LORAIN COUNTY BOARD OF DEVELOPMENTAL DISABILITIES

Similar documents
INSTRUCTIONS TO BIDDERS

B. The Bid is made in compliance with the Bidding Documents.

INSTRUCTIONS TO BIDDERS

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

INSTRUCTIONS TO BIDDERS

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid WD Motor Grader 2018 Boom Mower (Shredder)

INSTRUCTIONS TO BIDDERS

Request for Proposals Food Services Providers for FY

AIA Document A701 TM 1997

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

Document A701 TM. Instructions to Bidders

City of New Rochelle New York

MELBA SCHOOL DISTRICT

Attention Vendors: Sincerely, Lisa Leggett Lisa Leggett School Nutrition Director Crisp County Schools

INSTRUCTIONS TO BIDDERS

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

INSTRUCTIONS TO BIDDERS

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

THE CITY OF BRENTWOOD 2348 South Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR 2015 VIDEO PRODUCTION SERVICES

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

COUNTY OF OSWEGO PURCHASING DEPARTMENT

SECTION NOTICE TO BIDDERS

REQUEST FOR PROPOSAL WASTE REMOVAL HARTLAND CONSOLIDATED SCHOOLS HOWELL, MICHIGAN 48843

ADVERTISEMENT FOR BIDS

BID FORM FOR WEST GEAUGA LOCAL SCHOOLS DISTRICT MIDDLE SCHOOL SECURITY ENTRANCE 8611 CEDAR ROAD CHESTERLAND, OHIO FOR

INSTRUCTIONS TO BIDDERS

REQUEST FOR BID PROPOSALS

BID NO Troy School District

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

Request for Bid/Proposal

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL BEVERAGE SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2016-P04

South Madison Community School Corporation Project #1052 Pendleton Elementary School March 2014 Intermediate Renovation Phase II NOTICE TO BIDDERS

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.

St. Charles City County Library District

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

REQUEST FOR PROPOSAL RFP #14-03

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

INVITATION TO BID DUNKIN DONUTS PC# Fort Campbell Blvd. Hopkinsville, KY

City of New Rochelle New York

INSTRUCTIONS TO VENDORS

BID DOCUMENTS FOR. WTP VFD Replacement Bid

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

Wayne County Community College District Eastern Campus 5901 Conner St Detroit, MI 48213

INSTRUCTIONS TO BIDDERS

CITY OF SHENANDOAH REQUEST FOR PROPOSALS. for the SPECIAL EVENT TENTS CITY OF SHENANDOAH I-45 NORTH SHENANDOAH, TEXAS 77381

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

INSTRUCTIONS TO BIDDERS ARTICLE IB

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

RFP GENERAL TERMS AND CONDITIONS

INSTRUCTIONS TO BIDDERS

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

Sand Purchase for Golf Course Bunker Renovation. Hoffman Estates Park District

Solar/ Renewable Energy - Alternative Power Source. Richmond, NH. Cheshire County Sheriff s Office. Request for Proposals

COUNTY OF COLE JEFFERSON CITY, MISSOURI

HOBBS MUNICIPAL SCHOOLS P.O. Box 1030 Hobbs, New Mexico REQUEST FOR PROPOSAL

INVITATION TO BID. Minimum Specifications For Chip/Scrub Seal Project for 2018 for Custer County Roads Custer County, Oklahoma

SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA

BID NUMBER FROM: City of Branson Date: March 6, W. Maddux St., Suite 200 3:00 p.m., April 30, 2014

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

Weston Public Schools. Request for Proposal FOR EMPLOYEE HEALTH BENEFITS ADVISORY AND SUPPORT SERVICES CONSULTANT

Professional Services and Bidding Construction Projects BILL NO. SPONSORED BY COUNCILMAN

BID DOCUMENTS FOR THERMAL IMAGING CAMERA

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID

NORTH ST PAUL - MAPLEWOOD OAKDALE SCHOOLS. INDEPENDENT SCHOOL DISTRICT # E. 12 th AVENUE NORTH ST. PAUL, MN BID SPECIFICATIONS FOR:

