HUNTINGDON SPECIAL SCHOOL DISTRICT PROCUREMENT PLAN CHILD NUTRITION PROGRAM

Similar documents
Central Kentucky Educational Cooperative

LWDB PROCUREMENT / PROPERTY MANAGEMENT POLICY

EAST BATON ROUGE REDEVELOPMENT AUTHORITY ADMINISTRATIVE POLICY PROCUREMENT CONTRACTING AND DBE POLICY FOR FEDERALLY FUNDED PROJECTS.

BOARD OF TRUSTEES JEFFERSON TOWNSHIP, MONTGOMERY COUNTY, OHIO RESOLUTION NO 16-38

INFORMATION FOR VENDORS DOING BUSINESS WITH THE CITY OF CORAL SPRINGS, FLORIDA FINANCIAL SERVICES DEPT

Intent: To establish a policy and guidelines for all procurement activities in the city. SECTION I: Purpose of Purchasing Policies...

TRIBAL CODE CHAPTER 13 PROCUREMENT AND PROPERTY MANAGEMENT

Invitation For Bid IFB 2895

REQUIREMENTS FOR CONSTRUCTION AND CONSTRUCTION RELATED CONTRACTS WITH VALUES OF LESS THAN $200,000

Charleston County School District. Procurement Services

REQUEST FOR PROPOSALS

SERVICE CONTRACTS (except for A/E professional services) AND PURCHASE CONTRACTS (purchasing apparatus, supplies, materials, or equipment)

A. The purpose of this policy is to establish purchasing guidelines. This policy is applicable to all purchasing for the City of Moscow Mills.

CONTRACTING - BID LAWS

PURCHASING and ACQUISITION

230.2 Procurement Thresholds (Goods and Non-Professional Services)

PROCUREMENT CODE: What Districts Need to Know

Chapter 9. Competitive Sealed Bidding: Evaluating Bids

CARLSBAD MUNICIPAL SCHOOLS INVITATION TO SUBMIT SEALED BID. BID # SAXON PHONICS NIGP Code: 78587

220 S.E. Green Street Lee s Summit, MO RFP # RE TITLE SIGNATURE PAGE REQUEST FOR PROPOSAL NO.RE

Chapter 16 PROCUREMENT. Procurement through NMSA Purchasing Discounts 13-1A-1 through 13-1A-4 NMSA 1978

PROCUREMENT POLICY PURCHASING GUIDELINES CONTRACT AND SURPLUS AUTHORITY

EASTERN WEST VIRGINIA COMMUNITY & TECHNICAL COLLEGE REGULATION No. AR- 7.10

CHAPTER 304 TOWN OF SCARBOROUGH PURCHASING POLICY

Housing Authority of the County of Salt Lake Request for Qualifications. Professional Consulting Services for the Disposition of Public Housing

REQUEST FOR PROPOSALS Professional Engineering Services for Lift Station In the Rural Municipality of Wellington

Common Audit Findings Related to Purchasing and How to Avoid Them

H. UNIVERSITY PROCUREMENT CODE

PURCHASING PROCEDURES

Proposals are due by November 6, 2013 at 2 pm and will be considered for award by the Board of Selectmen on November 13, 2013.

Procurement Procedures June 3, 2010

Prepared by Office of Procurement and Real Property Management. This replaces Administrative Procedure No. A8.215 dated November 2012 A8.

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid: HYDRATED LIME

A. Approval / Disapproval of Resolution No : Adopting a Fair Housing Policy.

New York State Housing Trust Fund Corporation M E M O R A N D U M ANNUAL REPORT ON PROPERTY DISPOSAL GUIDELINES

City of Hays Request for Proposals

A. Approval / Disapproval of Resolution No : Adopting a Fair Housing Policy.

CITY OF CLARKSVILLE, TENNESSEE

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

INVITATION TO BID. BOARD OF EDUCATION OF CAMPBELL COUNTY KENTUCKY EQUAL OPPORTUNITY EMPLOYER 101 Orchard Lane Alexandria, KY 41001

INDEX. of subrecipients, VIII -2 records, VI-1, 4, 13. OMB Circular A-122, VIII- 3 certification: I-28

Town of Waldoboro ADMINISTRATIVE POLICY

REQUEST FOR PROPOSAL. Request Number

Purchasing Guide. MTAS MORe. Published on MTAS ( November 06, 2018

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

COUNTY OF TANEY, MISSOURI

Guidelines and Procedures for the Disposal of Personal Property

2. Project Implementation Agency: National Bureau of Statistics. 3. Date of the Procurement Plan Approval: June 12, 2018

County Tax Sale PLEASE MARK YOUR ENVELOPE "SEALED BID # RETURN ONE (1) ORIGINAL AND THREE (3) COPIES TO:

TEXAS GENERAL LAND OFFICE PROCUREMENT GUIDANCE FOR RECIPIENTS AND SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

N O T I C E T O B I D D E R S

Request for Proposals For Outdoor Advertising - Billboards. At the Following Locations. TelPosta Towers: Roof Top on Tower 2 (Kenyatta Avenue)

SEALED BID - REQUEST FOR PROPOSALS # FOR THE SALE OF PROPERTY OWNED AND OPERATED BY DALLAS COUNTY SCHOOLS

DIVISION 2. PURCHASES, CONTRACTS AND SALE OF PROPERTY* Sec Purchasing agent. Sec Purchase and contractual requirements generally.

PROCUREMENT POLICIES AND PROCEDURES AS REQUIRED UNDER GENERAL MUNICIPAL LAW SECTIONS 103 and 104-B.

Purchasing Policy. Approved: July 23, 2018 Effective: July 23, Purchasing Policy, City of Saco, Approved 7/23/18 1

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Graphic Design Training Services. office. 301 West Railroad Weslaco, Texas 78596

New 2017 Fairway Deep Tine Aerifier

WATER AUTHORITY OF GREAT NECK NORTH POLICY FOR THE DISPOSITION OF PROPERTY As Revised: March 19, 2018 for Item As Re-Adopted December 10, 2018

Nebraska Association of County Officials

PUBLIC PROCUREMENT BASICS

REQUEST FOR PROPOSAL COLLECTION OF DELINQUENT REAL ESTATE TAXES DUE TO ERIE COUNTY

SY Super Co-Op Membership Applications

DALE COUNTY BOARD OF EDUCATION OFFICE OF SUPERINTENDENT DALE COUNTY GOVERNMENT BUILDING 202 S HWY 123, SUITE E. OZARK, ALABAMA

FOR INFORMATION PURPOSES ONLY. Request for Proposals for the Purchase of a Site for the New Acute Care Hospital with Schedules

Fee Accountant. RFP : Fee Accountant. Publication of Request: April 9, 2018 at 8:00am. Submission of Response Deadline: May 9, 2018 at 5:00pm

13-1 CHAPTER 13 BIDS AND CONTRACTS

ADMINISTRATIVE REGULATION

PERRY CITY UTAH REQUEST FOR PROPOSALS REAL ESTATE BROKER SERVICES

Contracts and Purchasing. Contracts and Purchasing. Competitive Bid Law Legal Authority for Boards. AASBO Certificate Program April 21 and 22, 2014

CHAPTER 1 GENERAL PROVISIONS

Village of Fairport Industrial Development Agency

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

Broken Arrow Public Schools Independent School District NO S Main Street Broken Arrow, OK Phone (918)

HPL PROCUREMENT POLICIES HAMBURG PUBLIC LIBRARY PROCUREMENT POLICIES AND PROCEDURES AS REQUIRED UNDER GENERAL MUNICIPAL LAW SECTIONS 103 and 104-B.

SCHOOL BUSINESS LAW: THINGS YOU NEED TO KNOW IN THIS ECONOMY

SUFFOLK COUNTY INDUSTRIAL DEVELOPMENT AGENCY DISPOSITION OF PROPERTY GUIDELINES ADOPTED PURSUANT TO SECTION 2896 OF THE PUBLIC AUTHORITIES LAW

REQUEST FOR PROPOSALS VENDOR: RFP OPENING:

RECORDKEEPING PROCESS. All ACEDP grantees are required to develop a recordkeeping system that is comprehensive, well-organized and easy to review.

ARTICLE I 1. STATEMENT OF PURPOSE AND APPLICABILITY

Development Authority of the North Country Governance Policies

TOWN OF LINCOLN INVITATION TO BID 2018 TOWN CALENDAR RFP #

Financial Responsibilities. Financial Responsibilities. Financial Responsibilities MUNICIPAL ELECTED OFFICIALS /18/2018

Everett PURCHASING GUIDELINES

FRESH FRUITS & VEGETABLES

Chapter 5. Competitive Sealed Bidding: Procedure

ALL PURCHASE ORDERS ARE SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS

DISPOSAL OF PROPERTY GUIDELINES Dutchess County Water and Wastewater Authority

CORTLAND COUNTY PURCHASING POLICY INDEX. INTRODUCTION Page 1. ETHICS OF PURCHASING Page 1. DEFINITIONS Page 2

Chapter 11. Competitive Negotiation: Procedure

RFP BIDDING INSTRUCTIONS

THE BORDER CONSORTIUM 12/5 Convent Road, Bangrak, Bangkok 10500, Tel: (02) , Fax: (02) ,

