Bid Checklist - Amazon S3...Through the combination of purchasing power, CPC’s objective is to...
Transcript of Bid Checklist - Amazon S3...Through the combination of purchasing power, CPC’s objective is to...
Bid Checklist Proposal: Awarded Vendor(s): Award Date: Contract Number:
Copy of Public Notice/Legal Ad(s)
Copy Of Release (via Public Purchase)
Copy of Bid Specifications (includes Q&A, addenda if issued)
Copy of Closing (via Public Purchase)
Notification Report
Access Report (via Public Purchase)
Opening Record
Copy of Bids Received
Evaluation Compilation/Executive Summary
Copy of Award Letter
Copy of Rejection Letter
Copy of Signed Contract(s)
Board Acceptance of Bid
RFP 17.12 - Whole Grain Rich Bread & Bread Products
Bimbo Bakeries USA
May 4, 2017 17.12 - WGR
From: Public PurchaseTo: Lisa TruaxCc: Melissa MattsonSubject: Release Successful on Bid RFP #17.12 - Whole Grain Rich Bread & Bread ProductsDate: Monday, March 13, 2017 10:02:35 AM
Lisa M Truax:
Bid "RFP #17.12 - Whole Grain Rich Bread & Bread Products"Status: Release Successful on Mar 13, 2017 9:02:25 AM MDT
You can check the released bid by going to the following address:http://www.publicpurchase.com/gems/bid/bidView?bidId=73024
If you have any questions regarding this bid, please contact our Customer Support Staff [email protected]
Thank you for using Public Purchase.
MK= ECKn9v8f0HivwiWd7Bg1KQ==
RFP 17.12 – Whole Grain Rich 1 Due: Monday, April 10, 2017, 10:00 a.m. CT Bread and Bread Products
Proposals Requested by the:
Cooperative Purchasing Connection Servicing participating agencies in Minnesota
RFP 17.12 – Whole Grain Rich Bread & Bread Products
Due: 10:00 a.m. CT on Monday, April 10, 2017 Cooperative Purchasing Connection
Respondents/Vendors will submit questions and proposals online
via Public Purchase (www.publicpurchase.com) Published in the: Star Tribune April 13 & 20, 2017
RFP 17.12 – Whole Grain Rich 2 Due: Monday, April 10, 2017, 10:00 a.m. CT Bread and Bread Products
Table of Contents
I. Instructions to Respondents Page 3 II. Solicitation Procedures Page 3
a. Intent of the Request for Proposals b. Responding Vendor Qualifications c. Required Securities d. RFP Submission
i. Public Purchase ii. Submission of Proposals
iii. Interpretations e. RFP Particulars
i. Addenda ii. Correction of RFP Documents
iii. Late Submissions iv. Modifications of Withdrawal of a Proposal v. Opening of Proposals
f. Bid Evaluation i. Conditions Precedent to Award
g. Contract Award III. General Terms & Conditions Page 7 IV. Technical Specifications Page 12 V. Appendix A: Cooperative Purchasing Connection Map Page 20 VI. Appendix B: Participating Agencies Page 21 VII. Appendix C: Estimated WGR Volume by Region Page 23
RFP 17.12 – Whole Grain Rich 3 Due: Monday, April 10, 2017, 10:00 a.m. CT Bread and Bread Products
RFP 17.12 – Whole Grain Rich Bread and Bread Products I. Instructions to Respondents
Proposals for the requested products and/or services are detailed in the accompanying Technical Specifications.
In Minnesota, the service cooperatives, organized pursuant to Minnesota Statute 123A.21, are public, nonprofit cooperatives designed to provide a variety of services to their participating agencies including, but not limited to, cooperative purchasing services. The Service Cooperatives currently provide purchasing contracts to over 1,400 participating agencies in Minnesota through a joint powers group, the Cooperative Purchasing Connection. Participating service cooperatives include:
• Lakes Country Service Cooperative (LCSC), Fergus Falls, MN • Metro ECSU (METRO), Arden Hills, MN • Northeast Service Cooperative (NESC), Mt. Iron, MN • Northwest Service Cooperative (NWSC), Thief River Falls, MN • Resource Training and Solutions (RESOURCE), Sartell, MN • South Central Service Cooperative (SCSC), Mankato, MN • Southeast Service Cooperative (SSC), Rochester, MN • Southwest/West Central Service Cooperative (SW/WC), Marshall, MN
Together, these cooperatives operate a joint purchasing program under the name of Cooperative Purchasing Connection. In this Request for Proposal (RFP), the Cooperative Purchasing Connection, as used herein, will be referred to as CPC. CPC’s participating agencies purchase on average, over $45,000,000 annually, through its partnered vendors.
LCSC provides the administrative functions of CPC. Administrative functions include, but are not limited to: bid and contract research, development, and negotiations; fiscal reporting agent; marketing; contract promotion and agency support services.
II. Solicitation Procedures A. Intent of the Request for Proposals
Purpose Statement/Objective: CPC is seeking to partner with an experienced vendor(s), equipped with the necessary resources and capabilities to serve as a partnered vendor to committed and participating agencies and to lead with this contract agreement in Minnesota as a result of this solicitation. Qualified respondents shall have established discounted pricing for whole grain rich (WGR) bread and bread products. CPC is seeking to develop a program for participating agencies to have the ability to purchase WGR bread and bread products for their school breakfast and lunch programs, as well as enriched bread products for catering and concession stands at consortium level discounted pricing.
Scope of Work: It is CPC’s intention to solicit proposals for WGR bread and bread products, enriched bread and bread products, and delivery services on behalf of its participating agencies. CPC, upon review, analysis, and evaluation of the qualified respondents, is looking to partner with a qualified vendor(s) proposal that will provide a broad-line of WGR bread and bread products that meet the requirements of the National School Lunch and Breakfast programs.
Through the combination of purchasing power, CPC’s objective is to achieve cost savings through a single competitive solicitation process. This process eliminates vendor(s) from responding to multiple quotes and proposals allowing for the reduction in administrative and overhead costs through our purchasing procedures. CPC will work closely with the awarded vendor(s) to market this contract not only to participating agencies, but also to potential agencies where the contract
RFP 17.12 – Whole Grain Rich 4 Due: Monday, April 10, 2017, 10:00 a.m. CT Bread and Bread Products
would be an advantageous option for growing participation and purchases through the awarded vendor(s). CPC intends to award this RFP to one or more vendors based on who can offer acceptable product and delivery service that can be of benefit to all of the participating agencies of CPC. Vendors who meet any or all of the products and services mentioned above, that would like to pursue a partnership, must complete the provided documents in their indicated format to be considered as a qualified respondent.
B. Responding Vendor Qualifications
All proposals must contain answers, responses and/or documentation to the information requested. Any respondent failing to provide the required information/documentation may be considered non-responsive. Respondents must demonstrate their ability, capacity and available resources to provide the requested products and/or services to participating agencies. Respondents are required to communicate and demonstrate within their response that they have extensive knowledge, background, and at least five (5) years of experience with manufacturing, obtaining, delivering, installing, maintaining and/or supporting the product lines of products, equipment, services or software offered. CPC reserves the right to accept or reject respondents failing to demonstrate their abilities or capacity solely based on information provided in the bid response and/or its own investigation of the company.
C. Required Securities Awarded vendor(s) will be required to post a $1,000.00 performance bond at the time of the award(s). The performance bond may be in the form of a bond, certified or cashier’s check, or money order payable to Lakes Country Service Cooperative, Attn: Bid & Contract Facilitator, 1001 E. Mount Faith Ave., Fergus Falls, MN 56537. It may also be a bond naming Lakes Country Service Cooperative as obligee written by a corporate surety, satisfactory to CPC, pledging that the respondent will abide by the terms stated in this RFP and in the vendor’s proposal and pledges the faithful performance of the contract and the payment of all obligations arising thereunder. Failure to comply with the awarded vendor(s) proposal, the performance bond shall be forfeited to CPC as liquidating damages, not as a penalty. Loss of the performance bond may include, but is not limited to: poor customer service, poor quality of product, delivery issues, lack of reporting, and lack of administrative fee payments. The performance bond or bid security shall remain in force for the entire duration of the contract term and must be renewed annually upon contract renewal.
D. RFP Submission
Public Purchase: All of CPC’s solicitations can be found on a web-based system called Public Purchase. Public Purchase is an easy-to-use platform that provides respondents/vendors with automatic notification of open solicitations, automatic notification of answered questions and issued addenda, and a way to electronically submit your organization’s solicitation response. All changes, updates, uploads, and downloads are time stamped and logged as part of the RFP process. Submission of Proposals: It is the responsibility of the respondent to be certain that the proposal being submitted has been uploaded to Public Purchase by the due date and time, as described in the Technical Specifications. All proposals MUST be submitted electronically via Public Purchase. If the proposal has not completed its upload to Public Purchase by the due date and time, the Public Purchase system and CPC will not accept the proposal. If any issues occur during the upload of the proposal, respondents/vendors should contact Public Purchase at [email protected] or utilize the chat function within Public Purchase for immediate technical support. If the data in the
RFP 17.12 – Whole Grain Rich 5 Due: Monday, April 10, 2017, 10:00 a.m. CT Bread and Bread Products
submission is password protected, the password must be provided with the proposal. Oral or hardcopy proposals are invalid and will not receive consideration. Interpretations: Requests for additional information, including Instructions to Respondents or Technical Specifications shall be asked via the Public Purchase platform for all participating respondents to see. CPC will respond accordingly via Public Purchase to all questions and/or by issuing an addenda.
E. RFP Particulars Addenda: Addenda are written instruments issued by CPC which modify or interpret the RFP documents by additions, deletions, clarification, or corrections. All addenda issued by CPC shall become a part of the specifications and will be made part of the contract. Addenda will be sent automatically upon CPC’s response via the Public Purchase platform. Addenda are logged and tracked within the Public Purchase system. If such confirmation is not received, the respondent may be deemed non-responsive. Interpretations, corrections, or changes made in any other manner will not be binding, and respondents shall not rely upon such interpretations, corrections and changes. No answers to questions or addenda will be issued later than seven (5) business days prior to the due date and time of the proposal, except an addendum withdrawing the proposal or one which includes postponement of the date of receipt of proposals. Correction of RFP Documents: Upon examination of the RFP documents, respondents shall promptly notify the RFP Facilitator of any ambiguity, inconsistency or error, which they may discover. Any notification of ambiguity, corrections and/or requests for interpretation must be submitted, via the Public Purchase platform, no later than ten (5) business days prior to the RFP opening. Interpretations, corrections, and changes to the documents will be made either by answers or an addendum. Such addenda will be sent to respondents via the Public Purchase platform. All changes are logged and tracked automatically by the Public Purchase system. If such confirmation is not received, the respondent may be deemed non-responsive. Interpretations, corrections, or changes made in any other manner will not be binding, and respondents shall not rely upon such interpretations, corrections and changes. Late Submissions: Proposals will not be allowed to be submitted and/or uploaded after the RFP due date and time set by CPC (see Technical Specifications). It is the respondent’s responsibility to ensure that RFP responses are received by the due date and time listed. Modifications or Withdrawal of a Proposal: A proposal may not be modified, withdrawn or cancelled by the respondent for a period of one hundred-twenty (120) days following the due date and time of the proposal, as each responder so agrees in submitting a proposal. Prior to the due date and time of the proposals, any proposal submitted may be modified or withdrawn within the Public Purchase system. Withdrawn proposals may be resubmitted online via Public Purchase up to the due date and time designated for the proposal provided that they are fully in conformance with these Instructions to Respondents. Opening of Proposals: The properly identified proposals which have been submitted on time will be opened after the RFP due date and time. A summary of the proposals will be made available for public inspection during normal business hours in the RFP Facilitator’s office (Fergus Falls, MN) free of charge during normal business hours. Those requesting a copy (electronic or hard copy) of the RFP responses will need to pay a twenty-five ($25.00) service fee for that compilation.
F. Bid Evaluation Conditions Precedent to Award: CPC shall have the right to waive any informality or irregularity in any proposal or proposals received; to accept the proposal or proposals which, in their judgment,
RFP 17.12 – Whole Grain Rich 6 Due: Monday, April 10, 2017, 10:00 a.m. CT Bread and Bread Products
are in the best interest of CPC’s participating agencies; and to advertise for new proposals where the acceptance, rejection, waiving, or re-advertising is determined to be in the best interest of participating agencies. Within these categories, awards will be based on, but not necessarily limited to, the following:
1. Adherence to all conditions and requirements of the specifications 2. Proposed pricing 3. Services and support to agencies 4. Qualifications and experience; reputation with current and past users 5. “Value Added” services offered 6. Needs and requirements of participating agencies 7. Evaluation of vendor’s ability to service CPC 8. Ease and efficiency of the vendor’s order process 9. Respondent’s ability to meet RFP requirements 10. Geographic service capability 11. Nature and extent of company data furnished upon request of CPC 12. Ability of vendor to develop partnership with CPC
In addition, the following tool will be used in the evaluation of responses. The final award is not based on which company receives the most points.
Evaluation Item Maximum Points Questionnaire 255 Qualifications & Experience Personnel Pricing Order Process Delivery Miscellaneous Pricing 270 Whole Grain Rich Pricing Enriched Pricing Applied Pricing Tiers Total Points 525
Qualified vendors who move forward in the evaluation process may be asked to make a formal presentation. Formal presentations, when requested by CPC, are included and factored into the awarding process. Rejection of Any or All Proposals: CPC reserves the right to award the entire contract to one vendor, to award multiple contracts, or to reject any or all proposals. Binding Contract: A response to this solicitation is an offer to contract with CPC based upon the terms, conditions, scope of work, and specifications contained in this request. The awarded vendor(s) acknowledges that the contract offer and award (Form G – Contract Offer & Award) binds the awarded vendor(s) to all terms and conditions stated in the proposal until a contract has been signed by both parties.
RFP 17.12 – Whole Grain Rich 7 Due: Monday, April 10, 2017, 10:00 a.m. CT Bread and Bread Products
G. Contract Award Contract Development: Following the final evaluations, CPC will develop a contract with the most highly qualified respondent(s). If a satisfactory contract cannot be developed with the most highly qualified respondent(s) the second most qualified respondent(s) may then be approached to develop a contract.
III. General Terms & Conditions Assignment: Any contract awarded under the conditions of this RFP shall be for the use of organizations eligible for participation in the Cooperative Purchasing Connection consortium. In addition, any eligible agency outside of Minnesota may participate (piggyback) with this contract at its discretion, with the consent of the awarded vendor(s). An awarded vendor(s) must seek approval from CPC prior to utilizing the contract outside of Minnesota. CPC has connections with partnering consortiums across the Unites States. CPC will work with the awarded vendor(s) to make such connections should the vendor want to piggyback the contract as a vehicle for additional sales outside of Minnesota. All requirements of this RFP will apply to all participating eligible agencies. Agencies outside of Minnesota area participating in this RFP contract shall be responsible for obtaining approval from their approving body of authority when necessary and shall hold the agencies of the CPC harmless from any disputes, disagreements, or actions which may arise as a result of using this RFP contract.
Audit: In accordance with applicable law, the awarded vendor will agree that a member(s) of CPC’s purchasing team may audit their records to establish that total compliance of the agreement is met. CPC will give at least three days’ notice of an audit. The audit will be conducted at a reasonable place and time. Awarded Vendor(s): The company or companies chosen by CPC to provide goods and/or services to CPC participating agencies through the RFP process.
Byrd Anti-Lobbying Amendment: If a project, as a result of this RFP, is in excess of $100,000, the awarded vendor(s) certify that it will not, and has not, used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of an agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant or any other award covered by 31 U.S.C. 1352. Awarded vendor(s) will also disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Awarded vendor(s) will ensure compliance herewith by Seller’s subcontractors. Collusion: Collusion between respondents is cause for rejection of those respondents involved.
Confidential Information: CPC is a public entity; the information contained in the proposals shall be considered public information under the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13 et. seq. No part of a proposal shall be treated as confidential unless so designated, by the vendor submitting the proposal, as trade secret information having met the criteria under Minnesota Statutes § 13.37 Subd. 1(b) and other applicable laws. Any data claimed by the vendor submitting the proposal to be trade secret data must be clearly marked "proprietary and confidential." Should a challenge occur to said vendor’s designation of data as "proprietary and confidential," the vendor shall indemnify and hold CPC harmless for any attorney's fees, costs, penalties, or losses associated with such designation. CPC makes no representations to any vendor regarding their designation of data as “proprietary and confidential.”
Construction Related Products and Services (construction related solicitations only): CPC will consider and determine if the qualified responses resulting from the RFP are able to meet the
RFP 17.12 – Whole Grain Rich 8 Due: Monday, April 10, 2017, 10:00 a.m. CT Bread and Bread Products
necessary requirements for construction related products and services and to enter and execute a contract in the state of Minnesota. The contracted vendor will be required to work with CPC’s participating agencies and will require that an architect’s signature or certification is noted on the specifications as required by Minnesota Statute §326.12 subd. 3. With certain exceptions, Minnesota Rules part 1800.5200, subpart 1, requires a licensed architect or engineer to prepare and certify specifications for building alterations or renovations. Once CPC and the awarded vendor(s) are able to confirm that business is able to be conducted in Minnesota, CPC will make a final decision to complete the contract execution process. For all quotes provided to participating agencies, for construction related projects, products and services, the awarded vendor(s) must also send a duplicate quote to CPC. The quote provided to CPC must include the contact information of the participating agency. Debarment or Suspension: If within the past five (5) years, any vendors that have been disbarred, suspended or otherwise lawfully precluded from participating in any public procurement activity with a federal, state, or local government, the vendor must include a letter with its response setting forth the name and address of the public procurement unit, the effective date of the debarment or suspension, the duration of the debarment or suspension, and the relevant circumstances relating to the debarment or suspension. Any failure to supply such a letter or to not disclose in the letter all the pertinent information may result in the cancellation of any resulting contract. Defects: All products must be 100% guaranteed. Any product which is received damaged, found to be defective, or does not perform to the end users’ expectations must be replaced at the vendor's expense including all shipping/delivery charges. If a participating agency receives product(s) that appear to be damaged, they reserve the right to refuse delivery. Participating agencies will not be charged for items that are refused.
Definitions:
1. Child Nutrition Label (CN Label) is a product label which contains a statement that clearly identifies the contribution that product makes towards the CN meal pattern requirements. Manufacturers may apply for CN labeling for qualifying products to indicate the number of ounce equivalents (oz eq grains) that meet the whole grain rich criteria.
2. Healthy Hunger Free Kids Act of 2010 authorizes funding for federal school meal and child nutrition programs and increases access to healthy food for low-income children.
3. National School Lunch Program (NSLP) is a federally assisted meal program operating in public and nonprofit private schools. It provides nutritionally balanced, low cost or free lunches to children each school day.
4. Product Formulation Statements are developed by manufacturers to provide specific information about their products. They include a detailed explanation of what the product contains and the amount of each ingredient in the product by weight.
5. School Breakfast Program (SBP) provides federally subsidized breakfasts to children at schools in the United States.
6. Whole Grain Rich (WGR) foods are foods that contain 100 percent whole grains, or that contain at least 51 percent whole grains and the remaining grains in the food are enriched. A whole grain is listed as the first ingredient on the product’s ingredient list or second after water.
Delivery: All prices submitted are to be F.O.B. Destination, Freight Pre-Paid and Allowed. Unless clearly stated otherwise by the respondent, prices submitted shall include all charges for transportation, packaging, etc., necessary to complete delivery on an F.O.B. Destination basis.
Express Online Marketplace: CPC provides participating agencies with an online purchasing platform called Express. Through Express, agencies are able to search for and purchase items.
RFP 17.12 – Whole Grain Rich 9 Due: Monday, April 10, 2017, 10:00 a.m. CT Bread and Bread Products
Essentially, Express is a one-stop shop for many of CPC’s commodity based contracts. Awarded vendor(s) do not have to have an e-commerce site to be included in Express. Over the span of two years, participating agencies have purchased over $3,850,000 in commodity type goods through Express. As Express offers integration into two of the main school financial systems in Minnesota, CPC expects growth in the number of agencies utilizing the marketplace and the volume of sales to grow significantly. A demonstration of Express will be available to all respondents who participate in the non-required conference call. CPC will work with the awarded vendor(s) to determine if the contract agreement is suitable for the online platform. If deemed suitable, CPC will require integration into Express within a timely manner.
