West Huskies Orange Center School John Muir School

WU-American Union Elementary Monson Sultana School Brete Harte School

Burrel Elementary SC Jim Maples Academy

Caruthers High School Caruthers Elementary School Sutter Middle School Hanford West Huskies Kerman Unified ROP Pioneer School Traver Elementary

West Park Elementary West Hills College Pacific Union Elementary Hanford High School Washington Union High School Fowler High School Lemoore Child Development

• El Nido School District • West Hills College Firbaugh Pioneer Middle

School Freemont School Fowler Freemont School

• West Hills College Avenal Hanford High School • Hanford High West • West Hills College Day Care Brete Hart High

School Wicklund Elementary • SCA Mathew • West Fresno School District Hanford West ASB

Huskies American Union ASB • Raisin City School Washington Union High

School West Side School • Woodville Elementary School

Page 17: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

California Department of Education Child Nutrition and Food Distribution Division

School Nutrition Programs Unit April 1998

SUSPENSION AND DEBARMENT CERTIFICATION U.S. DEPARTMENT OF AGRICULTURE

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

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

This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 7 CPR Part 3017, Section 3017.510, Participants' responsibilities. The regulations were published as Part IV of the January 30, 1989, Federal Register (pages 4722 4 733). 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 debannent, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency.

(2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

Washington Unified School District/Central Valley Buying Group Name of School Food Authority

Potential Vendor or Existing Contractor (Lower Tier Partici

Summer B. Knight Contract Bid Manager Printed Name Title

8/8/2018 Date

DO NOT SUBMIT THIS FORM.RETAIN WITH THE APPLICABLE CONTRACT OR BID RESPONSES.

G:SNP:DEBARMENT

Page 18: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

INSTRUCTIONS FOR CERTIFICATION

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

2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later detennined 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.

) 6.

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.

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.

. _)

Page 19: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

CERTIFICATION REGARDING LOBBYING

CERTIFICATION FOR CONTRACTS, GRANTS, AND COOPERATTIVE AGREEMENTS

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 congress, or an employee of a

member of congress in connection with the awarding of any federal contract, the making of any Federal

grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension,

continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative

agreement.

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

influencing or attempting to influence any officer or employee of an agency, a member of congress, an

officer or employee of congress, or an employee of a member of congress in connection with this Federal

contract, grant, loan, or a cooperative agreement, the undersigned shall complete and submit Standard

Form-LLL, Disclosure Form to Report Lobbying, in accordance with its instructions.

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

for all sub-awards at all tiers (including sub-contracts, sub-grants, and contracts under grants, loans and

cooperative agreements) and that all sub-recipients shall certify and disclose accordingly.

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $ I 00,000 for each such failure.

By Date: -> -IS ..,,, ,4,aatasssae bas Aoaoraa u s, cs»nay By {olh Date: b1.12

(Signature of Official (Chief Financial Officer) Authorized to Sign Contract)

For Sysco Central California Name of Company

Page 20: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

DISCLOSURE OF LOBBYING ACTIVITIES Complete this form to disclose lobbying activities pursuant to 31 US.C. 1352 (See reverse for public burden disclosure)

I. Type of Federal□ 2. Status of Federal Action: □ 3. Report Type: □Action: a. Bid/offer/application a. Initial filing a. Contract b. Initial award b. Material change b. Grant c. Post-award c. Cooperative Agreement FOR MATERIAL CHANGE ONLY: d. Loan e. Loan Guarantee YEAR: QUARTER f. Loan Insurance

4. Name and Address ofRepo□ Entity: 5. If Reporting Entity in No. 4 is Subawardee, Enter Name D Prime Subawardee and address of Prime:

Tier, if known

Congressional District, if known: Congressional District , if known:

6. Federal Department/Agency: 7. Federal Program Name/Description:

CFDA Number, if applicable:

8. Federal Action Number, if known: 9. Award Amount, if known:

$

10. a. Name and Address of Lobbying Entity 10. b. Individuals Performing Services (including address if (if individual, last name, first name, MI) different from No. I 0a)

(last name, first name, Ml)

(attach Continuation Sheet(s) SF-LLL-A, if necessary)

I 11. Amount of Payment (check all that apply): 12. Type of Payment (check all that apply): D] Retainer

$ D] actual □ planned [] One-time fee [] Commission

13. Form of Payment ( check all that apply): [] Contingent fee [] Deferred

0 Cash 0 Other; specify: 0 In-kind; specify: Nature Value

14. Brief description of services performed or to be performed and date(s) of service, including officer(s), employee(s) or member(s) contacted, for payment indicated in No. 11:

(Attach Continuation Sheets(s) SF-LLL-A, if necessary)

15. Continuation Sheet(s) SF-LLL-A attached: □ Yes □ No

16. Information requested through this form is authorized by title 31 U.S.C. section 1352. This disclosure of lobbying activities is a Signature: material representation of fact upon which reliance was placed by the tier above when this transaction was made or entered into. Print Name: This disclosure is required pursuant to 31 U .S.C. section 1352. This information will be reported to the Congress semi-annually Title: and will be available for pu lie inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of Telephone No. (_} Date: not less than $10,000 and not more than $100,000 for each such failure.

Federal Use Only: Authorized for local reproduction Standard form - LLL

Page 21: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

O ? 2018-2019 WASHINGTON UNIFIED SCHOOL DISTRICT INVITATION FOR BID (IFB) PROJECTED USAGE DOCUMENT

e

I

The 'Buy American' provision must be followed. Please mark the box to verify that each BID item meets this procurement standard. Items must satisfy USDA, CDE requirements and/or be Smart Snack Compliant

Items should be the same, or equivalent, to the products listed under the preferred manufacturer and description. [ Complete the columns under the green headings.

Product of List New UstNew Ust Ust 2018-19 LINE# QTY Pack Size Description USA Y/N Manufacture Name Manufacture Code Pack Unit Size Price 1 5945 4/125 CT TRAY FOAM SLT 5COMP SUPRGAP SYS CLS YTH1S500SGBX 4 125 CT 19.47 2 4616 1000/£ACH KIT CUTLERY SCH L SPORK NAP STW PACKER 1000 EACH 11.72 3 2056 500/EA TRAY PAPER FOOD CHILD NUTRI AMPLE 08950582 500 EA 17.63 4 249 500/8 5/8 TRAY PAPER CARRY SNAP UP BONITA 500 8 5/8 29.96 5 226 1/500 CT BAG PAPER BRN 8# SYSCO 17810SYS 1 SOOCT 11.96 6 205 1/lOOOCT LINER PAN QUILLION TRTD 16X24 SYSCO 019010SYS 1 lOOOCT 50.03 7 175 20/50 CT CUP PAPER HOT WHT 8 OZ SOLO 378W-2050 20 50CT 27.55 8 161 500/#2 TRAY FOAM WHT 8.25X5.75X1 1/16 GENPAK W1002 500 #2 31.86 9 141 20/50CT CONTAINER FOAM RND WHT SQT 80Z SYSCO 3291143 20 SOCT 38.45 10 138 10/144CT HAIRNET NYLON LG DKBRN LT WGT SYS CLS 305113001 10 144CT 112.83 11 105 1/250CT BAG PLAS RECLOSE GAL XX-HEAVY SYS CLS 304985530 1 2SOCT 43.12 12 94 100/33 GAL LINER REPRO 33X39 1.SML BLK SYS REL X6639AKSX01 100 33 GAL 17.45 13 93 1/2000CT SPOON PLAS PP WHT MEDWT STDLNG PRAIRIE YFWSW2CH 1 2000CT 18.72 14 91 200/32 oz CONTAINER PLAS HNG CLR 7X6X3 GENPAK AD32 200 32 oz 65.49 15 85 1000/EA BAG FOIL SNOW 6X.75 X6.75 MCNAIRN 321601 1000 EA 61.44 16 75 10/100CT LID PLAS VENT 8/12$J/5/8/10B20 DART 20JL 10 lOOCT 22.55 17 75 12/200CT CUP PLAS PRTN TRANS 40Z SYS REL YS400SYS 12 200CT 29.79 18 64 150/9X9X3 CONTAINER FOAM HNG 3 COMP DTAB SYSTRNZ YHLW09S3ADEC 150 9X9X3 13.44 19 63 12/200 CT FOIL SHEET 12X10.75 SILVER SYS CLS W69370 12 200CT 51.89 20 63 10/250 CT CUP SOUFFLE PAPR l.2SZ BX PLT SYS CLS 125HSY-2050 10 2SOCT 27.91

21 61 1000/CT SPORK PLAS PP WHT MED WT PRAIRIE YFWQWCH 1000 CT 6.77 22 60 1/18IN FOIL ALMN ROLL HVY WGT 1000 FT SYS CLS W69323 1 18IN 41.19 23 57 1/1200C1 FILM PVC ROLL PERF 14X14 REYNOLD 937S 1 1200CT 21.29 24 56 40/25 CT CUP FOAM 8 OZ SYSCO 88829 40 25 CT 20.74 25 56 1000/CT FORK PLAS WHITE MED WT PP NUTRBON 3540 1000 CT 7.38 26 56 500/3 LB TRAY PAPER RED PLAID 3LB MPK FDS 500 3 LB 18.24 27 55 S00/6X6X3 CONTAINER PLAS CLR HNG 1C 6IN DART C57PST1 500 6X6X3 46.32 28 52 1000/2 LB TRAY PAPER RED PLAID 2LB MPK FDS 1000 2 LB 21.27 29 51 10/100 CT GLOVE VINYL FDSRV PWDRFREE MED SYS CLS 304362812 10 100 CT 49.03 30 51 1/500 CT BAG PLAS RECLOSE SNOW 6.SX6 SYS CLS 304985511 1 500 CT 26.30 31 51 1000/CT SPOON PLAS WHT MEDHVY MDLNGTH SYS CLS YMWSWSYS 1000 CT 16.13 32 so 500/1202 CONTAINER FOAM RND WHT SQT1202 SYSCO 3291218 500 1202 23.49 33 49 1/12IN * Fl LM PVC ROLL 2000FT SYS CLS 9062 1 121N 9.14 34 48 1/18" FOIL ALMN ROLL HVY WGT 500 FT SYS CLS W69328 1 18" 23.37 35 48 150/9X9X3 CONTAINER FOAM HNG 3C DBL TAB SYS CLS YTD199S30000 150 9X9X3 10.73 36 48 1000/1 LB TRAY PAPER RED PLAID lLB MPK FDS 1000 lLB 17.86 37 48 8/63 CT LID PLAS FLAT F/ 8-16Z PRSENT DART C16BL 8 63 CT 95.53 38 47 100/40-45G LINER REPRO 40X46 1.5 ML BLK SYS REL X8046AKSX01 100 40-45G 24.88 39 47 504/1602 BOWL PLASTIC PRESENTA CLR DART C16B 504 1602 79.26 40 46 1000/802 BOWL FOAM WHITE 80Z DART 8B20 1000 80Z 38.53 41 45 4/250CT TRAY FOOD PAPR lLB SYSTRNZ DlTTDZ 4 2SOCT 22.46 42 44 10/100 CT GLOVE NITRILE FDSRV PF BLU MED SYS CLS 304363282 10 100 CT 43.79 43 43 1/lOOOCT BAG PLAS 8X4X18 .7 MIL REG WT SYS CLS 304985546 1 lOOOCT 24.11 44 41 12/500 CT NAPKIN DSPSNR 12X13 lPLY WHT SYS CLS D820-SYS 12 500 CT 45.46

Page 22: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

) o C 45 41 1/12C1 PAD SCRUB STNLS 50GR 1.7502 SYSCO SYS-304-PB 1 12CT 22.62 46 40 1000/10X14 PLACEMAT PAPER SCALLOP EMB WHT SYS CLS 355204 1000 10X14 18.79 47 39 10/100 CT GLOVE LATEX FDSRV PWDRFREE MED SYS CLS 304750172 10 100 CT 72.44 48 36 1/24° FOIL ALMN ROLL HVY WGT 1000 FT SYS CLS W69323 1 18IN 41.19 49 36 10/100 CT GLOVE VINYL FDSRV PWDRFREE LRG SYS CLS 304362813 10 100 CT 48.94 50 35 6/500CT * FOIL SHEET 9X10.75IN SILVER SYSCO W69372 6 500CT 37.30 51 33 1000/40Z CONTAINER FOAM RND WHT SQT 40Z DART 4J6 1000 40Z 22.16 52 32 8/5 CT SPONGE CELLULOSE W/MED GRN PAD SYSCO SYS-SC-200 8 5 CT 40.93 53 500 240/12X6" TRAY PAPER 5COMP CHINET 21032 240 12X6" 26.45 54 30 1000/1 EA TOWEL WET WIPE MINI PRE-MOIST DIAMWPS F2079 1000 lEA 14.98 55 30 10/250 CT CUP SOUFFLE PAPR 3.25 OZ SYS CLS 325HSY-2050 10 2SOCT 42.13 56 29 12/200CT CUP PLAS PRTN TRANS 202Z SYS REL YS200SYS 12 200CT 19.35 57 29 20/120CT LID PLAS CLR F/3-40Z PRTN CUP SYS IMP YLS3FRSYS 20 120CT 21.97 58 29 6/700 FT TOWEL ROLL NON-PERF 7.75 NAT TORKUNV 290088 6 700 FT 46.09 59 28 24/50CT CUP PAPER CLO POLY 90Z SYSTRNZ D9CCTDZ 24 50CT 51.43 60 28 2/100CT CONTAINER PLAS CLR HNG 8IN SYS CLS YCl82S200000 2 lOOCT 26.06 61 28 12/500 CT NAPKIN DISP XPRESSNP NAT TORKUNV DX906E 12 500 CT 54.59 62 28 150/8X8X3 CONTAINER FOAM HNG 3C DBL TAB SYS CLS YTD199S30000 150 9X9X3 10.73 63 26 30/100 CT CUP PAPER CLO WXD 50Z SYMPH SOLO R53-18000 30 100 CT 94.19 64 25 20/50 CT BOWL FOAM WHT 10 OZ DART 10B20 20 50 CT 40.74 65 24 4/125CT PLATE FOAM LAM WHT 9 IN SYS CLS YMW9SYSCO 4 125CT 26.42 66 23 1000/CT FORK PLAS WHT MED HVY MDLNGTH SYS CLS YMWFWSYS 1000 CT 16.13 67 22 1/12 IN FILM PVC 2000FT ROLL SU CUTR SYS CLS 9059 1 12 IN 9.57 68 22 10/lOOCT LID PLAS FITS4J6/6J6/3.5J6/SY6 DART 6JL 10 lOOCT 13.10 69 22 50/52X80" COVER PLAS BUN PAN RACK 15MC SYS CLS 303679973 50 S2X80" 23.30 70 21 40/25 CT CUP FOAM 12 OZ SYSCO 3291366 40 25 CT 33.57 71 20 1/18IN FILM PVC ROLL 2000FT SU CUTR SYS CLS 9060 1 18IN 16.77 72 20 1/2000CT BAG PLAS 6.5X7IN HI-DEN SADDLE SYS CLS 304985210 1 2000CT 27.28 73 20 1/250 CT CONTAINER PAPER FOOD 120Z COMB CHIN ET 71232 1 250 CT 43.84 74 20 1/12 IN FOIL ALMN ROLL STD WGT 1000 FT SYS CLS W69312 1 12 IN 20.41 75 20 1/500CT BAG PLAS RE CLOSE QRT 7x8 XXHVY SYS CLS 304985520 1 500CT 26.85 76 20 8/125 CT BOWL FOAM UL WHT 12 OZ SYS REL YTH150120000 8 125 CT 13.55 77 20 2000/#25 BAG SAND PAPR 6.5X1X8 WHT GRS MCNAIRN 320302 2000 #25 44.20 78 19 1/200 CT WIPE ANTIBACTERIAL PROBE COOPER 9150-0-8 1 200 CT 6.55 79 19 1/2000CT BAG PLAS 6.5X7.5 HI-DEN SANDW SYS CLS 304985191 1 2000CT 18.27 80 19 4/500 CT GLOVE POLY EMBOSD FDSV MED SYS REL 303363272 4 500 CT 21.38 81 18 1/255 CT CONTAINER PLAS HNG SAND WDG PACTIV Y11334 1 255 CT 29.27 82 18 1/500 CT BAG PAPER BRN 4# SYSCO 17804SYS 1 500 CT 7.49 83 18 1/18 IN FILM PVC ROLL 2000FT SYS CLS 9062 1 12IN 9.14 84 17 2/250CT TRAY FOOD PAPR 3LB SYSTRNZ D3TTDZ 2 250CT 20.81 85 17 1/EA BILLING MISC DISP NONPROD 1 EA 0.01 86 17 1/50 CT LINER PAN DEEP HOTEL DAYDOTS 31114-01-00 1 50 CT 32.58 87 17 24/100C1 LID PLAS CLR F/1.5-2.50Z PRTN SYS IMP YLS2FRSYS 24 lOOCT 17.18 88 16 12/500 CT NAPKIN DISP XPRESSNAP WHT TORKADV DX900 12 500CT 52.34 89 16 40/25CT CUP FOAM 60Z SYSCO 88811 40 25CT 17.73 90 16 20/50 CT CONTAINER FOAM RND WHT SQT 60Z DART 6SJ12 20 50 CT 30.78 91 16 10/70 CT CUP PLAS CLR PET 12-14 OZ SYS IMP YP1412CSYS 10 70 CT 38.22 92 15 100/55 GAL LINER REPRO 36X58 1.5 ML BLK SYS REL X7258AKSX01 100 55 GAL 27.66 93 15 2/250CT TRAY FOOD PAPR 5LB SYSTRNZ D5TTDZ 2 250CT 27.69 94 15 10/100C1 PLATE PAPER UNCOATED GIN LGT SYS REL 3301697SYS 10 100CT 18.56 95 15 10/100 CT LID PLAS 10/12/145/6-851/6812 DART 12JL 10 100 CT 17.00 96 15 40/25 CT CUP FOAM 16 OZ SYSCO 360855 40 25 CT 42.06 97 15 6/84 CT BOWL FOAM UNLAM WHT 220Z PACTIV OTH100220000 6 84 CT 24.63 98 15 250/CT LINER PLAS HOTEL PAN 34X25X6 DAYDOTS 31106-01-00 250 CT 29.29 99 14 10/100 CT GLOVE VINYL FDSVC PF MED SYS REL 304363302 10 100 CT 38.98

Page 23: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

2 0 C 100 14 10/100 CT GLOVE NITR/LE FDSRV PF BLU LRG SYS CLS 304363283 10 100 CT 43.79 101 14 1/1000CT BAG PLAS 10X14 HI-DEN CLR SYS CLS 303679987 1 lOOOCT 27.67 102 14 10/100 CT GLOVE LATEX FDSRV PWDRFREE LRG SYS CLS 304750173 10 100 CT 72.39 103 13 4/125CT PLATE PAPER MLD FBR 10 EARTHCH MC500100002 4 125CT 82.27 104 13 4/100 CT * GLOVE VINYL FDSVC PF MED SYS REL 304363302 10 100 CT 38.98 105 13 1/20CT PAD SCOUR GRN 6X9/N ANT/MICRO SYSCO SYS-S096A 1 20CT 7.44 106 13 1000/1202 BOWL FOAM WHT 120Z DART 12B32 1000 1202 46.35 107 13 40/FULL PAN FOIL STM TBL FULL DP 3-3/8 SYS CLS Y6050XHSYS 40 FULL 38.02 108 12 1000/EACH KIT CUTLERY SPORK/NAP/SPK STW PACKER 1000 EACH 11.84 109 12 4/250C1 TRAY FOOD PAPR 2LB SYSTRNZ D2TTDZ 4 250CT 25.08 110 12 6/12 WRAP WAX ROLL 250 FT CUT-RITE REYNOLD 7955 6 12" 40.60 111 12 1/250 CT BAG PLAS 18X24 .75ML HVY ROLL HANGARD 304985542 1 250 CT 17.81 112 12 4/100 CT GLOVE LATEX FDSVC PWDR MED SYS CLS 304750032 4 100 CT 22.18 113 11 2/100CT CONTAINER PLAS CLR HNG 9IN SYS CLS Y€I82$100000 2 lOOCT 33.35 114 11 100/EA BAG FOOD LINER BUN SHEET PANSAVR 459590 100 EA 32.85 115 11 12/210SHT TOWEL KITCHEN 9Xll 2PLY JMBO SYS CLS HB1995A-SYS 12 210SHT 24.41 116 11 12/200CT CUP PLAS PRTN TRANS 3.2502 SYS REL YS300SYS 12 200CT 29.03 117 11 200/8 oz CONTAINER PLAS CLR HNG FLT GENPAK ADO8 200 8 oz 30.74 118 10 1/2000CT FORK PLAS PP WHT MEDWT STD LNG PRAIRIE YFWFW2CH 1 2000CT 18.92 119 10 4/125CT PLATE PAPER COATED 8.6IN MED SYSTRNZ 3303084SYS 4 125CT 55.75 120 10 1000/10X14" PLACE MAT PAPER WHT LACE EM BSD SYSCO 355200 1000 10X14" 19.19 121 10 12/250 CT NAPKIN DNR 15X17 1PLY 1/8F WHT SYS CLS N5181A-SYS 12 250 CT 32.26 122 10 100/56 GAL LINER TRASH 36X58 1 ML BLK SYS CLS H7258TKS 100 56 GAL 23.19 123 10 1/1000C1 LINER PAPER PAN 12X16 QUILLON SYSCO 7175003 1 lOOOCT 30.62 124 10 1000/CT FORK PLAS BLK MEDHVY MDLNGTH SYS CLS YMWFESYS 1000 CT 16.13 125 10 4/500 CT GLOVE POLY EMBOSD FDSV SML SYS REL 303363271 4 500 CT 21.39 126 10 100/34X25 BAG POLY NYLON COOK/NG/OVENABL HANGARD 304985034 100 34X25 98.11 127 9 24/334CT NAPKIN DSPNSR 7X12 1PLY WHT SYS CLS D3061B-SYS 24 334CT 36.38

Page 24: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

O ~

2018-2019 WASHINGTON UNIFIED SCHOOL DISTRICT INVITATION FOR BID (IFB) PROJECTED USAGE DOCUMENT

e The 'Buy American' provision must be followed. Please mark the box to verify that each BID item meets this procurement standard.

