If you require any further information please feel free to call or me,

Similar documents
School Breakfast and Lunch Program Request for Proposal

State Of California Department Of Alcoholic Beverage Control 3927 Lennane Drive, Suite 100 Sacramento, CA 95834

TWIN RIVERS CHARTER SCHOOL REQUEST FOR PROPOSAL VENDED MEALS

FOOD ALLERGY CANADA COMMUNITY EVENT PROPOSAL FORM

MEMO CODE: SP , CACFP , SFSP Smoothies Offered in Child Nutrition Programs. State Directors Child Nutrition Programs All States

Registration Terms and Conditions

Step 1: Prepare To Use the System

MEMO CODE: SP (v.3), CACFP (v.3), SFSP (v.3) SUBJECT: Smoothies Offered in Child Nutrition Programs-Revised

North Carolina Department of Health and Human Services Division of Public Health. November 25, 2013

Questions and Answers about Smart Snacks in School

COUNTY OF MONTEREY CONTRACTS/PURCHASING DIVISION

October 27, p.m.

ARTS & CRAFTS VENDOR APPLICATION CHECK LIST

60 th Annual Castroville Artichoke Food and Wine Festival June 1 &

2016/2017 Effective Date: 9/1/2016 REGULAR ANNUAL GOLF MEMBERSHIP PACKAGES

CRITERIA AND PROCEDURE

RULES OF THE TENNESSEE ALCOHOLIC BEVERAGE COMMISSION CHAPTER RULES FOR SALES OF WINE AT RETAIL FOOD STORES

Get Schools Cooking Application

MOBILE VENDING BUSINESS PERMIT APPLICATION Public Land

2018/2019 Effective Date: 8/1/2018 LITE ANNUAL GOLF MEMBERSHIP PACKAGES

BILL NUMBER: AB 727 BILL TEXT AMENDED IN ASSEMBLY MARCH 25, 2011 FEBRUARY 17, 2011

Dear Applicant: Thank you for your interest in the State Fair of Texas. The 2019 Fair dates are Friday, September 27th thru Sunday, October 20th.

Simplified Summer Feeding Program

TASTE ADDISON RESTAURANT VENDOR APPLICANT INFORMATION

Fiscal Management, Associated Student Body

Child Nutrition Program participation: Special Provision operation: Areas of Review. Commendations

CHAPTER Committee Substitute for Committee Substitute for House Bill No. 315

For consideration, the following items must be completed and enclosed:

LEAN PRODUCTION FOR WINERIES PROGRAM

DEPARTMENT OF LICENSING AND REGULATORY AFFAIRS LIQUOR CONTROL COMMISSION BEER

Article 25. Off-Premises Cereal Malt Beverage Retailers Definitions. As used in this article of the division s regulations, unless the

KANSAS ADMINISTRATIVE REGULATIONS ARTICLE 25

SUPPLEMENTAL NOTE ON SENATE BILL NO. 70

Lithgow Produce Markets

STANDARD ADMINISTRATIVE PROCEDURE

Town of Fairview Art Show

CHARTER SCHOOL FOOD SERVICE AGREEMENT

GEORGIA DEPARTMENT OF JUVENILE JUSTICE I. POLICY:

SUBCHAPTER 4E - ALCOHOLIC BEVERAGES TAX SECTION LICENSES

roasted coffee valued $25 more FedEx Ground Service FedEx Ground/Home Delivery Transit Times from Topeka, Kansas (business days):

Old Town Street Festival 2019 oldtownstreetfestival.com Leander Chamber of Commerce & Visitors Center PO Box 556 Leander, Texas

8 SYNOPSIS: Currently, there is no specific license of. 9 the Alcoholic Beverage Control Board relating to

Sustainable by nature.

2017 Application for Use of Certified Vegan Logo Trademark

Name of Event Event Date(s) Firm Name Telephone Fax. Address. City State Zip Code Booth # On Site Contact Title. Signature Date

2017 Application for Use of Certified Vegan Logo Trademark

WINERY FACILITIES AGREEMENT. This Winery Facilities Agreement ( Agreement ) dated, 2008, is made between:

LIQUOR LICENSE TRANSFER INFORMATION

COLORADO REVISED STATUTES, TITLE 35, AGRICULTURE

REQUEST FOR PROPOSAL PREMIUM COFFEE SERVICE

EP-AERATOR001 OWNER S MANUAL

Slide 1. Slide 2. A Closer Look At Crediting Milk. Why do we credit foods? Ensuring Meals Served To Students Are Reimbursable

FOOD VENDOR APPLICATION INFORMATION & RULES

REQUEST FOR PROPOSALS RESTAURANT OPERATION FOR THE CITY OF ALICE MUNICIPAL GOLF COURSE

Raw Milk Consumption: A (Re) Emerging Public Health Threat? William D. Marler, Esq.

The Gurdaspur Co-op. Sugar Mills Ltd., Gurdaspur

HANDBOOK FOR SPECIAL ORDER SHIPPING

Please complete the following pages. Failure to do so will result in your application being rejected!

Commodity Calculators Lisa Melby, Rockford Public Schools #205

Friday, July 17, 2015 Saturday, July 18, 2015 Sunday, July 19, 2015 There are no rain dates or refunds in the event of a cancellation.

Classification of Liquor Licenses. License Classes

FOOD SERVICE APPLICATION EAST LANSING ART FESTIVAL

K Star Ranch Contract and Reservation Form 6970 Dick Price Road Mansfield, Texas (817)

FOOD BANK of NORTHWEST LOUISIANA. REQUEST FOR PROPOSAL Food Vendor for Kid s Café After School Meal Program and Summer Feeding Program

The Gurdaspur Co-op. Sugar Mills Ltd., Gurdaspur

Excess Fund Balances

1) What proportion of the districts has written policies regarding vending or a la carte foods?

County of Rockland ROCKLAND COUNTY DEPARTMENT OF HEALTH The Dr. Robert L. Yeager Health Center 50 Sanatorium Road Building D Pomona, New York 10970

SAN JOAQUIN VALLEY UNIFIED AIR POLLUTION CONTROL DISTRICT COMPLIANCE DEPARTMENT COM 2293

2. What are the dates for the Afterschool Meal Program? The Afterschool Meal Program will run from August 20, 2018 through June 4, 2019.

BBQ, BLUES & BLUEGRASS FESTIVAL 2018-COOK OFF ONLY IN DALTON, GA BBQ Team CONTESTANT APPLICATION (please print clearly)

WINERY REGISTRATION FORM

Slide 1. Slide 2. A Closer Look At Crediting Fruits. Why do we credit foods? Ensuring Meals Served To Students Are Reimbursable

2018 Application for Use of Certified Vegan Logo Trademark

Zoning Text Amendment DPA , Provide for the Production of Mead, Cider and Similar Beverages on A-1 Agriculture Properties (County Wide)

2. What are the dates for the Afterschool Supper and Snack Program? The Supper and Snack Program will run from August 21, 2017 through June 6, 2018

Directions for Menu Worksheet ***Updated 9/2/2014 for SY *** General Information:

TENDER FOR SUPPLY OF TEA / COFFEE VENDING MACHINE WITH FRESH MILK FRESH COFFEE BEANS ALONG WITH SUGAR & TEA BAGS

Finally, as you review the attached booth space application, we would like to highlight several important items:

The 15 th Annual. SOUL FOOD Festival. October 1, Presented by Soul Food Festival Inc. & The City of Green Cove Springs

Town of Fairview Art Show Friday, April 21, 2017 through Sunday, April 23, 2017

THE HAMPTON CLASSIC. March To Whom It May Concern:

Food Allergen Labeling and Consumer Protection Act of 2004

Iowa Department of Inspections and Appeals Food and Consumer Safety Bureau. 321 E. 12 th Street Des Moines, IA

Missoula Downtown Association 2019 Guest Vendor Application

TOWN OF BURLINGTON RULES AND REGULATIONS FOR THE LICENSING AND SALE OF ALCOHOLIC BEVERAGES amendments (see listing on last page)

Camden Daffodil Festival 18 th Annual Championship Steak Cook-Off March 10, 2018

SMG VENDOR SAMPLING AGREEMENT

BLANKET PURCHASE ORDER

Greer State Bank Greer Station Oktoberfest

MISSION POINT LIGHTHOUSE FRIENDS 2018 WINE LABEL ART COMPETITION ANNOUNCEMENT

BBQ Cook Off Rules Absolutely no alcohol is permitted.

Dear Vendor, APCA - Lunar Fest 2015 Attn: Vendor Coordinator 231 E. Alessandro Blvd. #A194 Riverside, CA 92508

ALABAMA ALCOHOLIC BEVERAGE CONTROL BOARD ADMINISTRATIVE CODE CHAPTER 20 X 8 MANUFACTURER, IMPORTER AND WHOLESALER REQUIREMENTS TABLE OF CONTENTS

Doylestown Township Parks & Recreation Ice Cream Truck Vending Policy

Retail Technology Program - Digital Menu Board Preamble

2018 Squealin on the Square Rules and Regulations

CHAPTER 205. (Senate Bill 162) Alcoholic Beverages Resident Dealer s Permit

DUPLIN COUNTY Health Services 340 Seminary Street PO Box 948 Kenansville, NC 28349

Transcription:

The West Texas Food Service Cooperative (the Cooperative) receives Competitive Sealed Proposals for Food Service Supplies. The Cooperative Advisory Committee for Food Purchasing and the ESC17 Administration reserve the right to accept or reject in part or in whole any proposal submitted, to waive any technicalities, and to award bids in the best interest of the participating entities. This proposal may be awarded to a single or multiple vendor(s) in the best interest of the participating entities. Factors for the evaluation of the proposal are as follows: Factor Weight Purchase Price 60% Reputation of Vendor and of the vendors goods/services 4% Quality of Vendor s Goods/Services 10% Extent to which goods/services meet district needs 10% Vendor s Past Relationship 3% Impact of ability of the district to comply with laws and rules relating to historically underutilized businesses 1% Long term cost to acquire goods 4% Any other relevant factor specifically listed in the request for bids or proposals. See pg. 7, Section 8. 8% If you require any further information please feel free to call or email me, Sincerely Dorothy Glenn West Texas Food Service Cooperative Lead Purchasing Specialist 806-281-5710 dglenn@esc17.net