Federal Requirements: The awarded vendor(s) agrees, when working on any federally assisted project with more than $2,000.00 in labor costs for the construction, alteration, and/or repair, including painting and decorating, or a public building or public work, to comply with the Contract Work Hours and Safety Standards Act (40 USC) 3701 et seq.) and all applicable sections of the act and the Department of Labor’s supplemental regulations (29 CFR Parts 5 and 1926), the Civil Rights Act of 1964 as amended, the Davis-Bacon Act (40 USC 3141), the Copeland “Anti-Kickback” Act (40 USC 3145 and USC 874) as supplemented in the Department of Labor regulation (29 CFR Part 3), and the Equal Opportunity Employment requirements of Executive Order 11246 as amended by Executive Order 11375 (Labor Regulations (41 CFR Part 60)). In such projects, the awarded vendor(s) agree to post wage rates at the work site and submit a copy of their payroll to the CPC participating agency for their files. In addition, to comply with the Copeland Act, the awarded vendor(s) must submit weekly payroll records to the participating agency. The awarded vendor(s) must keep records for three (3) years and allow the federal grantor agency access to these records, upon demand. All federally assisted contracts to CPC participating agencies that exceed $10,000 may be terminated by the federal grantee for noncompliance by the awarded vendor(s). In projects that are not federally funded, the awarded vendor(s) must agree to meet any federal, state, or local requirements as necessary. In addition, if compliance with the federal regulations increases the contract costs beyond the agreed on costs in this solicitation, the additional costs may only apply to the portion of the work paid by the federal grantee. On all other projects, the prices must agree with this solicitation. The awarded vendor(s) shall comply with all applicable standards, orders, or requirements issued under Section 306 of the Clean Air Act (42 U.S.C.) 187 [h], and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251 et seq.), and Executive Order 11738 and Environmental Protection Agency (EPA) regulations (40 CFR Part 15), which prohibit the use under non-exempt federal contracts, grants, or loans of facilities included in the EPA list of violated facilities.
Force Majeure: Except for payments of sums due, neither party shall be liable to the other, nor deemed in default under this contract, if and to the extent that such party’s performance of this contract is prevented by reason of force majeure. The term “force majeure” means an occurrence that is beyond the control of either party affected and occurs without fault or negligence, including, but not limited to, the following: acts of nature; acts of the public enemy; war; riots; strikes; mobilization; labor disputes; civil disorders; fire; flood; earthquakes; famine; volcanic eruptions; meteor strikes; lockouts; injunctions-interventions-acts or failures; or refusals to act by government authority; and other similar occurrences beyond the control of the party declaring force majeure which such party is unable to prevent by exercising reasonable diligence. The force majeure shall be deemed to commence when the party declaring force majeure notifies the other party of the existence of the force majeure, and shall be deemed to continue as long as the results or effects of the force majeure prevent the party from resuming performance in accordance with this agreement. Force majeure shall not include late deliveries of software or materials caused by congestion at a manufacturer’s plant or elsewhere, an over-sold condition of the market, inefficiencies and poor management practices, or similar occurrences. If either party is delayed at any time by force majeure, then the delayed party shall notify the other party in writing of such delay within 48 hours.
RFP 17.12 – Whole Grain Rich 10 Due: Monday, April 10, 2017, 10:00 a.m. CT Bread and Bread Products
Insurance: The awarded vendor(s) shall purchase, maintain and provide certification from insurer(s) for minimal coverage during the life of an awarded contract, to include, but not limited to, comprehensive public and/or commercial liability, errors and omissions, workman’s compensation, unemployment, and other insurance coverage required by and applicable to each of CPC’s individual state’s statutes and federal laws which proposed products and services will be offered and provided.
Leasing and Rental Agreements: The awarded vendor(s) may allow CPC participating agencies to enter into a rental, lease, or lease purchase agreements, providing such agreements are in compliance with Minnesota Statutes and guidelines. CPC must receive a report annually, summarizing the executed lease purchases along with a summary of the participating agencies’ purchases. CPC will not collect lease payments or be involved in the terms and conditions of the lease. All lease arrangements are between the awarded vendor(s) and the participating agency. The awarded vendor(s) agrees that leases will be in compliance with the Uniform Commercial Code. The applicable administrative fee must be included in the lease cost based on the total value of the goods and applicable services purchased. This fee is referred to under the Technical Specifications. The awarded vendor(s) should attempt to work with CPC’s current leasing vendor. The current leasing vendor may require a minimum purchase amount to begin the leasing process. Should the awarded vendor(s) be required to utilize their own financial leasing company, this should be noted/requested as an exception in Form B – Questionnaire.
Marketing and Promotion: Upon award and completion of the vendor orientation, CPC will promote the contract opportunity via its websites. CPC will also announce the new partnership in its newsletters and will publish the contract and marketing information through hard copy marketing items (i.e. flyers, postcard) and electronic email. Contracts will also be promoted at applicable trade shows, conferences, and meetings on a regular basis. CPC does require all awarded vendor(s) to provide marketing support in the form of a marketing flier, brochure, or other similar marketing pieces, in an editable, electronic format. CPC may assist in the development of these materials if requested by an awarded vendor(s), but in all cases shall have the authority to review and approve any marketing materials. If a website is used, the link will be made available from the CPC and NDESC websites. Any web page or link, or other marketing tools shall be dedicated to CPC information only. Minority and Women Owned Business: CPC’s intent is to undertake every effort to increase opportunity for utilization of minority and women owned businesses in all aspects of procurement. In connection with the performance of this solicitation, the awarded vendor(s) agree to use their best effort to carry out this intent and ensure that minority and women owned enterprises shall have the maximum practicable opportunity to compete for subcontract work under this solicitation consistent with the efficient performance of this solicitation. It is the desire of CPC to promote wherever possible equitable opportunities for minority and women owned business to participate in the services associated with this solicitation. New Agency Notification: CPC will email the current participating agency list to the awarded vendor(s) each quarter. Those agencies not renewing their participation should not receive CPC agency pricing/discounts.
Ordering: All orders will be executed by CPC’s participating agencies, directly, with the awarded vendor(s). The awarded vendor(s) will provide products and/or service(s) directly to the specified agency and invoice that agency directly. The awarded vendor(s) may offer a variety of options for agencies to place orders. The awarded vendor(s) will make all deliveries and installation of products and services. CPC will not warehouse items or provide services.
RFP 17.12 – Whole Grain Rich 11 Due: Monday, April 10, 2017, 10:00 a.m. CT Bread and Bread Products
Patent Indemnification: By accepting this order, the respondent agrees to save and hold harmless CPC, its successors, assigns, customers and the users of its products from any liability, loss, damage, judgments, or awards, including costs and expenses arising out of any action, claims, or proceedings for infringement of (a) any United States Letters Patent purporting to cover the material to be delivered to the purchasing agency under this order, or its normal intended use and (b) any trademarks appearing with the material on delivery to CPC’s purchasing agencies; and further, respondent agreed to defend CPC at respondent’s expense in such actions, claims, or proceedings, provided that CPC shall give the respondent prompt notice in writing of all such actions, claims, and proceedings, as well as notice of infringement and threats of suit for infringement.
Protests: All protests pertaining to the specifications of the solicitation must be delivered in writing and physically received by the RFP Facilitator no later than 4:00 p.m. CST on the third (3) business day prior to the opening of proposals. Other protests shall be filed no later than three (3) business days after the opening of the proposals or if the protest is based on subsequent action of CPC, not later than three (3) business days after the aggrieved person knows or should have knowledge of the fact giving rise to the protests. Respondents may protest only deviations from laws, rules, regulations, or procedures. Protests must specify the grounds for the protest including the specific citation of law, rule, regulation, or procedure upon which the protest is based. The judgment used in the scoring by individual evaluators may not be protested. Protests not filed within the time specified above, or which fail to cite the specific law, rule, regulation, or procedure upon which the protest is based shall be dismissed. Qualified Respondent: A respondent that has submitted a proposal meeting the due date and time of this RFP and has submitted all of the requested documents in their entirety in their required format(s).
Quarter: As used herein, quarters are defined as the periods from Q1: July 1 through September 30, Q2: October 1 through December 31, Q3: January 1 through March 31, and Q4: April 1 through June 30.
Participating Agency: A participating agency shall be defined in accordance with the, Minnesota Statutes M.S. §471.59, and M.S. §123A.21. An eligible agency includes any school, higher education, city, county, other governmental agency, or nonprofit organization that has been deemed eligible for participation. Recalls: The awarded vendor(s) shall notify CPC and their participating agencies immediately of any product recalls. The awarded vendor(s) will issue a credit or comparable substitute for any delivered, recalled product at the agency’s discretion. All costs associated with voluntary and involuntary product recalls shall be borne by the awarded vendor(s). Respondent: A respondent has notified CPC of a desire to respond to the proposal and/or has submitted a proposal in response to the RFP.
Risk of Loss: Regardless of F.O.B., the awarded vendor(s) agree(s) to bear all risks of loss, injury, or destruction of goods and materials ordered herein which occur prior to delivery, and such loss, or destruction shall not release the awarded vendor(s) from any obligation hereunder. Safety Data Sheet SDS: Documentation providing workers and emergency personnel with procedures for handling or working with a specific substance in a safe manner, and information such as physical data, toxicity, health effects, first aid, reactivity, storage, disposal, protective equipment, and spill-handling procedures.
RFP 17.12 – Whole Grain Rich 12 Due: Monday, April 10, 2017, 10:00 a.m. CT Bread and Bread Products
Sales Representation and Marketing: The awarded vendor(s) agree(s) to provide identified sales/marketing representatives whom CPC can contact for sales and product information.
Sales Tax: Sales tax shall not be included in the prices quoted on the proposal form.
Severability: the invalidity, in whole or in part, of any provision of this solicitation shall not void or affect the validity of any other provision of this solicitation. Substitutions: The materials, products or equipment described in these documents establish a standard of type, function and quality to be met by any proposed substitution. Unless the particular specification prohibits substitution, respondents are encouraged to propose materials, products or equipment of comparable type, function and quality. Proposals for substitute items shall be stated in the appropriate blank on the proposal form, or if the form does not contain blanks for substitution, on the respondent’s letterhead attached to the pricing form. Respondents shall attach to the form a statement of the manufacturer and brand name of each proposed substitution plus a complete description of the item, including descriptive literature, illustrations, performance and test data and any other information necessary for an evaluation. The burden of proof is upon the respondent for the merit of the proposed substitution. Termination for Cause or Convenience: In case of failure to deliver goods or provide services in accordance with the contract terms and conditions, CPC reserves the right to cancel and terminate any resulting contract, in part or in whole, without penalty, whenever CPC determines that such termination is in the best interest of CPC and its participating agencies. CPC will give notice of termination specifying the extent to which performance shall be terminated and date upon which such termination becomes effective, giving 30 calendar days’ written notice to the awarded vendor(s). A participating agency, that purchases from the awarded vendor(s) may terminate or cancel any purchase order under this contract at any time, with or without cause, by providing seven (7) calendar days’ advance written notice to the awarded vendor(s). The participating agency will only be required to pay the awarded vendor(s) for good and services delivered prior to the terminating and not otherwise returned in accordance with the awarded vendors’ return policy. If the participating agency has paid the awarded vendor(s) for good and services not yet provided as of the date of termination, the awarded vendor(s) shall immediately refund such payment(s). Value Added Attributes: Attributes that a vendor can provide that assist in educating or providing additional service to CPC’s participating agencies. This would include, but is not limited to products/services, such as promotional items, participation in vendor shows, demonstration of products, training seminars, and ability to integrate with CPC’s Express online marketplace (if applicable). Vendor Orientation (CPC 101): The awarded vendor(s) and their participating resellers/sub-contractors are required to participate in an online CPC 101 training session that is designed to educate the awarded vendor(s) and resellers/sub-contractors on the purpose and nature of CPC. The awarded vendor(s) will not be marketed to participating agencies until they have completed the vendor orientation (CPC 101) session.
IV. Technical Specifications
A. Purpose Statement/Objective: CPC is seeking to partner with an experienced vendor(s), equipped with the necessary resources and capabilities to serve as a partnered vendor to committed and participating agencies and to lead with this contract agreement in Minnesota as a result of this solicitation. Qualified respondents shall have established discounted pricing for whole grain rich (WGR) bread and bread products. CPC is seeking to develop a program for participating agencies to
RFP 17.12 – Whole Grain Rich 13 Due: Monday, April 10, 2017, 10:00 a.m. CT Bread and Bread Products
have the ability to purchase WGR bread and bread products for their school breakfast and lunch programs, as well as enriched bread products for catering and concession stands at consortium level discounted pricing.
B. Scope of Work: It is CPC’s intention to solicit proposals for WGR bread and bread products, enriched bread and bread products, and delivery services on behalf of its participating agencies. CPC, upon review, analysis, and evaluation of the qualified respondents, is looking to partner with a qualified vendor(s) proposal that will provide a broad-line of WGR bread and bread products that meet the requirements of the National School Lunch and Breakfast programs. Through the combination of purchasing power, CPC’s objective is to achieve cost savings through a single competitive solicitation process. This process eliminates vendor(s) from responding to multiple quotes and proposals allowing for the reduction in administrative and overhead costs through our purchasing procedures. CPC will work closely with the awarded vendor(s) to market this contract not only to participating agencies, but also to potential agencies where the contract would be an advantageous option for growing participation and purchases through the awarded vendor(s). CPC intends to award this RFP to one or more vendors based on who can offer acceptable product and delivery service that can be of benefit to all of the participating agencies of CPC. Vendors who meet any or all of the products and services mentioned above, that would like to pursue a partnership, must complete the provided documents in their indicated format to be considered as a qualified respondent.
C. Quantity History: From July 2013 to current day, CPC has grown the bread and bread products program by 58%. As CPC increases the number of participating agencies from year to year, this member value has not only saved resources at the district level, but has also saved vendor(s) from responding to multiple quotes and pricing requests (see illustration below). Appendix B provides a listing of committed and participating agencies, by service cooperative region. The participating agencies listed in Appendix B have provided their annual spend, estimated usage for the 2017-2018 school year and other applicable data (contact information, delivery request, etc.) in Form C – Pricing Schedule. Appendix C, broken down by service cooperative region, will provide an overview of volume and spend of those participating in this program. Note, the volume included in Appendix C and Form C – Pricing Schedule are estimated usages based on the participating agencies’ 2015-2016 purchased volume or their 2016-2017 estimated volume. Participating agencies will not be held to their submitted estimates. With CPC’s intent to market the contract to potential agencies, post-award, it is CPC’s belief that the program will continue to grow significantly throughout the course of the solicitation term, not to exceed four (4) years.
School Year Participating Agencies Percentage Growth (year to year) 2013 – 2014 62 2014 – 2015 78 26% 2015 – 2016 86 10% 2016 – 2017 98 14% 2013 – 2017 58%
RFP 17.12 – Whole Grain Rich 14 Due: Monday, April 10, 2017, 10:00 a.m. CT Bread and Bread Products
2017 – 2018 Committed Pending/Possible 104 14 + 118
D. RFP Facilitator:
Lisa Truax, Bid & Contract Facilitator Cooperative Purchasing Connection 1001 East Mount Faith Avenue, Fergus Falls, MN 56537 1-218-737-6535 (direct) [email protected]
E. RFP Timeline: Below is CPC’s timeline for RFP 17.12 – Whole Grain Rich Bread and Bread Products. Questions regarding the RFP must be submitted electronically via Public Purchase (www.publicpurchase.com). If any issues are encountered during submission, respondents should contact [email protected]. For immediate assistance use the Public Purchase chat function to solve any technical issues.
March 13, 2017 Publication of RFP 17.12 – Whole Grain Rich Bread and Bread Products
March 27, 2017 at 9:00 a.m. CT Non-Required Conference Call March 31, 2017 at 10:00 a.m. CT Deadline for Respondents to Submit Questions April 10, 2017 at 10:00 a.m. CT Deadline for RFP Submission April 20, 2017 Vendor Presentations (if necessary); Location TBD April 26, 2017 Contact Awarded Vendor(s)/Award(s) Made July 1, 2017 Initial Start of Contract Term
F. Non-Required Conference Call: A web conference will be held on Monday, March 27, 2017, at 9:00
a.m. CT to allow respondents to ask questions relating to this RFP. Respondents are encouraged to participate and address any questions, concerns and/or issues they may have. To attend the non-required conference call, please visit: https://www.anymeeting.com/342-209-838.
a. Dial-in Number: 323-920-0091 b. Attendee PIN: 858 9785#
G. RFP Submission: CPC requires that responses be submitted electronically via Public Purchase
(www.publicpurchase.com). If any issues are encountered during the submission, respondents/vendors should contact [email protected]. For immediate assistance use the Public Purchase chat function to solve any technical issues. For RFP 17.12 – Whole Grain Rich Bread and Bread Products, your submission should reflect the following submitted and correctly labeled documents:
a. Form A – Vendor Information – Name of Company vi. Submit as a PDF, not scanned.
b. Form B – Questionnaire – Name of Company vi. Submit as a Word (.doc or .docx) document.
c. Form C – Pricing Schedule – Name of Company vi. Submit as an Excel (.xls or .xlsx) document.
d. Form D - References – Name of Company vi. Submit as a PDF, not scanned.
e. Form E – Level of Support – Name of Company vi. Printed, signed, and scanned, submit as PDF.
f. Form F – Assurance of Compliance – Name of Company
RFP 17.12 – Whole Grain Rich 15 Due: Monday, April 10, 2017, 10:00 a.m. CT Bread and Bread Products
vi. Printed, signed, and scanned, submit as PDF. g. Form G – Contract Offer and Award – Name of Company
vi. Printed, signed, and scanned, submit as PDF. h. Form H – Proposal Checklist – Name of Company
vi. Printed, signed, and scanned, submit as PDF. i. Addendum Acknowledgement Form – Name of Company
vi. Printed, signed, and scanned, submit as PDF. j. Subcontractor Utilization Form – Name of Company
vi. Submit as a PDF, not scanned. k. All WGR Product Formulation Sheets – Name of Company
vi. Scanned and submitted as PDF. l. All Enriched Product Formulations Sheets – Name of Company
vi. Scanned and submitted as PDF.
Required documents MUST be submitted in the indicated format and labeled properly. Failure to submit the required documents in their completion may result in being considered as non-responsive. Any documents with inserted images of completed documents will not be accepted.
H. Vendor Presentations: Vendors submitting proposals may be asked to make a formal presentation
of their proposal to CPC, if necessary, on Thursday, April 20, 2017. Exact presentation location, time, and details will follow.
I. Notification of Intent to Award: RFP award notification will be made by Wednesday, April 26, 2017. The actual award is subject to approval by the Board of Directors.
J. Contract Term: The term of the contract resulting from this RFP will be from July 1, 2017, through June 30, 2019. There will be an optional renewal for a period lasting no longer than one (1) additional two (2) year term, based on successful performance. CPC evaluates and reviews all contract agreements annually. CPC has established a set of performance criteria that will be used in the awarded vendor(s) annual evaluation. Performance criteria will include:
a. Contract start-up and communication b. Partnership responsiveness with CPC c. Customer service, quality, and delivery d. Volume, sales, and competitiveness e. Marketing
K. Administrative Fee: The awarded vendor(s) will be required to pay an administrative/marketing
fee. This fee is used to cover CPC’s program costs, including the cost of conducting the RFP, continuing support of the contract, and marketing the contract to participating and potential agencies through direct mail, email notifications, and personal on-site visits. Administrative fees shall be paid to Lakes Country Service Cooperative on a quarterly basis, within 20 business days after the end of each fiscal quarter.
L. Reports Required of the Awarded Vendor(s): The awarded vendor(s) will provide CPC with quarterly reports listing the sales volume showing the total gross dollar volume of all purchases made by participating agencies within that quarter and the correlating savings incurred by agencies. All reports must be submitted in MS Excel within 20 business days after the end of each fiscal quarter, listing the following information:
a. Name of service cooperative region b. Name of purchasing agency c. Address of purchasing agency
RFP 17.12 – Whole Grain Rich 16 Due: Monday, April 10, 2017, 10:00 a.m. CT Bread and Bread Products
d. Total sales e. Products purchased f. Quantities purchased g. Savings generated by sale
M. Specific Terms and Conditions:
1. Standard terms and conditions: a. The awarded vendor(s) agrees to:
i. Have access to a full inventory of the awarded product line(s). ii. Provide participating agencies who have questions, issues, and/or concerns with an
efficient response; responding to agencies within 24 hours. iii. Maintain a minimum monthly average fill rate of 98% or above. Items that are
reordered, backordered, or partially filled are not considered filled items when calculating this service level.
2. Product and/or category terms and conditions: a. The awarded vendor(s) agrees to:
i. Whole Grain Rich Bread and Bread Products 1. All grain products offered to a participating agency for the NSLP/SBP must be
WGR and credited based on their per-ounce equivalent (oz eq) standards. This applies to various baked goods (breads, bagels, etc.): 16 grams of creditable grain ingredients provide 1 oz eq credit.
2. All baked goods offered for the NSLP/SBP must meet the WGR criteria for the school meal programs contain 100 percent whole grain or a blend of whole-grain meal and or flour and enriched meal and/or flour of which at least 51 percent is whole grain.
3. All WGR bread and bread products must conform to current production specifications and shall be fresh in product nature.
4. Product formulation statements must accompany all WGR bread and bread products. Statements must contain nutritionals and proper grain equivalency credits for proper documentation. All product formulation sheets for products offered in this RFP must be included with your response.
a. All formulation sheets must have the product/item number clearly marked on each sheet.