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

KENTUCKY STATE UNIVERSITY INVITATION FOR BID KSI SURPLUS VEHICLES 2019

THE SCHOOL DISTRICT OF LANCASTER

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For Overhead Garage Door Replacement. KATHLEEN L. LING Mayor. Nancy Ridley City Manager

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847)

NOTICE INVITING SEALED BIDS Emergency Generator Replacement Maintenance & Security

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

BID DOCUMENTS FOR ACCU-TAB SL CAL HYPO TABLETS FOR USE IN WATER TREATMENT

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

CONTRACT DOCUMENTS and SPECIFICATIONS for Union County. Supplying and Delivering Precast Concrete Box Culverts

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

INVITATION TO BID BID NO WEIGHT ROOM EQUIPMENT FOR TROY SCHOOL DISTRICT

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

INFORMATION FOR BIDDERS

ADVERTISEMENT FOR BID

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

GENERAL DEMOLITION CONTRACTOR REQUIREMENTS FOR. [Date[ Bids Due 4:00 p.m.,, 20

GREENWICH PUBLIC SCHOOLS Purchasing Department 290 Greenwich Avenue Greenwich, Connecticut (203) Fax (203)

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

Transcription:

2017 ADULT FOOD SERVICE LUNCH BID PACKAGE TABLE OF CONTENTS General Instructions 2-8 Bid Specifications 9-12 Appendices: 13 Appendix A - Bid Blank 14 Appendix B References 1

GENERAL INSTRUCTIONS These instructions pertain to the contracting of lunch food services for Adult Clients attending the Elyria Opportunity/Vocational Center, 1095 Infirmary Rd, Elyria; the Lorain Opportunity/Vocational Center, 4360 Oberlin Ave, Lorain; and the Oberlin Opportunity/Vocational Center, 285 Artino St, Oberlin for the Calendar year beginning January 1, 2017 and ending on or about December 25, 2017. Option for 2 nd year: The Board retains the option of continuing the contract for a second year at the amount listed as Alternate #1 on the Appendix A Bid Blank form. Before submitting a proposal, Bidders shall familiarize themselves with all Bid documents, including the Legal Notice of Advertisement, Instruction; including General Provisions and Bid Specifications, Bid Guaranty, and the Bid Form, all of which comprise the request for proposal. QUALIFICATIONS OF BIDDERS The Lorain County Board of Developmental Disabilities (the Board) will not award a contract to any Bidder who, in the judgment of the Board, is not a responsible Bidder or who does not possess the necessary knowledge, experience, capital, organization, and equipment to conduct and complete the services in strict accordance with all of the terms and provisions of the specifications. The Board may make such investigations as necessary to determine the abilities of the Bidder to perform the work. The Bidder will provide to the Board all such information and data for this purpose, as the Board may request. The Board reserves the right to reject any bid, if the evidence submitted by, or investigation of, such Bidder fails to satisfy the Board that such Bidder is properly qualified to carry out the obligations of the contract. PREPARATION OF BIDS The Bidder is required to bid on all items and unit prices called for in the Bid Blank and the wording thereon shall be used without modification. Any such deviations or modifications may be cause for rejection of the proposal. USE OF ESTIMATES 2