Date: November 25, 2015 To: Bidders and Vendors Subject: Invitation to Bid The West Texas Food Service Cooperative (the Cooperative) and the Region 17 Education Service Center (ESC17) as managing, fiscal agency will receive Competitive Sealed Proposals for USDA Commodity Processed products on behalf of 263 participating entities through the web-based software BidForge located at https://bidforge.com. You are invited to submit a proposal to furnish USDA Commodity Processed products as described in the General Terms and Conditions, Specifications, and associated bid documents. On-line proposals submitted at BidForge.com must be completed by 11:00 am CST on January 12, 2016. All printed bid submissions and non-electronic accompaniments to the proposal must be received no later than 3:00 pm CST on January 14, 2016 at Region 17 ESC, Room 239. The Proposal Open date will be January 14, 2016 at 3:00 pm in the Rogers Room at Region 17 ESC. Non-electronic documents may be mailed or hand delivered. Facsimiles, e-mails, or phone contacts will not be accepted. Any documentation received after this date and time will be filed as nonresponsive and will not be eligible for consideration. It is important to note that specific bid documents must be submitted in hard copy as accompaniments to the on-line bid submission in order for your proposal to be considered complete. Failure to return the completed documents by the requested date and time will be sufficient reason for rejection of the proposal. The submitted bid documents that are required in a non-electronic format must be marked on the outside of the envelope: PROPOSAL NUMBER CP-SY17. The Cooperative Advisory Committee for Commodity Processing and the ESC17 Administration reserve the right to accept or reject in part or in whole any proposal submitted, to waive any technicalities, and to award bids in the best interest of the participating entities. Persons not responding in any way to this bid solicitation may be removed from the Cooperative vendor list unless notice is provided otherwise by non-responsive vendor. Thank you for your consideration to this invitation for bid. Should you have any questions, please contact Dorothy Glenn at 806.281.5710 or dglenn@esc17.net. Dorothy Glenn Lead Purchasing Specialist Region 17 Education Service Center

WTFSC CP16/17 PROPOSAL EVALUATION PROCESS Competitive Sealed Proposal for USDA Commodity Processed Products July 1, 2016 through June 30, 2018 1.) As stated in the Texas Education Code, Section 44.031, Purchasing Contracts a)... all school district contracts,... shall be made... of the following methods, that provides the best value to the district:...( 2) competitive sealed proposals;... b)... In determining to whom to award a contract, the district shall consider: (1) the purchase price; (2) the reputation of the vendor and of the vendor s goods or services; (3) the quality of the vendor s goods or services; (4) the extent to which the goods or services meet the district s needs; (5) the vendor s past relationship with the district; (6) the impact on the ability of the district to comply with laws and rules relating to historically underutilized businesses; (7) the total long-term cost to the district to acquire the vendor s goods or services;... and (8) any other relevant factor that a private business entity would consider in selecting a vendor. The competitive sealed proposal is the method that the West Texas Food Service Cooperative feels can provide the best value to member districts. In accordance with section 44.0352 of the Texas Education Code, the district is not restricted to considering price alone in determining the best value to the district, but it may consider any other factors stated in the selection criteria. Also, in accordance with section 44.0352, the vendors offering the best value to the district shall be ranked according to the selection criteria and the district shall attempt to negotiate a contract with the highest ranking vendor. If a satisfactory contract cannot be reached, the district shall formally and in writing end negotiations with that offeror or vendor and proceed to the next vendor in the order of the selection ranking. 2.) In order to establish the procedures in this Competitive Sealed Proposal, the following format will be used: a) Request for Competitive Sealed Proposal for USDA Commodity Processed products will be advertised in regional newspapers as well as posted at www.esc17.net and http://wtfsc.esc17.net. The Proposal is to be reviewed and submitted via the on-line software, BidForge, which can be found at https://bidforge.com. b) All Bidders shall submit online proposals by due date of 11:00 am CST on January 12, 2016. c) The Proposal Open date will be January 14, 2016 at 3:00 pm in the Rogers Room at Region 17 ESC. Submitting Bidders, with completed proposals, will be identified. Bidders with incomplete proposals will be identified as ineligible to continue the process. No bid prices will be released at bid opening. d) Proposals will be recapped using the selection criteria as identified in the General Terms and Conditions, Evaluation of Bid, #10. Should negotiations be required: 1) All eligible Bidders will be notified of an individual Bidder s Conference. Bidder s conference may be held in person, video conference, or by phone at the Cooperative's discretion. 2) Negotiable criteria will be established and provided to potential Contractors at Bidder s Conference. Response will be in the form of a Best and Final offer. e) Award decisions will be based on results of original Proposal and/or Best and Final offers and any requested bid sampling. 3.) Employees of the Cooperative and participating entities have acted exclusively as agents of the Cooperative for the award, consummation and administration of this contract and are not liable for any performance or nonperformance on the part of any school district or other qualified participant or any third party participant. Page 2 of 26

WTFSC CP16/17 Scope of Bid Proposals are being solicited by the West Texas Food Service Cooperative for the processing of USDA donated commodities for the bid period July 1, 2016 through June 30, 2017. A complete listing of the participating school districts will be sent to the awarded contractor by April 15, 2016. Contractors will be notified of chosen destination point(s) on or before June 30, 2016 for Fee for Service contracts. The stated bid period, July 1, 2016 through June 30, 2018, may be extended for up to three (3) additional twelve (12) month periods as stated in Section 8 of the General Terms and Conditions. Destination points for Fee for Service during the 2015-2016 year were Dee s Food Service Distribution in El Paso, Texas or Direct to District. Currently, 211 school districts participate in the commodity processing component of the Cooperative with average enrollment of 400,000+ students. Not all districts participating will process all items awarded. Items may be awarded using any one or combination of the three Value Pass Through Systems approved by the Texas Department of Agriculture (TDA), Commodity Distribution Program. These systems are 1) Fee for Service (which includes Modified Fee for Service); 2) Indirect Refund Sale (Rebate); and 3) Indirect Discount Sale (NOI). Page 3 of 26

WTFSC CP16/17 Competitive Sealed Proposal for USDA Commodity Processed Products GENERAL TERMS AND CONDITIONS INSTRUCTIONS TO BIDDERS: 1. Bidders shall carefully examine the specifications and other documents included in this Competitive Sealed Proposal for USDA Commodity Processed products issued on behalf of approximately 265 participating entities by the West Texas Food Service Cooperative (the Cooperative), and Region 17 Education Service Center as the fiscal/managing agency. Should Bidder find discrepancies in, or omissions from the specifications or other documents, or should he be in doubt as to the meaning of said documents, he should notify the Region 17 Education Service Center Purchasing Specialist, Dorothy Glenn, and obtain clarification by addendum prior to submitting any bid. 2. The words bids, proposals, and quotes ; contractors, bidders, processors, and vendors ; districts, members, and contracting entities and their derivatives may be used interchangeably in these terms and conditions. 3. These instructions apply to and become part of the terms and conditions of bid for the West Texas Food Service Cooperative (the Cooperative), unless Bidder takes exception in writing using the Exceptions to Proposal form included on page 21 of 26 in these bid documents. 4. Bidder agrees to exhaust its administrative remedies under Region 17 Education Service Center Policy of any resulting contract before seeking judicial relief of any type in connection with any matter related to this solicitation, the award of any contract, and any dispute under any resulting contract. All Bidders agree that any litigation arising from this solicitation/contract shall lie in Lubbock County, Texas. 5. Bidders and their authorized representatives are expected to fully inform all affected parties as to the conditions, requirements, and specifications of this Competitive Sealed Proposal before submitting Proposal. Failure to do so will be at Bidder s own risk and Bidder may not secure relief on the plea of error. TERMS OF AWARD: 6. The bid award is contingent that USDA will continue to provide funding for the Child Nutrition Programs for the contract period(s) stated and that based on the funding allocated, participating entities will continue food service operations including the National School Lunch Program and School Breakfast Program. This contract is contingent upon receipt of USDA commodities and the continuation of funding for the USDA commodity program. Upon USDA commodity product purchase and allocation to the School Food Authority (SFA) under the umbrella of the Cooperative, the bid award inclusive of yield and pricings will remain in effect until all finished product is delivered to the designated facility under the Fee for Service contract. 7. The Cooperative Advisory Board and/or Administrators reserve the right to accept any proposal, to reject any or all proposals, to waive any irregularities or informalities in proposals received where such acceptance, rejection or waiver is considered to be in its best interest. The Cooperative Advisory Board and/or administrators also reserve the right to reject any proposals where evidence or information does not provide satisfactory proof that the Bidder is qualified to carry out the details of the contract. 8. The Proposal will be awarded for a two-year period of July 1, 2016, through June 30, 2018. Bidders may submit proposals based on the Scope of Bid. a. All awards may be renewed for up to three (3) additional twelve (12) month periods by written agreement between the Cooperative and the awarded Contractor(s). Districts not currently participating in the bid but members of the Cooperative may be added to bid award at any time during the effective bid award by mutual agreement of Contractor and Cooperative Coordinator. b. Bid prices for Fee for Service including Modified Fee for Service will be considered firm through each contract year. A description of the measurement device (i.e., index, etc.) and the "trigger" to cause the escalation/de-escalation must be submitted at time of price adjustments. d. Adjustments to prices may also be allowed with each new contract year and/or if option to renew is offered. e. No adjustments will be allowed without the written consent of the Cooperative Lead Purchasing Specialist at any time during the bid period. Contractor(s) that adjust prices without prior written consent of the Cooperative will be required to issue credits to each affected Cooperative member until proper notice and consent is provided. Page 4 of 26

WTFSC CP16/17 f. Modified Fee for Service will be awarded based on eligible bidders submitting all required documentation to the Cooperative by January 8, 2016. This includes any EPDS currently on file with TDA Commodity Distribution Program as well as any approved EPDS by TDA Commodity Division Program office during the contract period. Participating districts and/or the Cooperative will let commercial bids for pricing of specific items at a later date. g. Indirect Refund Sale (Rebate) and Indirect Discount Sale (NOI) will be awarded based on eligible bidders submitting all required documentation to the Cooperative by January 8, 2016. This includes any EPDS currently on file with TDA Commodity Distribution Program as well as any approved EDPS by TDA Commodity Division Program office during the contract period. Participating districts and/or the Cooperative will let commercial bids for pricing of specific items at a later date. 9. The Cooperative Advisory Board and/or administrators shall evaluate the bid on the overall best value to participating entities. EVALUATION OF BID: 10. Proposal will not necessarily be awarded to lowest bid price. As stated in the Texas Education Code, Section 44.031; all contracts using competitive sealed proposals will be evaluated by eight (8) criteria as follows: Factor Weight Purchase Price 60% Reputation of Vendor and of the vendors goods/services 4% Quality of Vendor s Goods/Services 10% Extent to which goods/services meet district needs 10% Vendor s Past Relationship 3% Impact of ability of the district to comply with laws and rules relating to historically underutilized businesses 1% Long term cost to acquire goods 4% Any other relevant factor specifically listed in the request for bids or proposals. 8% 11. Bid submissions are subject to approval of the Cooperative staff and/or Advisory Board Liaisons and members. The Quality of Vendor Goods/Services and Extent to Which Goods and Services Meet District Needs in the evaluation criteria include, but not limited to, product taste, appearance, aroma, texture, holding properties, and the availability of meal contribution and nutritional data. 12. All additional information submitted to clarify bid specifications or Exceptions to Proposal must include the Bid Item # as a reference to the information supplied. PROPOSAL SUBMISSION: 13. Proposals shall be submitted via the web-based software, BidForge. Type https://bidforge.com in the internet browser to access the software. Bidder must receive/hold a BidForge user account login and password and a security token that is unique to this Competitive Sealed Proposal for USDA Commodity Processed products offered by the West Texas Food Service Cooperative in order to access the Proposal. Instructions for obtaining access to this proposal are detailed at BidForge.com. Page 5 of 26