5. Provide the requested products or their equivalent in specification and quality.
6. Provide product samples, upon request, to the participating agencies that have committed to the program. Samples must meet the participating agencies’ approval.
7. Minimize substitutions to the participating agencies. Substitutions will not be allowed unless approved by the participating agency.
ii. Enriched Bread Products 1. Make available, a broad, quality line of enriched bread products that
participating agencies can access for catering and concession stand purposes. 2. Product formulation statements must accompany all enriched bread
products. All product formulation sheets for products offered in this RFP must be included with your response.
a. All formulation sheets must have the product/item number clearly marked on each sheet.
3. Minimize substitutions to the participating agencies. Substitutions will not be allowed unless approved by the participating agency.
iii. Pricing 1. Provide a discount price schedule (Form C – Pricing Schedule) for all categories
of product available and offered in this RFP.
RFP 17.12 – Whole Grain Rich 17 Due: Monday, April 10, 2017, 10:00 a.m. CT Bread and Bread Products
2. Provide pricing to participating agencies that is lower than what a participating agency would receive if conducting the solicitation process on their own.
3. Apply the established pricing tiers in Form C- Pricing Schedule. Schools will be assigned tiers based on their annual spend. Tiers will be defined in Form B – Questionnaire.
4. Contract discounts and pricing must be held firm for the duration of the contract term. CPC will evaluate the contract annually, at which time pricing adjustments can be made by the awarded vendor(s). Pricing adjustment must be justified and proof of price increases must be documented.
5. Coordinate with CPC to develop an order sheet. For items not in stock, “Special Order” must be clearly stated on the order sheet.
6. CPC may conduct periodic audits and the vendor will be responsible for full reimbursement for any overcharge to a participating agency.
7. New products and items, pertaining to the scope of this RFP, can be added during the course of the contract term with notice to CPC. These items shall meet or exceed all the specifications and requirements established in the contract. CPC may direct the vendor to remove any items that do not meet the intent or are otherwise in conflict with the contract requirements.
8. CPC may accept a future claim from the vendor that a new threshold WGR requirements has been established. If CPC is satisfied with the evidence presented in support of the claim, appropriate pricing for such product(s) may be established applying the same pricing method used by the vendor in their original response. The vendor must be able to verify the pricing calculation.
9. When an awarded vendor(s) revises its reference product price list to add or delete products that result in revised contract pricing, the vendor shall notify CPC in writing via email as follows:
a. Request is to be typed on vendor’s letterhead and emailed to CPC; b. It is filed with CPC at a minimum of 30 calendar days before the effective
date of the proposed change; c. It clearly identified the items impacted by the change; d. The change will not produce a higher profit margin than that on the
original contract; e. It is accompanied by documentation acceptable to the Bid & Contract
Facilitator to warrant the change. f. CPC reserves the right to accept such change and will confirm disposition
in writing. For contract administration purposes, CPC must be able to verify the manufacturer’s current product price. Price increases that cannot be verified shall not be reflected on the vendor’s contract nor charged to the participating agency.
iv. Delivery 1. Include delivery in all pricing. 2. Ability and willingness to deliver to the committed participating agencies. 3. Ability to deliver products to participating agencies during normal hours of
operation on weekdays, at a mutually agreed upon day of the week and time of day.
4. Ability to fill all product shorts (with same or equivalent items) the same day the school is shorted product.
5. CPC participating agencies shall be relieved from risks, loss or damage, including freshness and staleness to all products during delivery prior to product receipt at the agencies’ designated location. CPC participating agencies will be responsible for risks of loss or damage to the products once it has been delivered and accepted by the agencies’ representative. Vendors shall demonstrate they have informed the customers of this responsibility prior to
RFP 17.12 – Whole Grain Rich 18 Due: Monday, April 10, 2017, 10:00 a.m. CT Bread and Bread Products
order placement. The vendor will pay return shipping and give full credit on any damaged, dry or stale product. All products must be 100% guaranteed.
6. Invoice and deliver all items directly to CPC’s participating agencies. A packing slip must be provided with all deliveries including the agencies’ purchase order number. Orders not filled and partial shipments shall be indicated on the packing list. Participating agencies must be notified prior to delivery of any unfulfilled orders.
v. Vendor Personnel 1. Possession of and maintain in current status all federal, state, and local licenses,
bonds, and permits required for the performance and delivery of any and all products and services in its response to this solicitation. An awarded vendor must have the ability to furnish all products requested.
a. Confirm that any and all contractors and subcontractors performing under this contract hold and maintain appropriate licensure.
2. All personnel that are working in participating agencies’ must be bonded and insured.
3. Provide sales representatives that will visit all members on a periodic basis. 4. Use of Subcontractors.
b. Awarded vendor(s) shall not assign any duties to perform services nor to provide goods to purchasing agencies under this contract to a subcontractor that is not listed in the respondent’s response to the RFP.
c. If a subcontractor is removed from the contract at any time during the contract term, the awarded vendor(s) must submit to CPC in writing, the reason for removal and effective date.
d. To add a subcontractor at any time during the contract term, the vendor must submit to CPC an updated Subcontractor Utilization Form. The subcontractor may not begin providing service until approved by CPC.
e. The awarded vendor(s) is responsible for ensuring that all subcontractors who provide goods or services under this contract comply with the terms and conditions of the contract.
f. CPC reserves the right to require that a subcontractor be removed from the contract.
vi. Product Guarantee 1. Awarded vendor(s) shall accept for full credit, any bread and bread products
that are found to be deficient in quality or defective in packaging so as to render the item unsuitable for its intended purpose. Products so designated shall be replaced at the awarded vendor(s) expense within seven (7) calendar days.
vii. Advertising and Marketing 1. Provide sales and marketing representation that is able to educate, introduce
and demonstrate products and/or services to CPC’s participating agencies. Vendors must assist in developing marketing materials that support the contract. A vendor must demonstrate that it possesses the necessary resources to, and agrees to, provide a comprehensive training and support program on the operation and use of the contract agreement. Services offered must be appropriate and adequate to ensure a successful partnership related to the contract agreement.
2. All promotional marketing materials must have the prior approval of CPC before distribution and must include the CPC logo and pertinent contract information.
viii. Participating Agencies
RFP 17.12 – Whole Grain Rich 19 Due: Monday, April 10, 2017, 10:00 a.m. CT Bread and Bread Products
1. Review and acknowledge any participating agencies and/or regions that are unable to be serviced and note so, along with providing reason in Form B – Questionnaire.
2. Allow agencies to submit a Request to Join form, post-award, to join the program gaining access to program pricing. Request to Join forms will need approval from the awarded vendor(s).
RFP 17.12 – Whole Grain Rich 20 Due: Monday, April 10, 2017, 10:00 a.m. CT Bread and Bread Products
Appendix A
RFP 17.12 – Whole Grain Rich 21 Due: Monday, April 10, 2017, 10:00 a.m. CT Bread and Bread Products
Appendix B Participating Agencies
Lakes Country Service Cooperative (LCSC) North East Service Cooperative (NESC)
Alexandria ISD 206 Ashby Public School ISD 261
Barnesville Public School Battle Lake #542
Brandon/Evansville 2908 Breckenridge Public School Browns Valley Public School
Campbell-Tintah Public School Clinton-Graceville-Beardsley Schools
**Fergus Falls Public School Frazee-Vergas Public Schools
Hancock Public School Henning ISD 545
Herman-Norcross Community School Our Lady of Victory - Fergus Falls, MN
New York Mills School 553# Pelican Rapids ISD 548
Perham Dent School District Rothsay Public School Dist. 850
Sebeka ISD 820 St. Joseph Moorhead
St. Mary's School - Morris, MN Ulen-Hitterdal
Underwood 550 West Central Area
Wheaton Public Schools ISD 803 Zion Lutheran Church and School
**Denotes participation pending.
Floodwood ISD 698 Lake Superior School District #381
North Shore Community School 4084 St. Louis County Schools #2142
Willow River #577
RFP 17.12 – Whole Grain Rich 22 Due: Monday, April 10, 2017, 10:00 a.m. CT Bread and Bread Products
Northwest Service Cooperative (NWSC) Resource Training & Solutions (RTS) Blackduck Public School #32
Clearbrook-Gonvick Public School Fertile-Beltrami School
Goodridge School Dist. 561 Kittson Central
Lancaster Public School ISD 356 Mahnomen Public School #432
Marshall County Central Nevis Public School
Norman County East Pine Point
Red Lake Falls School District Red Lake ISD #38
Red Lake County Central Stephen/Argyle Public School
Tri-County Schools Warroad School Dist #690 Win-E-Mac Public School
Royalton School District 485 Upsala Area Schools
South Central Service Cooperative (SCSC) Southeast Service Cooperative (SSC)
Alden Conger Dist 242 Butterfield-Odin Public School
Cleveland Pubic School GFW Schools #2365
Granada Huntley East Chain Lake Crystal Wellcome Memorial
Loyola Catholic School Madelia Public School Maple River Schools Martin County West
Nicollet Public School St. Clair Public School #75
Truman public United South Central
Waseca Public Schools Waterville-Elysian-Morristown Dist. 2143
Austin Public Schools Caledonia Area Public Schools
Cannon Falls Area Schools Dover-Eyota Public Schools ISD 533
Grand Meadow Public Schools Kingsland Public Schools
Lake City 813 Lanesboro
LeRoy-Ostrander School Lewiston-Altura District #857
Lyle Public School ISD #497 Rochester Catholic Schools Rochester Lutheran School
Rushford-Peterson Public Schools 239 Spring Grove Public School
St. Mary's School - Owatonna St. Charles Public Schools
Winona Area Catholic Schools Zumbrota Mazeppa
Southwest West Central Service Cooperative (SWWC) Cedar Mountain
Clarkfield Area Charter School #4172 Dawson-Boyd Public School
Ellsworth Public School Heron Lake- Okabena ISD 330
Holy Redeemer Catholic School Jackson County Central District
La Qui Parle Valley Lake Benton Elementary
Lakeview 2167 Lynd Public School
Ortonville Public School Russel-Tyler-Ruthton Schools
St. Edward School St. Mary's - Tracy, MN
Tracy Area Schools Windom Area Schools, #177
RFP 17.12 – Whole Grain Rich 2 Due: Monday, April 10, 2017, 10:00 a.m. CT Bread and Bread Products
Appendix C Estimate WGR Volume by Region
Annu
al S
pend
WGW
Bre
ad
100%
WW
Bre
ad
4” H
amb.
Bun
3.5”
Ham
b. B
un
Stea
k Bu
n
Cone
y /
Hot
Dog
Bun
Din
ner R
oll
Foot
long
Hot
Dog
Bun
Tota
l Ite
ms
LCSC $157,859 195,000 171,620 1,228,540 7,920 167,370 208,386 125,580 1,920 1,923,064 NESC $35,100 111,156 43,850 216,230 16,875 33,024 32,198 1,416 1,300 456,049 NWSC $82,293 142,756 143,260 379,232 10,000 70,390 108,623 151,692 400 1,006,353
RTS $13,100 11,600 1,660 76,544 71,848 9,996 17,552 948 190,158 SCSC $75,610 210,420 67,840 540,753 112,080 79,946 215,570 55,492 4,800 1,286,905 SSC $100,622 136,882 131,720 495,162 21,456 54,568 184,930 78,734 3804 1,107,256
SWWC $66,618 237,018 378,050 532,692 65,590 92,832 91,274 39,558 1,000 1,438,014 Totals $532,202 1,044,832 938,000 3,469,163 233,921 569,978 850,977 470,028 14,172 7,407,799
Form A – Vendor Information Company Information
Company Name
Address
City/State/Zip
Phone Fax
Toll Free Customer Number
Company ContactsGeneral Manager Name
• Email• Phone
Sales Manager Name• Email• Phone
Customer Service Manager Name• Email • Phone
Account Manager(s) for the Cooperatives Name(s)
• Email • Phone
ResponsibilitiesCPC New Member Notification
• Name• Email/Phone
CPC Member Customer Service• Name• Email/Phone
Submitting Sales Reports to CPC• Name• Email/Phone
Payment of Administrative Fees to CPC• Name• Email/Phone
Conducting Audits• Name• Email/Phone
Form B – Questionnaire Instructions. Please complete the questionnaire below by placing your company’s answers in the correlating response column.
Responding Company’s Name: Questions Response Qualifications & Experience 1. Provide a brief background of your
organization (1-2 paragraph max.).
2. Provide a brief background of the products/services you provide and how you see a partnership being implemented with schools (1-2 paragraphs max.).
3. As you envision it, what is your company’s role in this partnership? Please include sales and marketing strategies.
4. Does your company market directly to potential customers? If so, how?
5. Does your company have a dedicated marketing person/team with which CPC can communicate and obtain marketing materials and images? If so, please include their contact information in your response.
6. CPC, as an entity acting on behalf of our participating agencies, will not enter into a contract with a vendor that has an existing contract that would be more advantageous than a CPC contract to provide the products and services being requested. Provide a list of educational or cooperative contracts that your company holds in the state of Minnesota.
7. How would a contract with CPC be more advantageous in pricing of products and services compared to other educational and cooperative contracts your company may have?
8. Please list the agencies, if any, you would exempt from this contract.
9. Annually, CPC plans to promote and market the program to potential school districts. Please describe how your company will position and propose to support CPC in the growth of the program to participating agencies, if awarded.
10. If awarded, how does your company plan to inform and train your account managers, financial/reporting personnel, sales, customer service representatives, and delivery personnel on the details and promotion of the contract?
11. Please list the percentage of your revenue that is derived from school related bread products.
12. Please provide your company’s last three years total gross sales to agencies within CPC’s service area.
13. Provide evidence of what your organization is doing to remain viable in the bread and bread products market as it pertains to educational WGR requirements.
14. Describe what differentiates your company from your key competitors.
15. Using the regional map provided in the RFP (Appendix A&B), please identify by region, any region and/or any participating agency that your company is not able to service. Please designate why your company is not able to service a particular region and/or participating agency.
COOP Name of Participating Agency & Reasoning for Inability to Service
LCSC NESC NWSC RTS SCSC SSC SWWC
Personnel 16. If awarded, how many staff
members will be dedicated to working directly with CPC’s participating agencies? How many staff members will be dedicated to sales, delivery, training, and support?
17. Describe your hierarchy or chain of command of those that may be working with this contract. Please include managers to delivery personnel.
18. Subcontractors. List the products and services that will be provided by subcontractors. How does your company plan to educate the subcontractor(s) on staying compliant with the terms and conditions of the contract.
19. Describe your company’s quality assurance and control process for products and services that will be provided to CPC and its participating agencies under this RFP.
Pricing 20. Please describe how your company
determines its pricing tiers and on what grounds those tiers were established. Example: Tiers are determined by the schools average annual spend. Tier 1: $0 - $1,000 Tier 2: $1,001 - $3,000 Tier 3: $3,001 - $5,000 Tier 4: $5,001 – *Respondents will be required to apply these parameters to the
schools listed in Form C – Pricing Schedule.
21. Please describe the pricing value your company is providing to CPC’s participating agencies versus that of what is offered to agencies who conduct their own individual solicitation process.
Order Process 22. Please describe how your company
ensures that the products offered to schools meet the National School Lunch and Breakfast Program requirements?
23. What information does your company require to onboard a new district to prepare the district to place orders, pay invoices, and receive delivery?
24. Describe the sales process that your company would take with CPC’s participating agencies.
25. Explain the process, from placing the order and until the order is delivered to the CPC participating agency, to include, but not limited to delivery, special orders, backorders, selection, etc.
Delivery 26. Inventory: where are your
company’s distribution hubs located? What is the service/fill rate of inventory from those locations?
27. Briefly explain your delivery policy and the lead time required from a participating agency placing an order to receipt of delivery.
28. At times there are issues with service and/or deliveries. Please describe your process for addressing issues with participating agencies.
29. Please describe your product guarantee and how you handle issues of deficient product at delivery?
Miscellaneous 30. Does your company offer any
“added value” to CPC and its participating agencies when purchasing through your company? Describe these added value items or unique attribute your company has to offer.
31. What are your payment terms? 32. Does your company accept payment
by procurement card? If so, is the participating agency assessed a fee for purchasing with a procurement card?
33. Does your company offer any prompt payment discounts? If so, please describe.
34. Please propose an administrative/marketing fee that your company is willing to provide CPC in support of conducting this RFP and promoting growth to the program.
35. List any additional stipulations and/or requirements your company requests that are not covered in the RFP.
36. List any exceptions that your company is requesting to the terms set forth in the Instructions to Respondents and Technical Specifications.
Form C - Pricing Schedule.xlsx Page 1
On C.2, list all enriched products being offered to CPC participating agencies along with their applicable pricing tiers.
C.3 - Pricing Tier by District - requiredOn C.3, apply the pricing Tier label as you have defined in Form B - Questionnaire.
Form C - Pricing Schedule Intro*Please note this spreadsheet has multiple workbooks/tabs.
Instructions. This spreadsheet contains multiple workbooks/tabs relating to this RFP. Please follow the directions found/listed on each workbook and complete the workbooks as they pertain to your company's offerings. All pages have been formatted to print to one page width, however, you may add additional lines as needed. Please note, each individual workbook will note if it's a required or optional form. Per the RFP terms and conditions, all workbooks listed as optional are considered a value-added attribute. CPC holds authority to reject any proposals not meeting the scope and specifications of this solicitation.
This spreadsheet contains the following workbooks/tabs:Form C - Intro
On C.1, list all whole grain rich products being offered to CPC participating agencies along with their applicable pricing tiers.
C.2 - Enriched Pricing - non-require/value add
C.1 - Whole Grain Rich PricingC.2 - Enriched PricingC.3 - Pricing Tier by District
C.1 - Whole Grain Rich Pricing - required
C.1 - WGR Pricing Schedule Page 2
Responding Company's Name:
Product Category Item Number Product Description Product Formulation or CN Labeled
% Whole Grain
Type of WG
Grams of Fiber
Grain Equivalency
Weight in Ounces Size Count Tier 1
Pricing Tier 2 Pricing
Tier 3 Pricing
Tier 4 Pricing Comments
White Sliced BreadWheat Sliced Bread4" Hamburger Bun3.5" Hamburger BunSteak Bun6" Coney/Hot Dog BunDinner RollFootlong Bun
Core Items
Additional WGR Items Available
Form C.1 - Whole Grain Rich Pricing Schedule*Please note this spreadsheet has multiple workbooks/tabs.
Instructions. Submit below, following the details outlined in the RFP and the intro page of this workbook, ALL requested whole grain rich (WGR) products and any additional WGR products that your company offers. The items submitted below must meet the scope and minimum specifications listed in the RFP's Technical Specifications. This form has been formatted to print to one-page width. Additional rows may be added. Please note this is a required form.
REQUIRED FORM
C.2 - Enriched Pricing Schedule Page 3
Responding Company's Name:
Product Category Item Number Product Description Product Formulation or CN Labeled
Weight in Ounces Size Count Tier 1
Pricing Tier 2 Pricing
Tier 3 Pricing
Tier 4 Pricing Comments
Additional Enriched Items Available
Form C.2 - Enriched Pricing Schedule*Please note this spreadsheet has multiple workbooks/tabs.
Instructions. Submit below, following the details outlined in the RFP and the intro page of this workbook, ANY additional enriched products that your company offers. Agencies will be able to purchase the enriched products for catering services and concession stand sales, outside of the regular school breakfast and lunch program. The items submitted below must meet the scope and minimum specifications listed in the RFP's Technical Specifications. This form has been formatted to print to one-page width. Additional rows may be added. Please note this is a non-required form, but will be considered a value-add to a proposal.