The number of adult clients and service days provided on the Bid Form are approximate only and are intended to serve as a historical basis for the comparison of Bids. If the Bidder relies upon the accuracy of these estimates in determining his bid, he does so at his own risk. The Board reserves the right to change the number of adult clients and service days during the period of the contract. BIDDERS TO EXAMINE SITE AND PLANS Bidders shall acquaint themselves with the Board=s food service facilities and accessibility to such sites. Bidders shall carefully study the specifications and thoroughly satisfy themselves as to the services to be provided. No plea of ignorance or conditions that exist or that may hereafter exist, or of conditions or difficulties that may be encountered in the execution of the services will be accepted as an excuse for any failure of omission on the part of the Bidder to fulfill every requirement of the contract, nor will it be accepted as a basis for any claim whatsoever for extra compensation. Bidders failure or omission to examine any form, instrument, addendum, or other document, or to visit the sites and acquaint themselves with the existing conditions, shall in no way relieve any Bidder from any obligation with respect to his bid or to the contract. The submission of a bid shall be taken as a prima facie evidence of full compliance with this section. INTERPRETATION OF CONTRACT DOCUMENTS If any prospective Bidder for the services proposed herein is in doubt as to the true meaning of any part of the Specifications, he may submit to the Superintendent, Dr. Amber L. Fisher, a written request ten or more days before the bids are due, for an interpretation thereof. Answers deemed necessary will be given in the form of an Addendum to the bidding documents and will be issued to all known bidders (those listed at the Superintendent=s Office as having received the Bid Documents). No verbal questions or answers will be recognized as part of the bidding documents. Failure of the Superintendent to send or of any Bidder to receive any such interpretation shall not relieve any bidder from any obligation under his bid as submitted. PRE-PROPOSAL MEETING There will be a pre-proposal meeting on Wednesday, November 9, 2016 at 10:00a.m. Eastern Standard Time at the office of the Lorain County Board of Developmental Disabilities, 1091 Infirmary Road, Elyria, Ohio. 3

BID BLANK The Bid Blank (Appendix A) must be properly completed. Modifications will not be permitted. Any unauthorized conditions, limitations, or provisions attached to the Bid or written therein may render the Bid informal and may be cause of its rejection. SIGNATURE ON BID Each Bid shall contain the Bidder=s signature in full, followed by the printed name and post office address of the Bidder. Such address is the one to which notice of the award of the Contract may be mailed or delivered. In instances where the Bidder is a firm, the agent signing the firm=s name shall also state the names of the individuals composing the firm. If the Bidder is a corporation, the person signing for the corporation shall state under the laws of which state the corporation is chartered. Each Bid shall contain the full name of every person, firm, or corporation interested in same, as required by Ohio law, as well as the address and telephone number of the person, firm, or, in a corporation, the president and secretary. Bids which are not signed by individuals making them, shall have attached a Power of Attorney evidencing authority to sign the bid in the name of the person for whom it is signed. Bids which are signed for a partnership shall be signed by an Attorney in Fact. If signed by an Attorney in Fact, there shall be attached to the bid a Power of Attorney evidencing authority to sign the bid executed by the partners. Bids which are signed for a corporation shall have the correct corporate name thereof and the signatures of the president or other authorized officers of the corporation manually written below the corporate name and including an affidavit authorizing a person or persons to sign for a contract. This should be in the form of minutes of the meeting of the Board of Directors indicating a quorum being present. If an Out of State corporation, a certificate authorizing the corporation to do business in the State of Ohio is required with the bid. REFERENCES Each Bidder should furnish at least three (3) locations where services are currently being provided or have been provided in the past (Appendix B). BID GUARANTY 4

All Bid Guaranties must be satisfactory to the Lorain County Board of Developmental Disabilities. The Bid Guaranty must be in the form of a bid bond, certified check, cashier s check, or money BID GUARANTY - continued order, on a solvent bank or savings and loan association in the amount of five percent (5%) of the bid as a guarantee that if the bid is accepted a contract will be entered into. The Bid Guaranty shall be payable to Lorain County Board of Developmental Disabilities. The Bid Guarantee must be signed by an authorized agent of an acceptable surety bonding company and by the Bidder. The Bid Guaranty must be countersigned by a resident agent of the bonding company. The name and address of both the surety and surety=s agent must appear on the Bid Guarantee. Bid Guaranties must be supported by credentials showing the following: 1. Power of Attorney of the Agent. Ohio. 2. Certificate showing the legal right of the company to do business in the State of Bid Guaranties shall be returned to all unsuccessful Bidders immediately after the contract is executed. The certified check, cashier=s check, or letter of credit shall be returned to the successful Bidder upon filing of a Performance Bond. INSURANCE The Bidder shall agree, at his expense, to procure and keep in force during the entire period of the contract, liability insurance protecting the Board, the individual members thereof, the Contractor, employees, and other related personnel, including any sub-contractors. The Bidder=s insurance shall save and hold the Board harmless. The Bidder=s liability insurance shall be in an amount of not less than $1,000,000.00 per occurrence and not less than $3,000,000.00 in the aggregate, or other amounts as required by law, whichever is greater. 5