Items must satisfy USDA, COE requirements and/or be Smart Snack Compliant Items should be the same, or equivalent, to the products listed under the preferred manufacturer and description.

[ Complete the columns under the green headings. ]

Product of List New List New List List 2018-19 LINE# QTY Pack Size Description USAV/N Manufacture Name Manufacture Code Pack Unit Size Price 1 70 2/1 DZ BAR FRUIT CHUNKY PNAPL 4.0 FROZFRT 10070640013835 2 1 DZ 13.71 2 70 24/402 BAR FRUIT STWBRY FRZN y BLU BNY 10070640013842 24 40Z 12.71 3 25 30/lLB BUTTER SOLID SLTD AA y WHLFCLS 310S21 30 lLB 74.83 4 21 30/1 LB BUTTER SOLID UNSLTD AA y WHLFCLS 310522 30 lLB 75.13 5 243 6/.5 GAL BUTTERMILK 1% LOW FAT y WHLFCLS 14609 6 .5 GAL 9.18 6 40 4/5 LB CHEESE AMER 120 SLI YEL y BBRLCLS 28131 4 5 LB 39.13 7 233 4/5 LB CHEESE AMER 160 DELI SU YEL y BBRLCLS 34947 4 5 LB 37.59 8 166 4/5LB CHEESE CHDR MILD FCY SHRD YEL y CASAIMP 960319 4 5LB 42.93 9 112 4/SLB CHEESE CHDR MILD FTHR SHRD YEL y CASAIMP 960320 4 5LB 42.77 10 90 168/1 OZ CHEESE CHDR MILD STICK IND WRP y AM HRTG 32873 168 1 oz 42.14 11 42 4/5LB CHEESE CHEDDR JACK FANCY SHRED y CASAIMP 960321 4 5LB 42.93 12 96 168/1 OZ CHEESE COLBY JACK STICKS I/W y HERITG 32879 168 1 oz 43.72 13 34 2/5 LB CHEESE COTTAGE SMALL CURD 2% y WHLFCLS 1003862 2 5 LB 15.33 14 28 10/3 LB CHEESE CREAM NEUFCH LOAF y WHLFIMP STK11785 10 3 LB 56.62 15 94 100/1 OZ CHEESE CREAM PLAIN SPREAD CUP y WHLFCLS STK13517 100 1 oz 20.29 16 25 100/.75 oz CHEESE CREAM STRAW SPREAD CUP y WHLFCLS STK13518 100 .75 oz 17.28 17 13 4/3 LBS CHEESE CREAM WHPD TUB SPREAD y WHLFCLS STK12S75 4 3LBS 33.22 18 62S 168/lOZ CHEESE MOZZ STRING y AREZIMP 982118 168 lOZ 29.55 19 125 96/4.1 oz CHEESE MOZZARELLA PINWHEEL WG y EAST SID 25411 96 4.1 oz 71.29 20 62 4/5LB CHEESE MOZZARELLA SHRD WHL MLK y AREZIMP 100002415 4 5LB 41.32 21 20 2/5LB CHEESE PARM GRTD FRSH S.AM ZIP y AREZIMP 25 2 5LB 41.05 22 15 200/3.5 GM CHEESE PARMESAN GRTD PKT y LIMARIA 1GPPACKSSD200 200 3.5 GM 8.06 23 20 8/1.5 LB CHEESE PROV NONSMK SLI INT .75 y BBRLIMP 98948 8 1.5 LB 37.99 24 75 140/3 oz CHEESE QUESO MUCHO CUP DIP y LOL 39912000034500 140 3 oz 69.98 25 301 168/1 OZ CHEESE STRING MOZZ y LOL 59701000034500 168 1 oz 33.79 26 50 2/5 LB CREAM SOUR ALL NAT GRADE A y WHLFCLS 1003800 2 5 LB 12.88 27 95 100/1 oz CREAM SOUR CULTRD TETRA PAK y WHLFCLS 1004289 100 1 oz 15.72 28 13 360/3/8 oz CREAMER HALF & HALF SHF STBL y WHLFCLS 1002768 360 3/8 oz 15.74 29 13 288/13 ML CREAMER NON-DAIRY FRENCH VAN y INT DEL 100707 288 13 ML 17.53 30 17 288/13 ML CREAMER NON-DAIRY HAZELNUT y INT DEL 100713 288 13 ML 17.16 31 28 8/12 CT EGG HRDBLD WHL PEEL PLLW y WHLFCLS 74865-61241-00 8 12 CT 20.05 32 14 144/1.7502 EGG PATTY FRIED NAT SHAPE y PAPETTI 46025-85879-00 144 1.7502 32.85 33 209 6/5LB EGG SCRAMBLE MIX y WHLFCLS 74865-56854-00 6 5LB 41.51 34 104 1/15 DZ EGG SHELL LRG AA USDA WHT CDFA y WHLFCLS 31LCWW 1 15 DZ 24.09 35 27 15/2 LB EGG SCRAMBLE MIX y WHLFCLS 74865-35445-00 15 2LB 40.47 36 41 2/20 LB EGG WHL LIQUID FRSH W/CITRC y WHLFCLS 74865-35081-00 2 20 LB 52.79 37 20 15/2 EGG WHL LIQ FRSH W/CITRIC TFF y WHLFCLS 74865-29434-00 15 2LB 40.91

38 26 6/24 CT ICE CREAM BAR CHOC SUND CRNCH y COOLDAZ 10070640014474 6 24 CT 44.07 39 45 48/3 oz ICE CREAM BAR FUDGE y BLU BNY 10070640300096 48 3 oz 12.94 40 47 48/3 OZ ICE CREAM BAR ORANGE DREAM y BLU BNY 00070640300693 48 3 oz 13.97 41 89 24/4.0 oz ICE CREAM BAR STRAWBRY SHRTCK y BLU BNY 10070640002495 24 4.00Z 17.93 42 72 6/2 DOZ ICE CREAM BOMB POP BAN JR y BLU BNY 10070640015372 6 2 DOZ 29.63 43 125 2/12 CT ICE CREAM BOMB POP JOLLY RNCHR y BLU BNY 10070640013804 2 12 CT 15.49 44 100 6/2 DZ ICE CREAM BOMB BANANA JR y BLU BNY 10070640015372 6 2 DOZ 29.63

Page 25: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

O 0 45 139 48/4 oz ICE CREAM CHOC CUP 4 OZ y WHLFCLS 1020032 48 4 0Z 14.75 46 25 48/4 oz ICE CREAM CHOC MARBLE CUP y BLU BNY 10070640005823 48 402 15.58 47 22 2/24 CT ICE CREAM CONE COOKIE N CREAM y BLU BNY 10070640015495 2 24 CT 20.56 48 25 1/24 CT ICE CREAM CONE VAN SNDAE NUTTY y BLU BNY 10070640014122 1 24 CT 12.12 49 27 48/4 OZ ICE CREAM CUP STRAW NFAT/NSA y BLU BNY 10070640005915 48 4 0Z 20.97 50 35 24/4 oz ICE CREAM HEATH BAR KNG SZ y BLU BNY 10010700015591 24 4 0Z 17.93 51 75 4/2DZ ICE CREAM SAND VAN 302 y BLURBCL 10070640014450 4 2DZ 30.32 52 175 48/3.5 oz ICE CREAM SANDWICH VAN y BLURBCL 00070640310104 48 3.5 oz 17.64 53 25 48/4 oz ICE CREAM STRAW MARBLE CUP y BLU BNY 10070640005830 48 4 oz 15.58 54 25 6/2 DZ ICE CREAM STRAWB SUND CRUN y COOLDAZ 10070640014467 6 2 DZ 44.07 55 75 48/4 oz ICE CREAM VAN CUP 4 OZ y WHLFCLS 1020025 48 4 oz 14.74 56 31 90/4 oz ICE ITALIAN HIP HOPIN JLY BEAN y ROSATI 35474 90 4 oz 28.84 57 35 90/402 ICE ITALIAN ORG CHILLIN BAT y ROSATI 35473 90 40Z 30.86 58 30 4/9 LB MARGARINE SOFT ZTF y GLDNSWT 18496GNS 4 9 LB 40.13 59 30 30/1 LB MARGARINE SOLID ZTF y WHLFCLS 16936-WFS 30 lLB 22.37 60 31 2/1 GAL MILK 1% EXTRA LIGHT y BERKFRM 2594 2 1 GAL 6.62 61 133 30/.5 PT MILK 1% LOW FAT y BERKFRM 52640 30 .5 PT 6.87 62 6 30/.5 PT MILK CHOCOLATE NON FAT TM y BERKFRM 53424 30 .5 PT 6.62 63 64 2/1 GAL MILK HOMOGENIZED y WHLFCLS 2803 2 1 GAL 7.18 64 162 30/.5 PT MILK HOMOGENIZED y WHLFCLS 2803 2 1 GAL 7.18 65 37 24/8 oz MILK SOY PLAIN W/STRAW y PACIFIC 08311 24 8 oz 15.96 66 6 24/8 oz MILK SOY SINGLE SERVE CHOCO y PACIFIC 08340 24 8 oz 14.69 67 170 24/8 oz MILK SOY SINGLE SERVE VAN y PACIFIC 08330 24 8 oz 14.69 68 53 6/20 CT POPSICLE ASSORTED SUGAR FREE y G HUMOR 84151997 6 20 CT 20.02 69 66 48/3 oz POPSICLE ASSORTED TWIN POP y BLU BNY 218157 48 3 oz 13.64 70 45 140/3 oz SAUCE CHEESE CHEDDAR CUPS y LOL 39911000034500 140 3 oz 69.98 71 14 48/402 SHERBET ORANGE CUP 4 0Z y WHLFCLS 1020064 48 402 12.78 72 45 2/24 CT SHERBET RAINBOW COOL TUBE y BLU BNY 10070640305053 2 24 CT 19.94 73 35 48/402 SHERBET RASPBERRY CUP 4 OZ y WHLFCLS 1026964 48 402 12.94 74 23 12/5.3 oz YOGURT BLUEBERRY GREEK y DANNON 2716 12 5.3 oz 8.15 75 30 48/4 oz YOGURT CHERRY TRIX TRIPLE y YOPLAIT 31077000 48 4 oz 12.82 76 25 48/4 oz YOGURT RASPBERRY RN BOW TRIX y YOPLAIT 17725000 48 4 oz 12.82 77 874 48/4 oz YOGURT STRAW/BAN BLAST TRIX y YOPLAIT 17726000 48 4 oz 12.82 78 1385 24/4 OZ YOGURT STRAW/PEACH ACTIVIA y DANNON 2619 24 4 oz 9.37 79 1499 48/4 oz YOGURT STRAW/STRAW BAN LT CUP y YOPLAIT 19735000 48 4 0Z 16.71 80 11 48/4 oz YOGURT STRAW/STRAW/BAN ASST y YOPLAIT 17729000 48 4 oz 16.71 81 82 48/4 oz YOGURT STRAWBERRY GO BIG y YOPLAIT 70470-47402 48 4 0Z 15.84 82 10 96/2.0 OZ YOGURT STRAWBERRY GOGURT y YOPLAIT 49295000 96 2.0 OZ 28.48 83 75 6/4 LB YOGURT STRAWBERRY PARFAIT POUC y YOPLAIT 16631000 6 4 LB 27.21 84 394 48/4 oz YOGURT STW/BLU RASP LITE& FIT y DANNON 468 48 4 0Z 14.06

85 26 48/4 oz YOGURT STWBRY DANIMAL CRSH y DANNON 2731 48 4 0Z 9.75 86 29 12/5.3 OZ YOGURT VANILLA GREEK OIKOS LF y DANNON 2717 12 5.3 oz 8.15 87 1436 48/4 oz YOGURT STRWBRY DANI MAL CRSH y DANNON 2731 48 4 0Z 9.75 88 44 6/2 LB YOGURT VANILLA LOW FAT y DANNON 210 6 32 oz 13.16 89 185 6/4 LB YOGURT VANILLA PARFAIT POUCH y YOPLAIT 16632000 6 4 LB 26.89 90 35 18/5.3 OZ YOGURT VARIETY GREEK PK PROTEN y YOPLAIT 45 169000 18 5.3 oz 17.47 91 55 18/6 OZ YOGURT VARIETY ORIG ST/PE/BB y YOPLAIT 18824000 18 6 oz 11.37

Page 26: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

O ? 2018-2019 WASHINGTON UNIFIED SCHOOL DISTRICT INVITATION FOR BID (IFB) PROJECTED USAGE DOCUMENl

C

I

The 'Buy American' provision must be followed. Please mark the box to verify that each BID item meets this procurement standard. Items must satisfy USDA, CDE requirements and/or be Smart Snack Compliant

Items should be the same, or equivalent, to the products listed under the preferred manufacturer and description. [ Complete the columns under the green headings.

Product of ListNew List New List List 2018-19 LINE# QTY Pack Size Description USAY/N Manufacture Name Manufacture Code Pack Unit Size Price 8 289 24/3 oz APTZR TORNADO SAUS EGG CHS y ELMNTRY 86859 24 3 oz 14.50 9 32 24/3 oz APTZR TORNADO SWSTRN CHKN y ELMNTRY 86737 24 3 oz 14.50 10 868 24/2.8 oz APTZR TORNADO SWT CHICK WHLGRN y RUIZ 86747 144 2.79OZ 80.70 11 67 72/2.4302 BAGEL CINNAMON MINI y PILLSBY 138399000 72 2.43OZ 31.26 12 290 72/2.4302 BAGEL STRAWBERRY MINI y PILLSBY 138413000 72 2.43OZ 31.25 13 20 1/72CT BAGEL WHL GRAIN WHT IW y LENDERS 007680000075 1 72CT 17.54 14 492 48/2.5 oz BAR BRKFST BAN CHOC BENEFIT y READIBK 40402 48 2.5 oz 22.70 15 4150 48/2.S OZ BAR BRKFST OAT CHOC CHIP BNFT y READIBK 40401 48 2.5 oz 22.53 16 42 48/2.5 oz BAR BRKFST OATMEAL RSN BENFIT y READIBK 40400 48 2.5 oz 22.43 17 750 120/2 oz BISCUIT BKD WHL GRN EZ SPLIT y PILLS BY 132271000 120 2 oz 25.54 18 105 120/2.2502 BISCUIT BTRMLK GOLDN E-Z SPLIT y PILLS BY 106236000 120 2.2SOZ 28.48 19 36 120/1 oz BISCUIT BTRMLK SQR 2 y BRDGFRD 6197 120 1 oz 15.43 20 129 120/2.5 oz BISCUIT BUTTERMILK RND 3 BKD y BKRSIMP 4868 120 2.5 oz 27.80 21 130 100/3.1 oz BISCUIT SAUSAGE y USDA 1331 100 3.1 oz 45.21 22 164 70/3.402 BREAD BANANA SLICE y SUPBKRY 6071 70 3.4OZ 39.06 23 120 144/1.9 OZ BREAD BUN HAWAIIAN 4 1.9OZ y SHANNON SB-450 144 1.9 oz 30.65 24 52 64/3 oz BREAD CIABATTA SNDW 4X4 y BKRSIMP 78802200352 64 3 oz 28.09 25 234 96/2.5 OZ BREAD CORN LOAF IND WRP y SIMBLUE CBLD296 96 2.5 oz 30.93 26 186 192/.8202 BREAD PANINI PLAIN WG y PILLS BY 137737000 192 .82OZ 24.92 27 82 12/24 oz BREAD PULLMAN WHEAT 21 SLICE y SYS CLS 60450 12 24 0Z 28.81 28 177 8/24CT BREAD ROLL DINNER WHL WHEAT y SHANNON SB-220 8 24CT 26.13 29 273 180/1 OZ BREAD STICK HNY WHL WHEAT y SHANNON SB-730 180 1 oz 31.95 30 51 16/8 CT BREAD TOAST GARLIC y PEPFARM 000014388 16 8CT 30.15 31 435 72/2.S OZ BREAD WHEAT WHL PAN DULCE 51% y SIM BLUE WPD5172 72 2.5 oz 38.96 32 2093 12/24 oz BREAD WHEAT WHL RND TOP y SYS CLS 60432 12 24 0Z 20.92 33 145 144/6" BREADSTICK CHS FILD WHL GRN RF y BOSCOS 702011-1120 144 6" 49.04 34 970 72/7 IN BREADSTICK ROLL PPRNI STFD y BOSCOS 702072-1120 72 7 IN 36.08 35 800 80/202 BREAKFAST BAR HAM/EGG/CHS y HORMEL 41902 80 202 36.30 36 200 72/2.5 oz BREAKFAST BAR HNY WHEAT y SIM BLUE HWB5172 72 2.5 oz 27.07 37 443 126/2.5 OZ BREAKFAST ROUND UBR IW y RICHS 08733 126 2.5 O2 46.41 38 56 1/30 LB BROCCOLI CUT IQF GR A y SYS IMP 3891058 1 30 LB 29.85 39 361 72/2.2 oz BROWNIE CHOC RDUC FAT IW y DAVE'S 225 72 2.2 O2 25.56 40 66 96/2 oz BROWNIE CHOC WG LOW FAT IW y BUENVST 82220 96 2 02 35.04 41 144 72/2.902 BUN CINNAMON BKD WHL WHEAT y SUPBKRY 6070 72 2.9OZ 31.01 42 4617 6/12CT BUN HAMBURGER 100% WHEAT 4" y OVNFRSH 61009 6 12CT 20.11 43 1412 144/1.8 oz BUN HAMBURGER 4 WHL WHT y SHANNON SB-444 144 1.8OZ 29.16 44 100 6/12 CT BUN HAMBURGER 4IN 1.75 OZ y SYS CLS 60413 6 12 CT 17.77 45 276 12/8 CT BUN HAMBURGER WHL GRN 60 G y OVNFRSH 62851 12 8CT 18.73 46 160 60/302 BUN HONEY WHL WHEAT IW y BAKCRFT 2003 60 3OZ 23.33 47 100 192/1.8 OZ BUN HOT DOG 6 WHL WHT y SHANNON SB-960 192 1.8 OZ 42.03 48 31 12/6CT BUN HOT DOG 8" y GAIS 60948 12 6CT 22.57 49 147 8/12 CT BUN HOT DOG PLAIN 6 1.9 OZ y SYS CLS 60412 8 12 CT 17.72 50 405 12/8 CT BUN HOT DOG WHL WHEAT 6" y GAIS 60992 12 8CT 19.22 51 1148 60/2.8 oz BUN WHEAT WHL BRKFST 51% y SIMBLUE WWB5160 60 2.8 oz 23.74 52 121 48/5.8502 BURRITO BEAN & CHEESE y FIEST Al FFC22260WG 48 5.85OZ 32.93 53 69 60/5.7502 BURRITO BEAN & CHS y FRNANDO 21100 60 S.7SOZ 42.57

Page 27: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

) 0 54 274 60/5.7502 BURRITO BEAN & CHS IND WRP y FIESTA 60575WG 60 5.7502 43.35 55 91 48/5.5 OZ BURRITO BEAN & CHS IW y FIESTA FFC22260 48 5.5 oz NOBID 56 521 54/EA BURRITO BEAN & CHS WHL GRAIN y ARDELLA 80146 54 EA 39.72 57 1227 48/50Z BURRITO BEAN CHS FIESTA WLG IW y POSADA 443000 48 50Z 33.23 58 145 50/5.7802 BURRITO BEEF & BEAN WHLGRN y ELMNTRY 01343 50 5.7802 NOBID 59 65 96/5.202 BURRITO BEEF/BEAN GR CHILE/TVP y LOSCABO 95574 96 5.20Z 68.49 60 40 72/4.5 oz BURRITO BF&BN RD CHILI y CASACLS 5148622 72 4.5 oz 34.06 61 97 90/3.5 OZ BURRITO BRKFST EGG & CHS WHLGR y FRNANDO 5220 90 3.5 0Z 41.92 62 253 60/5 oz BURRITO CHICKEN CHES WHL GRAIN y FRNANDO 5213 60 5 oz 37.95 63 151 48/2.7002 BURRITO EGG SASG CHS WG IW CN y POSADA 444000 48 2.700Z 27.55 64 210 72/4.0 OZ CAKE COFFEE WHL GRAIN I.W. y BUENVST 90040 72 4.00Z 41.83 65 105 1/30 LB CARROT SU KK y SYS REL 3959160 1 30 LB 23.15 66 41 12/2 LB CARROT SU KK GRAP y SYS CLS 1038421 12 2LB 17.66 67 66 6/5 LB CHILI FRZ AMERICAN TRADTL BEAN y BBRLCLS 48511 6 5 LB 47.86 68 47 100/5" CHURRO MEXICAN APLE FLO WHLGRN y TIO PEPE 41110 100 5" 25.08 69 75 100/5" CHURRO MEXICAN RASP BRY WHL GRN y TIOPEPE 41112 100 s" 25.21 70 65 100/10" CHURRO PRFRD MEXICAN PASTRY y CASASOL 0937631 100 10" 45.26 71 250 120/1.5 OZ COOKIE CHOC CHIP CLR IW WG RF y BUENVST 79015 120 1.50Z 33.76 72 31 150/1.2 OZ COOKIE STAR BLUE WG IW y BUENVST 74040 150 1.2 oz 34.43 73 105 96/EACH CORN COB PETITE NW GR A y SYS CLS V5358 96 EACH 22.20 74 310 1/30 LB CORN WHL KERNEL y SYS REL 3533494 1 30 LB 22.40 75 49 12/2.5 LB CORN WHL KERNEL GRAP y SYS CLS 1435221 12 2.5 LB 24.14 76 500 72/20Z CORNBREAD LOAF WHL GRAIN 1/W y MUFNTWN 51605 72 202 16.60 77 301 160/2.3 oz CRACKER GRAHAM W/ PNUT BTR JEL y ADVANCE A1290 160 2.3 02 74.86 78 315 72/2.9502 CRISPITO CHICKEN CHS FC WG y ST FAIR 024574-0821 72 2.9502 35.83 79 175 48/3 oz CROISSANT BUTTER RND SU y BKRSIMP 5751094 48 3 oz 36.70 80 175 48/2.3502 CROISSANT WHOLE GRAIN y SARALEE 41315 48 2.3502 17.90 81 175 36/3 oz DANISH BEAR PAW APPLE CINNAMON y SHANNON 70155 36 3 oz 16.04 82 175 36/3 oz DANISH CINN SWT POTATO WG IW y GREAT E 70150 36 3 oz 16.06 83 31 48/3.5 oz DANISH PASTRY ASST LARGE y BKRSIMP 22150 48 3.5 oz 34.39 84 870 72/3.3 oz DONUT CAKE CHOC WG MINI y SU PB KRY 7786 72 3.3 oz 45.25 85 655 72/3 oz DONUT POWDER SUGAR WG MINI y SU PB KRY 7787 72 3 oz 42.91