NON-REQUIRED FORM/VALUE-ADD
Responding Company's Name: REQUIRED FORM
Name of Service Cooperative Name of School District Applied Pricing Tier
Average Annual Bread Spend
51% Whole Grain White Bread (qty. of slices)
100% Whole Wheat Bread (qty. of slices)
51% Whole Grain 4" Hamburger Bun (qty. of buns)
51% Whole Grain 3.5" Hamburger Bun (qty. of buns)
51% Whole Grain White Wheat Steak Bun (qty. of buns)
51% Whole Grain 6" Coney/Hot Dog Bun (qty. of buns)
51% Whole Grain Dinner Roll (qty. of rolls)
51% Whole Grain Footlong Bun (qty. of buns) Total Items
Requested Number of Deliveries (Per Week)
Number of Delivery Sites (per district)
Preferred Method of Placing Bread Order
Lakes Country Service Cooperative (LCSC) Alexandria ISD 206 $17,000 3,700 99,000 14,000 29,000 145,700 2-4X Per Week 9 FaxLakes Country Service Cooperative (LCSC) Ashby Public School ISD 261 $4,000 14,200 21,480 3,840 240 39,760 2x Per Week 1 PhoneLakes Country Service Cooperative (LCSC) Barnesville Public School $7,000 4,400 22,820 73,680 12,448 8,088 121,436 2x Per Week 2 PhoneLakes Country Service Cooperative (LCSC) Battle Lake #542 $6,000 17,680 4,040 50,400 9,024 11,104 10,656 102,904 1x Per Week 1 FaxLakes Country Service Cooperative (LCSC) Brandon/Evansville 2908 $5,400 272 18,700 67,170 7,584 7,872 101,598 1x Per Week 2 PhoneLakes Country Service Cooperative (LCSC) Breckenridge Public School $4,000 7,860 180 56,040 11,296 6,804 82,180 2x Per Week 2 EmailLakes Country Service Cooperative (LCSC) Browns Valley $3,000 3,600 5,760 3,840 800 14,000 2x Per Week 1 PhoneLakes Country Service Cooperative (LCSC) Campbell-Tintah Public School $1,400 400 6,780 12,720 576 2,432 22,908 1x Per WeekLakes Country Service Cooperative (LCSC) Clinton-Graceville-Beardsley Schools $3,200 720 11,880 9,900 3,810 1,520 1,120 28,950 2x Per Week 1 EmailLakes Country Service Cooperative (LCSC) **Fergus Falls Public School $17,500 45,700 80,700 12,400 44,472 183,272 - MonthlyLakes Country Service Cooperative (LCSC) Frazee-Vergas Public Schools $8,900 7,280 136,800 10,656 12,160 11,516 178,412 2x Per WeekLakes Country Service Cooperative (LCSC) Hancock Public Schools $3,500 9,560 41,610 8,160 5,280 1,032 65,642 1x Per WeekLakes Country Service Cooperative (LCSC) Henning ISD 545 $1,400 2,940 4,480 46,140 7,008 60,568 2x Per Week 1 EmailLakes Country Service Cooperative (LCSC) Herman-Norcross Community School $1,500 640 9,640 10,678 6,816 1,696 710 30,180 1x Per Week 1 EmailLakes Country Service Cooperative (LCSC) Our Lade of Victory - Fergus Falls, MN $1,100 3,120 5,850 1,248 852 240 11,310 1x Per Week 1 TextLakes Country Service Cooperative (LCSC) New York Mills School 553# $7,000 11,320 240 56,482 8,640 7,040 9,708 93,430 1x Per Week 1 PhoneLakes Country Service Cooperative (LCSC) Pelican Rapids ISD 548 $3,500 4,840 120 22,740 3,058 10,260 41,018 1x Per Week 2 PhoneLakes Country Service Cooperative (LCSC) Perham Dent School District $26,000 2,000 89,000 25,400 14,900 2,500 none 133,800 1x Per Week 3 PhoneLakes Country Service Cooperative (LCSC) Rothsay Public School Dist. 850 $5,250 928 34,720 39,510 15,104 90,262 1x Per Week 1 PhoneLakes Country Service Cooperative (LCSC) Sebeka ISD 820 $4,000 6,600 51,420 1,056 4,768 63,844 1x Per Week 1 EmailLakes Country Service Cooperative (LCSC) St. Joseph Moorhead $1,800 5,560 17,550 4,800 2,400 30,310 1x Per Week 1 PhoneLakes Country Service Cooperative (LCSC) St. Mary's School - Morris, MN $750 5,760 2,160 1,000 750 9,670 1x Per Week 1 EmailLakes Country Service Cooperative (LCSC) Ulen-Hitterdal $4,500 12,660 16,820 19,660 1,600 11,600 800 63,140 1x Per Week 1 PhoneLakes Country Service Cooperative (LCSC) Underwood 550 $6,500 9,740 91,680 49,600 8,288 9,804 169,112 1x Per Week 1 EmailLakes Country Service Cooperative (LCSC) West Central Area $6,000 19,160 49,580 16,320 5,800 5,600 96,460 2x Per Week 3 FaxLakes Country Service Cooperative (LCSC) Wheaton Public Schools ISD 803 $3,409 15,300 35,430 3,136 53,866 2x Per Week 1 PhoneLakes Country Service Cooperative (LCSC) Zion Lutheran Church and School $4,250 20,260 43,320 2,880 6,144 72,604 2x Per Week 1 FaxNortheast Service Cooperative (NESC) Floodwood ISD 698 $1,200 4,800 3,000 1,500 9,300 1x Per Week 1 PhoneNortheast Service Cooperative (NESC) Lake Superior School District #381 $6,600 1,116 26,940 112,830 20,160 2,656 1,416 165,118 - 3Northeast Service Cooperative (NESC) North Shore Community School 4084 $2,600 19,440 260 23,400 768 4,446 48,314 1x Per Week 1 EmailNortheast Service Cooperative (NESC) St. Louis County Schools #2142 $21,700 85,800 77,000 11,500 1,300 175,600 1x Per Week 5 EmailNortheast Service Cooperative (NESC) Willow River #577 $3,000 16,650 16,875 12,096 12,096 o 57,717 1x Per Week 1 EmailNorthwest Service Cooperative (NWSC) Blackduck Public School #32 $5,000 18,000 13,775 4,600 14,500 50,875 1x Per Week 1 EmailNorthwest Service Cooperative (NWSC) Clearbrook-Gonvick Public School $5,000 8,000 22,000 4,500 5,500 40,000 2x Per Week 1 PhoneNorthwest Service Cooperative (NWSC) Fertile-Beltrami School $7,092 1,560 51,200 61,440 6,080 1,560 121,840 1x Per Week 1 PhoneNorthwest Service Cooperative (NWSC) Goodridge School Dist. 561 $8,500 396 13,640 25,980 5,856 8,896 300 55,068 1x Per Week 1 EmailNorthwest Service Cooperative (NWSC) Kittson Central $2,151 9,072 2,160 2,160 13,392 1x Per Week 1 EmailNorthwest Service Cooperative (NWSC) Lancaster Public School ISD 356 $1,700 7,720 460 14,082 8,736 1,824 400 33,222 2x Per Week 1 PhoneNorthwest Service Cooperative (NWSC) Mahnomen Public School #432 $6,000 20 6,615 405 1,188 8,228 2x Per Week 1 EmailNorthwest Service Cooperative (NWSC) Marshall County Central $3,000 43,200 22,000 11,000 15,000 11,000 102,200 2x Per Week 2 PhoneNorthwest Service Cooperative (NWSC) Nevis Public School $3,000 11,000 30,000 7,000 7,000 55,000 2x Per Week 1Northwest Service Cooperative (NWSC) Norman County East $3,750 4,500 2,700 3,000 10,200 1x Per Week 2 FaxNorthwest Service Cooperative (NWSC) Pine Point - 0Northwest Service Cooperative (NWSC) Red Lake Falls School District - 32,400 5,400 5,400 43,200 1x Per Week 1 PhoneNorthwest Service Cooperative (NWSC) Red Lake ISD #38 $18,000 40,560 88,720 9,760 27,140 89,360 255,540 1x Per Week 3 EmailNorthwest Service Cooperative (NWSC) Red Lake County Central $3,000 3,168 3,168 2x Per Week 1 EmailNorthwest Service Cooperative (NWSC) Stephen/Argyle Public School $3,500 10,580 67,560 17,568 4,928 10,068 110,704 1x Per Week 2 UnkownNorthwest Service Cooperative (NWSC) Tri-County Schools $3,600 10,000 5,000 10,000 10,000 9,000 44,000 2x Per Week 1 PhoneNorthwest Service Cooperative (NWSC) Warroad School Dist #690 $10,000 15,000 15,000 5,040 4,960 40,000 2x Per Week 2 PhoneNorthwest Service Cooperative (NWSC) Win-E-Mac Public School - 5,040 2,730 2,730 9,216 19,716Resource Training & Solutions (RTS) Royalton School District 485 $7,500 6,600 1,660 71,154 70,848 8,496 12,552 948 172,258 1x Per Week 2 EmailResource Training & Solutions (RTS) Upsala Area Schools $5,600 5,000 5,400 1,000 1,500 5,000 17,900 1x Per Week 1 EmailSouth Central Service Cooperative (SCSC) Alden Conger Dist 242 $3,092 2,000 25,600 300 1,800 35,200 3,300 68,200 2x Per Week 1 PhoneSouth Central Service Cooperative (SCSC) Butterfield-Odin Public School $1,500 2,340 23,850 5,472 8,380 1,368 41,410 2x Per Week 1 EmailSouth Central Service Cooperative (SCSC) Cleveland Pubic School $3,500 5,000 34,000 5,000 20,500 64,500 2x Per Week 1 EmailSouth Central Service Cooperative (SCSC) GFW Schools #2365 $6,000 16,680 500 21,600 99,900 4,992 24,356 168,028 1x Per Week 3 FaxSouth Central Service Cooperative (SCSC) Granada Huntley East Chain $4,000 68,000 11,880 2,000 3,960 85,840 1x Per Week 1 PhoneSouth Central Service Cooperative (SCSC) Lake Crystal Wellcome Memorial $5,700 7,680 43,000 8,800 4,100 700 64,280 2x Per Week 2 PhoneSouth Central Service Cooperative (SCSC) Loyola Catholic School $6,800 46,000 37,020 2,016 12,066 2,232 99,334 1x Per Week 2 EmailSouth Central Service Cooperative (SCSC) Madelia Public School $3,000 200 47,670 13,248 13,432 5,328 79,878 1x Per WeekSouth Central Service Cooperative (SCSC) Maple River Schools $6,487 6,280 24,860 28,980 4,050 6,660 6,480 77,310 2x week @ HS & 2 FaxSouth Central Service Cooperative (SCSC) Martin County West $7,530 17,000 18,000 3,200 5,700 43,900 1x Per Week 2 PhoneSouth Central Service Cooperative (SCSC) Nicollet Public School $1,800 6,900 1,500 32,970 8,448 2,604 52,422 1x Per Week 1 PhoneSouth Central Service Cooperative (SCSC) St. Clair Public School #75 $4,400 2,900 13,340 68,520 2,000 7,552 800 95,112 2x Per Week 1 EmailSouth Central Service Cooperative (SCSC) Truman public $1,500 540 9,240 17,670 5,440 1,788 34,678 1x Per Week 1 EmailSouth Central Service Cooperative (SCSC) United South Central $3,500 18,000 400 15,000 1,500 5,000 4,000 43,900 1x Per Week 1 PhoneSouth Central Service Cooperative (SCSC) Waseca Public Schools $8,800 10,400 126,810 21,120 31,000 189,330 2x Per Week 4 FaxSouth Central Service Cooperative (SCSC) Waterville-Elysain-MOrristown Dist. 2143 $8,000 2,500 16,000 63 4,500 47,620 4,000 4,100 78,783 no less than 2 d 2 FaxSoutheast Service Cooperative (SSC) Austin Public Schools - 0Southeast Service Cooperative (SSC) Caledonia Area Public Schools $4,650 20,000 100,000 27,600 18,000 165,600 2x Per Week 2 Email/FaxSoutheast Service Cooperative (SSC) Cannon Falls Area Schools $11,000 14,500 57,750 41,600 3,050 1,200 118,100 2x Per Week 2 EmailSoutheast Service Cooperative (SSC) Dover-Eyota Public Schools ISD 533 $3,300 29,910 1,456 31,366 2x Per Week 2 FaxSoutheast Service Cooperative (SSC) Grand Meadow Public Schools $2,500 2,020 200 38,940 13,536 3,104 4,968 62,768 2x Per Week 1 Email
C.3 - Pricing Tier by District*Please note this spreadsheet has multiple workbooks/tabs.
Instructions. Submit below, following the details outlined in the RFP and the intro page of this workbook, the applicable pricing tier as established in Form B - Questionnaire. This form has been formatted to print to one-page width. Please note this is a required form.
Southeast Service Cooperative (SSC) Kingsland Public Schools $4,500 1,556 44,048 8,448 12,864 12,416 79,332 1x Per Week 2 PhoneSoutheast Service Cooperative (SSC) Lake City 813 $22,000 25,000 35,000 2,500 30,000 12,000 104,500 1x Per Week 2 PhoneSoutheast Service Cooperative (SSC) Lanesboro $15,000 18,100 34,200 4,416 3,494 60,210 2x Per Week 1 PhoneSoutheast Service Cooperative (SSC) LeRoy-Ostrander School $1,600 6,920 15,180 8,064 2,880 2,280 35,324 2x Per Week 1 PhoneSoutheast Service Cooperative (SSC) Lewiston-Altura District #857 $5,500 1,800 28,944 14,256 5,724 11,340 15,120 480 77,664 1x Per Week 3 FaxSoutheast Service Cooperative (SSC) Lyle Public School ISD #497 $1,900 9,360 1,920 37,800 3,936 53,016 2x Per Week 1 FaxSoutheast Service Cooperative (SSC) Rochester Catholic Schools $5,172 8,398 960 18,240 2,280 9,376 7,500 2,124 48,878 1x Per Week 4 EmailSoutheast Service Cooperative (SSC) Rochester Lutheran School $1,200 5,000 5,000 3,000 1,000 14,000 1x Per Week 1 EmailSoutheast Service Cooperative (SSC) Rushford-Peterson Public Schools 239 - 0Southeast Service Cooperative (SSC) Spring Grove Public School - 0Southeast Service Cooperative (SSC) St. Mary's School - Owatonna $1,600 2,808 10,220 24,990 3,840 41,858 1x Per Week 1 EmailSoutheast Service Cooperative (SSC) St.Charles Public Schools $4,000 140 200 56,560 1,600 14,040 400 72,940 2x Per Week 2 PhoneSoutheast Service Cooperative (SSC) Winona Area Catholic Schools $1,700 4,500 7,200 7,000 2,000 20,700 1x Per Week 2 PhoneSoutheast Service Cooperative (SSC) Zumbrota Mazeppa $15,000 30,000 43,000 8,000 22,000 18,000 121,000 1x Per Week 2 PhoneSouthwest West Central SC (SWWC) Cedar Mountain $6,600 43,848 4,860 4,590 7,128 5,616 6,336 72,378 1x Per Week 2 EmailSouthwest West Central SC (SWWC) Clarkfield Area Charter School #4172 $600 6,000 3,800 6,000 4,000 19,800 1x Per Week 1 EmailSouthwest West Central SC (SWWC) Dawson-Boyd Public School $4,000 8,000 3,000 15,000 5,000 5,000 5,000 1,000 42,000 2x Per Week 1 PhoneSouthwest West Central SC (SWWC) Ellsworth Public School $2,516 5,520 9,072 1,440 1,050 17,082 2x Per Week 1 EmailSouthwest West Central SC (SWWC) Heron Lake- Okabena ISD 330 $1,600 600 9,100 21,270 1,152 4,564 36,686 1x Per Week 2 FaxSouthwest West Central SC (SWWC) Holy Redeemer Catholic School $1,300 2,500 8,500 3,500 2,500 17,000 3x per month 1 PhoneSouthwest West Central SC (SWWC) Jackson County Central District $8,500 25,200 400 101,490 5,184 9,438 7,512 149,224 depends on ord 4 PhoneSouthwest West Central SC (SWWC) La Qui Parle Valley $6,500 400 3,000 400 2,000 5,800 1x Per Week 3 DriverSouthwest West Central SC (SWWC) Lake Benton Elementary $750 6,280 240 1,440 336 8,296 2x Per Week 1 PhoneSouthwest West Central SC (SWWC) Lakeview 2167 $4,400 26,000 23,500 5,760 7,680 62,940 2x Per Week 1 EmailSouthwest West Central SC (SWWC) Lynd Public School $2,800 31,460 80 22,380 576 7,808 62,304 1x Per WeekSouthwest West Central SC (SWWC) Ortonville Public School $4,000 41,800 10,800 32,000 3,936 3,000 91,536 1x Per Week 1 EmailSouthwest West Central SC (SWWC) Russel-Tyler-Ruthton Schools $7,000 342,000 11,000 20,000 373,000 1x Per Week 3 EmailSouthwest West Central SC (SWWC) St. Edward School $1,200 900 2,000 200 2,000 900 6,000 1x Per Week 1 PhoneSouthwest West Central SC (SWWC) St. Mary's - Tracy, MN $652 1,880 1,560 240 352 4,032 1x Per Week 1Southwest West Central SC (SWWC) Tracy Area Schools $7,400 24,986 1,240 268,890 42,600 14,888 6,924 359,528 2x Per Week 2 EmailSouthwest West Central SC (SWWC) Windom Area Schools, #177 $6,800 11,644 22,230 54,330 4,992 17,212 110,408 2x Per Week 3 Fax
Totals $532,202 1,044,832 938,000 3,469,163 233,921 569,978 850,977 470,028 14,172 7,407,799
Form D – References Instructions: Please provide three references in the spaces below. References should be from organizations that have purchased and/or used products and/or services that relate to the scope of this RFP. Responding Company’s Name:
Reference #1 – Product/Service Used: Reference Name Reference Contact Name
• Phone • Email
Notes (for CPC use only):
Reference #2 – Product/Service Used: Reference Name Reference Contact Name
• Phone • Email
Notes (for CPC use only):
Reference #3 – Product/Service Used: Reference Name Reference Contact Name
• Phone • Email
Notes (for CPC use only):
Form E – Level of Support
Instructions: Please indicate the level of support you will offer on this contract category. Check only one box in each section.
Prices are (check one box): No different from what we ordinarily offer to individual members.
Two percent (2%) lower than our best price to individual members.
Three percent (3%) lower than our best price individual members.
Four percent (4%) lower than our best price to individual members.
Five percent (5%) lower than our best price to individual members.
Ten percent (10%) lower than our best price to individual members.
Other, please explain
Prices are (check one box): No different from what we ordinarily offer to other consortiums.
Two percent (2%) lower than our best price to other consortiums.
Three percent (3%) lower than our best price other consortiums.
Four percent (4%) lower than our best price to other consortiums.
Five percent (5%) lower than our best price to other consortiums.
Ten percent (10%) lower than our best price to other consortiums.
Other, please explain
Authorized Signature (must match Signature on Form F) Date
Form F – Assurance of Compliance To Whom It May Concern:
The respondent has carefully checked the accuracy of all items including description, price per unit, and listed total price per item in this proposal. In addition, the respondent accepts the general provisions of the proposal, including delivery timelines, and all responsibilities of delivery as outlined. The respondent is aware of any detailed and special conditions. In submitting this proposal, it is understood that the right is reserved by the Cooperative Purchasing Connection to reject any or all proposals, and it is agreed that this proposal may not be withdrawn during a period of one hundred-twenty (120) days from the time of the opening date.
Company Name: Authorized Agent’s Signature: Agent’s Name (printed):
Address: City/State/Zip: Telephone Number: Fax Number:
E-Mail Address:
Form G – Contract Offer & Award
OFFER TO BE COMPLETED BY VENDOR In compliance with the Request for Proposal, the undersigned warrants that I/we have examined the Instructions to Respondents and Technical Specifications, and being familiar with all of the conditions surrounding the proposed projects, hereby offer and agree to furnish all professional services in compliance with all terms, conditions, specifications and amendments in this solicitation and any written exceptions in the offer. Signature also certifies understanding and compliance of this proposal. The undersigned understands that his/her competence and responsibility and that of his/her proposed subcontractors, time of completion, as well as other factors of interest to the Cooperative Purchasing Connection as stated in the evaluation section, will be a consideration in making the award. This contract offer and award binds said vendor to all terms and conditions stated in the proposal until a contract has been signed by both parties.
Company Name: Address: City: State: Zip: Contract Contact Person: Authorized Signature: Printed Name:
ACCEPTANCE OF OFFER AND CONTRACT AWARD TO BE COMPLETED ONLY BY THE
COOPERATIVE PURCHASING CONNECTION Contract Term: It is the Cooperative Purchasing Connection’s intent to award a contract for Whole Grain Rich Bread & Bread Products. The contract term may be renewed, for an additional two (2) year term.
17.12 - WGR CPC Authorized Signature Contract Number Awarded this day of , 2017.