REQUIRED BID DOCUMENTATION AND SAMPLES All Bid proposals shall contain the following documents: The Bid Blank REQUIRED BID DOCUMENTATION AND SAMPLES continued Bid Guaranty Copy of current Operating License for Food Service/Manufacturing/Processing and assurance to comply with the Lorain County Board of Developmental Disabilities Non-Commercial Class IV Food Service License. Copy of current State of Ohio Food Service Operation License Proposed Delivery Schedule Pricing for unitized (individual) nutritional meals Four (4) week menu rotation as directed below. - Hot meals on Mondays & Wednesdays - Cold meals on Tuesdays & Fridays - Pizza on Thursdays The meals need to be puree-able. Foods that cannot be served: - Raw hard fruits/vegetables (carrots, celery, apples, pears) - Pose a choking hazard (hot dogs, grapes, nuts, popcorn) - Corn - Pineapple - Mandarin Oranges - Mixed Vegetables or Mixed Fruit that contain: corn, pineapple or mandarin oranges - Peanut Butter - Chips Suggested average meal components: 6

- 3 to 4 oz meat or meat alternative - 2 to 3 oz grain - 1 cup fruit - 1 cup vegetable REQUIRED BID DOCUMENTATION AND SAMPLES continued milk) - 1/2 cup dairy lactose-free (i.e.; yogurt, cheese, pudding, however-no of Provide 4 samples of 1 hot meal option, 4 samples of 1 cold meal option, and 4 samples 1 pizza meal option WITHDRAWAL Proposals may not be modified after submission. Bidders may withdraw proposals at any time before bid opening, but may not resubmit them. No proposal may be withdrawn or modified after the bid opening. SUBMISSION OF BIDS Each Bid proposal shall be made on the forms herein provided for that purpose, and must be enclosed in a sealed envelope labeled: ADO NOT OPEN UNTIL 9:30am November 14, 2016- ADULT FOOD SERVICE LUNCH LEGAL BID PROPOSAL@ and addressed to: Lorain County Board of Developmental Disabilities Attn: Dr. Amber L. Fisher, Superintendent 1091 Infirmary Road, Elyria, Ohio 44035 OPENING OF BIDS Sealed Bids will be opened and publicly read by the Board at the time and date stated in the Legal Advertisement in the Conference Room of the Administrative Office of the Lorain County Board of Developmental Disabilities, 1091 Infirmary Road, Elyria, Ohio 44035. All Bidders, or their authorized agents, are invited to be present at the reading of the Bids. 7