86 182 80/2.2 oz DONUT SUPER FORTIFIED IND y SU PB KRY 6001 80 2.2 02 26.66 87 309 80/1.9 oz DONUT SUPER WHOLE GRAIN y SUPBKRY 18350 80 1.9 oz 28.58 88 46 180/2 oz DOUGH COOKIE CHOC CHIP WHL GRN y CKTREE 5741WGR 180 2 oz 35.02 89 51 240/1.3302 DOUGH COOKIE CHOCOLATE CHIP y OTSPKMY 58800 240 l.330Z 60.48 90 32 240/l.330Z DOUGH COOKIE SUGAR BUTTER y OTSPKMY 58804 240 1.3302 60.10 91 42 18/24 oz DOUGH PIZZA PROOF PRFCT 12X16 y VILLA P 73051 18 24 oz 36.90 92 28 64/5.5 oz DOUGH PIZZA SHEETED WHEAT 71N y RICHS 03063 64 5.5 oz 33.30 93 120 120/2.250Z DOUGH ROLL CINNAMON SWEET y RICHS 03439 120 2.250Z 21.84 94 42 240/1.5 OZ DOUGH ROLL RANCH HNY WHEAT y BRDGFRD 6152 240 1.5 oz 26.32 95 23 180/2 oz DOUGH ROLL WHEAT HNY y BRDGFRD 6735 180 2 oz 26.49 96 65 60/30Z EGGROLL CHICKEN W/GRAIN 30Z CN y MINH 69461 60 302 33.28 97 32 100/3 oz EGGROLL VEGETARIAN y JDMTCLS 52209 100 3 oz 53.08 98 30 112/2.5 oz ENCHILADA CHICKEN CN WHLGRN y FRNANDO 5278 112 2.5 oz 35.35 99 30 6/6 EA ENTREE VEG FRIED RICE WHL GRN y MINH 69074 6 6 EA 49.34 100 145 96/4.5 oz FRUIT STRAWBERRY CUP y WAWONA 5968 96 4.5 oz 22.96 101 30 90/4 oz ICE ITAL/AN CHRRY CRYBABY y ROSATI 35459 90 4 oz 30.99 102 72 70/4 oz JUICE APPLE 100% CRTN y ARDMORE 42298 70 4 oz 12.19 103 1017 40/4.2302 JUICE APPLE ASEPTIC W/STRAW y SUNCUP 400305 40 4.230Z 7.29 104 627 70/6 oz JUICE APPLE CRTN y SUNCUP 050301 70 6 oz 12.86 105 1711 70/4 OZ JUICE APPLE ECO CRTN y SUNCUP 030301 70 4 oz 10.05 106 67 100/2 OZ JUICE BAR WHL VERY BRY y WHL FRT 23050210 100 2 oz 23.80 107 91 100/2 oz JUICE BAR WHL WILD CHERRY y WHL FRT 23050205 100 2 oz 25.42 108 406 40/4.2302 JUICE BERRY VERY ASEPTIC STRAW y SUNCUP 402505 40 4.2302 7.33 109 286 44/4.2302 JUICE BLEND FRT/VEG WNGO MANGO y JUICE4U 62010 44 4.2302 12.46

Page 28: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

O ? 110 22 70/4OZ JUICE CRNBRY CRTN y SUNCUP 030601 70 4OZ 9.48 111 30 90/4 OZ JUICE CUP CHERRY SWT HEART CUP y ROSATI 35470 90 4 oz 30.58 112 557 96/4Z JUICE CUP LMN BRY WHL FRT y WHL FRT 23060025 96 4Z 37.71 113 30 90/4 oz JUICE CUP LUCK O' THE ICE y ROSATI 35475 90 4 oz 30.82 114 42 1/96 CT JUICE CUP SHMRCK LMN/LIME SWRL y SHAPEUP 41502 1 96CT 28.48 115 304 90/4 oz JUICE CUP SOUR APPLE CRYBABY y ROSATI 35463 90 4 oz 32.16 116 30 90/4 oz JUICE CUP STRAW LMN HPY NEW YR y ROSATI 35478 90 4OZ 30.53 117 1104 96/4.4OZ JUICE CUP STRAWS POMEGRANATE y WHL FRT 23060005 96 4.4OZ 32.45 118 285 70/402 JUICE FRUIT PNCH 100% ECO CRTN y SUNCUP 030800 70 4OZ 10.42 119 810 40/4.23OZ JUICE FRUIT PUNCH ASEPTIC STRA y SUN CUP 400805 40 4.23OZ 7.29 120 148 70/6 oz JUICE FRUIT PUNCH CRTN y SUN CUP 050800 70 6 oz 14.64 121 663 70/4 oz JUICE GRAPE CTN y SUN CUP 030501 70 4 oz 11.72 122 111 70/6 oz JUICE ORANGE 100% CRTN y ARDMORE 42210 70 6 oz 20.75 123 288 70/6 oz JUICE ORANGE CRTN y SUNCUP 050100 70 6 oz 17.55 124 2640 70/4 oz JUICE ORANGE ECO CRTN y SUNCUP 030100 70 4 oz 12.97 125 114 70/4 OZ JUICE ORANGE PNAPL 100% CRTN y ARDMORE 42300 70 4 oz 15.24 126 665 40/4.23OZ JUICE ORANGE TANG ASEPTIC W/ST y SUNCUP 402405 40 4.23OZ 7.22 127 42 1/1 CT LUNCH KIT #1 GLUTEN FREE y MR SIPS 300192 1 1 CT 12.90 128 46 1/1 CT LUNCH KIT #2 GLUTEN FREE y MR SIPS 300193 1 1 CT 12.90 129 128 48/4.210Z LUNCH KIT TRKY & CHS y TASTY 8 10202 48 4.2102 74.84 130 128 48/4.410Z LUNCH KIT TRKY HAM & CHS y TASTY 8 10206 48 4.41OZ 69.96 131 85 120/3.202 MUFFIN APPLE CINN TOP WG 1/W y BUENVST 63116 120 3.2OZ 50.68 132 138 60/3.15OZ MUFFIN BANANA y DAVE'S WG828 60 3.15OZ 24.86 133 70 48/3.6Z MUFFIN BLUEBERRY SMART CH y MUFNTWN 48 3.6Z 20.42 134 393 60/3.15OZ MUFFIN BLUEBERRY WHL GRAIN y DAVE'S WG829 60 3.1502 25.71 135 529 60/3.15OZ MUFFIN CHOC CHIP DOUBLE I/W y DAVE'S WG845 60 3.1502 26.39 136 52 48/3.6Z MUFFIN CHOC CHIP SMART CH y MUFNTWN 06670 48 3.6Z 21.66 137 359 60/3.15OZ MUFFIN CHOC CHIP WHL GRAIN y DAVE'S WG825 60 3.15OZ 25.77 138 123 72/2 oz MUFFIN CHOC CHOC CHP IW DEL ES y OTSPKMY 10145 72 2 oz 28.61 139 149 120/3.2OZ MUFFIN CHOC CHP TOP WG IW 3.2Z y BUE NAVS 63186 120 3.2OZ 50.72 140 95 48/4.15OZ MUFFIN ENG EGG/CHEESE/TKY HAM y ROSNSHR SSU248WC 48 4.15OZ 41.41 141 25 12/12CT MUFFIN ENGLISH WHEAT FKRSPLT y BKRSCLS 342632 12 12CT 27.40 142 114 4/2.SLB NOODLE CHOW MEIN y LA CHOY 4430012620 6 #10 27.54 143 200 12/12CT PANCAKE WHOLE GRAIN y BAKCRFT 1431 144 1.3 oz 16.88 144 1159 72/3.17OZ PANCAKE MAPLE BURST MINI W/G y PILLSBY 137732000 72 3.17OZ 28.52 145 51 60/2.SlOZ PANCAKE SAUSAGE PK/VP W/GR STK y J DEAN 19010 60 2.SlOZ 20.49 146 666 48/2.SlOZ PANCAKE SAUSAGE STK IW WG y J DEAN 19008 48 2.SlOZ 16.09 147 178 72/3.1702 PANCAKE STWBRY SPLASH MINI y PILLSBY 137731000 72 3.17OZ 28.48 148 124 1/30 LB PEA & CARROT GR A y SYS CLS V5366 1 30 LB 26.17 149 51 12/2.5 LB PEA & CARROT GRAP y SYS CLS 1263615 12 2.5 LB 27.00 150 60 12/2.5 LB PEA GREEN GRAP y SYS CLS 1259530 12 2.5 LB 26.84 151 83 1/30 LB PEA GREEN GRADE A y SYS CLS V5367 1 30 LB 25.69 152 337 48/3.6 oz PIZZA BREAKFAST 5 IW y ROSNSHR BSTR500B 48 3.6 oz 36.43 153 65 100/3.2OZ PIZZA BREAKFAST TRKY SSG WG IW y TONYS 63913 100 3.202 57.04 154 42 8/48OZ PIZZA CHEESE 16, 10 CUT y ROSNSHR BSTR1600C 8 48OZ 54.78 155 254 1/72 CT PIZZA CHEESE GLXY WHL GRN IW y TONYS 78366 1 72 CT 53.29 156 120 l/60CNT PIZZA CHEESE MULTI FRNCHBRD 6 y TONYS 78361 1 60CNT 45.46 157 283 9/16INCH PIZZA CHEESE PREM 16 CN y BGDADDY 78637 9 16INCH 65.34 158 558 96/4.5 OZ PIZZA CHEESE SMRT 4X6 WHL GR y TONYS 78697 96 4.5 oz 44.18 159 75 9/16 IN PIZZA CHICKEN BU FLO WHL GRAIN y BIGDADD 78639 9 16 IN 68.34 160 112 16/17 oz PIZZA CRUST 12X16 WG PBKD y RICHS 14007 16 17 oz 30.65 161 29 16/17 oz PIZZA CRUST PRBKD 12Xl6 y RICHS 84865 16 17 oz 37.13 162 122 60/5.1 OZ PIZZA FRENCH BREAD PEPP IW y ARDELLA 90161 60 5.1 oz 53.00 163 124 60/5.19OZ PIZZA FRENCH BREAD PPRNI y TONYS 78357 60 5.19OZ 44.48 164 84 48/5.58OZ PIZZA KIT ANYTIMERS TKY PEP WG y TASTY B 10102 48 5.58OZ 73.51 165 116 8/49 oz PIZZA PEPPERONI 16 y ROSNSHR BSTR1600P 8 49 oz 56.99

Page 29: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

O O (._

166 95 48/SOZ PIZZA PEPPERONI 5 RND BULK WG y USDA FP BSTR52SP 48 soz 45.47 167 330 60/5.4 oz PIZZA PEPPERONI FRNCH BRD W/G y TONYS 72672 60 5.4 02 49.71 168 1224 96/4.48OZ PIZZA PEPPERONI SMRT 4X6 WHL G y TONYS 78698 96 4.48OZ 44.55 169 933 3/3 PK PIZZA PEPPERONI TRKY WG 16 y BGDADDY 78638 3 3 PK 67.43 170 22 9/16 IN PIZZA PEPPERONI WHL GRN 51% y BGDADDY 68544 9 16 IN 62.03 171 1089 1/128 CT PIZZA SAUSAGE BKFST WG y TONYS 63912 1 128CT 44.17 172 135 192/l.93OZ PIZZA STICK MOZZ WHL GRAIN y THE MAX 7738712685 192 1.9302 54.05 173 98 60/4.5 oz PIZZA TURKEY NADA I.W. y BELLTSY PIZZANADA2B12W 60 4.5 oz 38.07 174 75 6/5 LB POTATO FRY 1/4 SS OVNRDY XL y SIMPLOT 10071179036357 6 S LB 23.56 175 258 6/SLB POTATO FRY 3/8 ULTIMATE CRISP y SYS IMP 10734 730409563 6 SLB 26.29 176 745 6/SLB POTATO FRY KK 1/2 OVNRDY GR A y SYS CLS 10734 730408771 6 SLB 22.71 177 200 5-Jun POTATO STICK REDUCED SODIUM y MCCAIN MCXO4717 6 5 LB 26.79 178 165 6/4LB POTATO FRY SIDEWINDER CONQUEST y SIMPLOT 10071179032168 6 4LB 27.95 179 245 6/SLB POTATO FRY SKON COIL 1/4 SPCY y SYS IMP 10734 730409365 6 SLB 30.10 180 586 6/4 LB POTATO FRY SPIRAL REDSTONE y MCCAIN MCL03622 6 4 LB 20.28 181 188 6/5 LB POTATO FRY WDG 8CUT KRUNCHIE y SIMPCLS 100711794 73039 6 5 LB 23.76 182 36 6/5LB POTATO FRY WDG SKON 10CUT y SYS CLS 10734730409518 6 SLB 26.90 183 298 6/SLB POTATO FRY WDG SKON 8CUT y SYS IMP 10734730409495 6 SLB 25.85 184 26 6/5 LB POTATO H/BRN TRIANGLE 2 OZ NW y SYS IMP 10734730627745 6 5 LB 28.74 185 1551 6/5 LB POTATO TATER BARREL y SYS IMP 10734730627684 6 5 LB 25.43 186 116 6/5 LB POTATO TATER PUFF y LAMBSUP H30 6 5 LB 36.52 187 193 6/5 LB POTATO WEDGE SEASONED 8CUT y MCCAIN 1000000496 6 5 LB 28.59 188 34 72/2.2 OZ QUESADILLA CHEESE IW y CCSCHL W24072 72 2.2 oz 44.35 189 368 72/2.2902 ROLL CINN MINI CINNI y PILLS BY 133686000 72 2.29OZ 32.41 190 100 36/3 oz ROLL CINN WHL GRAIN 1/W y GREAT E 70145 36 3 oz 15.85 191 32 24/4.25 Z ROLL CINNAMON SUPREME y SARALEE 08383 24 4.25 Z 22.74 192 323 72/2.5OZ ROLL CINNAMON WHL WHEAT y SIMBLUE WNCW250 72 2.502 28.68 193 26 16/12 CT ROLL DINNER PARKERHSE WHT l.3Z y SYS CLS 60903 16 12 CT 33.68 194 175 120/2OZ ROLL DINNER WG IW y SHANNON SB-2000 120 202 30.14 195 65 144/l.28OZ ROLL DINNER WHEAT IW y BUNBSKT 41658 144 l.28OZ 39.06 196 943 16/12 CT ROLL DINNER WHEAT WHL GRN 2.5" y OVNFRSH 60430 16 12 CT 25.62 197 75 12/6 CT ROLL HOAG IE STADM 72.6Z SLI y BBRLCLS 60423 12 6 CT 24.89 198 631 144/1.8 oz ROLL HOAG IE WHEAT 4.SIN y SHANNON SB-800 144 l.8OZ 34.78 199 245 12/6 CT ROLL HOAG IE WHEAT WLGRN 6 HNGD y BBRLCLS 63550 12 6 CT 32.73 200 261 108/2.5 oz ROLL HOAG IE WHL WHEAT 6" y SHANNON SB-822 108 2.5 oz 35.25 201 88 72/4.310Z SANDWICH CHEESE GRLD IW WG y HOTOFFG 102000 72 4.310Z 59.35 202 130 75/4.65OZ SANDWICH CHEESEBURGER SLIDERS y HOTOFFG 470220 75 4.6SOZ 64.55 203 27 72/4.S oz SANDWICH CHILI CHS DOG y LDL C95200 72 4.5 oz 50.09 204 466 54/3.8 oz SANDWICH CHS GRLD WHEAT I/W y ROSNSHR GCW454WC 54 3.8 0Z 49.70 205 275 60/4 oz SANDWICH DBL DOG CHKN IW y MICHL B DD4o0 60 4 oz 48.53 206 74 1/72 CT SANDWICH EGG /CHS BKFST SLD IW y BCNSTGL 55230 1 72 CT 32.27 207 130 72/4.5 oz SANDWICH HOT DOG CHILI y LDL 952000 72 4.5 oz 54.77 208 858 72/2.6OZ SANDWICH PEANUT BTR&GRAPE WHET y SMUCKER 5150006960 72 2.6OZ 36.80 209 841 72/2.6OZ SANDWICH PEANUT BTR&STW WHEAT y SMUCKER 5150006961 72 2.6OZ 38.43 210 1022 72/5.3 oz SANDWICH PEANUT BUTR GRAPE y SMUCKER 5150021027 72 5.3 oz 66.52 211 192 72/5.3 oz SANDWICH PEANUT BUTR STRAW y SMUCKER 5150021028 72 5.3 oz 69.78 212 867 48/4.4 OZ SANDWICH STFD PEPPERONI WG y TONYS 78376 48 4.4 oz 31.83 213 200 24/4.46OZ SANDWICH STFD PPRNI IW CN y TONYS 78377 24 4.46OZ 16.87 214 45 48/5.2 oz SANDWICH SUN BUTTER GRPE JELLY y SUNWSFD 15228 48 5.2 02 45.52 215 35 4/80 oz SAUCE ALFREDO POUCH y ANG MIA 8781511122 4 80 oz 48.31

216 1043 56/2.8502 SAUSAGE & PANCAKE WRP WHLGR CN y SYS CLS 32187 56 2.8SOZ 19.55 217 96 72/2.S oz SNACK BAR BTRMLK TWIN WHLGRAIN y DAVE'S WG1001 72 2.5 oz 24.15 218 27 3/4 LB SOUP BROCCOLI CHEESE CONC y SYS CLS 55780 3 4 LB 28.25 219 23 3/4 LB SOUP CHOWDER CLAM NEW ENG CONC y SYS CLS 35566 3 4 LB 31.97 220 63 4/4 LB SOUP TOMATO BASIL BISQUE RTU y SYS IMP 20278 4 4 LB 29.81

221 116 72/2.29OZ STRUDEL APPLE STK FRUDEL y PILLSBY 127852000 72 2.2902 31.13

Page 30: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

O O e 222 106 96/4.09OZ TACO BEEF TOTALLY WHL GRAIN y THE MAX 77387-12714 96 4.09OZ 58.84 223 43 60/5 OZ TAMALE BEEF AUTHENTIC y CASAIMP 50625 60 5 oz 57.43 224 94 48/5 OZ TAMALE CHEESE & GREEN CHILE y DELREAL 129 48 5 oz 41.79 225 409 48/5 oz TAMALE CHICKEN W/GREEN SAUCE y DELREAL 124 48 5 oz 41.79 226 85 48/5 oz TAMALE PORK y DELREAL 122 48 5 oz 41.79 227 2085 12/4CT TAMALE RED SAUCE CHKN W.G. y DELREAL 767 12 4CT 39.62 228 396 140/1.7402 TAQUITO CHKN WHL/GRN y POSADA 46580011 140 1.74OZ 38.97 229 558 72/2.6402 TOAST FRENCH MINI CINN RUSH y PILLS BY 137309000 72 2.64OZ 28.16 230 200 140/1.74 TAQUITO BEEF W.G y POSADA 46581511 1 140CT 35.17 231 104 110/2.90OZ TOAST FRENCH STK WHL GRN IW y SUNFRSH 40034 110 2.90OZ 59.03 232 785 143/1 oz TOAST FRENCH STK WHL WHEAT y BAKCRFT 442 143 1 oz 18.73 233 22 6/90 CT TORTILLA CORN WHT TBL SOFT 6 y LA BAND 2716 6 90CT 18.03 234 25 12/12 CT TORTILLA FLOUR 8 PRESSED y LA BAND 2710 12 12 CT 13.84 235 152 8/5 CT TORTILLA FLOUR BEAN & CSE PUP y DELREAL 705 8 5 CT 36.67 236 84 24/12 CT TORTILLA FLOUR WHEAT 8 y MISSION 10411 24 12 CT 33.74 237 36 24/12CNT TORTILLA FLOUR WHL WHEAT 6.25 y RECTADO 022259-0621 24 12CNT 25.66 238 51 12/2LB VEGETABLE BLEND CALIF GR A y SYS CLS 12 2LB 24.23 239 39 1/30 LB VEGETABLE BLEND CALIF GR A y SYS CLS 249902 1 30 LB 28.34 240 89 1/30 LB VEGETABLE BLEND MIX 4 WAY y WATTSBR V5412 1 30 LB 21.19 241 69 6/4 LB VEGETABLE BLEND STIR FRY y SYS IMP 1874817 6 4 LB 29.09 242 39 12/2.5 LB VEGETABLE MIX 5 WAY P y SYS REL V5370 12 2.5 LB 21.60 243 97 1/30 LB VEGETABLE MIX 5-WAY GR A y SYS CLS V5363 1 30 LB 20.95 244 487 72/2.4702 WAFFLE BLUEBERRY BASH MINI y PILLS BY 132264000 72 2.47OZ 28.26 245 642 72/2.47OZ WAFFLE MAPLE MADNESS MINI y PILLS BY 132265000 72 2.47OZ 28.26 246 64 8/12 CT WRAP TORTILLA FLOUR 12 y LA BAND 27128 8 12 CT 16.06 247 350 144/1.5 WAFFLE WHOLE GRAIN BULK y BAKCRFT 1453 144 1.3 oz 18.48 248 35 48/4 oz MUFFIN BLUEBERRY TULIP y BKRSIMP 75760 48 4 oz 41.05 249 35 48/4 oz MUFFIN CHOCOLATE TULIP y BKRSIMP 75761 48 4 oz 42.28 250 35 48/4 oz MUFFIN CRANBERRY ORANGE TULIP y BKRSIMP 75763 48 4 02 41.95 251 35 48/4 oz MUFFIN CINNAMON STRUESEL TULIP y BKRSIMP 75762 48 4 oz 42.57

Page 31: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

) O 2018-2019 WASHINGTON UNIFIED SCHOOL DISTRICT INVITATION FOR BID (IFB) PROJECTED USAGE DOCUMENT

L

;

The 'Buy American' provision must be followed. Please mark the box to verify that each BID item meets this procurement standard. Items must satisfy USDA, COE requirements and/or be Smart Snack Compliant

Items should be the same, or equivalent, to the products listed under the preferred manufacturer and description. f Complete the columns under the green headings.