Form H – Proposal Checklist The following items/submittals are required to be qualified as a respondent to the RFP. Respondents must submit an electronic version of their proposal by the due date and time listed in this RFP via Public Purchase (www.publicpurchase.com). Please take a moment to review the checklist provided and ensure all of the necessary documents have been uploaded with your response. Your organization’s uploaded proposal should include the following submitted and correctly labeled documents:
1. Form A – Vendor Information – Name of Company i. Submit as a PDF, not scanned.
2. Form B – Questionnaire – Name of Company i. Submit as a Word (.doc or .docx) document.
3. Form C – Pricing Schedule – Name of Company i. Submit as an Excel (.xls or .xlsx) document.
4. Form D - References – Name of Company i. Submit as a PDF, not scanned.
5. Form E – Level of Support – Name of Company i. Printed, signed, and scanned, submit as PDF.
6. Form F – Assurance of Compliance – Name of Company i. Printed, signed, and scanned, submit as PDF.
7. Form G – Contract Offer and Award – Name of Company i. Printed, signed, and scanned, submit as PDF.
8. Form H – Proposal Checklist – Name of Company i. Printed, signed, and scanned, submit as PDF.
9. Addendum Acknowledgement Form – Name of Company i. Printed, signed, and scanned, submit as PDF.
10. Subcontractor Utilization Form – Name of Company i. Submit as a PDF, not scanned.
11. All WGR Product Formulation Sheets – Name of Company i. Scanned and submitted as PDF.
12. All Enriched Product Formulations Sheets – Name of Company i. Scanned and submitted as PDF.
IMPORTANT: Forms MUST be submitted electronically in the format indicated for the proposal to receive consideration. MS Word documents with inserted images of completed documents will not be accepted. Please double check your uploaded documents for completion prior to submission. _________________________________________________________________ ________________________________ Authorized Signature Date
Addendum Acknowledgement Form Instructions: Please acknowledge receipt of all addenda issues with this solicitation by completing this addendum acknowledgement form. Check the box next to each addendum received and sign below. If no addenda were issued, sign the bottom section to verify. Failure to acknowledge addenda may result in bid disqualification. Acknowledgement: I hereby acknowledge receipt of the following addenda and have made the necessary revisions to my proposal, plans and/or specifications, etc. Addendum Numbers Received (check the box next to each addendum received): Addendum No. 1 Addendum No. 5 Addendum No. 2 Addendum No. 6 Addendum No. 3 Addendum No. 7 Addendum No. 4 Addendum No. 8 I understand that failure to confirm receipt of addenda may cause for rejection of this response. Authorized Signature Date Acknowledgement: I hereby acknowledge that no addenda were issued during this solicitation process. I understand that failure to confirm this acknowledgement may cause for rejection of this response. Authorized Signature Date
Cooperative Purchasing Connection
PARTNERED VENDOR/SUBCONTRACTOR UTILIZATION (This form must be completed and returned with your response)
RFP Name:
RFP Number:
Partnered Vendor Name: If a subcontractor will not be used, check this box: List all subcontractors to be used during the performance of this contract. Submit additional forms if needed.
Company Name:
Street Address:
City, State, Zip:
Telephone:
Primary Contact:
Email Address of Contact:
Services to be provided:
Company Name:
Street Address:
City, State, Zip:
Telephone:
Primary Contact:
Email Address of Contact:
Services to be provided:
Company Name:
Street Address:
City, State, Zip:
Telephone:
Primary Contact:
Email Address of Contact:
Services to be provided:
From: Public PurchaseTo: Lisa TruaxSubject: Public Purchase - RFP #17.12 - Whole Grain Rich Bread & Bread Products Closed NotificationDate: Monday, April 10, 2017 10:00:07 AM
Lisa M Truax:
The bid RFP #17.12 - Whole Grain Rich Bread & Bread Products has closed on Apr 10, 2017 9:00:00 AM MDT
To see more details on this bid go to
http://www.publicpurchase.com/gems/bid/bidView?bidId=73024
Thank you for using Public Purchase.
MK= wI9UaRmW7FRKCxkJ5sL3YQ==
Agency Cooperative Purchasing ConnectionBid Number 17.12Bid Title Whole Grain Rich Bread & Bread Products
Vendor Name State Invitation Date Email ReasonBimbo Bakeries USA MN Classification 2017-03-13 09:13:00 [email protected] Bid NotificationBimbo Bakeries USA MN Classification 2017-03-30 12:32:38 [email protected] Bid AnswerBimbo Bakeries USA MN Classification 2017-03-30 12:33:34 [email protected] Bid AnswerBimbo Bakeries USA MN Classification 2017-03-30 12:34:14 [email protected] Bid AnswerNorth America Procurement Council CO Self Invited 2017-03-30 12:32:38 [email protected] Bid AnswerNorth America Procurement Council CO Self Invited 2017-03-30 12:33:34 [email protected] Bid AnswerNorth America Procurement Council CO Self Invited 2017-03-30 12:34:14 [email protected] Bid AnswerOnvia WA Self Invited 2017-03-30 12:32:38 [email protected] Bid AnswerOnvia WA Self Invited 2017-03-30 12:33:34 [email protected] Bid AnswerOnvia WA Self Invited 2017-03-30 12:34:14 [email protected] Bid AnswerPAN O GOLD BAKING CO MN Classification 2017-03-13 09:13:00 [email protected] Bid NotificationPAN O GOLD BAKING CO MN Classification 2017-03-30 12:32:38 [email protected] Bid AnswerPAN O GOLD BAKING CO MN Classification 2017-03-30 12:33:34 [email protected] Bid AnswerPAN O GOLD BAKING CO MN Classification 2017-03-30 12:34:14 [email protected] Bid AnswerSO TX Self Invited 2017-03-30 12:32:38 [email protected] Bid AnswerSO TX Self Invited 2017-03-30 12:33:34 [email protected] Bid AnswerSO TX Self Invited 2017-03-30 12:34:14 [email protected] Bid AnswerThe Blue Book Building & Construction Network NY Self Invited 2017-03-30 12:32:38 [email protected] Bid AnswerThe Blue Book Building & Construction Network NY Self Invited 2017-03-30 12:33:34 [email protected] Bid AnswerThe Blue Book Building & Construction Network NY Self Invited 2017-03-30 12:34:14 [email protected] Bid Answer
Notifications Report
Access ReportAgency Cooperative Purchasing ConnectionBid Number 17.12Bid Title Whole Grain Rich Bread & Bread Products
Vendor Name Accessed First Time Most Recent Access Documents
Most Recent Response
DateCharter Communications 2017-03-13 11:44 PM CDT 2017-03-18 01:13 AM CDTOnvia 2017-03-13 03:15 PM CDT 2017-03-21 06:07 PM CDT Subcontractor Utilization Form.pdf
Form E - Level of Support.pdfAddendum Acknowledgement Form.pdfAddendum Acknowledgement Form.pdfForm H - Proposal Checklist.pdfForm H - Proposal Checklist.pdfForm G - Contract Offer & Award.pdfForm G - Contract Offer & Award.pdfForm F - Assurance of Compliance.pdfForm F - Assurance of Compliance.pdfForm C - Pricing Schedule.xlsxForm D - References (3 - Generic).pdfForm C - Pricing Schedule.pdfForm B - Questionnaire.docxForm B - Questionnaire.pdfForm A - Vendor Information.pdfForm A - Vendor Information.pdfRFP 17.12 - Whole Grain Rich Bread and Bread Products.pdfRFP 17.12 - Whole Grain Rich Bread and Bread Products.pdf
Bimbo Bakeries USA 2017-03-14 02:18 PM CDT 2017-04-10 09:57 AM CDT Addendum Acknowledgement Form.pdfForm G - Contract Offer & Award.pdfSubcontractor Utilization Form.pdfForm H - Proposal Checklist.pdfForm F - Assurance of Compliance.pdfForm E - Level of Support.pdfForm D - References (3 - Generic).pdfForm B - Questionnaire.docxForm C - Pricing Schedule.xlsxForm A - Vendor Information.pdfRFP 17.12 - Whole Grain Rich Bread and Bread Products.pdf
2017-04-10 09:57 AM CDT
Roofs R Us 2017-04-06 12:23 PM CDT 2017-04-06 12:23 PM CDTSam Anderson Pvt Ltd 2017-03-13 09:43 PM CDT 2017-04-10 08:59 AM CDTglobal soft inc 2017-03-14 02:31 PM CDT 2017-04-06 02:32 PM CDTNorth America Procurement Council
2017-03-19 07:15 PM CDT 2017-03-24 09:35 PM CDT Addendum Acknowledgement Form.pdfRFP 17.12 - Whole Grain Rich Bread and Bread Products.pdf
The Blue Book Building & Construction Network
2017-03-13 09:36 PM CDT 2017-04-03 03:19 PM CDT RFP 17.12 - Whole Grain Rich Bread and Bread Products.pdf
PAN O GOLD BAKING CO 2017-03-13 11:09 AM CDT 2017-04-06 08:36 AM CDT Subcontractor Utilization Form.pdfAddendum Acknowledgement Form.pdfForm G - Contract Offer & Award.pdfForm F - Assurance of Compliance.pdfForm A - Vendor Information.pdfForm E - Level of Support.pdfRFP 17.12 - Whole Grain Rich Bread and Bread Products.pdfForm D - References (3 - Generic).pdfForm H - Proposal Checklist.pdfForm B - Questionnaire.docxForm C - Pricing Schedule.xlsx
2017-04-06 08:36 AM CDT
SO 2017-03-13 02:11 PM CDT 2017-04-09 09:56 PM CDT RFP 17.12 - Whole Grain Rich Bread and Bread Products.pdf
Opening Record
RFP 17.12 – Whole Grain Rich Bread & Bread Products ___
4/10/2017 10:07 AM CT Date Time
Company Responding
Bimbo Bakeries USA Pan-O-Gold Baking Co.
Form A – Vendor Information
X X
Form B – Questionnaire
X X
Form C – Pricing
X X
Form D – References
X X
Form E – Level of Support
X X
Form F – Assurance of Compliance
X No Signature
Form G – Contract Offer & Award
X Not Completed
Form H – Proposal Checklist
X No Signature
Addendum Acknowledgement Form
X No Signature
Subcontractor Utilization Form
X X
Other: Nutrition Labels - X Nutrition Labels - X Notes:
Qualified Respondent Yes No
Cooperative Purchasing ConnectionTabulation Report RFP #17.12 - Whole Grain Rich
Bread & Bread ProductsVendor: Bimbo Bakeries USA
Page of 1 1
General Comments:
General Attachments: Addendum Acknowledgement Form.pdfCopy of Form C - Pricing Schedule.xlsxForm A - Vendor Information.pdfForm B - Questionnaire.docxForm D - References (3 - Generic).pdfForm E - Level of Support.pdfForm F - Assurance of Compliance.pdfForm G - Contract Offer - Award.pdfForm H - Proposal Checklist.pdfNut Labels for Bid items 2017 - 2018.pdfSubcontractor Utilization Form.pdf
Form B – Questionnaire Instructions. Please complete the questionnaire below by placing your company’s answers in the correlating response column. Responding Company’s Name: Bimbo Bakeries USA Questions Response
Qualifications & Experience
1. Provide a brief background of your organization (1-2 paragraph max.).
Manufacturing Company of Commercial Bakery Products
2. Provide a brief background of the products/services you provide and how you see a partnership being implemented with schools (1-2 paragraphs max.).
WE are currently the largest bakery company in the United States. Many of our brands are considered the “best” products available to any customer. We service Retail, Institutional and Food Service accounts
3. As you envision it, what is your company’s role in this partnership? Please include sales and marketing strategies.
Our role in this partnership is to give you great service and take care of the schools needs as they come about. Service is our #1 priority for our customer.
4. Does your company market directly to potential customers? If so, how?
Yes through our local sales teams
5. Does your company have a dedicated marketing person/team with which CPC can communicate and obtain marketing materials and images? If so, please include their contact information in your response.
Yes
6. CPC, as entity acting on behalf of our participating agencies, will not enter into a contract with a vendor that has an existing contract that would be more advantageous than a CPC contract to provide the products and services being requested. Provide a list of educational or cooperative contracts that your company holds in the state of Minnesota.
NA
7. How would a contract with CPC be more advantageous in pricing of products and services compared to other educational and cooperative contracts your company may have?
NA
8. Please list the agencies, if any, you would exempt from this contract.
NA
9. Annually, CPC plans to promote and market the program to potential school districts. Please describe how your company will position and propose to support CPC in the growth of the program to participating agencies, if awarded.
Make contact through market personal contact will be made with each school individually.
10. If awarded, how does your company plan to inform and train your account managers, financial/reporting personnel, sales, customer service representatives, and delivery personnel on the details and promotion of the contract?
Meet with the schools on how they want to submit their orders and what their needs are and adjust from there. Weekly meetings when needed for updated information.
11. Please list the percentage of your revenue that is derived from school related bread products.
NA
12. Please provide your company’s last three years total gross sales to agencies within CPC’s service area.
NA
13. Provide evidence of what your organization is doing to remain viable in the bread and bread products market as it pertains to educational WGR requirements.
We have a department that works with the Nutrition board to have a line of Whole Grain Products available for the schools to use
14. Describe what differentiates your company from your key competitors.
Service and Quality
15. Using the regional map provided in the RFP (Appendix A&B), please identify by region, any region and/or any participating agency that your company is not able to service. Please designate why your company is not able to service a particular region and/or participating agency.
COOP Name of Participating Agency & Reasoning for Inability to Service
LCSC Browns Valley – out of our regional area of delivery NESC NA NWSC NA RTS Upsala – out of our regional area of delivery SCSC NA SSC Caledonia Area Public Schools, Lewiston – Altura District #857 –
Winona Area Catholic Schools – out of our regional area of delivery
SWWC Dawson – Boyd Public Schools – Ortonville Public Schools – out of our regional area of delivery
Personnel
16. If awarded, how many staff members will be dedicated to working directly with CPC’s participating agencies? How many staff members will be dedicated to sales, delivery, training, and support?
We will have 3 management staff to help with pricing and customer issues and we have 50+ delivery representatives to deliver the products
17. Describe your hierarchy or chain of command of those that may be working with this contract. Please include managers to delivery personnel.
LeAnn Cardwell – regarding products and / or pricing issues Gordy Farrington, Gary Daniels and Steve Bergeron – regarding customer service issues
18. Subcontractors. List the products and services that will be provided by subcontractors. How does your company plan to educate the subcontractor(s) on staying compliant with the terms and conditions of the contract.
None
19. Describe your company’s quality assurance and control process for products and services that will be provided to CPC and its participating agencies under this RFP.
We have strongest process thru random quality checks from manufacturing to delivery. We also have a team of quality people on site at our bakery locations.
Pricing
20. Please describe how your company determines it’s pricing tiers and on what grounds those tiers were established. Example: Tiers are determined by the schools average annual spend. Tier 1: $0 - $1,000 Tier 2: $1,001 - $3,000 Tier 3: $3,001 - $5,000 Tier 4: $5,001 –
NA
*Respondents will be required to apply these parameters to the schools listed in Form C – Pricing Schedule.
21. Please describe the pricing value your company is providing to CPC’s participating agencies versus that of what is offered to agencies who conduct their own individual solicitation process.
NA
Order Process
22. Please describe how your company ensures that the products offered to schools meet the National School Lunch and Breakfast Program requirements?
We follow all National Nutrition Requirements – we also have a dedicated team that helps ensure we are in compliance.
23. What information does your company require to onboard a new district to prepare the district to place orders, pay invoices, and receive delivery?
The 1st step would be to have the school complete a credit application and once this is approved we would then move forward on setting them up in our system. One of our representatives would then meet with the kitchen manager and walk them through the ordering process; how to order, where to send the orders, contact information to our local management team and gather any other pertinent information about the school.
24. Describe the sales process that your company would take with CPC’s participating agencies.
Communication with CPC would be limited to any new schools coming on board.
25. Explain the process, from placing the order and until the order is delivered to the CPC participating agency, to include, but not limited to delivery, special orders, backorders, selection, etc.
Orders flow through our order system to our Bakeries then product is transported and delivered to our depots and put on routes to be delivered to the schools.
Delivery
26. Inventory: where are your company’s distribution hubs located? What is the service/fill rate of inventory from those locations?
Roseville Mn and Fergus Falls MN We will fill all orders to the best of our abilities Non Controllable factors are Bakery Breakdowns
27. Briefly explain your delivery policy and the lead time required from a participating agency placing an order to receipt of delivery.
3 working business days – non working business days for us are Wednesday and Sunday
28. At times there are issues with service and/or deliveries. Please describe your process for addressing issues with participating agencies.
Once we receive a customer issue it is sent to the Territory Sales Manager and the Regional Sales Manager of that are to be dealt with as soon as possible. We will then contact the customer and let them know what the resolution to the problem was.
29. Please describe your product guarantee and how you handle issues of deficient product at delivery?
100% Credit given to customer
Miscellaneous
30. Does your company offer any “added value” to CPC and its participating agencies when purchasing through your company? Describe these added value items or unique attribute your company has to offer.
None
31. What are your payment terms? Net 7 Days
32. Does your company accept payment by procurement card? If so, is the participating agency assessed a fee for purchasing with a procurement card?
Yes with approval
33. Does your company offer any prompt payment discounts? If so, please describe.
No
34. Please propose an administrative/marketing fee that your company is willing to provide CPC in support of conducting this RFP and promoting growth to the program.
None
35. List any additional stipulations and/or requirements your company requests that are not covered in the RFP.
None
36. List any exceptions that your company is requesting to the terms set forth in the Instructions to Respondents and Technical Specifications.
None
C.1 - WGR Pricing Schedule Page 1
Responding Company's Name:
Product Category Item Number Product Description Product Formulation or CN Labeled
% Whole Grain Type of WG Grams of
FiberGrain
EquivalencyWeight in
Ounces Size Count Tier 1 Pricing
Tier 2 Pricing
Tier 3 Pricing
Tier 4 Pricing Comments
Whole Grain White Bread 5476 53% Whole Grain White Sandwich Bread attached 53 Whole White Wheat Flour 2 1.00 24 24 oz 20 slice $ 1.15 $ 1.33 $ 1.45 $ - Whole Grain White Hamb Buns 5600 53% Whole Grain White Hamburger Buns attached 53 Whole White Wheat Flour 3 2.00 4" 30 $ 3.05 $ 3.70 $ 4.40 $ - Whole Grain White Hamb Buns 6693 53% Whole Grain White Hamburger Buns attached 53 Whole White Wheat Flour 2 1.25 3.75" 16 $ 1.62 $ 1.97 $ 2.34 $ - Whole Grain White Steak Buns 6055 53% Whole Grain White Steak/Hoagie Buns attached 53 Whole White Wheat Flour 4 6.75 6" 24 $ 3.25 $ 3.77 $ 4.25 $ - Whole Grain White Coney Buns 4266 53% Whole Grain White Hot Dog Buns attached 53 Whole White Wheat Flour 3 2.00 6" 16 $ 1.60 $ 1.95 $ 2.32 $ - Whole Grain White Dinner Rolls 6619 53% Whole Grain White Dinner Rolls attached 53 Whole White Wheat Flour 2 1.00 - 12 $ 1.12 $ 1.40 $ 1.65 $ - Wheat Bread 2773 Sara Lee Classic Wheat Bread attached Whole White Wheat Flour 2 0.75 20 oz 22 slice $ 1.20 $ 1.27 $ 1.44 $ - Texas Toast NA NA NA NA NA NA NA NA NA NA NA NA NA
12 Grain Bread 2045 R & I 12 Grain Bread attached 0 Whole Wheat Flour 4 0 24 24 oz 16 slice $ 2.20 $ 2.20 $ 2.20 $ - 12 Grain Bread 6061 Old Style 12 Grain Bread attached 0 Enriched Wheat Flour 2 1.25 24 24 oz 17 slice $ 1.25 $ 1.25 $ 1.25 $ - Wheat Bread 6077 Mothers Wheat Sandwich Bread attached 0 Enriched Wheat Flour 0.5 0 24 24 slice 24 slice $ 1.20 $ 1.20 $ 1.20 $ - Wheat Coney Buns 4442 Sara Lee Delightful Wheat Hot Dog Buns attached 0 Enriched Wheat Flour 7 0 12 4" 8 $ 1.90 $ 1.90 $ 1.90 $ - Wheat Hamburger Buns 4441 Sara lee Delightful Wheat Hamburger Buns attached 0 Enriched Wheat Flour 7 0 12 4" 8 $ 1.90 $ 1.90 $ 1.90 $ - Whole Wheat Bread 2044 R & I 100% Whole Wheat Bread attached 0 Enriched Wheat Flour 3 0 24 24 oz 16 slice $ 2.20 $ 2.20 $ 2.20 $ - Wheat English Muffins 6276 Master English Muffins Attached 0 Enriched Wheat Flour 2 0 26 26 oz 12 ct $ 2.30 $ 2.30 $ 2.75 $ -
Core Items
Wheat Items
Form C.1 - Whole Grain Rich Pricing Schedule*Please note this spreadsheet has multiple workbooks/tabs.
Instructions. Submit below, following the details outlined in the RFP and the intro page of this workbook, ALL requested whole grain rich (WGR) products and any additional WGR products that your company offers. The items submitted below must meet the scope and minimum specifications listed in the RFP's Technical Specifications. This form has been formatted to print to one-page width. Additional rows may be added. Please note this is a required form.