WTFSC CP16/17 14. Submitted proposals on BidForge requires all fields with an asterisk to be completed; fields without the asterisk are also important to the overall processing of the bid award for product clarity and delivery. All pricing submitted shall include transportation F.O.B. destination. 15. To complete the submission process for any item in BidForge, the Bidder must click the Add EPDS button. The next step is to choose the appropriate item in the Donated Food dropdown. When a Bidder selects a USDA Donated Food in the End Product Data Schedule (EPDS) that is designated as a Poultry item, BidForge will display the Yield Type field. Bidder will be required to select from that dropdown either Standard Yield or Guaranteed Minimum Return (GMR) for each Poultry Donated Food input. Standard Yield If Standard Yield is selected, BidForge will display the option for Component: a. Choose White or Dark meat from the dropdown box. b. Enter the USDA Donated Food pounds of the selected Poultry item (white or dark) in the Pounds field. c. Repeat the above process to enter the USDA Foods Whole Bird Donated Food Value pounds to input the second meat item associated with this Poultry item, if needed. If Standard Yield is selected as the Yield Type dropdown for a USDA Donated Food designated as Poultry in the EPDS for at least one product, the USDA Poultry tab will be activated. Bidder must provide the manufacturer s white and/or dark meat percentages yielded from a USDA Foods purchased inbound truckload for each of the Poultry Donated Food inputs specified in the EPDS section. Guaranteed Minimum Return-GMR If GMR is selected in the Yield Type field, Bidder will see the field Yield %. a. Bidder shall enter the number in the Yield % field as a percentage (not decimal) of the Finished Case Net Weight divided by the whole bird pounds required to produce a single case. b. BidForge will auto-calculate the Pounds of USDA Foods Whole Bird Donated Food Value by dividing the Finished Case Net Weight of the Product by the Yield. c. BidForge will display the Usable Pounds field. Bidder shall enter the total Usable Pounds as the actual pounds of usable meat needed to produce a single case of the Finished Case Net Weight. d. The next field is the EPDS Input Value. BidForge will auto-calculate this field, but it does have an override option if Bidder chooses to revise this field. If GMR is selected as the Yield Type dropdown for a USDA Donated Food designated as Poultry in the EPDS for at least one product, the USDA Poultry tab will be activated. For all GMR products that do not utilize the USDA Foods Whole Bird Donated Food in natural proportion, Bidder must provide the suite of product options that can be processed to eventually utilize the Whole Bird pounds. Bidder shall indicate the Option Group (a whole number) and the Category (a letter). For example, chicken manufacturers may have Option 1: Category A white meat only product and Category B dark meat only product; Option 2: Category A white meat only product, Category B tenderloin product, Category C- thigh product, Category D wing product or wing credit; etc. Bidder can establish desired number of Option Groups (unlimited) and Categories (maximum 4 A to D). 16. Bidder is asked to identify each product that meets the USDA guidelines for Nutrition Standards for All Foods Sold in School (aka Smart Snacks in School) specifically as it relates to a la carte cafeteria sales. Check the Smart Snack Compliant box if this product meets the following: a. General Criteria (must be one of these 4 items) i. Whole Gran-Rich (50% or more whole grains by weight or first ingredient whole grain); OR ii. Have as the first ingredient Fruit, Vegetable, Dairy or Protein (meat, beans, nuts, eggs, etc.); OR iii. A combination food with at least ¼ cup Fruit and/or Vegetable; OR iv. Contain 10% of the Daily Value of one of the four nutrients of public health concern: calcium, potassium, vitamin D, dietary fiber, b. AND meet the following additional nutrient standards: Page 6 of 26

WTFSC CP16/17 Nutrient Calories Sodium Total Fat Saturated Fat Trans Fat Total Sugar Entrée: 350 calories per item Snack/Side Dish: 200 calories per item Standard Entrée: 480 mg sodium per item Snack/Side Dish: 230 mg sodium per item ( 200 mg after July 1, 2016) 35% of total calories from fat per item as packaged/served <10% of total calories per item as packaged/served Zero (<0.5 g) grams of trans fat per portion as packaged/served 35% of weight from total sugars per item (dried/dehydrated fruits/vegetables exempt) 17. Any additional product information requested by the Cooperative must be provided within five (5) business days for product to be considered for processing. 18. Bidder must make on-line submission for Proposal via BidForge on or before 11:00 am CST, January 12, 2016. At time of submission, Bidder must print the BidForge Submission Report, sign and deliver along with other non-electronically submitted documents and signature forms, see pages 14 25 of 26, to the Region 17 Education Service Center, Rm 239, Attn: Dorothy Glenn, 1111 West Loop 289, Lubbock, Texas 79416. The Submission Report and other non-electronically submitted documents must be received as stated above on or before 3:00 pm CST on January 14, 2016. Proposals received after these stated deadlines will be filed as nonresponsive and will not be considered. Bidder is wholly responsible for all electronically and nonelectronically submitted documents being received at the designated locations by the appointed deadlines. 19. No proposal may be changed, amended, or modified by any means after the online submission closing date. Except as follows: Bidders may withdraw proposals at any time prior to on-line submission deadline by written request to Dorothy Glenn, Purchasing Specialist only. Withdrawn proposals may be resubmitted up to the designated time of the on-line submission provided they are then fully in conformance with the General Terms and Conditions of this Proposal. 20. Direct to District members in the Cooperative request the Direct to District Price per Case field be completed for special consideration. It is important that the Case Minimum Delivery field also be completed in the bid documentation. There are currently four Direct to District members in the Cooperative including Abilene ISD, Ector County ISD, Midland ISD, and Wichita Falls ISD. 21. All contractors will submit an Administrative Fee to the Cooperative for each truck of USDA Commodities received for further processing. The base Administrative Fee is set at $500.00 per truckload and will be adjusted for partial loads based on percentage of pounds for the Cooperative. If the value of the USDA Commodity Food is under $.25 per pound, the Administrative Fee will be waived. Bonus trucks will be considered at the value of the original commodity price based on the November 15 file. The Cooperative will send an invoice to include a letter, invoice, and TX-UNPS Process Diversions Report to each Contractor for the number of trucks ordered. Payments to the Cooperative must be received within thirty (30) days of invoice unless other arrangements are made between the Contractor and the Cooperative. PRICING: 22. Proposals that are amended or are qualified with conditional clauses, alterations, items not called for in the proposal, or irregularities of any kind may be grounds for disqualification of the bid by the Cooperative. 23. Processors are individualized in their Value Pass Through Systems; therefore, awards can only be made based on submitted Bill Types such as Fee for Service (FFS), Modified Fee for Service (MFFS), Rebate, Net Off Invoice (NOI). Page 7 of 26

WTFSC CP16/17 24. Bidder shall not include sales tax with any pricing. All participating entities in the Cooperative are exempt from Federal Excise Tax, State Tax, and Local Tax. Tax exemption certificates will be furnished upon request by each participating entity. 25. Bidder agrees, upon issuance and acceptance of this proposal, to furnish awarded items at the bid price and all other conditions contained in the General Terms and Conditions, Specifications, and bid documents within this Proposal. 26. Title to all supplies and equipment shall pass to the Cooperative entity upon delivery to designated site except where hidden defects or other bid requirements are specifications are not met. 27. The Cooperative retains the right to request contract pricing for new and/or additional products available through approved EPDS by both the USDA and TDA. BILLING: 28. FEE FOR SERVICE TO CONTRACTED WAREHOUSE: The Contractor shall invoice each Cooperative member for Fee for Service of the finished weight of the end product upon delivery to designated warehouse(s). Terms between the Contractor and receiving district shall be 30 day net unless other arrangements are made between the Contractor and the district. The West Texas Food Service Cooperative shall not be held liable for any Fees for Service. All Fee for Service finished products to be packed in 20 to 40 pounds case or master cased to achieve this weight. Any variances must be noted in the Exceptions to Proposal form. Separate District to District pricing for individual districts must be noted in the Exceptions to Proposal form. 29. FEE FOR SERVICE TO DISTRIBUTOR (previously Modified Fee For Service): The Contractor inventories or banks approved donated USDA commodity food pounds and then draws down from the participating district s inventory based on the requested and approved end products information received from awarded commercial distributor. The Contractor shall invoice the awarded commercial distributor for Modified Fee for Service products as ordered by that company. In turn the awarded commercial distributor will invoice the district with available pounds at the Modified Fee for Service price plus the commercial distributor markup. 30. INDIRECT REFUND SALE (REBATE): The Contractor shall make arrangements to receive electronic sales data from a minimum of once a month and in return issue a rebate based on that sales data to each receiving district or to the Cooperative as designated in final bid award within 30 days of receipt of distributor data. A summary report of all rebates/commodity usage will be made available to the Cooperative upon request within fifteen (15) business days. This Option will only be requested/used when pounds are not available for Cooperative entity used such as late USDA Commodity Foods purchasing cycle, incorrect assignment in a verification system, or other related issue. Any required Recipient Agency/ Authorization forms will be obtained from districts and/or Cooperative Representative and sent to the Contractor by the Cooperative. In addition, the Cooperative may distribute rebates to individual districts from lump sum payments by Contractor upon request. 31. INDIRECT DISCOUNT SALE (NOI): The Contractor inventories or banks approved donated USDA commodity food pounds and then draws down from the participating district s inventory based on the requested and approved end products. s invoice lists the commercial price per case with the discounted value of the donated food used per case (as per the USDA Commodity File Report and the Average Cheese and NFDM Prices issued in November), resulting in the net cost per case. Participating districts are eligible for the discount until their inventoried or banked donated food pounds are depleted. Manufacturer shall state the verification system utilized to track donated food pounds and end products. The Cooperative shall have access to the inventoried or banked donated food pounds data or will be provided a monthly report for all participating districts usage. Page 8 of 26

WTFSC CP16/17 QUANTITIES: 32. Quantities provided below are based on history and anticipated purchases. Quantities may be affected by participation, USDA Foods, changes to the Child Nutrition Programs regulations and other market forces. Unless Bidder qualifies bid, it is assumed bid offering may be extended as necessary to cover actual purchases by participating Cooperative entities. To provide potential quantities, historical data for 2015-2016 is listed below: Commodity Material Type # of Truckloads Processor Beef 100154 11 AdvancePierre Beef 100154 3 Don Lee Farms Beef 100154 3 Integrated Food Service Beef 100154 3 JTM Provisions, Inc. Beef 100155 3 Tyson Foods Peanut Butter 100397 2 AdvancePierre Peanuts Raw 110510 1 JM Smucker Peaches 200219 1 Partial AdvancePierre Pears 200224 1 Partial AdvancePierre Cheese, Mozz 110244 5 Alpha Foods Cheese, Mozz 110244 1 Partial ConAgra Gilardi Cheese, Mozz 110244 5 Nardone Bros. Cheese, Mozz 110244 1 Partial SA Piazza Cheese, Mozz 110244 5 Schwan s Cheese, Mozz 110244 1 Partial Uno Foods Chicken Legs 100113 8 Asian Food Solutions Cheese, Amer 110242 1 Partial Bongard s Cheese, Amer 110242 7 Land O Lakes Cheese, Amer 110242 2 Tasty Brands Cheese, Amer 110242 1 Partial JTM Provisions, Inc Eggs 100047 1 Cargill Kitchen Solutions Eggs 100047 1 Michael Foods Potato Bulk 100506 1, 1 Partial ConAgra Lamb Weston Potato Bulk 100506 16 JR Simplot Company Potato Bulk 100506 4 McCain Foods Sweet Potato 100980 1 Partial ConAgra Lamb Weston Fish 100892 1 Partial High Liner Foods Fish 100892 1 Trident Seafoods Potato Dehy 110227 1, 1 Partial Idahoan Foods Cheese, Blend 200036 1 Partial Integrated Food Service Turkey, Whole 100124 5 Jennie O Pork Picnic, 100193 2 JTM Pork Picnic 100193 1 Partial Rodriguez Foods Cheese, Ched 110254 1 MCI Foods LG Bird 100103 15 Pilgrims Pride/Goldkist LG Bird 100103 21 Tyson Foods SM Bird 100100 1 Partial Pilgrims Pride/Goldkist Tomato Paste 100332 1, 1 Partial Red Gold LLC Page 9 of 26