Product of List New List New List List 2018-19 LINE# QTY Pack Size Description USAY/N Manufacture Name Manufacture Code Pack Unit Size Price 8 1058 4/BAGS CHICKEN BRO PTY WHL GRAIN CK y TYSON 002154-0928 BAGS TYSON 53.13 9 204 46/3.SOZ CHICKEN BRST BRO SPCY PCK SEL y TYSONRL 038362-0928 3.502 TYSONRL 28.74 10 34 40/4 OZ CHICKEN BRST FIL CKD GAR HRB y BRKBUSH 4205 4 oz BRKBUSH 46.56 11 22 40/402 CHICKEN BRST FIL ROAST FC SEL y TYSONRL 038353-0928 40Z TYSON RL 38.33 12 39 40/4 oz CHICKEN BRST GRL MRK PCK NAE y TYSONRL 038351-0928 4 0Z TYSONRL 37.81 13 20 4/BAGS CHICKEN BRST H&SPC WHLGR FC CN y TYSON 070312-0928 BAGS TYSON 95.85 14 2031 250/.68 OZ CHICKEN BRST NUG BRO y FOSTRFM 96185 .680Z FOSTRFM 19.35 15 75 2/5 LB CHICKEN BRST NUG TEMPURA NAE y TYSONRL 038387-0928 5 LB TYSONRL 18.96

16 65 64/2.7502 CHICKEN BRST PATTY MESQ CKD y TYSON 003060-0928 2.750Z TYSON 32.89 17 874 60/3.43027 CHICKEN BRST PTY BRO CKD y FOSTRFM 96184 3.430Z FOSTRFM 22.86 18 32 5/6 LB CHICKEN BRST PTY WHL GRAIN y FOSTRFM 91696 6 LB FOSTRFM 54.78 19 1245 1/10 LB CHICKEN BRST STRIP GLD N SPICE y BRKBUSH 5841 10 LB BRKBUSH 29.27 20 44 2/5 LB CHICKEN BRST STRIP GRL PCK NAE y TYSONRL 038305-0928 5 LB TYSONRL 34.69 21 613 2/5# CHICKEN BRST STRIP WHLGRN CN y BRKBUSH 5843 5# BRKBUSH 26.72 22 42 2/5 LB CHICKEN BRST STRP GRL PCK NAE y TYSON RL 038354-0928 5 LB TYSONRL 32.08 23 49 2/5 LB CHICKEN DICED WHT 3/8 CKD NAE y TYSONRL 038356-0928 5 LB TYSONRL 32.08 24 668 1/30 LB CHICKEN DRUMSTICK BRO FC y TYSON 666010-0928 30 LB TYSON 79.56 25 297 6/5 LB CHICKEN LEG BNLS ORG MANDRN y LING'S 15555 5 LB LING'S 117.77

26 103 12/4 CT CHICKEN LEG MEAT TAMALE GRN SC y DELREAL 783 4 CT DELREAL 49.46

27 25 2/5 LB CHICKEN MEAT DICED WHT .5 IN y SYS CLS 111427 5 LB SYS CLS 38.04 28 225 2/5 LB CHICKEN MEAT DICED WT/DK MARN y TYSON 022830-0928 5 LB TYSON 32.19 29 69 2/5 LB CHICKEN POPCORN FC GLD-N-SP y BRKBUSH 5577 5 LB BRKBUSH 27.19

30 312 4/BAGS CHICKEN POPCORN HOT&SPCY WHLGR y TYSON 070378-0928 BAGS TYSON 55.33 31 326 4/BAGS CHICKEN POPCORN WHL GRN FC y TYSON 070368-0928 BAGS TYSON 55.33 32 206 4/BAGS CHICKEN PTY BRO HT/SPCY WGN CN y TYSON 005567-0928 BAGS TYSON 64.74

33 382 75/3 oz CHICKEN PTY BRO WG SPCY y ADVANCE 68029 30Z ADVANCE 34.19

34 288 6/5 LB CHICKEN PTY BRO WGN 3.40Z y TYSON 016477-0928 5 LB TYSON 53.26 35 115 2/5 LB CHICKEN SHREDDED CARNITAS y HORMEL 54188 5 LB HORMEL 35.52 36 2265 239/.67 oz CORN DOG CHKN MINI WHL GRN CN y SYS CLS 71911 .67 oz SYS CLS 24.87 37 2125 72/4 oz. CORN DOG CHKN WHL GRAIN CN y SYS CLS 32171 40Z. SYS CLS 35.32 38 195 96/4 oz CORN DOG CHKN WHL GRN CN y FOSTRFM 94124 40Z FOSTRFM 41.69

39 94 2/5 LB FRANK TURKEY 10X1 5.25 CN y SYS CLS 2265591142 5 LB SYS CLS 15.57

40 731 2/5 LB FRANK TURKEY 8Xl 5.25 CN y SYS CLS 2265591143 5 LB SYS CLS 15.87

41 650 2/5 LB FRANK TURKEY 8X1 6 IN y SYS CLS 2265591141 5 LB SYS CLS 15.54

42 69 6/5 LB SAUCE GENERAL TSO WITH CHKN y LING'S 852724155630 5 LB LING'S 121.04 43 68 60/2.6702 SAUSAGE TRKY ON A STK WHLGN CN y SYS CLS 32203 2.670Z SYS CLS 19.22 44 70 2/5 LB SAUSAGE TURKEY PANCAK MINI WRP y FOSTRFM 96169 5 LB FOSTRFM 25.47 45 27 12/1 LB TURKEY BREAST SU 0/RSTD .5 FZ y JENNIEO 2099 lLB JENNIEO 42.50 46 43 4/2.SLB TURKEY BREAST SU 0/RSTD .670Z y BBRLCLS 2265594113 2.5LB BBRLCLS 46.65 47 425 12/1 LB TURKEY HAM SL PRCK .SOZ y BTRBALL 2265563902 lLB BTRBALL 35.94 48 20 4/3-4#AV TURKEY PASTRAMI SELECT y FOSTRFM 6829 3-4#AV FOSTRFM 2.77 49 41 2/9-12# TURKEY ROAST BNLS WHT/DRK RAW y SYS CLS 41332 9-12# SYS CLS 3.00 so 106/1.5 oz TURKEY SAUSAGE PTY CKD SAGE y J DEAN 14106 1.5 02 J DEAN 32.53

Page 32: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

O O 2018-2019 WASHINGTON UNIFIED SCHOOL DISTRICT INVITATION FOR BID (IFB) PROJECTED USAGE DOCUMENT

(_

I

The 'Buy American' provision must be followed. Please mark the box to verify that each BID item meets this procurement standard. Items must satisfy USDA, COE requirements and/or be Smart Snack Compliant

Items should be the same, or equivalent, to the products listed under the preferred manufacturer and description. [ Complete the columns under the green headings.

Product of List New List New List List 2018-19 LINE # QTY Pack Size Description USA Y/N Manuf acture Name Manuf acture Code Pack Unit Size Price 8 21 4/10# AV BEEF GRND BULK 81/19 CHUB FRS y FIRECLS D02310XA 4 5#AV 1.98/LB 9 66 4/5#AV BEEF GRND BULK 85/15 CHUB FRS y FIRECLS D02510XA 4 5#AV 2.46/LB 10 43 4/5#AV BEEF GRND BULK 90/10 CHUB FRS y FIRECLS D07710XA 4 5#AV 3.26/LB 11 171 60/4 OZ BEEF PATTY 78/22 TNJ RND FRZ y CAB 62641 60 402 52.42 12 33 45/5.302 • BEEF PATTY 78/22 TNJ RND FRZ y CAB 62641 60 402 52.97 13 200 90/2.502 • BEEF PATTY FC SOY LWRSOD HS CN y FIREREL 2325278 90 2.SOZ 63.05 14 25 2/12-16# • HAM BUFFET BNLS SILVER MEDAL y FARMLND 70247128410 2 12-16# 2.93 15 71 2/5 LB • HAM DICED 1/4 IN WA y BBRLCLS 74865081987 2 5 LB 29.52 16 168 6/2 LB • HAM SLICED SMK NAT .5 OZ FRSH y HORMEL 32225 6 2 LB 46.96 17 61 2/5 LB • MEATBALL BEEF ITAL STYLE .5 OZ y AREZCLS 7836562 2 5 LB 32.79 18 19 2/5 LB • MEATBALL PK/BF ITAL STYL lOZ y AREZCLS 2369460 2 5 LB 25.46 19 78 2/5 LB • PORK DICED 1 FRZN y BCH BLK 35740 2 5 LB 20.32 20 111 2/5 LB • PORK DICED 1/2 FRZN y BCH BLK 35050 2 5 LB 20.32 21 164 200/.8 oz • SAUSAGE PORK LNK SKLS CKD MILD y SYS CLS 19686 200 .8 oz 21.77 22 19 80/2 oz SAUSAGE PORK PTY CKD 2 OZ NAT y HORMEL 54885 80 2 oz 24.91 23 143 160/1 oz • SAUSAGE PORK PTY CKD MILD 1 OZ y SYS CLS 19696 160 1 oz 22.80 24 154 106/1.5 OZ • SAUSAGE PORK PTY CKD MILD CN y SYS CLS 19698 106 1.5 oz 21.80 25 74 72/2 oz BEEF BURGER FC lOZ BUN SOY y ADVANCE 10710 72 2 oz 31.81 26 85 6/5 LB BEEF CRUMBLE RED SODIUM y SMRTPKS 1-320410-20 6 5 LB 143.73 27 647 2/10 LB BEEF GRND 80/20 BULK y FIRECLS 4673 2 10 LB 44.63 28 31 246/.91 oz BEEF NUGGET TERIYAKI PRECKD y KINGCOM 72045 246 .91 oz 62.93 29 739 192/2.6 OZ BEEF PATTY CHRBR PRCK y DON LEE CN252603 192 2.6 oz 93.46 30 500 80/5.5 oz BEEF PATTY CHZBRGR TWIN 1151 y USDA 1151 80 5.5 oz 76.60 31 32 80/4 OZ BEEF PATTY GRD 80 RNDW FRZ y FIREREL 20516106301120 80 4 oz 49.27 32 658 62/2.6 OZ BEEF PATTY GRND CHARBRLD y SYS REL 119 62 2.6 OZ 38.81 33 31 4/5 LB BEEF TACO MEAT PRCK y CASACLS TAC0101CS 4 5 LB 54.00 34 69 1/10 LB FRANK ALL BEEF 4Xl 8 BLK ANG y FARMLND 7024 7817907 1 10 LB 36.15 35 251 2/5 LB FRANK All-BEEF 8Xl 6 IN y BBRLIMP 74865067997 2 5 LB 24.85 36 53 2/5# FRANK ALL-BEEF 8Xl FZ y NATHANS 88313 97110 2 5# 33.02 37 102 1/48 CT FRANK BEEF SLIDER W/BUN y NATHANS 88313-91732 1 48 CT 28.54 38 57 4/2.5 LB HAM HONEY SMK Sll .6702 y BBRLCLS HHN8505LB 4 2.5 LB 36.06

39 60 4/2.5 LB HAM SMK Sll .6702 y BBRLCLS SH8505LB 4 2.5 LB 36.06

40 111 2/5 LB MEATBALL CHICKEN CKD 1 OZ y BONICI 072931-0269 2 5 LB 21.68

41 88 2/5 LB PORK BBQ PULLED W/SAUCE y HORMEL 55241 2 5 LB 35.91

42 149 54/3 oz PORK RIB PATTY BBQ PRECOOKED y SYS REL 54 3 oz 35.99

43 159 100/2.5 oz PORK RIB PATTY PRECOOKED y ADVANCE 44-531-0 100 2.5 oz 32.50

44 28 60/2.6702 PORK RIB PTY PRCKD UNBRD y SYS REL 2398188 60 2.6702 33.02

45 54 53/3 oz PORK RIB PTY PRE-COOKED y SYS REL 7154263 53 3 oz 32.70

46 44 100/302 PORK RIB PTY W/HONEY BBQ SAUCE y USDA 3787 100 302 42.19

47 180 4/5#AV PORK SHREDDED BARBACOA y HORMEL 20511 4 5 #AV 2.89/LB

48 15 24/9 oz SAUSAGE CHORIZO BEEF y El MEX 30051 24 9 oz 29.13

49 35 250/1.2002 SAUSAGE PORK PTY COMM y USDA 9467 250 1.2002 47.15 so 85 100/3 oz STEAK GRILL STEAK BEEF SMKY y USDA FP 9617 100 3 oz 73.47

51 35 2/5 LB TOPPING PIZZA BEEF CRMBL 54/0Z y AREZZIO 68900-071 2 5 LB 20.74

Page 33: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

) ' 2018-2019 WASHINGTON UNIFIED SCHOOL DISTRICT INVITATION FOR BID (IFB) PROJECTED USAGE DOCUMENT

Le

The 'Buy American' provision must be followed. Please mark the box to verify that each BID item meets this procurement standard. Items must satisfy USDA, CDE requirements and/or be Smart Snack Compliant

Items should be the same, or equivalent, to the products listed under the preferred manufacturer and description. _ Complete the columns under the green headings.

Product of List New List New List List 2018-19 LINE# QTY Pack Size Description USA YIN Manufacture Name Manufacture Code Pack Unit Size Price 1 300 53/3 oz POLLOCK BRD WHL GRAIN CN y TRIDENT 418317 53 3 oz 26.84 2 200 1/10 LB FISH STICK BAJA WHL GRAIN CN y TRIDENT 418304 1 10 LB 25.57 3 85 1/10LBS POLLOCK BTRD SPCY PRTN 3.6 OZ y TRIDENT 425226 1 lOLBS 24.54 4 44 1/10 LB POLLOCK NUG BRO FISH/STAR 1 OZ y PORTBTY 10023925 1 10 LB 19.12 5 22 46/3.6 oz • POLLOCK FLT PRCKD POT CRUN y HIGHLNR 06533 46 3.6 oz 29.25 6 22 1/10 LB POLLOCK BRO SHAPE PRCK WGCN lZ y PORTCLS 1 10 LB 22.42

Page 34: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

O D 2018-2019 WASHINGTON UNIFIED SCHOOL DISTRICT INVITATION FOR BID {IFB} PROJECTED USAGE DOCUMENl

• \._.

J

The 'Buy American' provision must be followed. Please mark the box to verify that each BID item meets this procurement standard. Items must satisfy USDA, COE requirements and/or be Smart Snack Compliant

Items should be the same, or equivalent, to the products listed under the preferred manufacturer and description. j Complete the columns under the green headings.

Product of List New List New List List 2018-19 LINE # QTY Pack Size Description USA Y/ N Manufacture Name Manufacture Code Pack Unit Size Price 1 146 12/8 CT • BAR GRANOLA CHOC CHNK LFAT y QUAKER 31186 12 8CT 22.94 2 85 6/#10 • BEAN BAKED OVEN PREMIUM y BBRLCLS 8326607 6 #10 30.92 3 35 6/#10 • BEAN GARBANZO FCY NO SULFITE y SYS CLS FOBS-0610 6 #10 21.94 4 532 6/#10 • BEAN PINTO FCY y CASACLS EB-O610 6 #10 19.57 5 426 8/16 OZ • CHIP CORN BULK WHL GRN RFAT y FRITOS 57766 8 16 oz 16.15 6 126 104/1 OZ • CHIP CORN ORIG SS y FRITOS 32405 104 1 oz 31.88 7 54 64/2 oz • CHIP CORN REG LSS y FRITOS 44355 64 2 oz 28.13 8 194 8/16 oz • CHIP CORN REGULAR y FRITOS 12248 8 16 oz 14.37 9 130 120/.75 oz • CHIP CORN REGULAR y FRITOS 12248 8 16 oz 14.37 10 1134 104/1 oz • CHIP MULTIGRAIN GRON SALSA y SUNCHIP 36445 104 1 oz 29.02 11 600 104/1 oz • CHIP MULTIGRAIN ORIG SS y SUNCHIP 11151 104 1 oz 29.02 12 90 120/.5 oz • CHIP NACHO CHS y DORITOS 13296 120 .5 oz 18.22 13 172 60/.8750Z • CHIP POTATO BAKED BBQ y BKDLAYS 32078 60 .8750Z 16.74 14 107 72/.8 oz • CHIP POTATO BBQ y POPCHIP 72 .8 oz 33.63 15 121 64/1.1252 • CHIP POTATO BBQ CRISP BIG GRAB y BKDLAYS 44395 64 1.125Z 26.48 16 157 64/1.125Z • CHIP POTATO BKD BIG GRAB y BKDLAYS 44396 64 1.125Z 26.48 17 198 64/1.1252 • CHIP POTATO CHOR SRCRM BKD y RUFFLES 44400 64 1.125Z 28.13 18 198 60/.80 oz • CHIP POTATO CRISPS CHOR 50/CRM y RUFFLES 56882 60 .800Z 16.74 19 82 64/1.375Z • CHIP POTATO KTL JALCHDR 40%LF y LAYS 25111 64 1.375Z 26.48 20 56 64/1.3752 • CHIP POTATO KTL SALT&VGR 40%LF y LAYS 25113 64 1.375Z 27.49 21 116 104/1 OZ • CHIP POTATO REG SNG SRV y LAYS 11045 104 1 oz 29.02 22 110 120/.5 oz • CHIP POTATO REGULAR INDIV y LAYS 19846 120 .5 oz 14.92 23 102 64/1.1252 • CHIP POTATO SRCRM & ONION LSDO y BKDLAYS 44398 64 1.125Z 26.48 24 47 72/.8 oz • CHIP POTATO TANGY BBQ RIDGES y POPCHIP 20082666701129 72 .8 oz 33.79 25 230 72/1 oz • CHIP TORTILLA COOL RANCH RFAT y DORITOS 36096 72 1 oz 20.09 26 745 72/1 oz • CHIP TORTILLA FLAMAS RF y DORITOS 62829 72 1 oz 20.09 27 41 64/1.7502 • CHIP TORTILLA NACHO CHS LSS y DORITOS 44375 64 l.750Z 28.13 28 149 104/1 oz • CHIP TORTILLA NACHO CHS SS y DORITOS 11142 104 1 oz 31.88 29 635 72/1 oz • CHIP TORTILLA NACHO REDUCE FAT y DORITOS 31748 72 1 oz 20.09 30 75 72/.8750Z • CHIP TORTILLA SCOOPS BAKED y TOSTITO 42537 72 .8750Z 20.09 31 147 72/1 oz • CHIP TORTILLA SPY SWT CHL RFAT y DORITOS 49093 72 1 oz 20.09 32 45 6/2 LB • CHIP TORTILLA YEL TRIANG y CASACLS 8422 6 2LB 18.62 33 40 1/60 CT • CHIP VARIETY SYSCO/FRITO LAY y LAYS 31831 1 60CT 24.12 34 57 1/10 LB • COOKIE ANIMAL CRACKER y KEEBLER 3010020010 1 10 LB 16.15 35 36 1/10 LB • COOKIE CHOC CHIP 324 CT y SYS CLS 7486560468 1 10 LB 20.71 36 129 150/1 oz • COOKIE CINNAMON ELF GRAHAM y KEEBLER 3010040221 150 1 oz 24.88 37 288 150/lOZ • COOKIE GRAHAM CHOC ELF y KEEBLER 3010040239 150 lOZ 24.52 38 30 144/.93 oz • CRACKER CHEESE PNT BUTR 24/6PK y AUSTIN 7978392177 144 .93 oz 16.86 39 101 60/1.5 OZ • CRACKER CHEEZITS ORIG SNACK y SUNSHIN 2410012261 60 1.SOZ 14.56 40 397 175/.75 oz • CRACKER CHEEZITS WHL GRAIN y SUNSHIN 24 10079263 175 .75 oz 30.55 41 54 72/1.SOZ • CRACKER GOLDFISH CHOR CHS y PEPFARM 13539 72 1.502 20.41 42 112 300/.75 oz • CRACKER GOLDFISH PRTZL WHLGRN y PEPFARM 14396 300 .75 oz 39.52 43 227 300/.75 oz • CRACKER GOLDFISH WHL GRAIN y PEPFARM 18105 300 .75 oz 49.26 44 75 210/1 oz • CRACKER GRAHAM CINN BUG BITES y KEEBLER 3010055644 210 1 oz 38.64 45 132 300/.9 oz • CRACKER GRAHAM CINN GOLDFISH G y PEPFARM 15094 300 .9 oz 42.34 46 918 150/3 CT • CRACKER GRAHAM HNY W/CALCIUM y KEEBLER 3010091822 150 3 CT 16.61