Bimbo Bakeries USA REQUIRED FORM
C.2 - Enriched Pricing Schedule Page 2
Responding Company's Name:
Product Category Item Number Product Description Product Formulation or CN Labeled
Weight in Ounces Size Count Tier 1
Pricing Tier 2 Pricing
Tier 3 Pricing
Tier 4 Pricing Comments
Bagels 4431 Sara Lee Deluxe Plain Bagel Attached 20 6 $ 1.75 $ 1.75 $ 1.75 $ - Coney Buns 2771 Ball Park Coney Buns Attached 12 6" 8 $ 1.10 $ 1.10 $ 1.10 $ - Coney Buns 5575 Ball Park Coney Buns Attached 18 6" 12 $ 1.31 $ 1.31 $ 1.61 $ - Coney Buns 6154 Master Coney Buns Attached 25 6" 16 $ 1.95 $ 1.95 $ 2.32 $ - Coney Buns 7925 Ball park Brat Buns Attached 14 6" 6 $ 2.20 $ 2.20 $ 2.40 $ - Dinner Rolls 4145 Sara Lee White Dinner Rolls Attached 17 12 $ 1.20 $ 1.20 $ 1.30 $ - Dinner Rolls 6493 Sara Lee Hawaiian Dinner Rolls Attached 17 12 $ 1.20 $ 1.20 $ 1.30 $ - Footlong Buns 5659 10" Footlong White Bun Attached 18 10" 6 $ 1.30 $ 1.30 $ 1.45 $ - Hamburger Buns 2768 Ball Park Hamburger Buns Attached 12 3.75" 8 $ 1.10 $ 1.10 $ 1.10 $ - Hamburger Buns 5437 Sara Lee Bulk Hamburger Buns Attached 54 4" 30 $ 3.70 $ 3.70 $ 4.40 $ - Hamburger Buns 5574 Ball Park Hamburger Buns Attached 18 3.75" 12 $ 1.31 $ 1.31 $ 1.61 $ - Hamburger Buns 6152 Master 4" Hamburger Buns Attached 21 4" 12 $ 2.62 $ 2.62 $ 2.62 $ - Rye Breads 2036 R & I Pumpernickel Rye Bread Attached 18 18 slices $ 2.00 $ 2.00 $ 2.00 $ - Rye Breads 2037 R & I Hearty Rye Bread Attached 18 18 slices $ 2.00 $ 2.00 $ 2.00 $ - Steak Buns 5553 Sara Lee Split Top Steak Buns Attached 64 6" 24 $ 3.89 $ 3.89 $ 4.61 $ - Texas Toast 5275 Texas Toast 3/4" Sliced Bread Attached 24 17 slice $ 1.25 $ 1.25 $ 1.45 $ - White Bread 3779 Sara Lee Old Fashion White Bread Attached 24 20 slice $ 1.10 $ 1.10 $ 1.20 $ - White Bread 6135 R & I White Sandwich Bread Attached 24 24 slice $ 1.10 $ 1.10 $ 1.20 $ - White Bread 7080 PLL White Sandwich Bread Attached 20 26 slice $ 1.10 $ 1.10 $ 1.20 $ - White English Muffins 5940 Master English Muffins Attached 26 12 $ 2.30 $ 2.30 $ 2.75 $ -
Additional Enriched Items Available
Form C.2 - Enriched Pricing Schedule*Please note this spreadsheet has multiple workbooks/tabs.
Instructions. Submit below, following the details outlined in the RFP and the intro page of this workbook, ANY additional enriched products that your company offers. Agencies will be able to purchase the enriched products for catering services and concession stand sales, outside of the regular school breakfast and lunch program. The items submitted below must meet the scope and minimum specifications listed in the RFP's Technical Specifications. This form has been formatted to print to one-page width. Additional rows may be added. Please note this is a non-required form, but will be considered a value-add to a proposal.
Bimbo Bakeries USA NON-REQUIRED FORM/VALUE-ADD
Responding Company's Name: Bimbo Bakeries USA REQUIRED FORM
Name of Service Cooperative Name of School District Applied Pricing Tier
Average Annual Bread Spend
51% Whole Grain White Bread (qty. of slices)
100% Whole Wheat Bread (qty. of slices)
51% Whole Grain 4" Hamburger Bun (qty. of buns)
51% Whole Grain 3.5" Hamburger Bun (qty. of buns)
51% Whole Grain White Wheat Steak Bun (qty. of buns)
51% Whole Grain 6" Coney/Hot Dog Bun (qty. of buns)
51% Whole Grain Dinner Roll (qty. of rolls)
51% Whole Grain Footlong Bun (qty. of buns) Total Items
Requested Number of Deliveries (Per Week)
Number of Delivery Sites (per district)
Preferred Method of Placing Bread Order
Lakes Country Service Cooperative (LCSC) Alexandria ISD 206 1 $17,000 3,700 99,000 14,000 29,000 145,700 2-4X Per Week 9 FaxLakes Country Service Cooperative (LCSC) Ashby Public School ISD 261 3 $4,000 14,200 21,480 3,840 240 39,760 2x Per Week 1 PhoneLakes Country Service Cooperative (LCSC) Barnesville Public School 2 $7,000 4,400 22,820 73,680 12,448 8,088 121,436 2x Per Week 2 PhoneLakes Country Service Cooperative (LCSC) Battle Lake #542 3 $6,000 17,680 4,040 50,400 9,024 11,104 10,656 102,904 1x Per Week 1 FaxLakes Country Service Cooperative (LCSC) Brandon/Evansville 2908 2 $5,400 272 18,700 67,170 7,584 7,872 101,598 1x Per Week 2 PhoneLakes Country Service Cooperative (LCSC) Breckenridge Public School 1 $4,000 7,860 180 56,040 11,296 6,804 82,180 2x Per Week 2 EmailLakes Country Service Cooperative (LCSC) Browns Valley Not ours - will not service $3,000 3,600 5,760 3,840 800 14,000 2x Per Week 1 PhoneLakes Country Service Cooperative (LCSC) Campbell-Tintah Public School 3 $1,400 400 6,780 12,720 576 2,432 22,908 1x Per WeekLakes Country Service Cooperative (LCSC) Clinton-Graceville-Beardsley Schools 2 $3,200 720 11,880 9,900 3,810 1,520 1,120 28,950 2x Per Week 1 EmailLakes Country Service Cooperative (LCSC) **Fergus Falls Public School 1 $17,500 45,700 80,700 12,400 44,472 183,272 - MonthlyLakes Country Service Cooperative (LCSC) Frazee-Vergas Public Schools 2 $8,900 7,280 136,800 10,656 12,160 11,516 178,412 2x Per WeekLakes Country Service Cooperative (LCSC) Hancock Public Schools 3 $3,500 9,560 41,610 8,160 5,280 1,032 65,642 1x Per WeekLakes Country Service Cooperative (LCSC) Henning ISD 545 2 $1,400 2,940 4,480 46,140 7,008 60,568 2x Per Week 1 EmailLakes Country Service Cooperative (LCSC) Herman-Norcross Community School 3 $1,500 640 9,640 10,678 6,816 1,696 710 30,180 1x Per Week 1 EmailLakes Country Service Cooperative (LCSC) Our Lade of Victory - Fergus Falls, MN 3 $1,100 3,120 5,850 1,248 852 240 11,310 1x Per Week 1 TextLakes Country Service Cooperative (LCSC) New York Mills School 553# 1 $7,000 11,320 240 56,482 8,640 7,040 9,708 93,430 1x Per Week 1 PhoneLakes Country Service Cooperative (LCSC) Pelican Rapids ISD 548 2 $3,500 4,840 120 22,740 3,058 10,260 41,018 1x Per Week 2 PhoneLakes Country Service Cooperative (LCSC) Perham Dent School District 1 $26,000 2,000 89,000 25,400 14,900 2,500 none 133,800 1x Per Week 3 PhoneLakes Country Service Cooperative (LCSC) Rothsay Public School Dist. 850 2 $5,250 928 34,720 39,510 15,104 90,262 1x Per Week 1 PhoneLakes Country Service Cooperative (LCSC) Sebeka ISD 820 3 $4,000 6,600 51,420 1,056 4,768 63,844 1x Per Week 1 EmailLakes Country Service Cooperative (LCSC) St. Joseph Moorhead 3 $1,800 5,560 17,550 4,800 2,400 30,310 1x Per Week 1 PhoneLakes Country Service Cooperative (LCSC) St. Mary's School - Morris, MN 1 $750 5,760 2,160 1,000 750 9,670 1x Per Week 1 EmailLakes Country Service Cooperative (LCSC) Ulen-Hitterdal 3 $4,500 12,660 16,820 19,660 1,600 11,600 800 63,140 1x Per Week 1 PhoneLakes Country Service Cooperative (LCSC) Underwood 550 2 $6,500 9,740 91,680 49,600 8,288 9,804 169,112 1x Per Week 1 EmailLakes Country Service Cooperative (LCSC) West Central Area 2 $6,000 19,160 49,580 16,320 5,800 5,600 96,460 2x Per Week 3 FaxLakes Country Service Cooperative (LCSC) Wheaton Public Schools ISD 803 2 $3,409 15,300 35,430 3,136 53,866 2x Per Week 1 PhoneLakes Country Service Cooperative (LCSC) Zion Lutheran Church and School 3 $4,250 20,260 43,320 2,880 6,144 72,604 2x Per Week 1 FaxNortheast Service Cooperative (NESC) Floodwood ISD 698 2 $1,200 4,800 3,000 1,500 9,300 1x Per Week 1 PhoneNortheast Service Cooperative (NESC) Lake Superior School District #381 1 $6,600 1,116 26,940 112,830 20,160 2,656 1,416 165,118 - 3Northeast Service Cooperative (NESC) North Shore Community School 4084 2 $2,600 19,440 260 23,400 768 4,446 48,314 1x Per Week 1 EmailNortheast Service Cooperative (NESC) St. Louis County Schools #2142 1 $21,700 85,800 77,000 11,500 1,300 175,600 1x Per Week 5 EmailNortheast Service Cooperative (NESC) Willow River #577 2 $3,000 16,650 16,875 12,096 12,096 o 57,717 1x Per Week 1 EmailNorthwest Service Cooperative (NWSC) Blackduck Public School #32 1 $5,000 18,000 13,775 4,600 14,500 50,875 1x Per Week 1 EmailNorthwest Service Cooperative (NWSC) Clearbrook-Gonvick Public School 2 $5,000 8,000 22,000 4,500 5,500 40,000 2x Per Week 1 PhoneNorthwest Service Cooperative (NWSC) Fertile-Beltrami School 2 $7,092 1,560 51,200 61,440 6,080 1,560 121,840 1x Per Week 1 PhoneNorthwest Service Cooperative (NWSC) Goodridge School Dist. 561 3 $8,500 396 13,640 25,980 5,856 8,896 300 55,068 1x Per Week 1 EmailNorthwest Service Cooperative (NWSC) Kittson Central 2 $2,151 9,072 2,160 2,160 13,392 1x Per Week 1 EmailNorthwest Service Cooperative (NWSC) Lancaster Public School ISD 356 2 $1,700 7,720 460 14,082 8,736 1,824 400 33,222 2x Per Week 1 PhoneNorthwest Service Cooperative (NWSC) Mahnomen Public School #432 2 $6,000 20 6,615 405 1,188 8,228 2x Per Week 1 EmailNorthwest Service Cooperative (NWSC) Marshall County Central 2 $3,000 43,200 22,000 11,000 15,000 11,000 102,200 2x Per Week 2 PhoneNorthwest Service Cooperative (NWSC) Nevis Public School 1 $3,000 11,000 30,000 7,000 7,000 55,000 2x Per Week 1Northwest Service Cooperative (NWSC) Norman County East 1 $3,750 4,500 2,700 3,000 10,200 1x Per Week 2 FaxNorthwest Service Cooperative (NWSC) Pine Point 2 - 0Northwest Service Cooperative (NWSC) Red Lake Falls School District 2 - 32,400 5,400 5,400 43,200 1x Per Week 1 PhoneNorthwest Service Cooperative (NWSC) Red Lake ISD #38 2 $18,000 40,560 88,720 9,760 27,140 89,360 255,540 1x Per Week 3 EmailNorthwest Service Cooperative (NWSC) Red Lake County Central 2 $3,000 3,168 3,168 2x Per Week 1 EmailNorthwest Service Cooperative (NWSC) Stephen/Argyle Public School 2 $3,500 10,580 67,560 17,568 4,928 10,068 110,704 1x Per Week 2 UnkownNorthwest Service Cooperative (NWSC) Tri-County Schools 2 $3,600 10,000 5,000 10,000 10,000 9,000 44,000 2x Per Week 1 PhoneNorthwest Service Cooperative (NWSC) Warroad School Dist #690 1 $10,000 15,000 15,000 5,040 4,960 40,000 2x Per Week 2 PhoneNorthwest Service Cooperative (NWSC) Win-E-Mac Public School 2 - 5,040 2,730 2,730 9,216 19,716Resource Training & Solutions (RTS) Royalton School District 485 1 $7,500 6,600 1,660 71,154 70,848 8,496 12,552 948 172,258 1x Per Week 2 Email
Resource Training & Solutions (RTS) Upsala Area SchoolsCan not service no deliveries
in the area $5,600 5,000 5,400 1,000 1,500 5,000 17,900 1x Per Week 1 EmailSouth Central Service Cooperative (SCSC) Alden Conger Dist 242 1 $3,092 2,000 25,600 300 1,800 35,200 3,300 68,200 2x Per Week 1 PhoneSouth Central Service Cooperative (SCSC) Butterfield-Odin Public School 1 $1,500 2,340 23,850 5,472 8,380 1,368 41,410 2x Per Week 1 EmailSouth Central Service Cooperative (SCSC) Cleveland Pubic School 1 $3,500 5,000 34,000 5,000 20,500 64,500 2x Per Week 1 EmailSouth Central Service Cooperative (SCSC) GFW Schools #2365 1 $6,000 16,680 500 21,600 99,900 4,992 24,356 168,028 1x Per Week 3 FaxSouth Central Service Cooperative (SCSC) Granada Huntley East Chain 1 $4,000 68,000 11,880 2,000 3,960 85,840 1x Per Week 1 PhoneSouth Central Service Cooperative (SCSC) Lake Crystal Wellcome Memorial 1 $5,700 7,680 43,000 8,800 4,100 700 64,280 2x Per Week 2 PhoneSouth Central Service Cooperative (SCSC) Loyola Catholic School 1 $6,800 46,000 37,020 2,016 12,066 2,232 99,334 1x Per Week 2 EmailSouth Central Service Cooperative (SCSC) Madelia Public School 1 $3,000 200 47,670 13,248 13,432 5,328 79,878 1x Per WeekSouth Central Service Cooperative (SCSC) Maple River Schools 1 $6,487 6,280 24,860 28,980 4,050 6,660 6,480 77,310 2x week @ HS & 2 FaxSouth Central Service Cooperative (SCSC) Martin County West 1 $7,530 17,000 18,000 3,200 5,700 43,900 1x Per Week 2 PhoneSouth Central Service Cooperative (SCSC) Nicollet Public School 1 $1,800 6,900 1,500 32,970 8,448 2,604 52,422 1x Per Week 1 PhoneSouth Central Service Cooperative (SCSC) St. Clair Public School #75 1 $4,400 2,900 13,340 68,520 2,000 7,552 800 95,112 2x Per Week 1 EmailSouth Central Service Cooperative (SCSC) Truman public 1 $1,500 540 9,240 17,670 5,440 1,788 34,678 1x Per Week 1 EmailSouth Central Service Cooperative (SCSC) United South Central 1 $3,500 18,000 400 15,000 1,500 5,000 4,000 43,900 1x Per Week 1 PhoneSouth Central Service Cooperative (SCSC) Waseca Public Schools 1 $8,800 10,400 126,810 21,120 31,000 189,330 2x Per Week 4 FaxSouth Central Service Cooperative (SCSC) Waterville-Elysain-MOrristown Dist. 2143 1 $8,000 2,500 16,000 63 4,500 47,620 4,000 4,100 78,783 no less than 2 d 2 FaxSoutheast Service Cooperative (SSC) Austin Public Schools 1 - 0Southeast Service Cooperative (SSC) Caledonia Area Public Schools Not ours - will not service $4,650 20,000 100,000 27,600 18,000 165,600 2x Per Week 2 Email/FaxSoutheast Service Cooperative (SSC) Cannon Falls Area Schools 1 $11,000 14,500 57,750 41,600 3,050 1,200 118,100 2x Per Week 2 Email
C.3 - Pricing Tier by District*Please note this spreadsheet has multiple workbooks/tabs.
Instructions. Submit below, following the details outlined in the RFP and the intro page of this workbook, the applicable pricing tier as established in Form B - Questionnaire. This form has been formatted to print to one-page width. Please note this is a required form.
Southeast Service Cooperative (SSC) Dover-Eyota Public Schools ISD 533 1 $3,300 29,910 1,456 31,366 2x Per Week 2 FaxSoutheast Service Cooperative (SSC) Grand Meadow Public Schools 1 $2,500 2,020 200 38,940 13,536 3,104 4,968 62,768 2x Per Week 1 EmailSoutheast Service Cooperative (SSC) Kingsland Public Schools 1 $4,500 1,556 44,048 8,448 12,864 12,416 79,332 1x Per Week 2 PhoneSoutheast Service Cooperative (SSC) Lake City 813 1 $22,000 25,000 35,000 2,500 30,000 12,000 104,500 1x Per Week 2 PhoneSoutheast Service Cooperative (SSC) Lanesboro 1 $15,000 18,100 34,200 4,416 3,494 60,210 2x Per Week 1 PhoneSoutheast Service Cooperative (SSC) LeRoy-Ostrander School 1 $1,600 6,920 15,180 8,064 2,880 2,280 35,324 2x Per Week 1 PhoneSoutheast Service Cooperative (SSC) Lewiston-Altura District #857 Not ours - will not service $5,500 1,800 28,944 14,256 5,724 11,340 15,120 480 77,664 1x Per Week 3 FaxSoutheast Service Cooperative (SSC) Lyle Public School ISD #497 1 $1,900 9,360 1,920 37,800 3,936 53,016 2x Per Week 1 FaxSoutheast Service Cooperative (SSC) Rochester Catholic Schools 1 $5,172 8,398 960 18,240 2,280 9,376 7,500 2,124 48,878 1x Per Week 4 EmailSoutheast Service Cooperative (SSC) Rochester Lutheran School 1 $1,200 5,000 5,000 3,000 1,000 14,000 1x Per Week 1 EmailSoutheast Service Cooperative (SSC) Rushford-Peterson Public Schools 239 1 - 0Southeast Service Cooperative (SSC) Spring Grove Public School 1 - 0Southeast Service Cooperative (SSC) St. Mary's School - Owatonna 1 $1,600 2,808 10,220 24,990 3,840 41,858 1x Per Week 1 EmailSoutheast Service Cooperative (SSC) St.Charles Public Schools 1 $4,000 140 200 56,560 1,600 14,040 400 72,940 2x Per Week 2 PhoneSoutheast Service Cooperative (SSC) Winona Area Catholic Schools Not ours - will not service $1,700 4,500 7,200 7,000 2,000 20,700 1x Per Week 2 PhoneSoutheast Service Cooperative (SSC) Zumbrota Mazeppa 1 $15,000 30,000 43,000 8,000 22,000 18,000 121,000 1x Per Week 2 PhoneSouthwest West Central SC (SWWC) Cedar Mountain 1 $6,600 43,848 4,860 4,590 7,128 5,616 6,336 72,378 1x Per Week 2 EmailSouthwest West Central SC (SWWC) Clarkfield Area Charter School #4172 1 $600 6,000 3,800 6,000 4,000 19,800 1x Per Week 1 EmailSouthwest West Central SC (SWWC) Dawson-Boyd Public School Not ours - will not service $4,000 8,000 3,000 15,000 5,000 5,000 5,000 1,000 42,000 2x Per Week 1 PhoneSouthwest West Central SC (SWWC) Ellsworth Public School 1 $2,516 5,520 9,072 1,440 1,050 17,082 2x Per Week 1 EmailSouthwest West Central SC (SWWC) Heron Lake- Okabena ISD 330 1 $1,600 600 9,100 21,270 1,152 4,564 36,686 1x Per Week 2 FaxSouthwest West Central SC (SWWC) Holy Redeemer Catholic School 1 $1,300 2,500 8,500 3,500 2,500 17,000 3x per month 1 PhoneSouthwest West Central SC (SWWC) Jackson County Central District 1 $8,500 25,200 400 101,490 5,184 9,438 7,512 149,224 depends on ord 4 PhoneSouthwest West Central SC (SWWC) La Qui Parle Valley 1 $6,500 400 3,000 400 2,000 5,800 1x Per Week 3 DriverSouthwest West Central SC (SWWC) Lake Benton Elementary 1 $750 6,280 240 1,440 336 8,296 2x Per Week 1 PhoneSouthwest West Central SC (SWWC) Lakeview 2167 1 $4,400 26,000 23,500 5,760 7,680 62,940 2x Per Week 1 EmailSouthwest West Central SC (SWWC) Lynd Public School 1 $2,800 31,460 80 22,380 576 7,808 62,304 1x Per WeekSouthwest West Central SC (SWWC) Ortonville Public School Not ours - will not service $4,000 41,800 10,800 32,000 3,936 3,000 91,536 1x Per Week 1 EmailSouthwest West Central SC (SWWC) Russel-Tyler-Ruthton Schools 1 $7,000 342,000 11,000 20,000 373,000 1x Per Week 3 EmailSouthwest West Central SC (SWWC) St. Edward School 1 $1,200 900 2,000 200 2,000 900 6,000 1x Per Week 1 PhoneSouthwest West Central SC (SWWC) St. Mary's - Tracy, MN 1 $652 1,880 1,560 240 352 4,032 1x Per Week 1Southwest West Central SC (SWWC) Tracy Area Schools 1 $7,400 24,986 1,240 268,890 42,600 14,888 6,924 359,528 2x Per Week 2 EmailSouthwest West Central SC (SWWC) Windom Area Schools, #177 1 $6,800 11,644 22,230 54,330 4,992 17,212 110,408 2x Per Week 3 Fax
Totals $532,202 1,044,832 938,000 3,469,163 233,921 569,978 850,977 470,028 14,172 7,407,799
Cooperative Purchasing ConnectionTabulation Report RFP #17.12 - Whole Grain Rich
Bread & Bread ProductsVendor: PAN O GOLD BAKING CO
Page of 1 1
General Comments: I didn't submit anything for additional enriched items because I wasn't sure of the items. We have somany additional items that if an agency needs more items we will discount those items as well.Someschools will need to be PM serviced.