WTFSC CP16/17 33. Quantities provided for the purposes of this Proposal reflect a one (1) year usage only. The initial bid is a two (2) year contract. 34. Contractor(s) and all sales agents of the Contractor(s) are responsible for notifying entities of all shortages prior to delivery. No substitutions will be accepted without the express consent of the Food Service Director or other authorized personnel of the ordering entity. a. If substitutions are made without prior consent of ordering entity, under the Uniform Commercial Code, the entity shall retain the Right to Remedy and purchase the product(s) from another supplier, charging the difference of the bid price to the awarded Contractor. b. Contractor(s) must notify the Cooperative Purchasing Specialist of any known shortages, etc, that could affect multiple ordering entities for any extended time period. SPECIFICATIONS: 35. Bidder shall abide by and comply with the true intent of the specifications and take no advantage of any unintentional error or omission in this Proposal. 36. Bid specifications in this proposal are intended to be descriptive and not restrictive. If any conflict exists between the specification as written and the brand, if referenced in BidForge under the Manufacturer or Product Nbr column headings, the written specification will override the referenced product. 37. Bidder may only bid each of their products one (1) time within the entire Proposal. If a product fits into more than one classification, e.g. a pizza product that processes multiple commodity material types such as flour, tomato paste, and/or cheese that produces multiple pricing, the Deviations sheet (Addendum 1) must be completed. It is up to the bidder s discretion as to which classification they want to bid the product within the online submission. The Deviations sheet is a hard-copy submission only, must be filled out completely, and submitted by the deadline along with all the other printed required bid documents. 38. The Cooperative will only award one (1) winner for each bid specification. 39. The Healthy, Hunger-Free Kids Act of 2010 (the Act), Public Law 111-296, was enacted by the President on December 13, 2010. The Final Rule regarding the Nutrition Standards in the National School Lunch and School Breakfast Programs was issued on January 26, 2012 in 7 CFR Parts 210 and 220. This final rule updates the meal patterns and nutrition standards for the School Meal Programs to align them with the 2010 Dietary Guidelines for Americans. To view the Final Rule in its entirety and/or read the technical assistance and guidance materials issued by USDA, view the following link: http://www.fns.usda.gov/cnd/governance/legislation/nutritionstandards.htm All products submitted in this proposal must comply with the meal pattern requirements for the 2016 2017 school year and must continue to comply over the expanse of the potential award of this contract unless indicated as Concession item or for a purpose other than the Child Nutrition Programs as determined by the participating entity. As products are reformulated and specifications are revised to be consistent with the nutrition goals and the phase-in requirements of the meal pattern, adjustments for substitutions, alternates, or compatible items could be required or product substitutions to awarded bid items may occur. 40. All products purchased for use by public schools and charters unless indicated otherwise by the participating entity must conform to the Smart Snacks in School guidelines. The Smart Snacks in School guidance and other technical assistance information may be viewed online at: www.squaremeals.org. 41. Crediting Whole Grains under the Final Rule Nutrition Standards in the National School Lunch and School Breakfast Programs : a. Until the whole grain content of food products is required on a product label by the Food and Drug Administration (FDA), schools must evaluate a grain product using the two-element criterion developed by the Institute of Medicine and set forth in the final rule: i. Element #1. A serving of the food item must meet portion size requirements for the Grains component as defined in FNS guidance. AND ii. Element #2. The food must meet at least one of the following: 1. The whole grains per serving (based on minimum serving sizes specified for grains in FNS guidance) must be 8 grams. This may be determined from information provided on the product packaging or by the manufacturer, if available. Also, manufacturers currently may apply for a Child Nutrition Label for qualifying products to indicate the number of grains servings that are whole grain-rich. Page 10 of 26

WTFSC CP16/17 2. The product includes the following Food and Drug Administration (FDA)-approved whole grain health claim on its packaging. Diets rich in whole grain foods and other plant foods and low in total fat, saturated fat and cholesterol may reduce the risk of heart disease and some cancers. 3. Product ingredient listing lists whole grain first, specifically: a. Non-mixed dishes (e.g., breads, cereals): Whole grains must be the primary ingredient by weight (a whole grain is the first ingredient in the list) b. Mixed dishes (e.g., pizza, corn dogs): Whole grains must be the primary grain ingredient by weight (a whole grain is the first grain ingredient in the list) b. To be considered whole grain rich (WGR), a product must contain 50% or more whole grains by weight or have a whole grain listed as the first ingredient on the ingredient label. For purposes of this Proposal, specifications including the term WGR will mean a whole grain item containing 50% or more whole grains by weight or with whole grain listed as the first grain ingredient. 42. All applicable specifications shall be free of any trans-fats except those naturally occurring. Products submitted for bid consideration containing Trans Fats must be identified on the Exceptions to Proposal form and an indication made if naturally occurring. 43. Bidders shall put in writing any deviations to the bid specifications. Any item determined to be a deviation from specification without written documentation as to specification change and if applicable, ingredient listing, CN meal contribution or product analysis and nutritional facts, whether during evaluation or after bid award, will be grounds for rejection of product and replacement of product with initial specification will be required at the same bid price. 44. BUY AMERICAN Section 104(d) of the William F. Goodling Child Nutrition Reauthorization Act of 1998 (Public Law 105-336) added a provision, Section 12(n) of the National School Lunch Act, NSLA, (42 USC 1760(n)), requiring school food authorities to purchase domestically grown and processed foods to the maximum extent practicable. a. Domestic commodity or product is defined in the NSLA as a product that is produced and processed in the United States substantially using agricultural commodities that are produced in the US. Substantially is defined as 51% or more of the final processed product consists of agricultural commodities grown domestically. b. Two situations exists to warrant waiver to permit foreign food purchases: i. The product is not produced or manufactured in the US in sufficient and reasonable available quantities of satisfactory quality ii. Competitive bids reveal the costs of a US product is significantly higher than the foreign product c. To comply with this Buy American requirement, the Bidder must indicate any product submitted for bid in this proposal which is considered to be of a foreign nature on the Exception to Proposal form with accompanying documentation as to waiver. 45. All meat and poultry products are to be processed in USDA-inspected plants. a. All raw products shall be of domestic origin. b. All beef products specified are to be considered free of chemical processes and additives such as Lean Finely Textured Beef (LFTB). Bidder shall specify any beef products submitted for bid consideration which contain or may contain LFTB. Products containing LFTB will not be disallowed from consideration of bid award, but must be identified for reference to participating entities. Products containing LFTB shall be identified separately on the Exceptions to Proposal form. 46. If Vegetable Protein Product (VPP), in any form, is used in the process of an item submitted for bid consideration, usage must conform to the USDA-FNS requirements for use in meeting a portion of the meat/meat alternate requirement of the Child Nutrition Programs. Any product that contains VPP, in any form, must be labeled with the required USDA labeling statement. a. If product contains VPP, in any form, Bidder must supply the following information with the bid: Page 11 of 26

WTFSC CP16/17 i. Type and source of VPP ii. Percent protein content of VPP iii. Weight (not volume) of liquid used to hydrate the VPP 47. Current Child Nutrition meal contribution labels or signed and dated product analysis sheets and nutrition fact labels must be supplied upon request within three (3) business days for bid comparison purposes. Awarded Contractor(s) must submit all requested information on awarded products within ten (10) business days of notice. Electronic formats are the only acceptable form for this documentation which can be submitted via email or flash drive. 48. Samples may be used in the evaluation and consideration of submitted bids and must be made available within five (5) working days of request at no cost to the Cooperative. DELIVERIES: 49. Product will be diverted to the approved Contractor if and when USDA completes purchase of the product and allocates product to the Cooperative Member Districts. Products awarded under Fee for Service shall be delivered to designated storage facilities based on delivery schedules developed by the Recipient Agency/Contracting Entity (facilitated by the Cooperative) and must ship within ten (10) days of requested ship date unless the Recipient Agency/Contracting Entity or Cooperative is notified in advance. Contractors awarded bids for Modified Fee for Service, Indirect Refund Sale (Rebate) and/or Indirect Discount Sale (NOI) shall ensure and prove to the State and the Cooperative that all banked pounds are depleted by the appropriate Recipient Agency or rolled over for the following year. LIQUIDATED DAMAGES 50. Product not processed and delivered to the designated storage facilities within the allotted period may be assessed a penalty of up to $1,000.00 per day per truckload of undelivered product. At the discretion of the Cooperative Coordinator, liquidated damages may be assessed in the form of an adjustment to district invoices with the adjustment not to exceed the processing cost. The adjustment will be based on the number of days delivery is delayed. 51. Product(s) not properly processed, packed, and/or shipped as awarded may be assessed a penalty of up to $500.00 per day from date of incorrect processing, packaging, and/or shipping until problem is corrected and available for district use. 52. Manufacturers, which have products that qualify for the Indirect Sales Option through a distributor warehouse, shall have the correct number of pounds as found on the West Texas Food Service Cooperative forms for each school district to the specified distributor by August 1 of each year. Failure to have specified pounds input into the distributor system by August 1 may incur a fine of $1,000 per day unless manufacturer receives written permission from Dorothy Glenn (806-281-5707) to delay date. NONPERFORMANCE of CONTRACT: 53. If by any reason of Force Majeure, either party hereto shall be rendered unable wholly or in part to carry out its obligations under this agreement then such party shall give notice and full particulars of Force Majeure in writing to the other part within a reasonable time after occurrence of the event or cause relied upon, and the obligation of the party giving such notice, so far as it is affected by such Force Majeure, shall be suspended during the continuance of the inability then claimed, except as herein provided, but for no longer period, and such party shall endeavor to remove or overcome such inability with all reasonable dispatch. The term Force Majeure as employed herein, shall mean acts of God, strikes, lockout, or other industrial disturbances, act of public enemy, orders of any kind of government of the United States or the State of Texas or any civil or military authority, insurrections, riots, epidemics, arrests, restraint of government and people, civil disturbances, explosions, acts of war, or any other causes no reasonably in the control of the party claiming such inability. 54. Contractor shall be deemed in nonperformance upon the occurrence of one or more of the following events: Contractor refuses or fails to perform all or part of its obligations; Contractor s untimely performance; Contractor is adjudged bankrupt or makes a general assignment for the benefit of creditors; a receiver is appointed on account of Contractor's insolvency; or, Contractor or its subcontractors violate any of the Page 12 of 26