Page 35: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

O s' 47 50 1/10 LB CRACKER GRAHAM HONEY y KEEBLER 3010020248 1 10 LB 25.6 48 90 210/1 oz CRACKER GRAHAM SCOOBY CINN STK y KEEBLER 3010050689 210 1 oz 38.64 49 35 500/2 PK CRACKER SALTINE y HSRCCLS 7486502808 500 2 PK 13.4 so 117 1/7.5 LB CRACKER TOWNHOUSE BULK y KEEBLER 3010067355 1 7.5 LB 28.97 51 58 18/3.1 oz DRESSING MIX RANCH NO MSG ADD y HSRCCLS 20025 18 3.1 02 21.66 52 95 6/#10 FRUIT COCKTAIL CH IN PEAR JC y SYS CLS F4604120 6 #10 38.11 53 94 6/#10 HOMINY WHITE y CASACLS 2003811 6 #10 19.39 54 35 6/15 oz MIX GRAVY BRN y SYS IMP 92175 6 15 oz 20.73 55 57 6/14 oz MIX GRAVY CHICKEN y SYS IMP 92061 6 14 oz 20.66 56 37 6/1.5 LB MIX GRAVY COUNTRY STYLE ZTF y SYS IMP 92102 6 1.5 LB 20.18 57 61 6/11.302 MIX GRAVY TURKEY y SYS IMP 92029 6 11.302 20.29 58 33 6/9 oz MIX SEASONING TACO NO MSG y LAWRYS 2150080110 6 9 oz 19.19 59 41 6/1 GAL OIL CORN y SYS CLS 210604 6 1 GAL 45.9 60 33 1/15LB ONION CHP DEHY DISPEN y MC CORM 979608 1 15LB 52.36 61 47 2/10 LB PASTA MACARONI ELBOW y AREZCLS 600536 2 10 LB 17.91 62 51 2/10 LB PASTA SHELL SMALL y LABELLA 600795 2 10 LB 18.77 63 72 2/10 LB PASTA SPAGHETTI 10 y AREZCLS 600531 2 10 LB 17.88 64 880 6/#10 PEAR DICED CH EXTRA LS y SYS CLS 9153300904 6 #10 28.8 65 75 6/#10 PEAR SLICED CHOICE EXTRA LS y SYS IMP 9143300906 6 #10 35.6 66 38 4/1 GAL PICKLE DILL CHIP 3/16 400/450 y BBRLCLS 64488 4 1 GAL 25.27 67 36 4/1 GAL PICKLE DILL CHIP KK 615/675 y BBRLCLS 67488 4 1 GAL 21.56 68 64 1/5 GAL PICKLE DILL CHIP3/16 1700/1900 y BBRLCLS 64588 1 5 GAL 21.4 69 45 1/5 GAL PICKLE DILL SPR KO REF 375/425 y BBRLCLS 88073 1 5 GAL 28.64 70 159 72/.5 0Z. " POPCORN CHDR WHT DELIGHT y SMARTFD 25566 72 .5 oz. 20.44 71 56 6/5.31LB * POTATO MASH COMP SAFE T CAN y SYS CLS 3677739 6 5.31LB 47.37 72 17S 12/28 oz * POTATO PEARL EXCEL y SYS CLS 3327848 12 28 OZ 52.95 73 160 6/3.55LB * POTATO PEARL EXTRA RICH y SYS CLS 4675138 6 3.55LB 47.42 74 50 72/1.2502 PRETZEL MINI TWIST y BBRLCLS 38162 72 l.25OZ 14.76 75 112 1/25 LB * RICE LONG GRAIN 4% BRKN y SYS CLS 81Yl25560 1 25 LB 14.13 76 133 100/1 oz SAUCE BBQ CUPS y BULLEYE 39709 100 1 oz 9.13 77 222 104/.87502 SNACK CHEESE CRUNCHY BKD WHLGR y CHEETOS 62933 104 .875OZ 29.02 78 63 64/2 OZ SNACK CHEESE CRUNCHY HOT LSS y CHEETOS 44368 64 2 oz 28.13 79 267 64/1.5 oz SNACK CHEESE FLAMIN HOT BKD y CHEETOS 44458 64 1.5 oz 28.13 80 1141 104/.87502 * SNACK CHEESE FLAMIN HOT BKD WG y CHEETOS 62984 104 .875OZ 29.02 81 44 72/0.7 oz SNACK CHEESE PUFF RFAT WG HOT y CHEETOS 21912 72 0.7 oz 20.09 82 92 72/0.7 0Z SNACK CHEESE PUFF RFAT WHL GRN y CHEETOS 21910 72 0.7 oz 20.09 83 412 104/.87502 SNACK MIX MUNCH MIX y QUAKER 36308 104 .875OZ 29.19 84 30 4/7.9 LB SOUP BASE BOUILLON CALDO DEPOL y KNORR 67156816 4 7.9 LB 75.44 85 44 2/4 LB SOUP BASE CHKN GRAN y SYS REL 12422-SYS 2 4 LB 16.18 86 41 3/6 LB * SPICE CHILI PWDR LIGHT y SYS CLS 900029979 3 6 LB 66.5 87 62 3/6.5 LB * SPICE GARLIC GRANULATED y SYS CLS 901216548 3 6.5 LB 67.04 88 59 6/20 oz SPICE ONION POWDER y IMP/MCC 974307 6 20 0Z 37.28 89 72 1/25 LB SUGAR BROWN LIGHT CANE y BKRSCLS 404347 1 25 LB 20.36 90 40 1/25 LB SUGAR CONFECTIONER l0X CANE y BKRSCLS 405590 1 25 LB 20.38 91 64 1/25 LB SUGAR GRANULATED XFINE CANE y SYS CLS 401490 1 25 LB 15.94 92 58 1/50 LB SUGAR GRANULATED XFINE CANE y SYS CLS 401490 1 25 LB 15.94 93 106 6/#10 TOMATO DICED IN JUICE CHNKY CA y SYS IMP 4113684 6 #10 19.59 94 42 12/12 CT TORTILLA FLOUR PRESS 10 y CASA€LS 10494 12 12 CT 25.27 95 84 24/12 CT TORTILLA FLOUR PRESS 6 y CASACLS 10492 24 12 CT 23.63 96 82 6/66.502 TUNA LIGHT SKIPJACK CHUNK WTR y PORTCLS 29502SY 6 66.5OZ 79.15 97 80 6/43 oz TUNA LIGHT SKIP JACK POUCH PACK y PORTCLS 29511SY 6 43 oz 76.49 98 36 4/1 GAL VINEGAR DISTILLED WHITE 5% y SYS CLS 10074865106976 4 1 GAL 12.23 99 48 15/1LTR " WATER BOTTLED SPRING lL LONG y NIAGARA NDW10L15PSPPB 15 lLTR 5.51 100 681 48/8OZ WATER BOTTLED SPRING RTD y NIAGARA NDW8OZ2X24PSPC 48 8OZ 5.9 101 97 24/1002 WATER BOTTLED SPRING RTD y NIAGARA N DW8OZ2X24PSPC 48 8OZ 5.9 102 81 24/2402 * WATER BOTTLED SPRING SPORT CAP y NIAGARA NDW24Z24PSPCHS 24 24OZ 6.87

Page 36: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

O 0 (

103 99 56/8 oz WATER SPRING ALPINE y C GEYSR 075140005086 56 8 oz 7.35 104 267 35/16.902 WATER SPRING ALPINE FLT TOP y C GEYSR 350018 35 16.902 5.2 105 43 6/12 CT WRAP TORTILLA WHEAT 12 y BBRLCLS 10244 6 12 CT 23.46 106 520 6/#10 APPLESAUCE FANCY UNSWEETENED y SYS CLS F4062030 6 #10 23.38 107 969 72/4 oz APPLESAUCE IN JUICE CUP y SYS CLS FCASU8000SYS02 72 4 oz 21.43 108 190 72/4 oz APPLESAUCE STRAWBERRY y MOTTS 10002293 72 4 oz 17.86 109 89 6/# 10 APRICOT HVS UNPL EXTRA LS y SYS CLS 2206138 6 # 10 33.37 110 68 6/#10 BEAN BLACK y CASACLS 007486529231 6 #10 22.62 111 77 6/#10 BEAN CHILI PINTO MEXICAN y CASACLS F5975123 6 #10 26.08 112 57 6/#10 BEAN GARBANZO LOW SODIUM y BUSH 01701 6 #10 23.75 113 683 6/# 10 BEAN GREEN CUT y SYS REL F4062378 6 # 10 20.92 114 145 6/#10 BEAN GREEN CUT LOW SODIUM y LIBBY F003710003328 6 #10 24.49 115 38 6/#10 BEAN GREEN CUT REALLY GREEN y SYS CLS F3101583 6 #10 23.41 116 129 6/#10 BEAN PINTO LOW SODIUM y BUSH 01819 6 #10 22.73 117 48 6/#10 BEAN PINTO W/GRLC FCY y SYS CLS F4110193 6 #10 25.93 118 265 6/29.772 BEAN REFRIED SMOOTH DEHY y SANTAGO 82948 6 29.772 24.66 119 349 6/#10 BEAN REFRIED VEGETARIAN y CASACLS F5882311 6 #10 25.1 120 205 6/27.092 BEAN REFRIED VEGTRN y SANTAGO 54914 6 27.09Z 26.72 121 139 6/29.772 BEAN REFRIED WHL BEAN STY y SANTAGO 67245 6 29.77Z 25.42 122 223 6/#10 BEAN VEG NAVY IN TOM SAUCE y SYS CLS 007486510637 6 #10 24.62 123 35 48/.9 oz BEEF JERKY ORIG NO MSG y JACKLNK 10000008264 48 .9 oz 55 124 89 1/48CT. BEEF JERKY TERIYAKI .9OZ y JACKLNK 10000008266 1 48CT. 55.14 125 99 96/1.4202 BREAKFAST BAR CHERRIOS STWBRY y GM 16000-31914 96 1.42OZ 26.38 126 200 96/1.4202 BREAKFAST BAR CINN TST CRNCH y GM 16000-45576 96 1.42OZ 26.38 127 181 96/1.4202 BREAKFAST BAR COCOA PUFFS y GM 16000-45577 96 l.42OZ 26.38 128 44 48/1.3 oz BREAKFAST BAR NUTRI-GRN APPLE y KELLOGG 3800035645 48 1.3 oz 18.02 129 250 96/1.4202 BREAKFAST BAR TRIX y GM 16000-31915 96 1.42OZ 26.38 130 85 6/#10 CARROT DICED FCY y SYS CLS F4109724 6 #10 23.11 131 59 6/#10 CARROT SLI MEO FCY y PACKER 6 #10 22.14 132 69 96/1 oz CEREAL APPLE JCK RED SUG BWLPK y KELLOGG 3800078787 96 1 oz 24.17 133 208 96/1 oz CEREAL CHEERIO APL CIN GLTN FR y GM 16000-31879 96 1 oz 19.78 134 49 96/1 oz CEREAL CHEERIO GF BWLPK y GM 16000-32262 96 1 oz 19.78 135 204 96/1 oz CEREAL CHEERIO HNY NUT BWLPK y GM 11918000 96 1 oz 19.78 136 283 96/1 oz CEREAL CHEERIO MLTIGR GLTN FR y GM 32263000 96 1 oz 19.78 137 750 48/2 oz CEREAL CINN TOASTERS y MALT OM 13820 48 2 oz 17.37 138 1458 96/1 oz CEREAL CINN TST RDUC SUG BWLPK y GM 29444000 96 1 oz 19.78 139 96 96/lOZ CEREAL CINNAMON GLUTEN FREE y GM 16000-38387 96 lOZ 19.57 140 152 96/1 oz CEREAL CINNAMON TST CRNCH OTG y GM 16000-17733 96 1 oz 30.33 141 45 96/1 oz CEREAL CINNAMON TST CRUN BWLPK y GM 11815000 96 1 oz 19.78 142 1229 96/1.0632 CEREAL COCOA PUFFS BWLPK 25%LS y GM 16000-31888 96 l.063Z 19.18 143 35 96/3/4 oz CEREAL CORN FLAKES BWLPK y KELLOGG 3800000196 96 3/4 0Z 24.17 144 187 96/1 oz CEREAL FROOT LOOP REOSUG INDIV y KELLOGG 3800078788 96 1 oz 24.17 145 395 48/2 oz. CEREAL FROSTED FLAKES y MALT OM 955 48 2 oz. 17.37 146 35 1/96 CT CEREAL FROSTED FLAKES BWLPK y MALT OM 1015 1 96CT 16.97 147 316 96/1 oz. CEREAL FROSTED FLAKES RDUC SUG y KELLOGG 96 1 oz. 24.17 148 33 48/202 CEREAL FROSTED MINI SPOONER y MALT OM 06893 48 202 No Bid 149 187 96/1 oz CEREAL GOLDEN GRAHAM BWLPK y GM 11943000 96 1 oz 19.78 150 213 48/2 oz CEREAL GRANOLA CRUN LOW FAT y KELLOGG 3800011458 48 2 oz 24.46 151 115 4/50 oz CEREAL GRANOLA OATSN HNY BLKPK y NAT VLY 27111000 4 50 oz 38.2 152 143 96/1.1302 CEREAL HNY NUT CHEX GLUTEN FR y GM 11866000 96 1.1302 19.78 153 50 48/2 oz CEREAL HONEY GRAHAM SQUARES y MALT OM 3759 48 2 oz 17.37 154 246 48/2 oz CEREAL HONEY SCOOTERS BOWL y MALT OM 08676 48 2 oz 17.37 155 36 12/42 oz CEREAL HOT OAT QUICK y HSRCCLS 23527601425 12 42 oz 33.38 156 1196 96/1 oz CEREAL LUCKY CHARMS GLUTEN FR y GM 16000-31917 96 1 oz 19.78 157 470 48/2 oz CEREAL MARSHMALLOW MATEYS y MALT OM 5940 48 2 oz 17.37

158 130 96/1 oz CEREAL REESE PUFFS BOWLPAK y GM 16000-31919 96 1 oz 19.78

Page 37: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

O ? 159 135 96/1 oz CEREAL RICE CHEX GLUTEN FR y GM 31921000 96 1 oz 19.78 160 53 96/5/8 oz CEREAL RICE KRISPIES BWLPK y KELLOGG 3800000596 96 5/8OZ 24.17 161 44 96/l.19OZ CEREAL TOTAL RAISIN BRAN BWLPK y GM 16000-12392 96 l.19OZ 19.78 162 1074 96/1 oz CEREAL TRIX BWLPK 25% LESS SGR y GM 31922000 96 1 oz 19.78 163 89 6/#10 CHILI CON CARNE W/BEAN y SYS CLS 390SE-SYS 6 #10 62.67 164 36 72/.7 oz CHIP POTATO BUFFALO RANCH RIDG y POPCHIP 72 .7 oz 32.11 165 70 64/1.3752 CHIP POTATO KTL APLWD RFAT BBQ y LAYS 00028400095983 64 1.3752 26.26 166 660 120/1.SOZ CHIP TORTILLA CORN YEL NON COM y WARNOCK 31146 120 l.SOZ 30.77 167 363 1/12LB CHIP TORTILLA CORN YEL RND y WARNOCK 51102 1 12LB 17.38 168 51 21/1.402 CHIP TORTILLA NACHO RFWG TOPGO y DORITOS 66007 21 1.402 9.71 169 34 104/.87502 CHIP TORTILLA RED FAT ROUNDS y TOSTITO 18792 104 .87502 29.02 170 186 21/1.402 CHIP TORTILLA RF WG RND TOPGO y TOSTITO 66006 21 1.,402 9.71 171 203 1/12 LB CHIP TORTILLA RND YEL SLTD y CASACLS 1 12 LB 17.92 172 41 10/1 LB CHIP WONTON STRIP y SYS CLS 55823 10 lLB 33.44 173 85 150/1 oz COOKIE ANIMAL CRACKER WG y KEEBLER 3010020150 150 1 oz 22.9 174 63 60/2.5 OZ COOKIE CHOC BROWNIE y GRANDMA 10310 60 2.5 O2 17.13 175 121 60/2.5 oz COOKIE CHOC CHIP IW y GRANDMA 45092 60 2.5 OZ 16.77 176 125 80/1.2202 COOKIE CHOC CHIP MINI WG RICH y GRANDMA 66154 80 1.2202 21.43 177 49 144/.70 oz COOKIE EGG SPRING COLORFUL IW y KKOOKIE 9012 144 .70 oz 25.78 178 131 1/350 CT COOKIE FORTUNE IW y PACKER 1 350CT 8.94 179 43 120/2 CT COOKIE SANDWICH OREO y NABISCO 10019320015400 120 2 CT 24.8 180 37 152/.7 oz COOKIE SHAMROCK ST. PATTY'S y KKOOKIE 3045 152 .7 oz 21.6 181 46 160/.7 oz COOKIE VALENTINE HEART y KKOOKIE 3050 160 .7 oz 22.37 182 43 152/.7 O2 COOKIE XMAS TREE & BELL y KKOOKIE 3170 152 .7 oz No Bid 183 343 6/#10 CORN WHL KERNEL GOLDEN FCY y SYS CLS F4107520 6 #10 24.65 184 137 6/75 oz CORN WHL KERNEL VAC-PAK FCY y SYS CLS F4187613 6 75 oz 24.06 185 97 300/1 oz CRACKER GRAHAM APLCIN BEAR 2CT y MJM 403001 300 1 oz 37.6 186 263 300/1 oz CRACKER GRAHAM CHOC BEARIW 2CT y MJM 402001 300 1 oz 38.85 187 75 150/1 oz CRACKER GRAHAM CHOC SPORT BITE y MJM 512150 150 1 oz 27.89 188 273 150/3 CT CRACKER GRAHAM CINNAMON 1 OZ y MJM 308151 150 3 CT 18.72 189 178 72/l.06OZ CRACKER GRAHAM HNY MAID LI SQR y NABISCO 1932000166 72 l.06OZ 14.4 190 136 150/3 CT CRACKER GRAHAM LOW FAT 1 OZ. y MJM 300151 150 3 CT 18.13 191 45 155/22 GM CRACKER GRAHAM SAVRY PIZ BITE y MJM 804155 155 22 GM 26.65 192 94 150/1 oz CRACKER GRAHAM SPORTS BITE y MJM 514150 150 1 oz 23.75 193 105 300/1 oz CRACKER GRAHAM STRBY WFFL 2 CT y MJM 405001 300 1 oz 37.6 194 40 150/3 PK CRACKER GRAHAM SUGAR HONEY y NABISCO 10019320013512 150 3 PK 16.05 195 31 200/2 PK CRACKER GRAHAM SUGAR HONEY y NABISCO 10019320013512 150 3 PK 16.05 196 75 300/2 CT CRACKER GRAHAM VAN BEAR 1 OZ y MJM 404001 300 2 CT 37.6 197 179 200/l.16OZ CRANBERRY DRIED STWBRY CRAISIN y OCNSPRY 23445 200 l.16OZ 47 198 53 8/2.5 LB CROUTON CHEESE GRLC HMSTY ZTF y SYS CLS 74921 8 2.5 LB 40 199 165 225/.6502 CROUTON MULTI-GRAIN 111212 y ELZBETH HOMESTYLE 225 .65OZ 36.03 200 49 250/.25 OZ CROUTON SEASONED CUBE PKT ZTF y SYS CLS 20602 250 .25 OZ 15.85 201 32 4/1 GAL DRESSING ASIAN SESAME y MARZETI 41464 4 1 GAL 39.44 202 900 200/12 GM DRESSING RANCH BTRMLK y AMERCNA 7160370023800 200 12 GM 5.51 203 36 4/1 GAL DRESSING RANCH BTRMLK y AMERCNA 7160370023800 200 12 GM 5.51 204 70 4/1 GAL DRESSING RANCH BUTTERMILK y SYS REL 75003-SYS 4 1 GAL 33.64 205 325 200/12 GM DRESSING RANCH BUTTERMILK PKT y SYS CLS 47020-SYS 200 12GM 10.47 206 253 120/1 OZ DRESSING RANCH CUP y MARZETI 83984 120 1 oz 15.07 207 582 100/1.5 OZ DRESSING RANCH LIGHT PACKET y NWMNOWN 15059-SYS 100 1.5 oz 18.28 208 608 24/8.4 OZ DRINK APPLE SPRKLG y IZZEBEV 01507 24 8.4 02 11.82 209 49 40/6 oz DRINK BERRY BREEZE 100% JUICE y CAPRI 10087684001445 40 6 oz 11.21 210 375 24/12 OZ DRINK BERRY MIXED G2 CLR y GATRADE 13297 24 12 02 11.18 211 215 24/8.4 oz DRINK BLACKBERRY SPRKLG y IZZEBEV 01502 24 8.4OZ 11.82 212 726 24/12 OZ DRINK FROST GLACIER FREEZE G2 y GATRADE 12007 24 12 02 11.18 213 60 24/20 OZ DRINK FROST GLACIER FREEZE WDM y GATRADE 32486 24 20 OZ 19.84 214 199 24/8.4 oz DRINK FRT POMGRNT FRTFD SPRKLG y IZZEBEV 01508 24 8.4OZ 11.82