No oral, telephonic, telegraphic proposals or modifications will be considered. Terms and conditions contained within Instructions/Specifications to Bidders shall be considered a part of the contract, as if incorporated therein. All formal Bids will be tabulated, and copies of the tabulation will be made available to any Bidder upon request. MENU SAMPLE AND REVIEW The Board shall arrange for a subcommittee of Board members, consumers, staff and /or other interested parties to review and taste samples of proposed menu items to assist in evaluating. consumer satisfaction to be held immediately after the bid opening. It is our desire to provide the most appealing, nutritious, meal at an affordable price. The sample review will be held Monday, November 14, 2016 at 10:00 am at the office of the Lorain County Board of Developmental Disabilities, 1091 Infirmary Road, Elyria, Ohio. Bidder is required to provide 4 samples of a hot meal option, 4 cold meal option and 4 pizza meal option consistent with normal menu options. It is required that these samples would reflect ongoing quality standards for meals provided during the term of the contract. POST-BID, PRE-CONTRACT AWARD CONFERENCE The Board reserves the right to conduct a pre-bid conference with any potential Bidder prior to the acceptance of any Bid. AWARD OR REJECTION OF BIDS The Contract will be awarded to the lowest and best Bidder complying with the conditions of the invitation to Bidders, provided the Bid is reasonable and it is in the interest of the Board to accept it. A Bidder is to have the financial, technical, and other resources which indicate an ability to perform as required by this invitation. The Bidders to whom the award is made will be notified at the earliest possible date. The Board reserves the right to accept or reject any and all bids in whole or part, to waive any informalities in the bids received and to accept any Bid, which it deems favorable. If, in the opinion of the Board, the lowest Bid is not the best Bid, it may accept another Bid so opened, or reject all Bids and advertise for other Bids. 8

CONTRACT The Bidder to whom the award is made will be required to execute a written contract with the Lorain County Board of Developmental Disabilities within ten (10) days after receiving such contract for execution. The contract will be in the form provided in the specifications. SCHEDULES/COORDINATION All services are to be coordinated with Dr. Amber Fisher, Superintendent, or designee, whose office is located at 1091 Infirmary Road, Elyria, Ohio, (440) 329-3734. POST BID AWARD DOCUMENTATION Copies of the following are to be filed with the office of the Superintendent prior to the execution of the contract: Current Workers= Compensation Certificate Current Certificate of Insurance Contract Compliance State Form Personal Property/Real Estate Tax Disclosure Affidavit in Compliance with section 3517.13 of the Ohio Revised Code regarding campaign contributions 9

BID SPECIFICATIONS Herein, the term Board shall stand for the Lorain County Board of Developmental Disabilities. Contractor shall stand for the Bidder. Meals shall apply to lunch. GENERAL PROVISIONS The food service provided shall be operated and maintained as a benefit to adult client Food service shall be provided each and every day that the Adult Opportunity/Vocational Center are in session. 1. The Board shall retain control of the quality, extent and general nature of its food service. 2. The Board shall maintain applicable health certification and assure that all state and local regulations are met for Board facilities. The Lorain County Board of Developmental Disabilities currently maintains a Non-Commercial Class IV Food Service License. 3. The Contractor=s personnel shall at all times be above reproach and the Board reserves the right to discuss the personnel conduct or performance with the Contractor and request replacement, within a reasonable time period, if such is warranted. 4. Board and/or designee shall monitor the food service through periodic on-site visits to include: inspection of meals, food preparation, storage, and service areas and sanitation practices. 5. Contractor shall have Federal/State and/or Local health certification for any facility outside the Board=s facilities, in which it prepares meals and maintain such certification for the duration of the contract. 6. During the entire term of the contract, the Contractor shall comply in every respect with all laws, rules, and regulations of the State of Ohio, affecting or regulating the provision of food service, the requirements of the Federal government, the Ohio Department of Developmental Disabilities Rules and Regulations, and any other applicable rules and regulations. 7. No payment shall be made for meals that are delivered spoiled, unwholesome, unsealed or outside proper temperature range at time of delivery. 8. Contractor shall keep stand-by equipment and personnel available to assure that it can provide uninterrupted food service in the event of operational failure. 10