WTFSC CP16/17 provisions of this contract. To terminate this contractor for nonperformance, Cooperative shall serve written notice on Contractor or its surety of Cooperative's intention to terminate this contract. This notice shall contain the reasons for Cooperative's intention to terminate contract, describing the nonperformance. Within ten (10) days of date of this notice, Contractor shall cease these acts of nonperformance or make arrangements, satisfactory to Cooperative, to correct these acts of nonperformance. If cessation or satisfactory correction is not affected within this ten (10) day notice period, this contract shall cease and terminate. EQUAL EMPLOYMENT OPPORTUNITY: 55. During the performance of this contract, the contractor agrees not to discriminate against any employee or applicant for employment because of race, color, national origin, age, religion, gender, marital or veteran status, handicapping condition, or political belief. 56. Small and Minority Firms, Women's Business Enterprises and Labor Surplus Area Firms and Texas-owned businesses are especially invited to submit bids. INDEMNIFICATION: 57. Contractor(s) shall maintain, cause to be maintained, such insurance as will protect him and the Cooperative members from claims under Worker's Compensation Acts, and such public liability insurance as will protect him and the Cooperative members from claims for damages for personal injury, including death, and damage to the property, which may arise from operations under this contract, whether such operations be by himself or by any subcontractor or anyone directly or indirectly employed by either of them. a. The Contractor agrees to hold harmless and indemnify the Cooperative members from every claim or demand which may be made by reason of: i. Any injury to person or property sustained by the Contractor or by any person, firm, officer, employee, agent, or corporation employed directly or indirectly by him upon or in connection with his work, and ii. Any injury to person or property sustained by any person, firm, officer, employee, agent, or corporation, caused by any act, neglect, default, or omission of the Contractor or any other person, firm, officer, employee, agent, or corporation directly, or indirectly employed by him upon or in connection with his work, whether the said injury or damage occurs upon or adjacent to the work; the Contractor at his own cost, expense and risk, shall defend any and all claims, actions, suits, or other legal proceedings, that may be brought or instituted against the Cooperative members on any such action, suit or legal proceedings or result thereof. PREVAILING LAW: 58. In the event of any conflict or ambiguity between: a. the Instructions to Bidders, General Terms and Conditions, Specifications, Agreement, or any other document forming a part of this invitation for proposal, and b. State or Federal Law or Regulations, the latter shall prevail. Additionally, all items to be supplied or services to be performed under the bid proposal shall conform to all applicable requirements of Local, State, and Federal Law. CONTACT INFORMATION: 59. Questions concerning this Competitive Sealed Proposal shall be addressed to: a. Dorothy Glenn, Lead Purchasing Specialist, Region 17 Education Service Center i. Phone: 806.281.5710 ii. E-mail: dglenn@esc17.net Page 13 of 26

WTFSC CP16/17 W- 9 Form This form will be sent to all districts for the awarded vendor. This will allow the vendor to complete the form only one time for multiple districts. Page 14 of 26

WTFSC CP16/17 Please Type All Information Phone #: Fax #: E-mail #: Page 15 of 26

WTFSC CP16/17 BID AFFIDAVITS AND CERTIFICATIONS Submission Deadline: December 21, 2015 at 3:00 pm CST Region 17 Education Service Center PLEASE NOTE: On-line proposals submitted at BidForge.com must be completed by 11:00 am CST on December 18, 2015. All printed bid submissions and non-electronic accompaniments to the proposal must be received not later than 3:00 pm CST on December 21, 2015 at Region 17 ESC, Room 239. Proposal Open date will be on December 21, 2015 at 3:00 pm in the Rogers Room at Region 17 ESC. Non-electronic documents may be mailed or hand delivered. Facsimiles or e-mails will not be accepted. Any documentation received after this date and time will be filed as nonresponsive. Pages 16 thru 24, must be completed and submitted as non-electronic documents. Page 25 is the final signature document affirming all submitted affidavits and certifications are true and correct. Page 16 of 26

WTFSC CP16/17 ADMINISTRATIVE FEE All contractors will submit an Administrative Fee to the Cooperative for each truck of USDA Commodities received for further processing. The base Administrative Fee is set at $500.00 per truckload and will be adjusted for partial loads based on percentage of pounds for the Cooperative. If the value of the USDA Commodity Food is under $.25 per pound, the Administrative Fee will be waived. Bonus trucks will be considered at the value of the original commodity price based on the November 15 file. The Cooperative will send an invoice to include a letter, invoice, and TX-UNPS Process Diversions Report to each Contractor for the number of trucks ordered. Payments to the Cooperative must be received within thirty (30) days of invoice unless other arrangements are made between the Contractor and the Cooperative. I, as the below named vendor representative, do hereby certify that I have read and understand the Administrative Fee requirement. I further certify that the payment for the Administrative Fee will be submitted as within 30 days of invoice. Vendor Address Phone FAX Number Title: Authorized Signature Of Company Official Company Official (Print Name) Title E-Mail Address Bidder (Signature) Bidder (Print Name) Page 17 of 26

WTFSC CP16/17 BIDDER PREFERENCE CERTIFICATION CERTIFICATE OF RESIDENCY The State of Texas has passed a law concerning non-resident contractors. This law can be found in Texas Government Code under Chapter 2252, Subchapter A. http://www.capitol.state.tx.us/statutes/gv.toc.htm This law makes it necessary for the West Texas Food Service Cooperative to determine the residency of its bidders. In part, Section: 2252.001 states as follows: (3) Non-resident bidder refers to a person who is not a resident. (4) Resident bidder refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Section: 2252.002 states as follows: A governmental entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lowest proposal submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident s principal place of business is located. Please answer the following questions and return them with this Bid: Is your principal place of business in Texas? (Circle one) Yes No If no, in which state is your principal place of business? If your principal place of business is not Texas, does your state favor resident Bidders in your state by some dollar increment or percentage? (Circle one) Yes No FELONY CONVICTION NOTIFICATION State of Texas Education Code, Section 44.034, Notification of Criminal History of Contractor, Subsection (a), states that a person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony. Subsection (b) states that a school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract. THIS NOTICE IS NOT REQUIRED OF A PUBLICLY-HELD CORPORATION Check One: My firm is a publicly-held corporation; therefore, this reporting requirement is not applicable. My firm is not owned nor operated by anyone who has been convicted of a felony: My firm is owned or operated by the following individual(s) who has/have been convicted of a felony: Name of Felon(s): Details of Conviction(s): Vendor Name: Page 18 of 26

CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. FORM CIQ OFFICE USE ONLY Date Received 1 Name of vendor who has a business relationship with local governmental entity. 2 3 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) Name of local government officer about whom the information in this section is being disclosed. Name of Officer This section (item 3 including subparts A, B, C, & D) must be completed for each officer with whom the vendor has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the vendor? Yes No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more? Yes No D. Describe each employment or business and family relationship with the local government officer named in this section. 4 Signature of vendor doing business with the governmental entity Date Adopted 8/7/2015

WTFSC CP16/17 CERTIFICATION REGARDING TEXAS FAMILY CODE In accordance with Section 231.006 of the Texas Family Code, (recodified from Section 14.52 (repealed) all Bidders must complete and submit with the bid the following required affidavit: Under Section 231.006 of the Texas Family Code, I, the vendor or applicant certifies that the individual or business entity named in this contract, bid, or application is not ineligible to receive the specified grant, loan, or payment and acknowledges that this contract may be terminated and payment may be withheld if this certification is inaccurate. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, & CFR Part 3017, Section 3017.510, Participants' responsibilities. The regulations were published as Part IV of the January 30, 1989, Federal Register (pages 4722-4733). Copies of the regulations may be obtained by contacting the Department of Agriculture agency with which this transaction originated. 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participants shall attach an explanation to this proposal. APPLICABLE TO GRANTS, SUBGRANTS, COOPERATIVE AGREEMENTS, AND CONTRACTS EXCEEDING $100,000 IN FEDERAL FUNDS. Submission of this certification is a prerequisite for making or entering into this transaction and is imposed by section 1352, Title 31, U.S. Code. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Any person who fails to file the required certification shall be subject to civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned certifies, to the best of his/her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of a Federal contract, the making of a Federal grant, the making of a Federal loan, the entering into a cooperative agreement, and the extension, continuation, renewal, amendment, or modification of a Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal grant or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "disclosure Form to Report Lobbying", in accordance with its instructions. 3. The affirming agent shall require that the language of this certification be included in the award documents for all covered subawards exceeding $100,000 in Federal funds at all appropriate tiers and that all subrecipients shall certify and disclose accordingly. COMPLIANCE CERTIFICATION TO EPA REGULATIONS APPLICABLE TO GRANTS, SUBGRANTS, COOPERATIVE AGREEMENTS, AND CONTRACTS EXCEEDING $100,000 IN FEDERAL FUNDS I, the vendor, am in compliance with all applicable standards, orders or regulation issued pursuant to the Clean Air Act, (42 U.S.C. 1857 (h)) (as amended 42 U.S.C. 7401 et. seq.), Section 508 of the Clean Water Act, as amended (33 U.S.C. 1368), Executive Order 117389 and Environmental Protection Agency Regulation, 40 CFR Part 15 as required under OMB Circular A-102, Attachment O, Paragraph 12 (1) regarding reporting violations to the grantor agency and to the United States Environment Protection Agency Assistant Administrator for the Enforcement. Vendor Name: Page 20 of 26

WTFSC CP16/17 EXCEPTIONS TO PROPOSAL TO BE COMPLETED BY BIDDER AND SUBMITTED WITH PROPOSAL Is this Proposal in conformance with the enclosed specifications? Yes No If no, Bidder must identify and explain each exception taken, with reference to each page and paragraph or bid item number to which the exception will apply. It should be understood that if no exception is taken the Bidder shall supply all items as specified. Failure to indicate any difference in products offered in this proposal may be deemed sufficient grounds for rejection of a vendor's proposal. Bidder shall include exceptions in an easily readable format, clearly labeled to be attached to this Exceptions to Proposal form. Possible exceptions: General Terms and Conditions exceptions Product ingredients, including transfat or LFTB Vendor Name: Page 21 of 26