General Attachments: Addendum Acknowledgement Form -- Completed.pdfCopy of Form C - Pricing Schedule.xlsxForm A - Vendor Information -- Completed.pdfForm A - Vendor Information.pdfForm B - Questionnaire (1) complete.docxForm C - Pricing Schedule.xlsxForm D - References (3 - Generic) -- Completed.pdfForm E - Level of Support -- Completed.pdfForm F - Assurance of Compliance -- Completed.pdfForm G - Contract Offer - Award.pdfForm H - Proposal Checklist.pdfPOG WG School Products 4-4-2017.zipRFP 17.12 - Whole Grain Rich Bread and Bread Products.pdfRFP 17.12 - Whole Grain Rich Bread and Bread Products.pdfSubcontractor Utilization Form Completed.pdf
Form A – Vendor Information
Company Information
Company Name
Address
City/State/Zip
Phone
Fax
Toll Free Customer Number
Company Contacts
General Manager Name
Phone
Sales Manager Name
Phone
Customer Service Manager Name
Phone
Account Manager(s) for the
Cooperatives Name(s)
Phone
Responsibilities
CPC New Member Notification
Name
Email/Phone
CPC Member Customer Service
Name
Email/Phone
Submitting Sales Reports to CPC
Name
Email/Phone
Payment of Administrative Fees to CPC
Name
Email/Phone
Conducting Audits
Name
Email/Phone
444 East St. Germain Street
Pan-O-Gold Baking Co.
St. Cloud, MN 56302
320-251-9361
800-444-7005
320-252-0249
Bob Gartland [email protected] 320-251-9361
Mark Ubl [email protected] 320-251-9361
Mark Ubl [email protected] 320-251-9361
Mark Ubl/Jason Revnig [email protected] 320-251-9361
Mark Ubl [email protected] 320-251-9361
Mark Ubl
320-251-9361
Dan Owen [email protected] 320-251-9361
Dan Owen [email protected] 320-251-9361
Rose Mary Philippi [email protected] 320-251-9361
Form B – Questionnaire Instructions. Please complete the questionnaire below by placing your company’s answers in the correlating response column.
Responding Company’s Name: Questions Response
Qualifications & Experience
1. Provide a brief background of your organization (1-2 paragraph max.).
Pan O Gold is a local Family owned and operated bakery. We have 3 bakeries; Fargo, Sun Prairie WI, and St Cloud. We service MN, ND, SD, NE, IA, WI and the UP of MI with fresh bread and buns. We service many schools, restaurants, grocery stores. All 3 of our facilities are BIR and AIB certified. All 3 facilities are also nut free and dairy free.
2. Provide a brief background of the products/services you provide and how you see a partnership being implemented with schools (1-2 paragraphs max.).
We make all of the requested whole grain items and can always develop more if needed. We have routes that are stationed all over the area in different towns for that hometown service that POG prides itself on. Also what better thing to tell parents of kids that have allergies that they don’t have to worry about the bread because we are allergen free.
3. As you envision it, what is your company’s role in this partnership? Please include sales and marketing strategies.
Exactly, it’s a partnership. We have sales managers also scattered all over in these towns that can stop in and talk to cooks to make sure everything is going as it should. Quick response on anything that may come up!
4. Does your company market directly to potential customers? If so, how?
No we do not market to schools
5. Does your company have a dedicated marketing person/team with which CPC can communicate and obtain marketing materials and images? If so, please include their contact information in your response.
We do have a marketing agency. Her name is Becky Tenvoorde at the Tenvoorde group.
6. CPC, as an entity acting on behalf of our participating agencies, will not enter into a contract with a vendor that has an existing contract that would be more advantageous than a CPC contract to provide the products and services being requested. Provide a list of educational or cooperative contracts that your company holds in the state of Minnesota.
None known
7. How would a contract with CPC be more advantageous in pricing of products and services compared to other educational and cooperative contracts your company may have?
It would have volume pricing
8. Please list the agencies, if any, you would exempt from this contract.
Ashby, Dent, Fertile, Stephen Argyle, Warroad, Butterfield Oden, Heron Lake, Ortonville, Russel-Tyler, Maple river
9. Annually, CPC plans to promote and market the program to potential school districts. Please describe how your company will position and propose to support CPC in the growth of the program to participating agencies, if awarded.
Pass on volume pricing and great service
10. If awarded, how does your company plan to inform and train your account managers, financial/reporting personnel, sales, customer service representatives, and delivery personnel on the
Yes, all will be informed
details and promotion of the contract?
11. Please list the percentage of your revenue that is derived from school related bread products.
2%
12. Please provide your company’s last three years total gross sales to agencies within CPC’s service area.
NA
13. Provide evidence of what your organization is doing to remain viable in the bread and bread products market as it pertains to educational WGR requirements.
We keep all of our specs up to date, we have a full time person on staff that is in communication with agencies to stay updated
14. Describe what differentiates your company from your key competitors.
We are a locally owned family business.
15. Using the regional map provided in the RFP (Appendix A&B), please identify by region, any region and/or any participating agency that your company is not able to service. Please designate why your company is not able to service a particular region and/or participating agency.
COOP Name of Participating Agency & Reasoning for Inability to Service
LCSC Ashby, Dent- No route service NESC NWSC Fertile, Stephen, Warroad - No route service RTS SCSC Butterfield Granada, Maple River, Truman No Route service SSC Caledonia, Leroy, Lewiston. SWWC Heron Lake,Lake Benton,Ortonville, Russel - No Route service
Personnel
16. If awarded, how many staff members will be dedicated to working directly with CPC’s participating agencies? How many staff members will be dedicated to sales, delivery, training, and support?
I O7-10
17. Describe your hierarchy or chain of command of those that may be working with this contract. Please include managers to delivery personnel.
VP VP of sales, district managers will all be involved
18. Subcontractors. List the products and services that will be provided by subcontractors. How does your company plan to educate the subcontractor(s) on staying compliant with the terms and conditions of the contract.
NONEnoNone
19. Describe your company’s quality assurance and control process for products and services that will be provided to CPC and its participating agencies under this RFP.
Products are Our Quality control person is constantly checking quality 7 days a weekaily by our quality team to inspect
Pricing
20. Please describe how your company determines its pricing tiers and on what grounds those tiers were established. Example: Tiers are determined by the schools average annual spend. Tier 1: $0 - $1,000 Tier 2: $1,001 - $3,000
Tier 1 $7000- Tier 2 $3000- $7000 Tier 3 $1000- $3000
Commented [MU1]:
Tier 3: $3,001 - $5,000 Tier 4: $5,001 – *Respondents will be required to apply these parameters to the schools listed in Form C – Pricing Schedule.
21. Please describe the pricing value your company is providing to CPC’s participating agencies versus that of what is offered to agencies who conduct their own individual solicitation process.
Offering more aggressive costing
Order Process
22. Please describe how your company ensures that the products offered to schools meet the National School Lunch and Breakfast Program requirements?
vvOur quality control stays up to date on any changes
23. What information does your company require to onboard a new district to prepare the district to place orders, pay invoices, and receive delivery?
Name address Phone# Contact person
24. Describe the sales process that your company would take with CPC’s participating agencies.
All drivers would be notified and told what to do
25. Explain the process, from placing the order and until the order is delivered to the CPC participating agency, to include, but not limited to delivery, special orders, backorders, selection, etc.
Orders can be faxed, e mailed or handed to driver 7 days out. We have up to 4 days out to change orders. Driver would then order product and deliver to the school. Special orders should be given to driver or District Manager responsible for the select school
Delivery
26. Inventory: where are your company’s distribution hubs located? What is the service/fill rate of inventory from those locations?
Our Hubs are located throughout the states in most major towns. Our fill rate is 100%
27. Briefly explain your delivery policy and the lead time required from a participating agency placing an order to receipt of delivery.
Our delivery is to deliver where the school would like the product. We order 7 days out
28. At times there are issues with service and/or deliveries. Please describe your process for addressing issues with participating agencies.
If a cook is having any issues we ask that they contact their Pan O Gold DM so he can correct it.
29. Please describe your product guarantee and how you handle issues of deficient product at delivery?
We guarantee our product for 7 days and if there is a problem credit will be issued
Miscellaneous
30. Does your company offer any “added value” to CPC and its participating agencies when purchasing through your company? Describe these added value items or unique attribute your company has to offer.
Great quality and service
31. What are your payment terms? 30 days
32. Does your company accept payment by procurement card? If so, is the participating agency assessed a fee
Yes, and no fee
for purchasing with a procurement card?
33. Does your company offer any prompt payment discounts? If so, please describe.
We do not
34. Please propose an administrative/marketing fee that your company is willing to provide CPC in support of conducting this RFP and promoting growth to the program.
All fee’s are already built into the discounted pricing
35. List any additional stipulations and/or requirements your company requests that are not covered in the RFP.
None
36. List any exceptions that your company is requesting to the terms set forth in the Instructions to Respondents and Technical Specifications.
None
C.1 - WGR Pricing Schedule Page 1
Responding Company's Name:
Product Category Item Number Product Description Product Formulation or CN Labeled
% Whole Grain
Type of WG
Grams of Fiber
Grain Equivalency
Weight in Ounces Size Count Tier 1
Pricing Tier 2 Pricing
Tier 3 Pricing
Tier 4 Pricing Comments
White Sliced Bread 309 51% whole grain bread yes 51% wheat 1 1 28g 24oz loaf $ 1.20 $ 1.25 $ 1.30 na Wheat Sliced Bread 168 100% wheat Big yes 51% wheat 1 1 28g 24oz loaf $ 1.51 $ 1.58 $ 1.65 na 4" Hamburger Bun 562 4" whole grain Hamburger bun yes 51% wheat 3 2 57g 4" 30 $ 3.20 $ 3.30 $ 3.40 na 3.5" Hamburger Bun 706 3.5" whole grain Hamburger bun yes 51 wheat 2 2 42g 3 1/2" 60 $ 6.40 $ 6.60 $ 6.80 na Steak Bun 5150 5" whole grain steak bun yes 51 wheat 3 2.5 71g 5" 24 $ 3.30 $ 3.40 $ 3.50 na 6" Coney/Hot Dog Bun 5151 5" whole grain Hot Dog Bun yes 51 wheat 2 2 42g 5" 30 $ 3.30 $ 3.40 $ 3.50 na Dinner Roll 5152 whole grain Dinner Roll yes 51 wheat 1 1 28g 12 $ 1.30 $ 1.40 $ 1.50 na Footlong Bun 722 whole grain Foot long Bun yes 51 wheat 3 2.5 71g 9" 6 $ 1.30 $ 1.40 $ 1.50 na
2 3/4" small Hamb Bun 801 small whole grain Hamb Bun yes 51 wheat 1 1 28g 2 3/4" 12 $ 1.30 $ 1.40 $ 1.50 na
Core Items
Additional WGR Items Available
Form C.1 - Whole Grain Rich Pricing Schedule*Please note this spreadsheet has multiple workbooks/tabs.
Instructions. Submit below, following the details outlined in the RFP and the intro page of this workbook, ALL requested whole grain rich (WGR) products and any additional WGR products that your company offers. The items submitted below must meet the scope and minimum specifications listed in the RFP's Technical Specifications. This form has been formatted to print to one-page width. Additional rows may be added. Please note this is a required form.
PAN O GOLD BAKING CO REQUIRED FORM
Responding Company's Name: REQUIRED FORM
Name of Service Cooperative Name of School District Applied Pricing Tier
Average Annual Bread Spend
51% Whole Grain White Bread (qty. of slices)
100% Whole Wheat Bread (qty. of slices)
51% Whole Grain 4" Hamburger Bun (qty. of buns)
51% Whole Grain 3.5" Hamburger Bun (qty. of buns)
51% Whole Grain White Wheat Steak Bun (qty. of buns)
51% Whole Grain 6" Coney/Hot Dog Bun (qty. of buns)
51% Whole Grain Dinner Roll (qty. of rolls)
51% Whole Grain Footlong Bun (qty. of buns) Total Items
Requested Number of Deliveries (Per Week)
Number of Delivery Sites (per district)
Preferred Method of Placing Bread Order
Lakes Country Service Cooperative (LCSC) Alexandria ISD 206 1 $17,000 3,700 99,000 14,000 29,000 145,700 2-4X Per Week 9 FaxLakes Country Service Cooperative (LCSC) Ashby Public School ISD 261 na $4,000 14,200 21,480 3,840 240 39,760 2x Per Week 1 PhoneLakes Country Service Cooperative (LCSC) Barnesville Public School 2 $7,000 4,400 22,820 73,680 12,448 8,088 121,436 2x Per Week 2 PhoneLakes Country Service Cooperative (LCSC) Battle Lake #542 2 $6,000 17,680 4,040 50,400 9,024 11,104 10,656 102,904 1x Per Week 1 FaxLakes Country Service Cooperative (LCSC) Brandon/Evansville 2908 2 $5,400 272 18,700 67,170 7,584 7,872 101,598 1x Per Week 2 PhoneLakes Country Service Cooperative (LCSC) Breckenridge Public School 2 $4,000 7,860 180 56,040 11,296 6,804 82,180 2x Per Week 2 EmailLakes Country Service Cooperative (LCSC) Browns Valley 3 $3,000 3,600 5,760 3,840 800 14,000 2x Per Week 1 PhoneLakes Country Service Cooperative (LCSC) Campbell-Tintah Public School na $1,400 400 6,780 12,720 576 2,432 22,908 1x Per WeekLakes Country Service Cooperative (LCSC) Clinton-Graceville-Beardsley Schools 3 $3,200 720 11,880 9,900 3,810 1,520 1,120 28,950 2x Per Week 1 EmailLakes Country Service Cooperative (LCSC) **Fergus Falls Public School 1 $17,500 45,700 80,700 12,400 44,472 183,272 - MonthlyLakes Country Service Cooperative (LCSC) Frazee-Vergas Public Schools 1 $8,900 7,280 136,800 10,656 12,160 11,516 178,412 2x Per WeekLakes Country Service Cooperative (LCSC) Hancock Public Schools 3 $3,500 9,560 41,610 8,160 5,280 1,032 65,642 1x Per WeekLakes Country Service Cooperative (LCSC) Henning ISD 545 3 $1,400 2,940 4,480 46,140 7,008 60,568 2x Per Week 1 EmailLakes Country Service Cooperative (LCSC) Herman-Norcross Community School 3 $1,500 640 9,640 10,678 6,816 1,696 710 30,180 1x Per Week 1 EmailLakes Country Service Cooperative (LCSC) Our Lade of Victory - Fergus Falls, MN 3 $1,100 3,120 5,850 1,248 852 240 11,310 1x Per Week 1 TextLakes Country Service Cooperative (LCSC) New York Mills School 553# 2 $7,000 11,320 240 56,482 8,640 7,040 9,708 93,430 1x Per Week 1 PhoneLakes Country Service Cooperative (LCSC) Pelican Rapids ISD 548 3 $3,500 4,840 120 22,740 3,058 10,260 41,018 1x Per Week 2 PhoneLakes Country Service Cooperative (LCSC) Perham Dent School District 1 $26,000 2,000 89,000 25,400 14,900 2,500 none 133,800 1x Per Week 3 PhoneLakes Country Service Cooperative (LCSC) Rothsay Public School Dist. 850 2 $5,250 928 34,720 39,510 15,104 90,262 1x Per Week 1 PhoneLakes Country Service Cooperative (LCSC) Sebeka ISD 820 2 $4,000 6,600 51,420 1,056 4,768 63,844 1x Per Week 1 EmailLakes Country Service Cooperative (LCSC) St. Joseph Moorhead 3 $1,800 5,560 17,550 4,800 2,400 30,310 1x Per Week 1 PhoneLakes Country Service Cooperative (LCSC) St. Mary's School - Morris, MN 3 $750 5,760 2,160 1,000 750 9,670 1x Per Week 1 EmailLakes Country Service Cooperative (LCSC) Ulen-Hitterdal na $4,500 12,660 16,820 19,660 1,600 11,600 800 63,140 1x Per Week 1 PhoneLakes Country Service Cooperative (LCSC) Underwood 550 2 $6,500 9,740 91,680 49,600 8,288 9,804 169,112 1x Per Week 1 EmailLakes Country Service Cooperative (LCSC) West Central Area 2 $6,000 19,160 49,580 16,320 5,800 5,600 96,460 2x Per Week 3 FaxLakes Country Service Cooperative (LCSC) Wheaton Public Schools ISD 803 3 $3,409 15,300 35,430 3,136 53,866 2x Per Week 1 PhoneLakes Country Service Cooperative (LCSC) Zion Lutheran Church and School 2 $4,250 20,260 43,320 2,880 6,144 72,604 2x Per Week 1 FaxNortheast Service Cooperative (NESC) Floodwood ISD 698 3 $1,200 4,800 3,000 1,500 9,300 1x Per Week 1 PhoneNortheast Service Cooperative (NESC) Lake Superior School District #381 2 $6,600 1,116 26,940 112,830 20,160 2,656 1,416 165,118 - 3Northeast Service Cooperative (NESC) North Shore Community School 4084 3 $2,600 19,440 260 23,400 768 4,446 48,314 1x Per Week 1 EmailNortheast Service Cooperative (NESC) St. Louis County Schools #2142 1 $21,700 85,800 77,000 11,500 1,300 175,600 1x Per Week 5 EmailNortheast Service Cooperative (NESC) Willow River #577 3 $3,000 16,650 16,875 12,096 12,096 o 57,717 1x Per Week 1 EmailNorthwest Service Cooperative (NWSC) Blackduck Public School #32 2 $5,000 18,000 13,775 4,600 14,500 50,875 1x Per Week 1 EmailNorthwest Service Cooperative (NWSC) Clearbrook-Gonvick Public School 2 $5,000 8,000 22,000 4,500 5,500 40,000 2x Per Week 1 PhoneNorthwest Service Cooperative (NWSC) Fertile-Beltrami School na $7,092 1,560 51,200 61,440 6,080 1,560 121,840 1x Per Week 1 PhoneNorthwest Service Cooperative (NWSC) Goodridge School Dist. 561 1 $8,500 396 13,640 25,980 5,856 8,896 300 55,068 1x Per Week 1 EmailNorthwest Service Cooperative (NWSC) Kittson Central 3 $2,151 9,072 2,160 2,160 13,392 1x Per Week 1 EmailNorthwest Service Cooperative (NWSC) Lancaster Public School ISD 356 3 $1,700 7,720 460 14,082 8,736 1,824 400 33,222 2x Per Week 1 PhoneNorthwest Service Cooperative (NWSC) Mahnomen Public School #432 2 $6,000 20 6,615 405 1,188 8,228 2x Per Week 1 EmailNorthwest Service Cooperative (NWSC) Marshall County Central 3 $3,000 43,200 22,000 11,000 15,000 11,000 102,200 2x Per Week 2 PhoneNorthwest Service Cooperative (NWSC) Nevis Public School 3 $3,000 11,000 30,000 7,000 7,000 55,000 2x Per Week 1Northwest Service Cooperative (NWSC) Norman County East 3 $3,750 4,500 2,700 3,000 10,200 1x Per Week 2 FaxNorthwest Service Cooperative (NWSC) Pine Point - 0Northwest Service Cooperative (NWSC) Red Lake Falls School District 3 - 32,400 5,400 5,400 43,200 1x Per Week 1 PhoneNorthwest Service Cooperative (NWSC) Red Lake ISD #38 1 $18,000 40,560 88,720 9,760 27,140 89,360 255,540 1x Per Week 3 EmailNorthwest Service Cooperative (NWSC) Red Lake County Central 1 $3,000 3,168 3,168 2x Per Week 1 EmailNorthwest Service Cooperative (NWSC) Stephen/Argyle Public School na $3,500 10,580 67,560 17,568 4,928 10,068 110,704 1x Per Week 2 UnkownNorthwest Service Cooperative (NWSC) Tri-County Schools 3 $3,600 10,000 5,000 10,000 10,000 9,000 44,000 2x Per Week 1 PhoneNorthwest Service Cooperative (NWSC) Warroad School Dist #690 na $10,000 15,000 15,000 5,040 4,960 40,000 2x Per Week 2 PhoneNorthwest Service Cooperative (NWSC) Win-E-Mac Public School na - 5,040 2,730 2,730 9,216 19,716Resource Training & Solutions (RTS) Royalton School District 485 1 $7,500 6,600 1,660 71,154 70,848 8,496 12,552 948 172,258 1x Per Week 2 EmailResource Training & Solutions (RTS) Upsala Area Schools 2 $5,600 5,000 5,400 1,000 1,500 5,000 17,900 1x Per Week 1 EmailSouth Central Service Cooperative (SCSC) Alden Conger Dist 242 3 $3,092 2,000 25,600 300 1,800 35,200 3,300 68,200 2x Per Week 1 PhoneSouth Central Service Cooperative (SCSC) Butterfield-Odin Public School na $1,500 2,340 23,850 5,472 8,380 1,368 41,410 2x Per Week 1 EmailSouth Central Service Cooperative (SCSC) Cleveland Pubic School 3 $3,500 5,000 34,000 5,000 20,500 64,500 2x Per Week 1 EmailSouth Central Service Cooperative (SCSC) GFW Schools #2365 3 $6,000 16,680 500 21,600 99,900 4,992 24,356 168,028 1x Per Week 3 FaxSouth Central Service Cooperative (SCSC) Granada Huntley East Chain na $4,000 68,000 11,880 2,000 3,960 85,840 1x Per Week 1 PhoneSouth Central Service Cooperative (SCSC) Lake Crystal Wellcome Memorial 2 $5,700 7,680 43,000 8,800 4,100 700 64,280 2x Per Week 2 PhoneSouth Central Service Cooperative (SCSC) Loyola Catholic School 2 $6,800 46,000 37,020 2,016 12,066 2,232 99,334 1x Per Week 2 EmailSouth Central Service Cooperative (SCSC) Madelia Public School 2 $3,000 200 47,670 13,248 13,432 5,328 79,878 1x Per WeekSouth Central Service Cooperative (SCSC) Maple River Schools na $6,487 6,280 24,860 28,980 4,050 6,660 6,480 77,310 2x week @ HS & 2 FaxSouth Central Service Cooperative (SCSC) Martin County West 1 $7,530 17,000 18,000 3,200 5,700 43,900 1x Per Week 2 PhoneSouth Central Service Cooperative (SCSC) Nicollet Public School 3 $1,800 6,900 1,500 32,970 8,448 2,604 52,422 1x Per Week 1 PhoneSouth Central Service Cooperative (SCSC) St. Clair Public School #75 2 $4,400 2,900 13,340 68,520 2,000 7,552 800 95,112 2x Per Week 1 EmailSouth Central Service Cooperative (SCSC) Truman public 3 $1,500 540 9,240 17,670 5,440 1,788 34,678 1x Per Week 1 EmailSouth Central Service Cooperative (SCSC) United South Central 2 $3,500 18,000 400 15,000 1,500 5,000 4,000 43,900 1x Per Week 1 PhoneSouth Central Service Cooperative (SCSC) Waseca Public Schools 1 $8,800 10,400 126,810 21,120 31,000 189,330 2x Per Week 4 FaxSouth Central Service Cooperative (SCSC) Waterville-Elysain-MOrristown Dist. 2143 1 $8,000 2,500 16,000 63 4,500 47,620 4,000 4,100 78,783 no less than 2 d 2 FaxSoutheast Service Cooperative (SSC) Austin Public Schools - 0Southeast Service Cooperative (SSC) Caledonia Area Public Schools 2 $4,650 20,000 100,000 27,600 18,000 165,600 2x Per Week 2 Email/FaxSoutheast Service Cooperative (SSC) Cannon Falls Area Schools 1 $11,000 14,500 57,750 41,600 3,050 1,200 118,100 2x Per Week 2 EmailSoutheast Service Cooperative (SSC) Dover-Eyota Public Schools ISD 533 3 $3,300 29,910 1,456 31,366 2x Per Week 2 FaxSoutheast Service Cooperative (SSC) Grand Meadow Public Schools 3 $2,500 2,020 200 38,940 13,536 3,104 4,968 62,768 2x Per Week 1 Email
C.3 - Pricing Tier by District*Please note this spreadsheet has multiple workbooks/tabs.