GENERAL PROVISIONS continued 9. Contractor shall provide name, business, and home addresses and business and home telephone numbers of agent(s) who will work directly with the Board or its designee regarding all aspects of food service program. The Contractor shall designate a management employee to be responsible for all contract issues and services needed by the Board. 10. Payments on any invoice shall not prevent the Board from making a claim for adjustment on any item(s) found not to have been in accordance with the provisions of this contract. 11. The Contractor shall comply with Title VI of the Civil Rights Act of 1964, as amended, USDA regulations, and Section 504 of the Rehabilitation Act of 1974, and any additions or amendments. 12. The Contractor shall provide such records as the Board will need to meet monthly reporting responsibilities. 13. No provision of a contract entered into shall be assigned or subcontracted without prior written consent of the Board. 14. A contract entered into constitutes the entire agreement between the Board and Contractor and may not be changed, extended orally, or by cause of conduct. 15. Clauses attached and designated as Addendum or Exhibits to a contract are in all respects, made a part of the contract. 16. Neither the Contractor nor the Board shall be responsible for any losses resulting, if the fulfillment of the terms of the contract shall be delayed or prevented by wars, acts of public enemies, strikes, fires, floods, acts of God, or any other acts, which could not have been prevented by the exercise of due diligence. 17. Should the Contractor fail to comply with any of the terms or conditions set forth in an agreement entered into, or should the Board determine that the Contractor is in any other way unfit, unqualified or unable to perform all of the food service needs of the Board under the contract, then and in that event, with sixty (60) days written notice to the Contractor, an agreement may be terminated. 18. In the interpretation of an agreement entered into and the relations between the Contractor 11

GENERAL PROVISIONS continued and the Board, the same shall be construed as being an independent agreement with the Contractor for furnishing of food service only, and the Contractor shall not be held or deemed in any way to be an agent, employee, or official of the Board. CONTRACTOR=S OBLIGATIONS: 1. Contractor shall provide specified number of lunches for every day that the Adult Opportunity/Vocational Centers are in session. Contractor shall provide daily receipts to be signed by Agency staff confirming the total number (count) of meals delivered. 2. Contractor shall submit a proposed menu for all Adult Opportunity/Vocational Centers at least 45 days prior to the month of delivery. Menu submission as well as changes to the established menu must be submitted to the Program Manager at the Business Office of the Board. Contractor shall submit healthy and nutritious menus listing serving sizes and meet food safety requirements. Contractor shall meet with Board Personnel to obtain a listing of menu items which cannot be served due to choking hazards, allergies and/or nutritional requirements. 3. Provide special diets (i.e. salads) and/or alternative food choices as determined for specific individuals. 4. Lunches are to be delivered daily to each Adult Opportunity/Vocational Center no earlier than 8:00 am 5. Provide specific information to Board as to method food will be transported, equipment provided, inc not be accepted by the Agency and Contractor will provide replacement meals for that day. BOARD OBLIGATIONS The Board shall: 12

1. Notify Contractor, at least 48 hours in advance, of specific number of lunches required by the Adult Vocational Centers for a given day. 2. Notify Contractor, at least 48 hours in advance, of special diets/alternative food choices for specific individuals for a given day. 3. Pay a cost per individual meal as billed by the Contractor on a monthly basis. 13

APPENDIX A - BID BLANK All cost quotes are to be per individual meal. The contract period is January 1, 2017 through December 31, 2017 with an option to renew with a second year, which would be for the period of January 1, 2018 December 31, 2018. The following estimates are provided to assist in determining the Bid proposal and are based upon current average of meals served: Description Number of Daily Meals Number of Service Days Lunch approximately 117-137 approximately 240 Daily Meals By Location Oberlin Elyria Lorain Mon, Tues, Wed, Fri 27 45 45 Thurs (Pizza Day) 47 45 45 For January 1, 2017 December 31, 2017: LUNCH $ Cost per Unitized (individual) meal Alternate #1: January 1, 2018 December 31, 2018: LUNCH $ Cost per Unitized (individual) meal Signature: Printed Name and Title: Company Name: Address: Date: Phone: 14

APPENDIX B - REFERENCES Please provide the names of at least three locations your firm has provided service to in the past. Name: Address: Contact Person: Phone: Length of Contract: Name: Address: Contact Person: Phone: Length of Contract: Name: Address: Contact Person: Phone: Length of Contract: 15