Value Pass Through Processing Systems WTFSC CP16/17 The West Texas Food Service Cooperative is seeking competitive sealed proposals using the following Value Pass Through Systems (VPTS). Please check the appropriate boxes for the types of VPTS that are allowable through your company. Fee for Service: All specifications must be completed through www.bidforge.com for consideration of this system and have approved EPDS on file with TDA Commodity Distribution Program.. Modified Fee for Service: All items to be considered must have approved EPDS on file with TDA Commodity Distribution Program for the contract year. Indirect Refund Sale (Rebate): All items to be considered must have approved EPDS on file with TDA Commodity Distribution Program for the contract year. Indirect Discount Sale (NOI): All items to be considered must have approved EPDS on file with TDA Commodity Distribution Program for the contract year. Verification System The West Texas Food Service Cooperative requires information and access to the Verification System that is used by each processor. Please check the appropriate box for the type of VPTS that are used by your company. K12Foodservice.com. ProcessorLink.com Other: Texas Department of Agriculture Roles and Responsibilities for Commodity Processing The West Texas Food Service Cooperative closely follows the Processing Co-op Roles and Responsibilities as defined in the Texas Department of Agriculture, Roles and Responsibilities for Commodity Processing. In return it is expected for each Processor to accept the Processor Roles and Responsibilities as defined in the same document. Check the box below to indicate that the Texas Department of Agriculture, Roles and Responsibilities for Commodity Processing have been reviewed and that the undersigned:. Agrees to follow the Texas Department of Agriculture, Roles and Responsibilities for Commodity Processing Vendor Name: Page 22 of 26

Cooperative Bi-Monthly Usage Report By Recipient Agency WTFSC CP16/17 The West Texas Food Service Cooperative requires each contractor/processor to submit a Bi-Monthly Usage Report by Recipient Agency (RA) which includes information for each Cooperative participating entity. The reports will: 1. Be submitted Bi-Monthly by the 10 th of the following month: a. August b. October c. December d. February e. April f. June 2. Include a minimum of the following information: a. Carry Over Balance of pounds and usage b. Current Year Balance of pounds and usage c. Designated Value Pass Through Option and Delivery Destination/ 3. Be submitted to: Dorothy Glenn Purchasing Specialist West Texas Food Service Cooperative 1111 W. Loop 289 Lubbock, TX 79416 dglenn@esc17.net Agrees to submit the reports as required Substitution of Donated Foods in Advance of Purchase The West Texas Food Service Cooperative requests information concerning the practice of Substitution of Donated Foods often referred to as front loading, to efficiently order truck load quantities of USDA Commodities. In USDA Policy FD-122: Processing, 7 CFR 250.30(f), this is not specifically prohibited in 7 CFR Part 250; however, it is not recommended because the USDA cannot guarantee the purchase of any USDA Foods. If a processor chooses to front load, they assume all risk and financial liability if the USDA is not able to purchase the USDA Foods. Please indicate the use of this practice by checking the appropriate box. Does use the practice of Substitution of Donated Foods ie: front loading and/or co-mingling in allowing Recipient Agencies to receive value of donated foods before USDA purchases have been completed.. Does NOT use the practice of Substitution of Donated Foods ie: front loading and/or co-mingling in allowing Recipient Agencies to receive value of donated foods before USDA purchases have been completed. Vendor Name: Page 23 of 26

WTFSC CP16/17 USE OF BIDFORGE REPOSITORY AGREEMENT Bidders who utilize the BidForge Repository do so under no obligation of fulfillment of this Proposal Invitation. The Repository is strictly an optional resource for use at the Bidder s discretion. All Bidders choosing to use the BidForge Repository must update all data from previous inputs to ensure the most current information is being used in this Proposal Invitation. I, the undersigned agent for the firm named below, certify that all information transferred from the BidForge Repository to this Proposal Invitation is accurate and will be considered as final documentation in the determination of this Proposal Invitation. Vendor Bidder (Signature) Bidder (Print Name) Title: Date: Page 24 of 26

WTFSC CP16/17 CERTIFICATION I, as the undersigned agent for the firm names below, do hereby certify that I have read all documents and understand all of the requirements and specifications. I further certify that this proposal meets all such criteria and that deliveries will be made as requested. All unit prices submitted have been checked for accuracy and correctness. As such, these prices will be honored without any change or escalation for the duration of the bid except that a price adjustment may be allowed as so stated in the Terms and Conditions of this Proposal. The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this Proposal in collusion with any other potential Bidder, and that the contents of this Proposal as to prices and/or terms and conditions of said Proposal have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business prior to the official opening of this Proposal. I, the undersigned agent for the firm named below, certify that the information concerning notifications and certifications enclosed with this Proposal have been reviewed by me and the information furnished is true to the best of my knowledge. BID: CP16/17 BID SUBMITTED BY: Vendor Address Phone FAX Number Processor Contact (for daily/general operations) Email Phone Bidder (Signature) Bidder (Print Name) Title: Authorized Signature Of Company Official Company Official (Print Name) Title Page 25 of 26

WTFSC CP16/17 Vendor Name: PROPOSAL PACKAGE CHECKLIST REMINDER In order for your proposal to be considered in the proposal process, the following items are required to be included in the proposal package. Note: On-line proposals submitted at BidForge.com must be completed by 11:00 am CST on January 6, 2015. All printed bid submissions and nonelectronic accompaniments to the proposal must be received no later than 3:00 pm CST on January 8, 2015 at Region 17 ESC, Room 239. Proposal Open date will be on January 8, 2015 at 3:00 pm in the Rogers Room at Region 17 ESC. Non-electronic documents may be mailed or hand delivered. Facsimiles or e-mails will not be accepted. Any documentation received after this date and time will be filed as nonresponsive. 1. Form W-9 (Fill in ALL blank lines, sign and date) 2. Administrative Fee Form 3. Certificate of Residency 4. Felony Conviction Notification 5. Form CIQ Description of Item YES NO N/A 6. Certification Regarding Texas Family Code Certification Regarding Debarment, Suspension, Ineligibility and 7. Voluntary Exclusion, etc 8. Exception to Proposal Form 9. Value Pass Thru Processing Systems 10. Verification System 11. TDA - Roles and Responsibilities for Commodity Processing 12. Bi-Monthly Usage Report by RA/CE 13. Substitution in Advance of Purchase 14. Certification 15. Proposal Package Checklist 16. BidForge Submission Report (Signed on front page) 17. Use of BidForge Repository Agreement 18. *If submitting Nutritional Labels, must be on a flash drive only **FAILURE TO MANUALLY SIGN THE PROPOSAL WILL DISQUALIFY IT** Page 26 of 26

Product_Nbr Manufacturuer Product_Desc 72001 ASIAN FOOD SOLUTIONS, INC. Tangerine Chicken 72003 ASIAN FOOD SOLUTIONS, INC. General Tso's Chicken 72005 ASIAN FOOD SOLUTIONS, INC. Japanese Cherry Blossom/Sweet and Sour 73001 ASIAN FOOD SOLUTIONS, INC. Teriyaki Chicken 16272-20111 CONAGRA GILARDI FOODS Gilardi Large Stuffed Crust 100% Mozzarella 16272-20112 CONAGRA GILARDI FOODS Gilardi Large Stuffed Crust 100% Mozzarella 16272-20113 CONAGRA GILARDI FOODS Gilardi Medium Stuffed Crust 100% Mozzare 16272-20117 CONAGRA GILARDI FOODS Gilardi 6" Cheese Filled Breadstick - Whole 77387-12439 CONAGRA GILARDI FOODS Whole Grain MaxStix (50/50) 77387-12515 CONAGRA GILARDI FOODS The Max Lunch around Pepperoni Whole G 77387-12562 CONAGRA GILARDI FOODS The Max Breakfast Pizzazz Sausage Whole 77387-12584 CONAGRA GILARDI FOODS The Max 4x6 100% Mozz Cheese Whole Gr 77387-12585 CONAGRA GILARDI FOODS The Max 4x6 100% Mozz Pepperoni Whole 77387-12602 CONAGRA GILARDI FOODS MaxStix 100% Mozz Whole Grain 77387-12615 CONAGRA GILARDI FOODS The Max 100% Mozz Stuffed Crust Peppero 77387-12655 CONAGRA GILARDI FOODS The Max 4x6 Cheese Whole Grain Pizza 77387-12656 CONAGRA GILARDI FOODS The Max 4x6 Turkey Pepperoni Whole Grai 77387-12671 CONAGRA GILARDI FOODS The Max Stuffed Crust Cheese Whole Grain 77387-12680 CONAGRA GILARDI FOODS The Max Real Slice Cheese Whole Grain Pi 77387-12681 CONAGRA GILARDI FOODS The Max Real Slice Pepperoni Whole Grain 77387-12682 CONAGRA GILARDI FOODS The Max Stuffed Crust Pepperoni Whole Gr 77387-12685 CONAGRA GILARDI FOODS Whole Grain MaxStix 77387-12686 CONAGRA GILARDI FOODS The Max 100% Mozz Real Slice Pepperoni W 77387-12687 CONAGRA GILARDI FOODS The Max 100% Mozz Real Slice Cheese Wh 77387-12699 CONAGRA GILARDI FOODS The Max Whole Grain Pizza Quesadilla Che 77387-12700 CONAGRA GILARDI FOODS The Max Whole Grain Pizza Quesadilla Chic 77387-12714 CONAGRA GILARDI FOODS MaxSnax Whole Grain Totally Taco 77387-12717 CONAGRA GILARDI FOODS The Max FFK Plus Stuffed Crust WG Reduc 77387-12719 CONAGRA GILARDI FOODS The Max FFK Plus 4x6 WG Reduced Sodiu 77387-12721 CONAGRA GILARDI FOODS The Max FFK Plus Real Slice WG Reduced 77387-12722 CONAGRA GILARDI FOODS The Max FFK Plus MaxStix WG Reduced S 06533C HIGH LINER FOODS WG OR Potato Crunch Brd Pollock Fillet 3.6 G1042DF HIGH LINER FOODS WG Italian Style Brd Mozzarella Cheese Stic 6960 J.M. SMUCKER COMPANY 2.6 oz PB & Grape Jelly 6961 J.M. SMUCKER COMPANY 2.6 oz PB & Straw Jam 2031 JENNIE-O TURKEY STORE Sliced Canadian Style Turkey Ham 2099 JENNIE-O TURKEY STORE Sliced Oven Roasted Turkey Breast 209921 JENNIE-O TURKEY STORE Sliced Oven Roasted Turkey Breast 230324 JENNIE-O TURKEY STORE 1.41 oz Browned Turkey Breast Steak 2565 JENNIE-O TURKEY STORE Sliced Turkey Ham 271106 JENNIE-O TURKEY STORE Pre-Cooked Turkey Bacon 284028 JENNIE-O TURKEY STORE Pre-Cooked Turkey Taco Meat 284828 JENNIE-O TURKEY STORE Pre-Cooked Ground Turkey Patty Crumbles 285428 JENNIE-O TURKEY STORE Pre-Cooked Turkey Chili (White & Dark Mea