Instructions. Submit below, following the details outlined in the RFP and the intro page of this workbook, the applicable pricing tier as established in Form B - Questionnaire. This form has been formatted to print to one-page width. Please note this is a required form.
Southeast Service Cooperative (SSC) Kingsland Public Schools 3 $4,500 1,556 44,048 8,448 12,864 12,416 79,332 1x Per Week 2 PhoneSoutheast Service Cooperative (SSC) Lake City 813 1 $22,000 25,000 35,000 2,500 30,000 12,000 104,500 1x Per Week 2 PhoneSoutheast Service Cooperative (SSC) Lanesboro 1 $15,000 18,100 34,200 4,416 3,494 60,210 2x Per Week 1 PhoneSoutheast Service Cooperative (SSC) LeRoy-Ostrander School 3 $1,600 6,920 15,180 8,064 2,880 2,280 35,324 2x Per Week 1 PhoneSoutheast Service Cooperative (SSC) Lewiston-Altura District #857 2 $5,500 1,800 28,944 14,256 5,724 11,340 15,120 480 77,664 1x Per Week 3 FaxSoutheast Service Cooperative (SSC) Lyle Public School ISD #497 3 $1,900 9,360 1,920 37,800 3,936 53,016 2x Per Week 1 FaxSoutheast Service Cooperative (SSC) Rochester Catholic Schools 2 $5,172 8,398 960 18,240 2,280 9,376 7,500 2,124 48,878 1x Per Week 4 EmailSoutheast Service Cooperative (SSC) Rochester Lutheran School 3 $1,200 5,000 5,000 3,000 1,000 14,000 1x Per Week 1 EmailSoutheast Service Cooperative (SSC) Rushford-Peterson Public Schools 239 - 0Southeast Service Cooperative (SSC) Spring Grove Public School - 0Southeast Service Cooperative (SSC) St. Mary's School - Owatonna 3 $1,600 2,808 10,220 24,990 3,840 41,858 1x Per Week 1 EmailSoutheast Service Cooperative (SSC) St.Charles Public Schools 3 $4,000 140 200 56,560 1,600 14,040 400 72,940 2x Per Week 2 PhoneSoutheast Service Cooperative (SSC) Winona Area Catholic Schools 3 $1,700 4,500 7,200 7,000 2,000 20,700 1x Per Week 2 PhoneSoutheast Service Cooperative (SSC) Zumbrota Mazeppa 1 $15,000 30,000 43,000 8,000 22,000 18,000 121,000 1x Per Week 2 PhoneSouthwest West Central SC (SWWC) Cedar Mountain 2 $6,600 43,848 4,860 4,590 7,128 5,616 6,336 72,378 1x Per Week 2 EmailSouthwest West Central SC (SWWC) Clarkfield Area Charter School #4172 3 $600 6,000 3,800 6,000 4,000 19,800 1x Per Week 1 EmailSouthwest West Central SC (SWWC) Dawson-Boyd Public School 3 $4,000 8,000 3,000 15,000 5,000 5,000 5,000 1,000 42,000 2x Per Week 1 PhoneSouthwest West Central SC (SWWC) Ellsworth Public School 3 $2,516 5,520 9,072 1,440 1,050 17,082 2x Per Week 1 EmailSouthwest West Central SC (SWWC) Heron Lake- Okabena ISD 330 na $1,600 600 9,100 21,270 1,152 4,564 36,686 1x Per Week 2 FaxSouthwest West Central SC (SWWC) Holy Redeemer Catholic School 3 $1,300 2,500 8,500 3,500 2,500 17,000 3x per month 1 PhoneSouthwest West Central SC (SWWC) Jackson County Central District 1 $8,500 25,200 400 101,490 5,184 9,438 7,512 149,224 depends on ord 4 PhoneSouthwest West Central SC (SWWC) La Qui Parle Valley 1 $6,500 400 3,000 400 2,000 5,800 1x Per Week 3 DriverSouthwest West Central SC (SWWC) Lake Benton Elementary na $750 6,280 240 1,440 336 8,296 2x Per Week 1 PhoneSouthwest West Central SC (SWWC) Lakeview 2167 2 $4,400 26,000 23,500 5,760 7,680 62,940 2x Per Week 1 EmailSouthwest West Central SC (SWWC) Lynd Public School 3 $2,800 31,460 80 22,380 576 7,808 62,304 1x Per WeekSouthwest West Central SC (SWWC) Ortonville Public School na $4,000 41,800 10,800 32,000 3,936 3,000 91,536 1x Per Week 1 EmailSouthwest West Central SC (SWWC) Russel-Tyler-Ruthton Schools na $7,000 342,000 11,000 20,000 373,000 1x Per Week 3 EmailSouthwest West Central SC (SWWC) St. Edward School 3 $1,200 900 2,000 200 2,000 900 6,000 1x Per Week 1 PhoneSouthwest West Central SC (SWWC) St. Mary's - Tracy, MN 3 $652 1,880 1,560 240 352 4,032 1x Per Week 1Southwest West Central SC (SWWC) Tracy Area Schools 1 $7,400 24,986 1,240 268,890 42,600 14,888 6,924 359,528 2x Per Week 2 EmailSouthwest West Central SC (SWWC) Windom Area Schools, #177 1 $6,800 11,644 22,230 54,330 4,992 17,212 110,408 2x Per Week 3 Fax
Totals $532,202 1,044,832 938,000 3,469,163 233,921 569,978 850,977 470,028 14,172 7,407,799
Form D – References Instructions: Please provide three references in the spaces below. References should be from organizations that have purchased and/or used products and/or services that relate to the scope of this RFP. Responding Company’s Name:
Reference #1 – Product/Service Used: Reference Name Reference Contact Name
• Phone • Email
Notes (for CPC use only):
Reference #2 – Product/Service Used: Reference Name Reference Contact Name
• Phone • Email
Notes (for CPC use only):
Pan-O-Gold Baking Co.
Whole Grain Products
St. Cloud School District
Amy Skaalerud 320-202-6851 [email protected]
Whole Grain Products
Cloquet School District
Elizabeth Dohnansky [email protected]
Reference #3 – Product/Service Used: Reference Name Reference Contact Name
• Phone • Email
Notes (for CPC use only):
Whole Grain Products
IND School District 196
Barb Griffiths 651-683-6959
Form E – Level of Support
Instructions: Please indicate the level of support you will offer on this contract category. Check only one box in each section.
Prices are (check one box): No different from what we ordinarily offer to individual members.
Two percent (2%) lower than our best price to individual members.
Three percent (3%) lower than our best price individual members.
Four percent (4%) lower than our best price to individual members.
Five percent (5%) lower than our best price to individual members.
Ten percent (10%) lower than our best price to individual members.
Other, please explain
Prices are (check one box): No different from what we ordinarily offer to other consortiums.
Two percent (2%) lower than our best price to other consortiums.
Three percent (3%) lower than our best price other consortiums.
Four percent (4%) lower than our best price to other consortiums.
Five percent (5%) lower than our best price to other consortiums.
Ten percent (10%) lower than our best price to other consortiums.
Other, please explain
Authorized Signature (must match Signature on Form F) Date
X
X
4/4/2017
Form F – Assurance of Compliance To Whom It May Concern:
The respondent has carefully checked the accuracy of all items including description, price per unit, and listed total price per item in this proposal. In addition, the respondent accepts the general provisions of the proposal, including delivery timelines, and all responsibilities of delivery as outlined. The respondent is aware of any detailed and special conditions. In submitting this proposal, it is understood that the right is reserved by the Cooperative Purchasing Connection to reject any or all proposals, and it is agreed that this proposal may not be withdrawn during a period of one hundred-twenty (120) days from the time of the opening date.
Company Name: Authorized Agent’s Signature: Agent’s Name (printed):
Address: City/State/Zip: Telephone Number: Fax Number:
E-Mail Address:
Pan-O-Gold Baking Co.
Mark Ubl
444 East St. Germain Street
St. Cloud, MN 56302
320-251-9361 [email protected]
Form G – Contract Offer & Award
OFFER TO BE COMPLETED BY VENDOR In compliance with the Request for Proposal, the undersigned warrants that I/we have examined the Instructions to Respondents and Technical Specifications, and being familiar with all of the conditions surrounding the proposed projects, hereby offer and agree to furnish all professional services in compliance with all terms, conditions, specifications and amendments in this solicitation and any written exceptions in the offer. Signature also certifies understanding and compliance of this proposal. The undersigned understands that his/her competence and responsibility and that of his/her proposed subcontractors, time of completion, as well as other factors of interest to the Cooperative Purchasing Connection as stated in the evaluation section, will be a consideration in making the award. This contract offer and award binds said vendor to all terms and conditions stated in the proposal until a contract has been signed by both parties.
Company Name: Address: City: State: Zip: Contract Contact Person: Authorized Signature: Printed Name:
ACCEPTANCE OF OFFER AND CONTRACT AWARD TO BE COMPLETED ONLY BY THE
COOPERATIVE PURCHASING CONNECTION Contract Term: It is the Cooperative Purchasing Connection’s intent to award a contract for Whole Grain Rich Bread & Bread Products. The contract term may be renewed, for an additional two (2) year term.
17.12 - WGR CPC Authorized Signature Contract Number
Awarded this day of , 2017.
Form H – Proposal Checklist The following items/submittals are required to be qualified as a respondent to the RFP. Respondents must submit an electronic version of their proposal by the due date and time listed in this RFP via Public Purchase (www.publicpurchase.com). Please take a moment to review the checklist provided and ensure all of the necessary documents have been uploaded with your response. Your organization’s uploaded proposal should include the following submitted and correctly labeled documents:
1. Form A – Vendor Information – Name of Company i. Submit as a PDF, not scanned.
2. Form B – Questionnaire – Name of Company i. Submit as a Word (.doc or .docx) document.
3. Form C – Pricing Schedule – Name of Company i. Submit as an Excel (.xls or .xlsx) document.
4. Form D - References – Name of Company i. Submit as a PDF, not scanned.
5. Form E – Level of Support – Name of Company i. Printed, signed, and scanned, submit as PDF.
6. Form F – Assurance of Compliance – Name of Company i. Printed, signed, and scanned, submit as PDF.
7. Form G – Contract Offer and Award – Name of Company i. Printed, signed, and scanned, submit as PDF.
8. Form H – Proposal Checklist – Name of Company i. Printed, signed, and scanned, submit as PDF.
9. Addendum Acknowledgement Form – Name of Company i. Printed, signed, and scanned, submit as PDF.
10. Subcontractor Utilization Form – Name of Company i. Submit as a PDF, not scanned.
11. All WGR Product Formulation Sheets – Name of Company i. Scanned and submitted as PDF.
12. All Enriched Product Formulations Sheets – Name of Company i. Scanned and submitted as PDF.
IMPORTANT: Forms MUST be submitted electronically in the format indicated for the proposal to receive consideration. MS Word documents with inserted images of completed documents will not be accepted. Please double check your uploaded documents for completion prior to submission. _________________________________________________________________ ________________________________ Authorized Signature Date
Cooperative Purchasing Connection
PARTNERED VENDOR/SUBCONTRACTOR UTILIZATION (This form must be completed and returned with your response)
RFP Name:
RFP Number:
Partnered Vendor Name: If a subcontractor will not be used, check this box: List all subcontractors to be used during the performance of this contract. Submit additional forms if needed.
Company Name:
Street Address:
City, State, Zip:
Telephone:
Primary Contact:
Email Address of Contact:
Services to be provided:
Company Name:
Street Address:
City, State, Zip:
Telephone:
Primary Contact:
Email Address of Contact:
Services to be provided:
Company Name:
Street Address:
City, State, Zip:
Telephone:
Primary Contact:
Email Address of Contact:
Services to be provided:
Whole Grain Rich Bread and Bread Products
17.12
Pan-O-Gold Baking Co.
✔
Addendum Acknowledgement Form
Instructions: Please acknowledge receipt of all addenda issues with this solicitation by completing this addendum acknowledgement form. Check the box next to each addendum received and sign below. If no addenda were issued, sign the bottom section to verify. Failure to acknowledge addenda may result in bid disqualification. Acknowledgement: I hereby acknowledge receipt of the following addenda and have made the necessary revisions to my proposal, plans and/or specifications, etc. Addendum Numbers Received (check the box next to each addendum received):
Addendum No. 1 Addendum No. 5
Addendum No. 2 Addendum No. 6
Addendum No. 3 Addendum No. 7
Addendum No. 4 Addendum No. 8
I understand that failure to confirm receipt of addenda may cause for rejection of this response. Authorized Signature Date
Acknowledgement: I hereby acknowledge that no addenda were issued during this solicitation process. I understand that failure to confirm this acknowledgement may cause for rejection of this response. Authorized Signature Date
4/4/2017
4/4/2017
✔
✔
✔
✔
✔
✔
✔
✔
Cooperative Purchasing Connection | 888-739-3289 | www.purchasingconnection.org
May 4, 2017
Bimbo Bakeries, USA
Attn: LeAnn Cardwell
720 N Prior Avenue
St. Paul, MN 55104
Award Decision, RFP # 17.12 – Whole Grain Rich Bread & Bread Products
Dear LeAnn Cardwell:
The Cooperative Purchasing Connection (CPC), using the weighted criteria outlined in the Request for
Proposal (RFP), have completed their review of the proposals received. Evaluation criteria included
qualifications and experience, quality and variety of product selection, pricing, services and support, and ease
of ordering.
We are pleased to announce that your proposal received the recommendation for award. This decision is
subject to approval of the Cooperative Purchasing Connection Board of Directors and the successful
negotiation of a mutually acceptable contract.
I will be contacting you in the near future to finalize a contract for the awarded goods and/or services. Thank
you for submitting your proposal; the Cooperative Purchasing Connection looks forward to working with
Bimbo Bakeries, USA.
Regards,
Lisa M. Truax | Bid & Contract Facilitator
Cooperative Purchasing Connection
Enclosure:
Performance Bond Requirements
Cooperative Purchasing Connection | 888-739-3289 | www.purchasingconnection.org
May 4, 2017
Bimbo Bakeries, USA
Attn: LeAnn Cardwell
720 N Prior Avenue
St. Paul, MN 55104
Performance Bond Requirements, RFP #17.12 – Whole Grain Rich Bread & Bread Products
Dear LeAnn Cardwell:
Congratulations on becoming an awarded vendor with the Cooperative Purchasing Connection (CPC). We’re
looking forward to working with you and you’ll soon be receiving a contract for review. In addition, as you may
know, CPC requires awarded vendors to post a $1,000.00 performance bond at the time an agreement is met and
the contract is signed by the awarded vendor. The performance bond may be in the form of a bond, certified or
cashier’s check, or money order payable to Lakes Country Service Cooperative. It may also be a bond naming
Lakes Country Service Cooperative as obligee written by a corporate surety, satisfactory to CPC, pledging that the
awarded vendor will abide by the terms stated in the RFP and in the vendor’s proposal and pledges the faithful
performance of the contract and the payment of all obligations arising thereunder.
With any partnership, some are not successful. Failure from an awarded vendor to comply with the proposal and
contract agreement, the performance bond shall be forfeited to CPC as liquidated damages, not as a penalty. The
loss of the performance bond may include, but is not limited to:
Poor communication; multiple documented failures to correspond with CPC.
Poor customer service; failure to respond on multiple occasions to CPC members within a timely manner.
Poor quality of product and failure to replace/refund member purchase when appropriate.
Delivery issues; consistent and documented failures to deliver product on time or in proper condition.
Lack of on-time reporting and inaccurate quarterly reports.
Lack of quarterly administrative fee payments.
Performance bonds will be returned in their full amount upon the successful completion of a bid cycle.
Please let me know if you have any questions.
Regards,
Lisa M. Truax | Bid & Contract Facilitator
Cooperative Purchasing Connection
Cooperative Purchasing Connection | 888-739-3289 | www.purchasingconnection.org
May 5, 2017
Pan-O-Gold Baking Co.
Attn: Mark Ubl
444 East St. Germain Street
St. Cloud, MN 56302
Award Decision, RFP #17.12 – Whole Grain Rich Bread and Bread Products
Dear Mark Ubl:
he Cooperative Purchasing Connection (CPC) would like to thank you for your time, effort, and interest in
supplying a response for Request for Proposal (RFP) 17.12 – Whole Grain Rich Bread and Bread Products.
The cooperative purchasing team, using the weighted criteria outlined in the RFP documents, have completed
their review of the proposals received. Evaluation criteria included qualifications and experience, quality and
variety of product selection, pricing, services and support, and ease of ordering. The cooperative purchasing
team has decided to reject your proposal.
We want to thank you for your proposal, taking the time to present in-person to our purchasing team and the
interest in this RFP. CPC will look forward to your participation in future RFP’s for similar engagements.
Should you have any questions about this matter, please feel free to contact me.
Regards,
Lisa M. Truax | Bid & Contract Facilitator
Cooperative Purchasing Connection