Page 38: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

O eO f \

215 486 24/1202 DRINK FRUIT PUNCH G2 y GATRADE 10052000122029 24 1202 11.18 216 46 24/20 oz DRINK FRUIT PUNCH WIDEMOUTH PL y GATRADE 32866 24 20 OZ 19.84 217 215 24/12 OZ DRINK GRAPE G2 y GATRADE 12203 24 12 oz 11.18 218 149 24/12OZ DRINK LEMON LIME GATORADE G2 y GATRADE 12463 24 1202 10.97 219 30 24/12 oz DRINK ORANGE G2 y GATRADE 12204 24 12 oz 11.18 220 89 1/50 LB FLOUR ALL PURP H&R BL EN MT y SYS CLS 52124000 1 50 LB 13.4 221 70 1/25 LB FLOUR ALL PURP H&R BL EN MT y SYS CLS 52124000 1 50 LB 13.4 222 46 1/50 LB FLOUR H&R ALL PURPOSE y GOLDMDL 14314000 1 50 LB 15.85 223 260 36/4 oz FRUIT MIX BOWL IN JUICE y DOLE 03065 36 4 oz 19.31 224 888 6/# 10 FRUIT MIX DICED CH EXTRA LS y SYS CLS 2182352 6 # 10 36.02 225 260 48/4 oz FRUIT MIX IN PEAR JUICE BOWL y SYS CLS AA705 48 4 oz 22.56 226 149 60/4 oz ICE SLUSH CHRY LIMEADE ICE DOG y SUNYSKY 124104 60 4 oz 22.16 227 145 60/4 oz ICE SLUSH STRWBRY KIWI ICE DOG y SUNYSKY 124003 60 4 oz No Bid 228 145 60/4 oz ICE SLUSH WATERMELON ICE DOG y SUNYSKY 124106 60 4 oz 22.16 229 182 24/8 OZ JUICE APPLE y SWITCH 00321 24 8 oz 12.39 230 1333 40/12SML JUICE APPLE 100% y APPLEVE 86000 40 125ML 6.58 231 234 36/200ML JUICE APPLE 100% y APP LEVE 86000 40 125ML 6.58 232 411 24/10 oz JUICE APPLE PET y TROPCNA 75717 24 10 0Z 16.14 233 359 36/200ML JUICE BERRY VERY 100% y APP LEVE 84527 36 20DML 8.4 234 335 24/8 oz JUICE BLK CHERRY SPARK y SWITCH 3129 24 8 oz 18.53 235 732 40/125ML JUICE CRANBERRY RASP 100% y APPLEVE 86006 40 125ML 6.58 236 95 8/10 oz JUICE DRINK BRY BLAST y NKDJUCE 63117 8 10 OZ 9.67 237 95 8/10 oz JUICE DRINK MANGO y NKDJUCE 63072 8 10 0Z 9.67 238 119 15/lOOZ JUICE FRUIT MEDLEY PET y TROPC NA 02145 15 1002 9.66 239 1375 40/125ML JUICE FRUIT PUNCH 100% y APPLEVE 86001 40 12SML 6.58 240 399 36/200ML JUICE FRUIT PUNCH 100% y APP LEVE 86001 40 125ML 6.58 241 368 44/4.23OZ JUICE FRUIT VEG DRGN PNCH BOX y JUICE4U 62009 44 4.23OZ 13.33 242 1298 40/125ML JUICE GRAPE WHT 100% y APP LEVE 86004 40 12SML 6.58 243 465 24/8 oz JUICE KIWI BERRY SPARK y SWITCH 3174 24 8OZ 12.39 244 37 24/8 OZ JUICE LEMON LIME EPIC GREEN y FRUIT66 4802 24 8OZ 13.64 245 161 40/4.23OZ JUICE MIXED STWBRY KIWI y APP LEVE 86008TPF 40 4.23OZ 6.58 246 230 24/10 oz JUICE ORANGE PET y TROPCNA 75715 24 10 oz 16.14 247 597 40/125ML JUICE ORANGE TANGERINE 100% y APPLEVE 86003 40 125ML 6.58 248 145 36/200ML JUICE ORANGE TANGERINE 100% y APPLEVE 86003 40 125ML 6.58 249 138 15/10 OZ JUICE STWBRY KIWI PET y TROPCNA 02144 15 10 OZ 9.66 250 47 24/8 OZ JUICE STWBRY MELON EPIC RED y FRUIT66 4804 24 8 oz 13.64 251 442 24/8 oz JUICE STWBRY WTRMLN SPARK y SWITCH 3167 24 8 oz 12.39 252 543 36/200ML JUICE VARIETY PK 100% y APPLEVE 22229 36 200ML 8.4 253 160 40/6.75OZ JUICE VEG BLEND CALYPSO CRSH y ARDMORE 62053 40 6.75OZ 16.69 254 246 40/6.75OZ JUICE VEG BLEND SUNSET SIP y JUICE4U 62052 40 6.7SOZ 17.11 255 109 6/#10 KETCHUP FANCY y HSRCIMP HOUY599 6 #10 21.35 256 885 1000/9 GM KETCHUP PACKET FCY FOIL y HSRCIMP HOUYS9G 1000 9GM 16.93 257 97 1000/9 GM KETCHUP PACKET LOW SODIUM y HEINZ 130005650000 1000 9GM 16.37 258 78 1000/9 GM KETCHUP PACKET POLY y AMERCNA 7160370021800 1000 9GM 18.85 259 721 1000/9 GM KETCHUP PKT (SYS/HNZ) y SYS CLS 130009866000 1000 9GM 14.93 260 268 4/1 GAL MAYONNAISE HEAVY DUTY y SYS REL 71416-SYS 4 1 GAL 24.33 261 208 1/30 LB MAYONNAISE HEAVY DUTY CARTON y SYS REL 71418SYS 1 30 LB 22.56 262 70 4/1 GAL MAYONNAISE LITE y KRAFT 64301 4 1 GAL 32.93 263 110 500/9 GM MAYONNAISE PKT FOIL y SYS REL 47027SYS 500 9GM 20.53 264 30 500/12 GM MAYONNAISE PKT FOIL y SYS REL 47027SYS 500 9GM 20.53 265 2316 200/9 GM MAYONNAISE PKT POLY y AMERCNA 7160370023400 200 9GM 7.08 266 546 500/5.5 GM MUSTARD YELLOW PACKETS y AMERCNA 00716037760533 500 5.SGM 5.48 267 58 6/#10 ORANGE MANDARIN BRKN LS y INTLREL 211074865N 6 #10 27.41 268 96 36/4 OZ ORANGE MANDARIN SECT JUICE CUP y DOLE 4208 36 4 oz 19.31 269 59 6/17 oz PAN COATING ARSL y SYS CLS 7486505932 6 17 02 12.81 270 95 2/10 LB PASTA SPAGHETTI 100% WHL GRAIN y BARILLA 1000013340 2 10 LB 24.31

Page 39: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

O ~ » l 271 34 6/#10 PEA GREEN SWEET MIX SV XSTD y SYS REL 007486512209 6 #10 28.37 272 383 6/#10 PEACH DICED CH EXTRA LS y SYS CLS 2181705 6 #10 36.03 273 85 36/4 oz PEACH DICED IN 100% FRUIT JUIC y DOLE 03073 36 4 oz 19.31 274 318 48/4 oz PEACH DICED IN PEAR JUICE BOWL y SYS CLS AA703 48 4 oz 22.44 275 220 6/#10 PEACH SLICED IRREG IN EXTRA LS y SYS REL 2182388 6 #10 32.15 276 292 6/#10 PEACH YC DICED CH PEAR JUICE y SYS CLS 4987343 6 #10 39.31 277 so 100/2.8 oz PEANUT BUTTER & JELLY CUP y ADVANCE 68118 100 2.8 OZ 57.34 278 49 6/5 LB PEANUT BUTTER CREAMY PET JAR y SYS CLS 59732967 6 5 LB 56.41 279 65 36/1.5 oz PEANUT BUTTER CUP y JIF 5150024114 36 1.5 oz 12.29 280 284 36/4 oz PEAR DICED IN JUICE y DOLE 03019 36 4 oz 19.31 281 75 6/#10 PEPPER JALAPENO SU FIELD RUN y SYS REL 950341 6 #10 23.47 282 65 6/#10 PINEAPPLE CHUNK JCE y SYS SUP 311074865C 6 #10 34.64 283 391 6/#10 PINEAPPLE TIDBIT JCE y SYS SUP 312074865C 6 #10 35.19 284 71 6/#10 PINEAPPLE TIDBIT JCE y SYS SUP 312074865C 6 #10 35.19 285 307 36/4 oz PINEAPPLE TIDBIT JCE BOWL y DOLE 00419 36 4 oz 19.31 286 95 6/#10 PINEAPPLE TIDBIT JCE FCY y DOLE 00553 6 #10 36.44 287 175 120/1.7602 POP TART FR CINN WHL GRN lCT y KELLOGG 3800055122 120 l.760Z 36.8 288 445 72/3.5302 POP TART FR CINN WHL GRN 2 CT y KELLOGG 3800055125 72 3.530Z 33.1 289 445 72/3.5302 POP TART FR STRBRY WHL GRN 2CT y KELLOGG 3800055133 72 3.530Z 33.1 290 542 120/1.7602 POP TART FR STRWBRY WHL GR lCT y KELLOGG 3800055130 120 l.760Z 36.8 291 310 72/3.5202 POP TART GRAIN WHL FRSTD FUDGE y KELLOGG 3800012073 72 3.520Z 33.1 292 121 72/2 CT POP TARTS MORES y KELLOGG 3800005817 72 2 CT 30.85 293 202 72/2 CT POP TART STWBRY FRSTD POUCH y KELLOGG 3800031732 72 2 CT 30.85 294 128 120/1.7602 POP TART WHL GRAIN FRSTD FUDGE y KELLOGG 120 1.760Z 36.8 295 48 12/26 oz POTATO INSTANT REAL MASH DEHT y IDAHOAN 2970000313 12 26 oz 57.23 296 76 200/1.502 RAISIN DRIED LMN RAISEL y CHMPION 005283 200 l.50Z 69.97 297 56 200/1.SOZ RAISIN DRIED ORNG RAISEL y CHMPION 005290 200 l.50Z 69.97 298 186 200/1.5 oz RAISIN DRIED SPLASH RAISEL y CHMPION 5233 200 1.5 oz 69.97 299 452 200/1.502 RAISIN DRIED WTRMELON RAISEL y CHMPION 000527-9 200 l.50Z 72.06 300 345 144/1.5 RAISIN SEEDLESS DARK SEL y SYS IMP 01002 144 1.5 36.17 301 56 1/10 LB RAISIN SEEDLESS DARK SEL y SYS IMP 01002 144 1.5 36.17 302 47 6/#10 RAVIOLI BEEF IN MT SCE y CHEFBOY 6414481060 6 #10 34.88 303 110 1/25 LB RICE BROWN PARBOILED WHLGRN QC y PAREXCL R2PX25QCO 1 25 LB 12.64 304 201 1/25 LB RICE BROWN WHOLE GRAIN y UNC BEN 12111 1 25 LB 25.65 305 36 6/36 oz RICE PILAF MIX y NEAR EA 05014 6 36 oz 17.16 306 53 4/4 LB RICE SEASONED MEXICAN y BOB SAL 105 4 4 LB 25.27 307 129 6/#10 SALSA MEXICANA MED RED y DEL SOL DS-00146 6 #10 24.53 308 53 1/25 LB SALT GRANULATED IODIZED y SYS CLS 100012377 1 25 LB 4.23 309 86 4/1 GAL SAUCE BBQ ORIGINAL y SWTBABY SJ0440HF 4 1 GAL 41.72 310 70 500/12 GM SAUCE BBQ PKT y HSRCCLS 748656983600 500 12GM 19.73 311 846 200/12 GM SAUCE BBQ POLY y AMERCNA 00716037002442 200 12GM 4.55 312 66 4/1 GAL SAUCE BBQ YOU BET y RICHNAL 04881 4 1 GAL 25.28 313 109 6/106 oz SAUCE CHEESE CHOR PCH RED SOD y LOL 39940 6 106 OZ 69.74 314 35 6/10602 SAUCE CHEESE ITAL POUCH y LOL 39944000034500 6 1060Z 75.19 315 65 6/#10 SAUCE CHEESE JALAPENO TFF y MUYFRSC 31014 6 #10 33.6 316 52 6/#10 SAUCE CHEESE NACHO y TRENTON 3900006220 6 #10 42.45 317 90 4/107 OZ SAUCE CHEESE NACHO DISP POUCH y ORTEGA 706068 4 107 oz 33.71 318 122 43261 SAUCE CHEESE NACHO TFF y REALFSH 31994 6 10 40.72 319 48 6/#10 SAUCE ENCHILADA GREEN y LAS PAL 7411024 6 #10 28.89 320 48 1/500 CT SAUCE HOT JALAPENO y SALSA 00716037000363 1 SOOCT 13.92 321 288 500/7 GR SAUCE HOT PKTS y TAPATIO 500 7 GR 27.37 322 76 6/#10 SAUCE MARINARA y FULLRED 01704 6 #10 25.12 323 107 96/2.3 OZ SAUCE MARINARA CUPS y AREZZIO 79545 96 2.3 oz 22.77 324 134 4/.5 GAL SAUCE ORANGE ZSTY y MINOR 50000547425USL 4 .5 GAL 38.74 325 34 200/.5 oz SAUCE PICANTE PKTS y PPI 78000407 200 .5 oz 7.88 326 256 6/#10 SAUCE SPAGHETTI MARINARA SUPRM y SYS SUP 4587515 6 #10 26.44

Page 40: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

.J - ? aw

327 179 500/9 GM SAUCE TACO PKT y CASACLS 748653279000 500 9GM 13.87 328 138 6/5 LB SAUCE TERIYAKI GLAZE y KIKOMAN 04910 6 5 LB 40.75 329 42 6/#10 SAUCE TOMATO FCY CAL y SYS IMP 7705300906 6 #10 17.06 330 120 1000/1 GRAM SEASONING LOW SOD TAJIN PC y TAJIN 28805 1000 lGRAM 58.64 331 424 200/6.5 SHELL TACO JMBO y CASACLS 200 6.5 16.47 332 228 200/EA SHELL TACO REG 5 1/8 y CASACLS 200 EA 12.41 333 504 200/EA SHELL TOSTADA BOWL 5.5 RECT y WARNOCK 21303 200 EA 19.98 334 37 6/12 CT SHELL TOSTADA BOWL LRG 8 IN y WARNOCK 21300R 6 12 CT 28.49 335 30 1/35 LB SHORTENING FRY LIQ CLR ZTF y SYS REL 5020553 1 35 LB 19.57 336 151 144/1.2402 SNACK BAR CHOC CHIP OATMEAL y BETTYCR 45977000 144 1.24OZ 40.61 337 55 108/1.5 oz SNACK BAR GRANOLA OATS N HNY y NAT VLY 16000-33530 108 1.5 oz 41.52 338 845 80/1.410Z SNACK BAR RICE KRISPIES WG y KELLOGG 3800011052 80 1.410Z 28.76 339 110 96/.75 oz SNACK FRUIT BY THE FOOT .75OZ y GM 11700000 96 .75 oz 23.86 340 41 96/CT SNACK FRUIT GUSH STRW GLTN FR y GM 11503000 96 CT 23.86 341 70 96/.5 oz SNACK FRUIT ROLL UP CRAZYCOLOR y GM 11561000 96 .5 oz 20.05 342 59 60/.92 oz SNACK MIX CHEX CHDR SIMPLY y GM 16000-31932 60 .92 02 18.86 343 96 60/l.03OZ SNACK MIX CHEX CHOC CARM SMPLY y GM 16000-31933 60 l.03OZ 19.5 344 47 60/.92 oz SNACK MIX CHEX SIMPLY HOT SPCY y GM 16000-31934 60 .92 02 19.5 345 125 60/l.03OZ SNACK MIX CHEX SMPLY STRAW YOG y GM 16000-31937 60 l.03OZ 19.5 346 77 60/l.75Z SNACK MIX CHEX TRDTNL FLVR y GM 1240000 60 1.75 Z 20.13 347 137 150/1.2 oz SNACK SUNFLOWER HNY RSTD y DAKGOUR 1231780 150 1.2 oz 30.54 348 36 72/2 oz SNACK TRAIL MIX FRUIT & NUT y PLANTER 2900000026 72 2 oz 32.33 349 73 24/20 oz SODA COLA PEPSI y PEPSI 10012000001298 24 20 OZ 21.45 350 31 24/12 0Z SODA DR PEPPER SUITCASE y DR PEPR 24 12 oz 10.17 351 49 24/20 oz SODA DR PPR REG y DR PEPR 3775 24 20 oz 21.45 352 42 24/20 Z SODA MOUNTAIN DEW y MTN DEW 121310 24 20 2 21.45 353 60 24/12 oz SODA PEPSI y PEPSI 00017 24 12 oz 10.17 354 54 24/12 oz SODA PEPSI DIET y PEPSI 00053 24 12 oz 10.17 355 70 12/2.5 oz SOUP CHICKEN CUP NDLE y MARUCHN 00121 12 2.5 O2 4.02 356 170 100/1 OZ SYRUP PANCAKE & WAFFLE CUP y SYS REL 72444 100 1 oz 9.09 357 33 200/1.5 oz SYRUP PANCAKE & WAFFLE CUP y SYS REL 72444 100 1 oz 9.09 358 95 200/1.5 oz SYRUP PANCAKE & WAFFLE POUCH y SYS REL 72443 200 1.5 oz 17.45 359 30 4/1 GAL SYRUP PANCAKE AND WAFFLE y SYS REL 0443 4 1 GAL 23.46 360 87 100/1.5 oz SYRUP PANCAKE CUP y MRSBWTH 78004825 100 1.5 oz 15.95 361 1085 100/1.5 OZ SYRUP TABLE POUCH y AMERCNA 7160370022800 100 1.5 oz 6.5 362 83 24/12 CT TORTILLA FLOUR HRTY GRAIN 6 y MISSION 33822 24 12 CT 25.45 363 463 12/12 CT TORTILLA FLOUR HRTY GRAIN 8 y MISSION 33824 12 12 CT 19.63 364 50 6/#10 VEGETABLE MIXED FCY y SYS CLS F4112926 6 #10 26.37 365 228 24/16.902 WATER BOTTLED y AQUAFIN 12000504044 24 16.9OZ 7.15 366 145 12/500ML WATER BOTTLED ALUM REFILLABLE y PATHWTR 867801000130 12 500ML 12.39 367 2117 35/16.9OZ WATER BOTTLED SPRING RTD y NIAGARA NDW05L35PSPCHN 35 16.902 5.88 368 220 24/500ML WATER FLAVOR BRY y PROPEL 00169 24 500ML 15.72 369 220 24/500ML WATER FLAVOR KIWI STWBRY y PROPEL 00171 24 500ML 12.74 370 36 24/20OZ WATER PURIFIED BTL PET LSE DW y AQUAFIN 12000001598 24 2002 12.33

Page 41: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

O = 2018-2019 WASHINGTON UNIFIED SCHOOL DISTRICT INVITATION FOR BID (IFB) PROJECTED USAGE DOCUMENT

...__-

The 'Buy American' provision must be followed. Please mark the box to verify that each BID item meets this procurement standard. Items must satisfy USDA, CDE requirements and/or be Smart Snack Compliant

Items should be the same, or equivalent, to the products listed under the preferred manufacturer and description. I Complete the columns under the green headings. J

Product of List New List New List List 2018-19 L+A9:J37 QTY Pack Size Description USA Y/11 Manut acture Name Manuf acture Code Pack Unit Size Price 8 530 6/2 LB LETTUCE ROMAINE CHOPPED FRESH y SYFPNAT 2189819 6 2LB 14.18 9 529 1/113 CT ORANGE NAVEL CH FRESH y RELFRSH 1 138CT 27.05 10 499 1/125 CT APPLE RED DEL FCY WASH FRESH y PACKER 1099738 1 125 CT 21.75 11 481 1/175 CT APPLE RED DEL FCY WASH FRESH y PACKER 1099738 1 125 CT 21.75 12 419 1/60 CT TOMATO 2 LAYER 5X6 FRESH y IMPFRSH 1 60 CT 16.22 13 417 4/5 LB LETTUCE SAL MIX SEPARATE FRESH y IMPFRSH 4 5 LB 13.04 14 412 1/CTN GRAPE RED SOLS PRTN PAK y PACKER 1 CTN 24.18 15 410 4/5 LB LETTUCE SHREDDED 1/4 IN FRESH y IMPFRSH 4 5 LB 13.04 16 388 1/5# JICAMA ROOT STICK FRESH y PACKER 1 5# 9.38 17 350 1/138 CT APPLE RED DEL FCY WASH 40# FRS y PACKER PCS112 1 138 CT 21.75 18 295 120/135 CT PEAR FRESH y PACKER 120 135CT 27.65 19 288 1/138 CT APPLE GALA WFCY y PACKER 1 138CT 23.59 20 273 4/2.S LB SPINACH CLIPPED FRESH y IMPFRSH 1675925 4 2.5 LB 14.6 21 271 1/20 LB ORANGE MANDARIN y PACKER 1 20 LB 23.97 22 268 4/5 LB LETTUCE SAL MIX TOSSED FRESH y IMPFRSH 4 5 LB 13.04 23 240 4/5 LB LETTUCE SHREDDED 1/8 FRESH y IMPFRSH 1675529 4 5 LB 13.04 24 233 1/36 CT CUCUMBER WHL FRESH y PACKER 1 36 CT 15.77 25 208 1/4 LB SPINACH BABY FRSH y IMPFRSH 1 4 LB 9.71 26 206 4/3 LB BROCCOLI FLORET ICELESS y IMPFRSH 4 3 LB 17.67 27 201 1/25 LB NECTARINE FRESH LOCAL y PACKER 1 25 LB 30.21 28 175 2/4 LB STRAWBERRY FRESH CALIF CLAMSHL y PACKER 2 4 LB 18.74 29 172 200/2 oz APPLE FRSH SLI y PACKER 200 2 oz 49.79 30 172 4/5 LB CABBAGE GREEN SHRD FRSH W/BAG y IMPFRSH 4 5 LB 12.66 31 153 200/1.6 oz CARROT BABY CUT PLO y IMPFRSH 200 1.6 oz 20.7 32 153 1/25 LB PEACH FRESH LOCAL GROWN y PACKER 1 25 LB 30.37 33 150 1/138 CT APPLE FUJI y PACKER 1 138CT 23.31 34 150 1/125 CT APPLE GRANNY SMITH XFCY FRESH y PACKER 1 125 CT 24.02 35 149 4/5 LB CARROT BABY CUT PLO y IMPFRSH 200 1.6 oz 20.7 36 146 1/5 LB TOMATO BULK FRSH y IMPFRSH 1 5 LB 7.15 37 140 1/3 CT MELON WATERMELON SOLS FRSH y IMPFRSH 1 3 CT 19.62 38 126 1/163 CT ORANGE NAVEL CH FRESH y RELFRSH 1 138 CT 27.2 39 119 1/CTN GRAPE RED SEEDLS LG y PACKER 1 CTN 26.83 40 116 1/117 CT KIWI FRUIT FRSH y PACKER 1 117 CT 18.75 41 114 1/40# BANANA GRN TURN TO YEL FRESH N PACKER 1 40# 17.65 42 112 1/10 LB TOMATO GRAPE FRSH y IMPFRSH 1 10 LB 15.09 43 107 4/5 LB CABBAGE RED SHREDDED FRESH y IMPFRSH 1675719 4 5 LB 15.21 44 107 4/5 LB CARROT MATCHSTICK SHRED y IMPFRSH 4 5 LB 15.63 45 107 1/3 LB LETTUCE FRESH ARCADN HVST CLS y IMPFRSH 10734 730354 788 1 3 LB 6.83 46 106 4/1.5LB KALE FRESH GRN SHRD 1/8 SEPCLR y IMPFRSH 4 1.SLB 13.42