285628 JENNIE-O TURKEY STORE Pre-Cooked Turkey Taco (White & Dark Me 286228 JENNIE-O TURKEY STORE Pre-Cooked Turkey & Gravy (White Meat) 612620 JENNIE-O TURKEY STORE Uncured Turkey Franks 6132 JENNIE-O TURKEY STORE Country Recipe Turkey Sausage Patties 639740 JENNIE-O TURKEY STORE Pre Cooked Turkey Chorizo Crumble 6409 JENNIE-O TURKEY STORE Diced Turkey Ham 835402 JENNIE-O TURKEY STORE Deli Favorites Oven Roasted Brst MFS - VA 5708 JTM PROVISIONS CO. INC. Jalapeno Cheese Sauce 5718 JTM PROVISIONS CO. INC. Queso Blanco CP5046 JTM PROVISIONS CO. INC. Fully Cooked Beef Meatball (4 mb = 2 oz M/ CP5053 JTM PROVISIONS CO. INC. Fully Cooked Beef Meatballs w/mushrooms CP5205 JTM PROVISIONS CO. INC. Reduced Fat Pork Taco Filling CP5250 JTM PROVISIONS CO. INC. Reduced Sodium Beef Taco Filling CP5316 JTM PROVISIONS CO. INC. Reduced Fat Beef Chili (no beans) CP5338 JTM PROVISIONS CO. INC. Southwestern Chili Con Carne w/o Beans CP5416 JTM PROVISIONS CO. INC. Shredded Pork BBQ CP545 JTM PROVISIONS CO. INC. Reduced Fat Beef Sloppy Joe CP5536 JTM PROVISIONS CO. INC. Beef Spaghetti with Mushrooms CP5631 JTM PROVISIONS CO. INC. Fully Cooked Meatloaf Slices CP5635 JTM PROVISIONS CO. INC. Pork Breakfast Patty w/app (1 pat = 1M/MA CP5637 JTM PROVISIONS CO. INC. Fully Cooked Beef Patties with Mushrooms CP5670 JTM PROVISIONS CO. INC. Fully Cooked Premium Beef Patty CP5694 JTM PROVISIONS CO. INC. Fully Cooked Breaded Pork Chop Shaped P CP5802 JTM PROVISIONS CO. INC. Pork Sausage Biscuit CP5813 JTM PROVISIONS CO. INC. Fully Cooked Seasoned Beef Steak CP5850 JTM PROVISIONS CO. INC. Cooked Beef Bites in Teriyaki Sauce CP5872 JTM PROVISIONS CO. INC. Cooked Ground Beef CP5874 JTM PROVISIONS CO. INC. Cooked Ground Beef Patty Mix CP5876 JTM PROVISIONS CO. INC. Cooked Ground Beef Crumbles 43107 MCI FOODS, INC. Cheese & Green Chili Quesadilla WG Tortill 48501 MCI FOODS, INC. Sausage & Gravey Brkfst Wrap Whole Grain 64142 MCI FOODS, INC. RF Monterey Jack Cheese Enchilada WG B 64143 MCI FOODS, INC. RF Cheddar Cheese Enchilada WG Bulk 64149 MCI FOODS, INC. RF Monterey Jack Cheese Enchilada WG B 64150 MCI FOODS, INC. Pepper Jack Cheese Enchilada WG Tortilla 64151 MCI FOODS, INC. Reduced Fat Monterey Jack Cheese Enchila 64341 MCI FOODS, INC. Bean & Cheddar Cheese Burrito WG Bulk 67565 MCI FOODS, INC. Bean & Cheddar Cheese Burrito WG Bulk w 67576 MCI FOODS, INC. Bean & Cheddar Cheese Burrito WG Bulk 69542 MCI FOODS, INC. Bean & RF American Cheese Burrito WG B 71344 MCI FOODS, INC. Beef, Bean, Cheddar Cheese, Salsa Burrito 71470 MCI FOODS, INC. Ultra Spicy Bean & Cheese Burrito WG IW C 97576 MCI FOODS, INC. Bean & Cheddar Cheese Burrito WG IW 97879 MCI FOODS, INC. Egg, Cheese, Turkey Sausage, Potato Brea 97881 MCI FOODS, INC. Egg, Cheese, Turkey Sausage Whole Grain 97887 MCI FOODS, INC. Egg, Cheese, Turkey Sausage Breakfast W 98765 MCI FOODS, INC. Beef Cheese Taco Snk Burrito YFT IW

14688 MICHAEL FOODS INC. Cheddar Cheeese Omelet IW, 175/2 oz. 30101 MICHAEL FOODS INC. Round Egg Patty, 144/1 oz. 54232 MICHAEL FOODS INC. Scramble Mix, Traditional, Cook/Bag, 6/5# 54246 MICHAEL FOODS INC. Deluxe Scramble Egg Mix, CN, Cook/Bag, 6 65123 MICHAEL FOODS INC. Whole Egg w/citric, Frz, 6/5# 70022 MICHAEL FOODS INC. Round Egg Patty, 360/1.0oz 75010 MICHAEL FOODS INC. Whole Grain Maple Glazed French Toast St 75012 MICHAEL FOODS INC. Whole Grain Cinn. Glazed French Toast Stic 75014 MICHAEL FOODS INC. Whole Grain Cinn. Glazed French Toast, Bu 75015 MICHAEL FOODS INC. Whole Grain Cinn. Glazed French Toast Stic 85017 MICHAEL FOODS INC. Round Egg Patty, CN, 300/1.25 oz. 85018 MICHAEL FOODS INC. Hard Cooked Dry Pak Eggs, 12/12 ct. 85019 MICHAEL FOODS INC. IQF Scrambled Eggs, CN, 4/5# 85137 MICHAEL FOODS INC. Colby Cheese Omelet, CN, 144/2.1 oz. 85805 MICHAEL FOODS INC. Cinnamon Glazed French Toast, 144/3.25 o REDNA1Z RED GOLD, LLC MARINARA DUNK CUPS 250-1 OZ REDNA2ZC84 RED GOLD, LLC MARINARA SAUCE CUPS 84/2.5 OZ REDOA1Z RED GOLD, LLC BBQ SAUCE DUNK CUPS 250/1OZ REDSC2ZC84 RED GOLD, LLC SALSA CUPS 84/3.0 OZ REDSC99 RED GOLD, LLC SALSA 6/#10 CANS REDY51Z RED GOLD, LLC FANCY KETCHUP DUNK CUPS 250/1OZ REDY599 RED GOLD, LLC FANCY KETCHUP 6/#10 CANS REDY59G RED GOLD, LLC FANCY KETCHUP 1000/9 G PACKETS REDYL9G RED GOLD, LLC Natural Ketchup w/ Sugar 1000/9 G Packets REDYZ1Z RED GOLD, LLC RED GOLD'S MAMA SELITAS JALAPENO RPKDX99 RED GOLD, LLC CONCENTRATED CRUSHED TOMATOES RPKHA99 RED GOLD, LLC TOMATO SAUCE 6/#10 CANS RPKIX99 RED GOLD, LLC PIZZA SAUCE W/ BASIL 6/#10 CANS RPKMA9C RED GOLD, LLC SPAGHETTI SAUCE 6/#10 CANS RPKMA9E RED GOLD, LLC NUTRITIONALLY ENHANCED SPAGHETT RPKNA99 RED GOLD, LLC MARINARA SAUCE 6/#10 CANS RPKUA99 RED GOLD, LLC TOMATO PASTE 6/#10 CANS 002154-0928 TYSON FOODS, INC. WHL GRAIN PAT CN 002155-0928 TYSON FOODS, INC. CN FC BRD CKN CHNK 002940-0928 TYSON FOODS, INC. WHL GRAIN HMST PPN CKN 003522-0928 TYSON FOODS, INC. FC FAJ STP CN 003731-0928 TYSON FOODS, INC. WHL GRAIN CKN PAT CN 003732-0928 TYSON FOODS, INC. FC HMST NT PROP CHNK CN 004621-0928 TYSON FOODS, INC. FC FAJ CKN DK STP IF 005567-0928 TYSON FOODS, INC. CN FC BRD H&S W/D 005778-0928 TYSON FOODS, INC. CN FC BRD CKN PAT 006285-0328 TYSON FOODS, INC. CN FC FLMBR BF BURG 007359-0328 TYSON FOODS, INC. CN BF TACO MT FIL 009779-0328 TYSON FOODS, INC. CN FLMBR BF BURG 011786-0328 TYSON FOODS, INC. FC SKLT STYL GRND BF CN 013024-0328 TYSON FOODS, INC. BF TACO MT CN 018186-0328 TYSON FOODS, INC. CKN SAU BIS

019777-0328 TYSON FOODS, INC. FC CKN MTBL 019957-0328 TYSON FOODS, INC. CKN TACO MT FIL 020980-0328 TYSON FOODS, INC. SLCD CKN HAM FZ 021045-0328 TYSON FOODS, INC. SLCD CKN DELI STYL 022830-0928 TYSON FOODS, INC. DI WH DK 023987-0928 TYSON FOODS, INC. WHL GRAIN CHILI CPTO CN 025560-0928 TYSON FOODS, INC. FC ALL NT PU DK WH MT 025839-0328 TYSON FOODS, INC. FC WHL GRAIN CKN BIS IW 026436-0928 TYSON FOODS, INC. FC GLZ CKN DRMS 070302-0928 TYSON FOODS, INC. WHL GRAIN CSPY FLT CN 070304-0928 TYSON FOODS, INC. WHL GRAIN CSPY PAT CN 070312-0928 TYSON FOODS, INC. FC PT CKN H&S FLT CN 070314-0928 TYSON FOODS, INC. WHL GRAIN H&S PAT CN 070322-0928 TYSON FOODS, INC. FC GRL CKN FLT CN 070332-0928 TYSON FOODS, INC. WHL GRAIN CSPY CN 070334-0928 TYSON FOODS, INC. WHL GRAIN CSPY TNDR CN 070342-0928 TYSON FOODS, INC. FC H&S BRD CKN TNDR CN 070344-0928 TYSON FOODS, INC. WHL GRAIN H&S TNDR CN 070362-0928 TYSON FOODS, INC. WHL GRAIN CKN CHNK CN 070364-0928 TYSON FOODS, INC. WHL GRAIN CSPY FRT CN 070366-0928 TYSON FOODS, INC. WHL GRAIN CSPY RNG CN 070367-0928 TYSON FOODS, INC. WHL GRAIN CSPY STCK CN 070368-0928 TYSON FOODS, INC. WHL GRAIN CSPY PPN CN 070372-0928 TYSON FOODS, INC. FC H&S CHNK CN 070374-0928 TYSON FOODS, INC. WHL GRAIN H&S FRT CN 070378-0928 TYSON FOODS, INC. WHL GRAIN H&S PPN CN 080254-0328 TYSON FOODS, INC. FC FLMBR BF PAT 666010-0928 TYSON FOODS, INC. FC BRD CKN DRMS WGCN16 UNO FOODS, INC. 16" WHOLE GRAIN CHEESE PIZZA WGPCN16 UNO FOODS, INC. 16" WHOLE GRAIN PEPPERONI PIZZA

Period Case Qty Period Case Weight 1,796 77,048.400 57 2,445.300 50 2,145.000 660 28,314.000 2 49.140 2 49.140 2 54.000 2 39.780 71 1,644.360 8 151.520 3 87.750 17 474.300 1 27.900 6 138.960 14 315.000 40 1,094.400 112 3,064.320 4 87.120 11 308.000 25 700.000 4 87.680 153 3,543.480 3 84.000 3 84.000 4 115.920 7 210.000 1 24.540 5 108.000 5 140.400 3 84.240 13 304.200 150 1,552.500 122 2,657.160 303 3,545.100 28 327.600 105 2,625.000 277 3,324.000 2 42.000 636 15,696.480 916 10,992.000 24 180.000 54 1,512.000 8 224.000 25 700.000

57 1,596.000 17 476.000 4 80.000 376 3,854.000 11 440.000 125 1,250.000 17 358.590 6 180.000 120 3,600.000 118 3,540.000 38 1,140.000 6 180.000 47 1,410.000 140 4,200.000 224 6,720.000 429 12,870.000 110 3,300.000 3 90.000 7 210.000 24 720.000 75 2,250.000 8 240.000 166 4,795.740 1 21.090 421 12,630.000 1 30.000 60 1,800.000 3 90.000 3 90.000 2 16.500 302 4,077.000 101 1,818.000 383 6,894.000 9 119.520 394 7,092.000 893 13,564.670 996 17,708.880 4 62.400 45 702.000 3 46.800 392 10,780.000 1 29.750 812 25,334.400 3 33.750 535 7,104.800 637 7,166.250 95 2,964.000

2 43.760 196 1,764.000 151 4,530.000 9 270.000 11 330.000 4 90.000 9 138.690 383 5,902.030 43 1,122.300 291 5,274.375 1 23.440 5 75.000 20 400.000 95 1,795.500 6 175.500 6 93.780 14 183.820 165 2,578.950 16 252.000 79 3,051.770 27 422.010 20 862.600 135 2,678.400 785 15,574.400 19 296.970 66 2,599.080 111 4,412.250 6 236.280 27 1,073.250 191 7,592.250 1 39.380 5 208.150 1 30.800 287 8,136.450 240 7,200.000 270 10,781.100 288 7,560.000 624 16,486.080 278 8,340.000 170 5,147.600 36 720.000 101 1,703.870 368 7,477.760 1,010 15,150.000 1 40.000 1 30.090 963 20,213.370

102 1,020.000 19 382.470 454 5,448.000 97 1,164.000 75 750.000 1 15.530 2 20.000 311 7,775.000 250 7,500.000 1,279 39,572.260 416 13,653.120 440 13,596.000 405 13,292.100 334 10,150.260 491 15,216.090 750 23,895.000 200 6,198.000 154 4,906.440 452 13,560.000 1,068 35,041.080 125 4,355.000 14 441.000 1,033 33,872.070 634 19,020.000 4 131.240 128 4,197.120 2 31.500 70 2,074.800 14 411.600 34 1,020.000

June 13, 2016 AdvancePierre Foods 9990 Princeton Glendale Cincinnati, OH 45246 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear Sherri Flynn, Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY17 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director Enclosures PC: Wayne Blount Applicable Broker

June 13, 2016 Alpha Foods Company 19802 FH Circle Waller, TX 77484 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear Maria Bowen, Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY17 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director Enclosures PC: Wayne Blount Applicable Broker

June 13, 2016 Basic American Foods 2185 N. California Blvd Ste 215 Walnut Creek, CA 94596 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear Deniece Ledin Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY17 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director Enclosures PC: Wayne Blount Applicable Broker

June 13, 2016 Brookwood Farms 1015 Alston Bndge Rd Siler City, NC 27344 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear Gib Brooks, Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY17 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director Enclosures PC: Wayne Blount Applicable Broker

June 13, 2016 Bongard Creameries 13200 County Rd. 51 Bongards, MN 55368 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear Joe DeAntoni, Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY17 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director PC: Wayne Blount Applicable Broker

June 13, 2016 Cargill Meat Solutions 151 N. Main Stree Wichita, Kansas 67202 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear Valerie McCoy, Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY17 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director Enclosures PC: Wayne Blount Applicable Broker

June 13, 2016 Chef s Corner Foods 1787 Sabre St. Hayward, CA 94545 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear Grant Kwok Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY17 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director Enclosures PC: Wayne Blount Applicable Broker

June 13, 2016 Goodman Foods Products dba Don Lee Farms 200 East Beach Avenue Inglewood, CA 90302 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear Alesia Legardye, Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY16 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director PC: Wayne Blount Applicable Broker

June 13, 2016 Con Agra Foods Gilardi 801 Dye Mill Road Troy, OH 45373 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear Mark E. Ludwig, Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY16 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director PC: Wayne Blount Applicable Broker

June 13, 2016 Foster Farms 1000 Davis Street Livingston, CA 95334 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear Joel Perez, Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY17 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director PC: Wayne Blount Applicable Broker

June 13, 2016 High Liner Foods (USA), Inc. 183 International Drive Portsmouth, NH 03801 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear, Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY17 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director PC: Wayne Blount Applicable Broker

June 13, 2016 Integrated Food Service 310 W. Alondra Blvd. Gardena, CA 90248 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear Yessenia Enciso, Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY17 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director PC: Wayne Blount Applicable Broker

June 13, 2016 Idahoan Foods, LLC 357 Constitution Way Idaho Falls, ID 83402 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear Kathy Carnazzo, Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY17 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director PC: Wayne Blount Applicable Broker

June 13, 2016 Jennie-O Turkey Store 2505 Willmar Avenue SW Willmar, MN 56201 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear Steve Atchinson, Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY17 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director PC: Wayne Blount Applicable Broker

June 13, 2016 JM Smucker Company 1 Strawberry Lane Orrville, OH 44667 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear Linda Vaccani, Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY17 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director PC: Wayne Blount Applicable Broker

June 13, 2016 JTM Food Group 200 Sales Dr. Harrison, OH 45030 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear Brian Hofmeier, Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY17 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director PC: Wayne Blount Applicable Broker

June 13, 2016 J.R. Simplot 6360 S. Federal Way Boise, ID 83716 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear Brian Starr, Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY16 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director PC: Wayne Blount Applicable Broker

June 13, 2016 Out of Shell (Lings) 9658 Remer Street S El Monte, CA 91733 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear Jennifer Lin, Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY17 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director PC: Wayne Blount Applicable Broker

June 13, 2016 Lamb Weston 599 S Rivershore Lane Eagle, ID 83616 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear Sheryl Orn, Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY17 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director PC: Wayne Blount Applicable Broker

June 13, 2016 Land O'Lakes, Inc. 1200 County Road F Arden Hills, MN 55112 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear Alethia Scheett, Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY17 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director PC: Wayne Blount Applicable Broker

June 13, 2016 Lux Bakery 1734 Centennial Blvd San Antonio, TX 78211 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear Ignacio Alvarez, Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY17 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director PC: Wayne Blount Applicable Broker

June 13, 2016 McCain Foods USA 2275 Cabot Drive Lisle, IL 60532 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear Janice Dyer, Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY17 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director PC: Wayne Blount Applicable Broker

June 13, 2016 Nardone Brothers Pizza 420 New Commerce Blvd. Wilkes-Barre, PA 18706 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear Vincent Nardone, Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY17 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director PC: Wayne Blount Applicable Broker

June 13, 2016 M.C.I. Foods Inc./Los Cabos Mexican Foods 13013 Molette Street Santa Fe Springs, CA 90670 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear Dan Southard, Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY17 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director PC: Wayne Blount Applicable Broker

June 13, 2016 Michael Foods, Inc. 301 Carlson Pkwy, Ste. 400 Minnetonka, MN 55305-5388 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear James Ruhling, Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY17 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director PC: Wayne Blount Applicable Broker

June 13, 2016 National Food Group 46820 Magellan Dr. Suite A Noovi, MI 48377 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear Nick Goetz, Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY17 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director PC: Wayne Blount Applicable Broker

June 13, 2016 Pilgrim's Pride Corp. 1770 Promontory Circle Greeley, CO 80634 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear Dawn Richardson, Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY17 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director PC: Wayne Blount Applicable Broker

June 13, 2016 Rich Products Corp. 1 Robert Rich Way Buffalo, NY 14213 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear Diana Shaeffer, Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY17 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director PC: Wayne Blount Applicable Broker

June 13, 2016 Red Gold LLC 1500 Tomato Country Way Elwood, IN 46036 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear Josh Chaffin, Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY17 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director PC: Wayne Blount Applicable Broker

June 13, 2016 Tyson Foods, Inc. 2200 Don Tyson Parkway Springdale, AR 72762 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear Diane Keaton, Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY17 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director PC: Wayne Blount Applicable Broker

June 13, 2016 Schwan's Food Service 115 W. College Dr. Marshall, MN 56258 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear Kelli Helm, Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY17 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director PC: Wayne Blount Applicable Broker

June 13, 2016 Tasty Brands 6800 Jericho Tpke, Suite 101 West Syosset, NY 11791 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear Lois Curry, Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY17 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director PC: Wayne Blount Applicable Broker

June 13, 2016 Trident Seafoods 5303 Shilshole Avenue NW Seattle, WA 98107 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear Ryan Richardson, Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY17 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director PC: Wayne Blount Applicable Broker

June 13, 2016 Uno Foods, Inc. 180 Spark Street Brockton, MA 02302 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear Jeff Keating, Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY17 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director PC: Wayne Blount Applicable Broker

June 13, 2016 Wawona Frozen Foods 100 W. Alluvial Clovis, CA 93611 Re: Commodity Processing Bid Awards, SY17 Contract Year Dear Matt Ribera, Thank you for your participation in the SY17 West Texas Food Service Cooperative (WTFSC) Commodity Processing Bid #CP SY17. The members of the WTFSC have selected you as an awarded manufacturer for SY17. All district pre-orders have been entered and uploaded into the TX-UNPS software. All shipments have been requested for delivery to you as indicated on the enclosed Trucks Ordered for SY17 (attachment 1). NOTE: All pounds for the full and partial truckloads of USDA Foods have been requested to be ordered via the Texas Department of Agriculture, if changes are made by that entity it could affect the truckload quantities. All processed commodities for SY17 are requested on an as needed month-to-month FFS basis or pounds have been committed by districts for NOI and/or MFFS as shown in Attachments 2 and 3. The WTFSC only has districts in the El Paso area that submitted their usage schedule to the WTFSC this is not a delivery schedule these districts are NOI. The FFS/DS districts manage their delivery schedules individually with each processor directly. The Administrative Fee in Section 21 of the General Bid Terms and Conditions (attachment 5) requires all contractors to submit a base fee of $500.00 per full truckload and provides adjusted fee for partial truckloads based on percentage of pounds for the Cooperative. Payment to the Cooperative must be received within thirty (30) days of each ending quarter following receipt of USDA Commodity Products. Also, enclosed is the Vendor Remittance Information Sheet (attachment 6). Please fill out and submit this form to Region 17 Education Service Center, Attn: Dorothy Glenn 1111 West Loop 289, Lubbock Texas 79416, no later than June 30, 2016. A complete list of districts participating in the Commodity Processing Component (attachment 7) is enclosed for your reference. Please be aware that not every district participating in the Cooperative has chosen to process all commodity items available through the Cooperative. We appreciate your cooperation and support of the West Texas Food Service Cooperative and look forward to working with you in the coming year. Please contact Dorothy Glenn with any questions regarding commodity processing at 806.281.5710 or e-mail dglenn@esc17.net. Sincerely, Kyle Wargo Executive Director Enclosures PC: Wayne Blount Applicable Broker