47 100 1/5 LB CUCUMBER FRESH SELECT y IMPFRSH 1 5 LB 6.83 48 95 1/88 CT ORANGE NAVEL CH FRESH y RELFRSH 1 138CT 27.2 49 94 1/9-12CT MELON CANTALOUPE FCY FRSH y PACKER 1 9-12CT 9.56 50 92 4/12 CT LETTUCE ROMAINE HEART OF FRSH y SYFPNAT 2416691 4 12 CT 17.11

Page 42: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

9 eo (

51 84 2/3 LB CAULIFLOWER FLORET MINI CUT y IMPFRSH 1750041 2 3 LB 14.49 52 82 4/1 LB CILANTRO CLEAN WASH FRESH HERB y IMPFRSH 4 lLB 15.27 53 62 1/10 LB LETTUCE ROMAINE CROWN LEAVES y IMPFRSH 6640494 1 10 LB 17.22 54 60 1/5 LB TOMATO GRAPE FRSH y IMPFRSH 1 10 LB 15.09 55 51 1/25 LB CARROT JMBO CRTN y IMPFRSH 25SYIK 1 25 LB 13.39 56 48 1/10 LB LETTUCE GREEN LEAF CROWNS y IMPFRSH 1 10 LB 17.92 57 46 1/25 LB TOMATO BULK UTILITY FRESH y RELFRSH 1 25 LB 11.53 58 44 12/.S PT BLUEBERRY FRESH y PACKER 249185 12 .5 PT 14.85 59 44 1/22 LB PLUM FRESH LOCALLY GROWN y PACKER 1 22LB 47.12 60 43 1/5 LB PINEAPPLE CHUNK FRSH 2X2 N PACKER 1 5 LB 18.06 61 40 1/5 LB RADISH RED FRSH y IMPFRSH 1 5 LB 9.14 62 40 100/1.12OZ SPREAD BUTTER PEANUT FREE y WOWBUTT 1092 100 1.1202 26.18 63 39 1/88 CT ORANGE FANCY FRSH y IMPFRSH 1 88 CT 28.34 64 39 1/1/2 BU SQUASH ZUCCHINI MED FRSH y PACKER 1 1/2 BU 13.09 65 32 6/6 LB POTATO MASHED RED SKIN FZ y SIMPOTA 4684033 6 6 LB 42.12 66 30 3/8 LB SALAD MACARONI ELBOW y SYS CLS 71117.67702 3 8 LB 33.38 67 29 12/6 OZ BLACKBERRY FRESH COMP y PACKER 12 6OZ 26.44 68 28 1/32 LB SALAD FRUIT CHPOG LT SYRUP y SYS IMP 4210455 1 32 LB 61.6 69 28 1/50-55# CUCUMBER SELECT FRESH y PACKER 1 50-55# 27.37 70 28 1/5 LB PEPPER RED BELL FRESH y IMPFRSH 1 5 LB 11.45 71 26 3/8 LB SALAD POTATO & EGG CNTRY STYLE y SYS CLS 71117.67546 3 8 LB 36.83 72 25 1/14 LB SALAD FRUIT CHPOG LS NO PRV y SYS IMP 42102155 1 14 LB 31.45 73 25 1/CTN GRAPE GREEN SEEDLS LG y PACKER 1 CTN 31.66 74 25 4/5 LB LETTUCE SALAD CHEFS CLSC BLEND y IMPFRSH 1932920 4 5 LB 17.62 75 24 1/3 LB LETTUCE SPRING MIX CONV PLLW y IMPFRSH 1 3LB 6.78 76 23 1/40# BANANA FRESH #4 N PACKER 1 40# 17.89 77 23 1/5 LB PEPPER GREEN BELL MED FRSH y IMPFRSH 1 5 LB 8.99 78 22 1/5 LB PEPPER JALAPENO FRESH N IMPFRSH 1 5 LB 7.24 79 19 1/20 LB BROCCOLI CROWN FRSH ICELS y IMPFRSH 1 20 LB 17.76 80 19 1/6 CT MELON HONEYDEW FRESH y PACKER 1 6 CT 9.18 81 19 2/5 LB ONION DICED 3/8 YEL y IMPFRSH 2 5 LB 11.18 82 18 4/2 LB ONION GREEN ICELS y IMPFRSH 4 2LB 13.96 83 17 1/10 LB ONION YELLOW JMBO FRSH CRTN y IMPFRSH 1 10 LB 4.48 84 17 12/1 PT TOMATO CHERRY FRESH y IMPFRSH 12 1 PT 14.85 85 15 1/12 CT CUCUMBER ENGLISH FD SRV y PACKER 1 12 CT 14.39 86 15 1/48 CT LETTUCE ROMAINE OF HEART FRSH y SYFPNAT 1 48 CT 17.47 87 15 1/5 LB ONION RED FRESH JUMBO y IMPFRSH 1 5 LB 5.56 88 14 1/24 CT LEMON FRESH y IMPFRSH 1 24 CT 14.04 89 14 1/24 CT LETTUCE ROMAINE FRESH W/LINER y SYFPNAT 1723816 1 24 CT 15.46 90 13 1/7 CT PINEAPPLE FRESH GOLD N PACKER 1 7 CT 15.42 91 12 1/40 LB APPLE RED VARIETY FCY 80-100CT y PACKER 1 40 LB 26.02 92 12 1/8 CT AVOCADO HASS FRESH y PACKER 1 8 CT 9.09 93 12 1/24 CT LIME FRESH y IMPFRSH 1 24 CT 7.04 94 12 1/5 LB RADISH RED SLICED FRESH y PACKER 1 5 LB 16.49 95 11 75/2.S oz CARROT BABY SNACKER W/RANCH y PACKER 75 2.5 oz 28.48 96 11 1/5 LB GARLIC CLOVE JMBO FRSH y IMPFRSH 1 5 LB 19.91 97 11 6/32 oz GARLIC MINCED FRSH y PACKER 6 32 oz 32.64 98 10 1/200 CT LEMON CH FRESH y RELFRSH 1 200 CT 42.55 99 10 50/4 oz PINEAPPLE CHUNK 1X1 W/GRAPES N PACKER 50 4OZ 30.23 100 10 12/.5 PT RASPBERRY RED FRESH y PACKER 12 .5 PT 33.43 101 10 4/2 LB SALAD MIX KALE COLR CRUN y PACKER 4 2LB 19.75 102 10 1/25 LB TOMATO ROMA FRSH y IMPFRSH 1 25 LB 21.61

Page 43: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

O ee) 2018-2019 WASHINGTON UNIFIED SCHOOL DISTRICT INVITATION FOR BID (IFB) PROJECTED USAGE DOCUMENT

w

The 'Buy American' provision must be followed. Please mark the box to verify that each BID item meets this procurement standard. Items must satisfy USDA, CDE requirements and/or be Smart Snack Compliant

Items should be the same, or equivalent, to the products listed under the preferred manufacturer and description. I Complete the columns under the green headings. I

Product ol List New List New List List 2018-19 LINE# QTY Pack Size Description USA Y/I Manuf acture Name Manuf acture Code Pack Unit Size Price 1 505 40/125 ML JUICE TROPICAL TWIST FRUITABLE y APPLEVE 24023TPF 40 125 ML 8.74 2 65 6/2 LB COFFEE GRND SP BLD y CITAVO 3473022146 6 2LB 71.42 3 25 12/24 oz DRINK MIX LEMONADE y 5AHAR B 50547 12 24 oz 27.06 4 20 8/5 LBS COFFEE GRND CLAYTON BLEND y CLAYTON 3201 8 5 LBS 337.21 5 20 12/24 OZ DRINK MIX FRUIT PUNCH y SAHAR B 50567 12 24 OZ 27.17 6 15 4/24 CT TEA BAG ICED 1 OZ y LIPTON 4100000283 4 24 CT 27.58 7 10 192/1.2502 COFFEE GRND MASTER BLEND y MAX HSE 430003936500 192 1.2502 100.56

Page 44: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

) ? 2018-2019 WASHINGTON UNIFIED SCHOOL DISTRICT INVITATION FOR BID (IFB) PROJECTED USAGE DOCUMENT

......___

The 'Buy American' provision must be followed. Please mark the box to verify that each BID item meets this procurement standard. Items must satisfy USDA, CDE requirements and/or be Smart Snack Compliant

Items should be the same, or equivalent, to the products listed under the preferred manufacturer and description. Complete the columns under the green headings. I

Product of List New List New List List 2018-19 LINE# QTY Pack Size Description USA Y/ Manuf acture Name Manuf acture Code Pack Unit Size Price 1 101 6/12802 BLEACH LIQ GRMCDL ULTRA 6% SYS CLS 11009105041 6 12802 14.21 2 11 4/1 GAL CLEANER DEGREASER CONCENTR RTU SYS REL 6100210 4 1 GAL 22.46 3 12 4/1 GAL CLEANER DEGREASER WIZ VALUE 10-10-1-2045SY 4 1 GAL 33.84 4 12 1/2.SGAL CLEANER FLOOR SANI WSH N WALK ECOLAB 6100731 1 2.SGAL 119.04 5 39 6/3202 CLEANSER CREME LEMON RTU KEYSTON 6100193 6 320Z 29.84 6 38 4/1 GAL DEGREASER HEAVY DUTY RTU SYS REL 6100613 4 1 GAL 23.31 7 12 2/1GAL DELIMER DESCALER LIME AWAY RTU KEYS TON 6100053 2 1GAL 38.77 8 27 1/2.SGAL DETERGENT DISHWASH LIQ DISP KEYSTON 6100039 1 2.5GAL 48.01 9 10 4/1 GAL DETERGENT HAND LIQ PNTASTC NP ECOLAB 6112963 4 1 GAL 57.69 10 38 4/1 GAL DETERGENT LAUNDRY HI EFFICIENCY KEYS TON 6100919 4 1 GAL 85.93 11 48 1/2SLB DETERGENT LAUNDRY PWDR WHT RTU KEYSTON 6100197 1 25LB 27.52 12 33 2/9LB DETERGENT MACH SLD PWR XL DISP KEYSTON 6100184 2 9LB 70.51 13 12 4/9LB DETERGENT MACH SOLID POWER XL ECOLAB 6100185 4 9LB 91.92 14 58 2/2L DETERGENT POT/PAN LIQ BLU DISP KEYSTON 6100045 2 2L 29.96 15 11 2/1GAL DETERGENT POT/PAN LIQ BLUE RTU KEYS TON 6100046 2 1GAL 31.14 16 64 4/1 GAL DETERGENT POT/PAN LIQ GRN RTU SYS REL 6100217 4 1 GAL 33.46 17 40 4/1 GAL DETERGENT POT/PAN LIQ PINK RTU SYS REL 6100224 4 1 GAL 22.96 18 28 1/5 GAL DETERGENT POT/PAN PANTASTIC ECOLAB 6112971 1 5 GAL 71.06 19 20 1/EACH DISPENSER SOAP SNTZ HND FM BLK ECOLAB 9263-2007 1 EACH 0.01 20 13 1/EA KIT SAMPLE 8 MULTI CLEANERS KEYS TON 6101423 1 EA No Bid 21 19 1/2.SGAL RINSE AID LOW TEMP LIQ DISP KEYSTON 6100043 1 2.SGAL 88.08 22 12 1/SGAL SANITIZER MACH LOWTEMP ULTRA ECOLAB 6113961 1 SGAL 49.63 23 38 1/2.5GAL SANITIZER MACHINE LIQ DISP KEYSTON 6100101 1 2.SGAL 23.01 24 14 2/1GAL SANITIZER MULTI QUAT LIQ KEYSTON 6100181 2 1GAL 53.89 25 77 2/2L SANITIZER MULTI QUAT LIQ DISP KEYSTON 6100091 2 2L 32.68 26 45 1/2.5GAL SANITIZER OASIS 146 MULTI QUAT ECOLAB 6100536 1 2.SGAL 82.29 27 26 6/3202 SANITIZER QUAT HARD SURF RTU KEYSTON 6100073 6 3202 14.47 28 18 6/100 CT SANITIZER TABLET QUAT-TABlOOCT STERAMN 6-Q 6 100 CT 33.9

Page 45: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

J-P? ' a 2018-2019 WASHINGTON UNIFIED SCHOOL DISTRICT INVITATION FOR BID (IFB) PROJECTED USAGE DOCUMENT

"-

The 'Buy American' provision must be followed. Please mark the box to verify that each BID item meets this procurement standard. Items must satisfy USDA, CDE requirements and/or be Smart Snack Compliant

Items should be the same, or equivalent, to the products listed under the preferred manufacturer and description. E Complete the columns under the green headings. ]

'--

Product of List New List New List List 2018-19 LINE# QTY Pack Size Description USA Y/ Manuf acture Name Manuf acture Code Pack Unit Size Price 8 17 1/EA THERMOMETER REFRIG /FRZR UPDATE 1 EA 2.19 9 17 2/EACH THERMOMETER FRZR REFR -40-80F SYSCO 335-025-1 2 EACH 7.22 10 17 1/6 CT HOLDER POT TERRY 8X8IN ALMOND SYSCO TPH8AL-6PS 1 6 CT 13.1 11 15 2/EACH THERMOMETER PKT TEST 0-220DEG SYSCO 1246-025-01 2 EACH 13.52 12 15 1/16.5" SCRAPER PLAS SOFTSPOON WHITE SYSCO 51946 1 16.5" 4.3 13 12 l/8QT PAIL SANITIZING KLEEN PAIL RED KATCHAL KP256RD 1 8QT 5.1 14 10 1/8.SGAL BOX FOOD POLY WHITE 18X26X6 CAMBRO 18266P-148 1 8.SGAL 29.07 15 10 1/3.5GAL BOX FOOD POLY WHITE 12X18X6 CAMBRO 12186P-148 1 3.SGAL 16.71 16 10 1/3 CT MOP HEAD CTN MED CUT END 24 OZ SYSCO M8024SYS 1 3 CT 14.53 17 10 1/2 CT MOP HEAD BLND LPD ALL PURP LRG SYSCO M8703-SYS 1 2 CT 16.24 18 9 1/NO 16 DISHER STNLS SOLID BLUE HNDL WINCO ICD-16 1 NO 16 5.78 19 8 2/EA THERMOMETER FRZR REFRG -20-80F SYSCO 25HP-025-1 2 EA 10.76 20 8 1/EACH THERMOMETER OVEN 100-600 F/C SYSCO 24HP-O1S-1 1 EACH 5.62 21 8 1/#16 DISHER STNLS SLD DRK BLU HANDL SYSCO 56174 1 #16 7.39 22 1 1/EACH SUPPLY EQUIPMENT BID ITEM SOTF 70000000000009 1 EACH No Bid 23 1 1/EA MANDOLIN VEG CUTTER & PSHR S-S MATFER 215000 1 EA No Bid 24 1 1/3PACK KNIFE PARING SCALLOP BLUE SANI SYSCO SG104SCC-3SYS 1 3PACK 21.82 25 1 1/KIT SCOOP ICE LARGE 64 OZ ECOLAB 30540-90-00 1 KIT 25.42 26 1 1/16 oz SCOOP PLAS BLUE ECOLAB 30540-00-00 1 64 oz 10.81 27 1 24/6 HR FUEL CANNED HT STEM WICK STERNO 10102 24 6 HR 48.68 28 1 1/EA BILLING MISC S&E MISC 1 EA No Bid 29 1 1/EACH TENDERIZER MEAT MALLET ALUMN HALCO 202ST 1 EACH 7.32 30 1 1/8 OZ SPOODLE SOLID S-S VOLLRTH 61182 1 80Z 11.79 31 1 1/16 OZ FUNNEL PLAS 5.25 IN HALCO 369 1 16 oz 1.14 32 1 l/36CUP PERCOLATOR COFFEE ALMN WESTBND 43536 1 36CUP 101.8 33 1 1/4 IN CUTTER PIZZA WHEEL S-S RH SANI Pl77A 1 4IN 21.43 34 1 1/2 CT HOLDER POT SKLLT BUDDY 10 SYSCO 2PXSKBDBKBK 1 2 CT 18.95 35 1 12/250 WT BULB LIGHT 120V HT LAMP CLR SATCOLT 54999 12 250WT 35.96 36 1 1/24 CT SHAKER S&P MINI CUBE .50Z SYSCO 30S&P 1 24 CT 11.98 37 1 1/8 OZ FUNNEL PLAS 4.5 IN HALCO 368 1 80Z 1.41 38 1 1/EACH BUCKET MOP DURALOC DUAL CVTY ECOLAB 61702-01-31 1 EACH 119.82 39 1 24/6 HR FUEL CANNED CHAFING STEM WICK SYSCO 10318 24 6 HR 42.12 40 1 1/10" BRUSH DECK SYSCO 40440SY 1 10" 10.09 41 1 1/54 IN HANDLE WOOD TAPERED CARLISL 4026100 1 54IN 3.4 42 1 1/EA OPENER CAN ELEC 115V #266 EDLUND 26100 1 EA 704.12 43 1 l/36X36" MAT FATIGUE BLACK GRS RESTNT AKRO 55050033BL 1 36X36" 46.87 44 1 1/NO 40 DISHER STNLS SOLID PURPLE HNDL WINCO ICD-40 1 N040 5.74 45 1 1/NO 6 DISHER STNLS SOLID WHT HNDL WINCO ICD-6 1 N06 5.81 46 1 1/60 IN HANDLE WOOD TAPERED CARLISL 4026100 1 54 IN 3.4 47 1 1/EACH TURNER HAMBURGER S-S 6X3 SYSCO M25020-SY 1 EACH 13.38 48 1 3/EACH BOX BUS GRAY 5 DEEP 15X20 SYSCO 1520-3135 3 EACH 25.63 49 1 12/24 oz SPRAYER TRIGGER ECOLAB 92652352 12 24 oz 10.1 50 1 1/8.5 QT POT STOCK ALU MN STD WEIGHT SYSCO 66308 1 8.5 QT 36.61

Page 46: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

O ~

51 1 1/16 QT POT STOCK ALU MN STD WEIGHT SYSCO 66308 1 8.5 QT 36.61 52 1 1/64 oz HOLDER ICE SCOOP W/SCOOP PLAS CAL MIL 631 1 64 oz No Bid 53 1 1/18 QT PAN BRAZIER HD ALUMINUM SYSCO 95218 1 18 QT No Bid 54 1 1/2 BRUSH PASTRY SILCON W/HOOK RED CARLISL 4040305 1 2" 2.79 55 1 1/50 LB ICE SUBSTITUTE INSUL ICE MAT THRMOSF 405 1 50 LB No Bid 56 1 1/EA OPENER CAN HAND HELD MAN BLUE SWINGWY 407Bl 1 EA No Bid 57 1 36/EA BASKET PLAS 10.SX7Xl.5 BLK TBLCRFT 1076BK 36 EA No Bid 58 1 1/EACH PEELER S-S All PURP MATFER 120901 1 EACH 20.05 59 1 1/6402 SCOOP ICE PLAS BOUNCER RUBBRMD FG288600CLR 1 6402 14.05 60 1 1/EA HANDLE BRSH/BRM/SQUGE BLUE DAYDOTS 61807-01-00 1 EA 9.24 61 1 1/16" BRUSH BOTTLE VALVE LG CARLISL 4000102 1 16" 6.35 62 1 1/EACH THERMOMETER DGTL PKT-40T0302F SYSCO DT300-S-1 1 EACH 16.45

Page 47: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

O - ~ 2018-2019 WASHINGTON UNIFIED SCHOOL DISTRICT INVITATION FOR BID (IFB) PROJECTED USAGE DOCUMENT

< The 'Buy American' provision must be followed. Please mark the box to verify that each BID item meets this procurement standard.

Items must satisfy USDA, CDE requirements and/or be Smart Snack Compliant Items should be the same, or equivalent, to the products listed under the preferred manufacturer and description.

[ Complete the columns under the green headings. J

Notes

Alternate

Product of List New List New List List 2018-19 LINE # QTY Pack Size Description USAY/1 Manuf acture Name Manuf acture Code Pack Unit Size Price 1 60 24/3 OZ PUREE VARIETY VEG SHP T&E y THCK&EZ 8490534 24 3 02 20.78 2 10 1/18X8 ICE PACK SHEET DAYDOTS 41104-01-11 1 18X8" 3.87 3 2 1/16CT BANDAGE ADHES FLEX BLU 1X3 ECOLAB 50225-01-13 1 50 CT 5.81

Page 48: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

Customer

Sysco's approach to credits & returns remains simple and aimed at absolute customer satisfaction and ensuring a food safe supply chain. In order to maintain the highest levels of consumer food safety, we ask for your partnership in complying with this Customer Credit and Returns Policy. By working together, we can maintain the food safety and integrity of our supply chain.

Sysco Delivery Associates will return and credit any product that you do not accept at the time of delivery. Checking-in your order also provides you with an opportunity to request credit immediately if a product is invoiced but not included with your delivery. After delivery, credits and returns are limited within the parameters established within this policy.

How this policy

helps our customer

Benefits of our Product Return & Credit Policy: • Ensures product wholesomeness & quality • Reduces product loss that ultimately impacts both Sysco and our Customer • Speeds the processing of returns and refunds • Assures product handling is compliant with HACCP, USDA, FDA, OSHA and HAZMAT

• Reduces the risk that a tampered, damaged, or unwholesome product could be redistributed to another customer

requirements

••••••••••••• ••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••• At Time of Delivery

• Most credits and returns should happen when you are receiving your delivery. • Your Sysco Delivery Associate will gladly help you verify the items delivered agree with your invoice. • You may choose to return any item for credit at the time of delivery unless the item is a Special Order, Auto-Ship or Standing Order. Your Delivery Associate will make an adjustment on your invoice to keep for your records.

✓ Temperature Controlled for Safety (Refrigerated and Frozen) are only eligible for return at time of delivery. (see attached table for listing of Time and Temperature Control for Safety)

• If a product is partially damaged, your Delivery Associate will make an immediate adjustment on your invoice. • Once you've approved your order (less any items you return) just sign the invoice, indicating you're satisfied with the delivery .

• • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • •

Should a return be requested

£,:. 'Ne.

Returning Product after Delivery & Product Integrity Requirements Refunds or credits for these items will be determined by the Operating Company.

All other returns are accepted for a limited amount of time as long as they meet the important requirements below:

✓ Refrigerated foods not classified as Time and Temperature Control for Safety: within 48 hours from delivery.

✓ Frozen, dry and foodservice supplies: Within 14 days from delivery. Temperature:

✓ All refrigerated and frozen products shall be required to be stored at proper temperature to maintain food safety, product integrity and wholesomeness. • Frozen items: -18°C to -9°C (0 to 15°F) • Refrigerated items: 0"C to4°C (32 to 40°F)

ustomerCredit and Returns Page 1 of 2 September15, 2017

Page 49: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

Time and Temperature Control for Safety (TCS): Product Refrigerated Frozen

Deli Meats and Deli Poultry (RTE) X Deli Salads (RTE) X Eggs Cooked and Hard Boiled (RTE) X Eggs, Shell (fresh) X Fruits, Salads Vegetables (RTE X cut/ processed) Ground Beef (raw) X Ground Beef (fresh, raw) X Ground Poultry (raw) X Ground Poultry (fresh, raw) X Liquid Eggs (ready to use) X MAP or VAC Packaging X X Meat (raw) X Milk (fluid), Ice cream mix X Molluscan Shellfish both in shell and X shucked (fresh, raw, not fully cooked) Molluscan Shellfish both in shell and X shucked (raw, not fully cooked) Pickles (refrigerated) X Poultry (raw) X Poultry and Meat (RTE) X Seafood (raw) X Seafood (RTE) X Soft Cheese X Sprouts (fresh) X

Note: Ready To Eat (RTE) = Ready to Serve (RTS)

These products may be eligible for credit after confirming with the Sysco Operating Company, but are not allowed back into inventory if picked up after delivery

Chemicals • Please treat chemical returns with extra attention. Federal HZMAT and OSHA regulations prohibit the transport of open-container chemicals, or chemical products not in the original packaging. Open/damaged chemical products or not in original packaging are non-returnable.

• A Sysco representative must inspect all chemical returns for damage and/or leakage before a pick up and return order can be processed.

Will Call • Product picked up at Will Call can only be refused/returned at time of pick up. These items are not returnable once they have been signed for and are out of Sysco's control.

Special Order (Non-Stock) Items • Special order items are products that we do not stock that were ordered especially for you. Because they can't be resold, they are not returnable except when damaged or of inferior quality at the time of delivery.

Drop Shipments • Drop shipments are sent directly to you from our suppliers. Contact your Sysco representative

Cur»al9#IR AD£set,able itggs yitpiy 48 hours of delivery. <entemheris 7017

Page 50: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

Good thlngs , core'fror

ea» 3y5C )

Sysco Central California, Inc. 136 S. Mariposa

Modesto California, 95350

COMPANY OVERVIEW

Sysco Central California, Inc. is a wholly owned subsidiary of Sysco Corporation. The corporate office is located at 1390 Enclave Parkway, Houston, TX 77077­ 2099.

Sysco Central Califomia, Inc., located at 136 S. Mariposa Modesto California, 95354, is a warehouse facility that receives, stores and distributes food, paper supplies, equipmenl and chemicals to restaurants, health care facilities, institutions and schools. We are considered a full service distribution company because we currently warehouse over 8,000 items. Our warehouse is 157,000 sq. ft. and consists of dry, refrigerated and frozen storage areas. We distribute product throughout The California Central Valley.

Sysco Central California distributes a variety of different fish species in various product forms (whole, gutted, fillets, steak, loins, etc.) both fresh and frozen. In addition, we distribute fresh and frozen shellfish and fresh, frozen and dry items containing seafood. Sysco Central California lnc. does not receive or sell shellstock with restricted use tags.

I\ J

LADoerr, a1 1.J Sgt1lap\a q DLA4gslhrpl RC' Iptray (I;rs is ls kLar.h 4, {ml

) )

Page 51: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

5/03/201 6

ocd thing; rA car@far Sysco 5y5ca Central California, tnc 1365.Marino±a lead M0des!o, CA 95354 T 209 527.2700

To Whom IL May Concer:

Sysco Central California Inc. ("Sysco") policy is to obtain Hold Harmless and Guaranty / Warranty of Product Agreement from each of its suppliers which generally provides that each of the articles comprising each shipment or other delivery of any product or products to Sysco is guaranteed, as of the date of such shipment or delivery, to be on such date not adulterated or misbranded within the meaning of the Federal Food, Drug and Cosmetic Act, as amended from time to time, and not an article which may not, under the provisins of Section 404 or Section 405 of the Act, be introduced into interstate commerce.

The foregoing is a continuing guaranty, and generally extends to Sysco's customers.

You agree (i) to promptly notify us in writing of any demand, complaint or proceeding within your knowledge for claimed violation of said Act as so amended and resulting from or in any manner arising out of any product delivered to you by Sysco, including the name and address of the complainant and the name of the article involved, and (ii) to promptly furnish us with samples of the product as well as photographs of the shipping container of such product and/or package samples from each shipment.

Sincerely,

) Robin Kawashima, CFO Sysco of Central California Inc.

J ANJA»Is, JI A gs NJ»AJA3J

Custcrrzr Gurnty Letter Updated 05.03/2016

Page 52: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

Sysco Account Center FOR ALL YC JR (CHOL ACCOUNTING NEEDS

I have or will be emailing you a Sysco Account Center invite. This invite is for FULL ACCESS to your Sysco account. This email will come from: Sysco [[email protected]]. Please check that it does not go straight into your junk/spam email folders.

Once you have set up a username/password, you will then be able to enjoy all the great functions that are available to you!

Here are a few great benefits of using our Sysco Account Center: Statements Y Invoice Copies Credit Memos ✓ Apply Credits ✓ Secured Site Y Drop-Ship Invoices ✓ Link Multiple Users and Accounts ✓ Multiple Languages

Auto Pay Tools Mobile Friendly View CPAS Rebates

✓ Closed Items ✓ 24/7 Access V SAVES TIME

) )

Gina Bettencourt Credit Department Sysco Central California T 209491 7259 F 209.579 9257 bettencourt.gina@centralca Sysco com

Manage your Sysco account online with our, 'Sysco Account Center"

» 5

Sysco ) )

Page 53: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

Merieux Nutrisciences Certification Li©

Auditor No: 226017 Certificate No: 15/6111

Merieux NutriSciences Certification LLC (Registration No 226) certifies that, having conducted en audit

For he scope of activities: Storage & Distribution of food and related supplies for foodservice operations

Exclusions from scope: None

Product categories: 01 - Chilled and Frozen Food; 02- Ambient Food; 03- Packaging and packing materials; 04 - Consumer Products

At Sysco Central CA BRC SITE CODE: 7872834

136 South Mariposa Road, Modesto, CA 95354 United States

Has achieved Grade: AA

Meets the requirements set out in the BRC GLOBAL. STANDARD for STORAGE AND DISTRIBUTION

ISSUE 3: AUGUST 2016

Audit Program: ANNOUNCED

Date(s) of Audit: 04°F MARCH 2017

Certificate issue date: 12' APRIL, 2017

Re-audit due date: from 1FEBRUARY 2018 to 1?MARC!H 2018 Certificate expiry date: 27° APRIL. 2018

JAS·ANZ

G 13720906A6

8 WA' /AS 447.23686G{STE'8

Martin Fowell Certification Manager

Merieux NutriSciences Certification LLC, 111 East Wacker Drive, Ste 2300, Chicago, IL 60601 USA

THIS CERTIFICATE REMAINS THE PROPERTY OF MERIEUIX NUTRISCIENCES CERTIFICATION LLC AND MUST BE RETURNED UPON REQUEST

"If you would like to feedback comments on the BRC Global Standard or the audit process directly to BRC, please contact [email protected]±calgbalstadads.ccr: or call the TELL BRC hotline 44 (0)20 7717 5959.°

) 9 Visit the B!C Directory ww brcdirectory.com to validate the authenticity of (his certificate

Page 54: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

-.2225: A2Har 2le>

, • , ' -~ 'W~ . :::. _,,!II, ;;.~ 'if. ~ -~ ~ '-'-' ~ 7 , _,;.·· ', ;:;; ,' . ·. )C • )(· • )(· • • X. • )(. · , )( · )(: • X · )(. · · ·,c · . ~ ]J3]]J]]J3]J JJJ]]J3]J]]]]]JJQ]]]J]]]J]]]3jg3]]3J,3J]]QJJJJ]]]jJ]]]]]]]J

I~

• 4g,y

~~

)

-7%y OSP 07 102308

STATE OF CALIFORNIA

DEPARTMENT OF PUBLIC HEAL TH FOOD AND DRUG BRANCH

PROCESSED FOOD REGISTRATION

-

co"

; 5

,t kt pi h fl gg [' [® ff fl [-y f } Q ll] pl 'J

.. .: . . . .·. . . . . ~ - .... _ . . . . . - . -- .

2 SYSCO FOOD SERVICES OF CENTRAL CALIFORNIA 136 S, MARIPOSA MODESTO, CA 95354

REGISTRATION NUMBER: 19217 EXPIRATION DATE: 3/23/2019

THE PERSON NAMED HEREIN IS REGISTERED TO MANUFACTURE, PACK, OR HOLD PROCESSED FOOD IN THE STATE OF CALIFORNIA THROUGH THE EXPIRATION DATE. THIS REGISTRATION IS ISSUED IN ACCORDANCE WITH THE PROVISIONS OF DIVISION 104, SECTION 110460 OF THE CALIFORNIA HEAL TH AND SAFETY CODE AND IS NOT TRANSFERABLE TO ANY OTHER PERSON OR PLACE. THE REGISTRANT IS REQUIRED BY LAW TO IMMEDIATELY NOTIFY THE CALIFORNIA DEPARTMENT OF PUBLIC HEALTH OF ANY CHANGE IN THE INFORMATION REPORTED IN THE APPLICATION.

Food and Drug Branch, 1600 Capitol Avenue, MS 7602, PO Bo 997436, Sacramento, CA 95899-7436 (916) 650-6600

Kg.£28

le

Printed: 243/2048

Page 55: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

STATE OF CALIFORNIA DEPARTMENT OF FOOD AND AGRICULTURE

MARKET ENFORCEMENT BRANCH 1220 N Street

Sacramento, California 95814 (916) 900-5016

Sysco Food Services of Central CA PO Box 729 Modesto, CA 95353

You are licensed under the Produce Dealers Act As a Dealer since 10/1/1984

License Number: 5770 Expiration Date: 9/30/2018

THIS CERTIFIES THAT THE ABOVE NAMED ENTITY IS LICENSED TO PURCHASE CALIFORNIA FARM PRODUCTS AND AGREES TO ABIDE BY

ALL PROVISIONS OF DIVISION 20, CHAPTERS 6 AND 7 OF THE CALIFORNIA FOOD AND AGRICULTURAL CODE

BUSINESS STRUCTURE

Kawashima, Robin (Officer) Berglund, Brett (Officer)

• 0 0 0 POST THIS LICENSE PROMINENTLY IN PUBLIC VIEW o • o THIS LICENSE IS NOT TRANSFERABLE ·ANY CHANGE IN OWNERSHIP REQUIRES A NEW LICENSE

SEE BACK FOR IMPORTANT RENEWAL INFORMATION

, O

Page 56: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

California Department of Food and Agriculture Meat, Poultry and Egg Safety Branch

1220 N Street, Sacramento, CA 95814 (916) 900-5062

Egg Handler Registration

Mandler # 2205

Mailing Address: SYSCO CENTRAL CALIFORNIA P.O. BOX 729 MODESTO, CA 95353

Facility Address: SYSCO CENTRAL CALIFORNIA 136 S MARIPOSA RD MODESTO, CA 95354

Expires: 12/31/2018

Authorized Use Of This Registration is Restricted To California Registered Egg Handlers

9 )

Page 57: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

,_ - J ;gq; •

aw

FSPCA FOOD SAFETY PREVENTIVE CONTROLS ALLIANCE

CERTIFICATE OF TRAINING is awarded to

Will Angell in recognition for having successfully completed

the Food Safety Preventive Controls Alliance course:

FSPCA Preventive Controls for Human Food delivered by Lead Instructor,

Bradley Reynolds

ova riot

ctor n of Food and Drug Officials

Gerald Wojtalf, Executive Director International Food Protection Training Institute

p \i+DO

co#5 {a.» b6bat ks'ssaa v"sa oineeao Institute for Food Safety and Health

fERNAT 04 O0 PRTECT TA MING +NTITLT

r 48f6bad

Co

e.

Page 58: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

SEAFOOD HACCP ALLIANCE

in cooperation with

THE ASSOCIATION OF FOOD AND DRUG OFFICIALS gyp »

present this

Certificate of HACCP Course Completion co»%" to

New!pp®gJl pl@MI- I gp lop\Iii vs]p Q l],

a

W £. Angel having completed the Association of Food and Drug Officials/Seafood.HACCP Alliance "Basic Course" in seafood Hazard Analysis and Critical Control Point theory and practical application. This course, developed through a National Sea Grant College Program project, contained the core training manual and curriculum developed by the Seafood HACCP Alliance to teach. HACCP concepts for food safety. This curriculum referenced and incorporated recommendations and concepts from the National Advisory Committee:on:Microbiological Criteria for Foods, the U.S. Food and Drug Administration's Fish and Fishery Products Hazards and Control Guide, the U.S. Food and Drug.Administration's mandatory seafood HACCP regulations (21 CFR Part 123), and various HACCP models prepared by the governmental agencies, trade associations, academia and individuals having expert knowledge of the concepts and application of HACCP. This course satisfies the mandatory training requirement contained in 21 CFR, part 123.10.

6731-081916-47003

Oakland, CA 8/19/2016

Training Location and Date

Certificate Number

Associktion of Food and Drug fficials (AFDO) in conj&pctin with Western /Association of Food and Drug Officials

L

Page 59: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

)

ServSafe' CERTIFICATION WILLIAM ANGELL for successfully completing the standards set forth for the ServSafe® Food Proleclion arager. Certification Examination, which is accredited by the American National Standards Institute (ANSI}-Conference fer Food Protection (CFP],

es 10556 EXAM FORM NUMBER

11/14/2022 DATE OF EXPIRATION

{or recertification requirements,

«pew ! .. 21n-311±r#572±t "

t.2rt% 3? 314034 Z2 2152 Lr.Z!AL? 2!627£¥± lr #Eaf!+;to

40655

Cored us th qvats eat 17'5 W Jalaan Blvd. Ste 1500, Ch0go, ! 6060.4 ar SerSafheztcured.erg

C

Page 60: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

CERTIFICATE NO. 3160934

saw?

ServSafe National Restaurant Association

Certified ServSafe" Instructor & Registered ServSafe° Examination Proctor

WILLIAM ANGELL eo has successfully completed the following requirements tor becoming a Certified ServSafe® Instructor and Registered ServSafe® Examination Proctor:

= Maintaining a current ServSafe Food Protection Manager Certification " Completing the Online Instructor and Proctor Tutorials • Passing the ServSafe Online Advanced Test " Agreeing to comply with the Performance Standards

~

ass sis"

Sherman Brown SVP, National Restaurant Association Solutions

11/16/2020 DATE OF EXPIRATION

11/16/2017 DATE OF APPROVAL

Thh ces+ace is carhrmnattan year dual rcle status as a Cerf#! SerySate Instructor and as a Reghiteed ServSce amino Procter. This is NOT a ServSale Faad Pc==an Marog-± Certliaatan and held not le conveyed as ore. Yu must ma»ron a cunent Sere$i Fad Po=then Mane C r#igatan In order lo es3in yut Cert'J SarvSafe letrvtor and ServSe am nan Proctor sta­ tus Ogaing roqur=rent to mainto+ yaut staua as a Corle] Ser&afa lutuctor and leglsd evSal Euminticn Proctor may be btoducad at a hrs las 27015 Ngtoral lleztaurant As±oclation du anal Feuncdatian. rlhn nerved. ServSale Is a registered trademark of the N »anal {lestaurant As:oclalan ducat anal aunda±an, and ued yr±ee lice by Nccnal Restaurant Assoc!es Sol ns, llC, why owned @sldlcry el '> fNattenol Restaurant Aasoclalton www.Servile com

L'

Page 61: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

, I DATE(MM/DD/YYYY) ACORE> CERTIFICATE OF LIABILITY INSURANCE ~ 08/10/20 18

\ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES

l BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).

PRODUCER CONTACT NAME: Aon Risk Services southwest, Inc. PHONE (866) 283-7122 [{{Ass, ®oo) 363-0105 Houston TX office (A/C, No. Ext):

5555 San Felipe E-MAIL Suite 1500 ADDRESS: Houston TX 77056 USA

INSURER(S) AFFORDING COVERAGE NAIC#

INSURED INSURER A: Zurich American Ins Co 16535 Sysco Central California, Inc. INSURER B: American Zurich Ins Co 40142 136 Mariposa Road

INSURER C: Steadfast Insurance Company 26387 Modesto CA 95354 USA INSURER D:

INSURER E:

INSURER F:

COVERAGES 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 POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested

II ND Ts TYPE OF INSURANCE AL}LJL DJ UESIS POLICY NUMBER POLIC thh POLICY tXP LIMITS LTR IN SD WVD (MMIDD/YYYY) (MMIDD/YYYY A X COMMERCIAL GENERAL LIABILITY GLO234/20309 06/50/2018 06/30/2019 EACH OCCURRENCE $2,000,000 ee D [s]sea LJANIAatE IJ IS I ELI $2,000,000 CLAIMS-MADE PREMISES (Ea occurrence) ee

MEO EXP (Any one person) Excluded e

$2,000,000 PERSONAL & ADV INJURY joss

$4,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE r= ­ $4,000,000 POLICY JECT PRODUCTS - COMP/OP AGG

~ OTHER:

J AUTOMOBILE LIABILITY BAP 2347204 09 06/30/2018 06/30/2019 COMBINED SINGLE LIMIT $5,000,000 (Ea accident)

e BODILY INJURY ( Per person) X ANY AUTO - - SCHEDULED BODILY INJURY (Per accident) ~ OWNED AUTOS AA AUTOS ONLY - NON-OWNED PROPERTY DAMAGE HIRED AUTOS (Per accident) - ONLY - AUTOS ONLY

UMBRELLA LIAS H OCCUR EACH OCCURRENCE ee AGGREGATE EXCESS LIAB CLAIMS-MADE

DED [ [RETENTION

B WORKERS COMPENSATION AND WC234719909 06/30/2018 06/30/2019 X I PER STATUTE I [Qr. EMPLOYERS' LIABILITY YIN AOS ER

A ANY PROPRIETOR / PARTNER / EXECUTIVE

~ WC234720109 06/30/2018 06/30/2019 E.L. EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? NIA (Mandatory in NH) MA, WI E.L. DISEASE-EA EMPLOYEE $1,000,000 If yes, describe under

E.L. DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS below C Excess WC EWT234722208 06/30/2018 06/30/2019 EL Each Accident $5,000,000

TX Non-subscribers Aggregate Limit $10,000,000 SIR applies per policy ter ns & condi ions SIR $2,000,000

DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES {ACORD 101, Additional Remarks Schedule, may be attached if more space is required)

Re: CVBG Invitation for Bid Paper & Packaging Supplies, Frozen, canned, & Dry Food Items.

CERTIFICATE NUMBER: 570072665814 REVISION NUMBER:

0 z &>

% O 7 E co O

- ~ Fa ~ ~ ~ ~ ,---------------------------.------------------------------,.:~ r;

CERTIFICATE HOLDER CANCELLATION

Washington USO On Behalf of Central Valley Buying Group Attn: Marina Navarro 7950 s. Elm Avenue Fresno CA 93706 USA

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS.

AUTHORIZED REPRESENTATIVE

ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved.

The ACORD name and logo are registered marks of ACORD

Page 62: Food & Supply of 7/1/2018 to 06/30/2019. Items marked as ...washingtonunified.org/docs/nutrition/publications... · Re: 18-19 CVBG Food & Supply Bid Dear Marina Navarro, GSood ythisngs

AGENCY CUSTOMER ID: 570000069864 LOC#:

ADDITIONAL REMARKS SCHEDULE Page_ of _ AGENCY NAMED INSURED

Aon Risk services Southwest, Inc. Sysco central ca 7 i fo rn i a, Inc. POLICY NUMBER

see certificate Number : 570072665814 CARRIER I NAIC CODE

see certificate Number : 570072665814 EFFECTIVE DATE:

ADDITIONAL REMARKS

)

THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance

INSURER(S) AFFORDING COVERAGE NAIC# INSURER

INSURER

INSURER

INSURER

ADDITIONAL POLICIES If a policy below does not include limit information. refer to the corresponding policy on the ACORD I certificate form for policy limits.

INSR POLICY POLICY

ADDL SUBR POLICY NUMBER EFFECTIVE EXPIRATION LIMITS LTR TYPE OF INSURANCE INSD WVD DATE DATE

(MM/DD/YYYY) (MM/DD/YYYY) WORKERS COMPENSATION

A N/A EwS234720209 06/30,/2018 06/30/2019 XS WC - OH, WA SIR applies per policy te ms & condit ons

ACORD 101 (2008/01)

<? © 2008 ACORD CORPORATION. All rights reserved.

The ACORD name and logo are registered marks of ACORD