REQUEST FOR PROPOSAL MV COMBERMERE COMMUNITY CENTRE ACCESSIBLE LIFT SYSTEM For The Corporation of the Township of Madawaska Valley

WHEREAS, the Board passed Resolution approving the aforementioned Guidelines; and

PROPERTY MANAGEMENT REFERENCE MANUAL

INVITATION FOR BID VENDOR: BID OPENING:

VILLAGE OF FAIRPORT LOCAL DEVELOPMENT CORPORATION DISPOSITION OF PROPERTY GUIDELINES ADOPTED PURSUANT TO TITLE 5-A OF THE PUBLIC AUTHORITIES LAW

UCF FACTS MADE PART OF THIS SOLICITATION

FRANKLIN COUNTY CIVIC DEVELOPMENT CORPORATION DISPOSITION OF PROPERTY POLICY. I. Introduction

OHIO DEPARTMENT OF TRANSPORTATION OFFICE OF REAL ESTATE. Adam Sheets, Manager, Administrative Section. Changes and Updates to the Real Estate Manual

Transcription:

HUNTINGDON SPECIAL SCHOOL DISTRICT PROCUREMENT PLAN CHILD NUTRITION PROGRAM This procurement plan contained on the following pages 1 through 10 will be implemented on July 1, 2016 from that date forward until amended. All procurements must adhere to free and open competition. Source documentation must be available to determine open competition, the reasonableness, the allowability and the allocation of costs. Chairman, Board of Education Date Superintendent of Schools Date (Rev. 07-01-14) 1

HUNTINGDON SPECIAL SCHOOL DISTRICT PROCUREMENT PLAN CHILD NUTRITION PROGRAM 1. The Huntingdon Special School District s plan for procuring items for use in the Child Nutrition Program is as follows. The procurement plan provides for free and open competition, transparency in transactions, comparability, and documentation of all procurement activities. 2. If the amount of purchases is more than the Federal small purchase threshold currently valued at $150,000, or State agency or SFA approved threshold if less, formal procurement procedures will be used as required by 7 CFR 3016.36 and The Tennessee Internal School Uniform Accounting Policy Manual, Section 5 (5-15) Procurement Code and Regulations. Informal procurement procedures (small purchase) will be required for purchases under the most restrictive small purchase threshold. A. All expenditures of such purposes estimated to exceed ten thousand dollars ($10,000) or more shall be made on competitive bids which shall be solicited by advertisement in the local newspaper. In the event of an emergency, the newspaper advertisement may be waived. Fresh produce is exempt from the $10,000 threshold. B. All purchases of $500 to $10,000 may be made in the open market without newspaper notice, but shall whenever possible be based upon at least three (3) competitive bids. 3. The following procedures will be used for all other purchases: 4. Formal bid procedures will be applied on the basis of: Category Frozen Foods (Meats, Fruits, Vegetables); Produce, Canned Foods(same as above); Bakery, Pasta, and Miscellaneous, Manual-All Purpose Cleaning Supplies, Dish Machine Chemicals, Paper and Plastic Supplies Procurement Method Evaluation Used Contract Award Type Contract Duration/ Frequency Formal Bottom line Fixed price Semi-annually 2

Fresh Fruits and Formal Bottom line Fixed Price Semi-annually, Vegetables Capital Formal Bottom line Fixed price Annual Equipment Fresh Bread Formal Bottom line Fixed price with Annual by SY price adjustment Milk and Dairy Formal Bottom line Fixed price with Annual by SY Products price adjustment Office Supplies District contract Bottom line Cost Annual reimbursable plus fixed-fee Emergency Small Purchase Procedures/Informal Bottom line Fixed price As needed 2. Formal bid procedures will be applied on a system-wide basis. Because of the potential for purchasing more than $10,000, it will be the responsibility of the School Food Service Supervisor to document the amounts to be purchased so the correct method of procurement will be followed. B. When a formal procurement method is required, the following COMPETITIVE SEALED BID or an Invitation for Bid (IFB) or COMPETITIVE NEGOTIATION in the form of a Request for Proposal (RFP) procedures will apply: An announcement of an Invitation for Bid (IFB) or a Request for Proposal (RFP) will be placed in the Carroll County News Leader to publicize the intent of the Huntingdon Special School District to purchase needed items. The advertisement for bids/proposals or legal notice will be run for two weeks. An advertisement is required for all purchases over the districts small purchase threshold of $10,000. The announcement (advertisement or legal notice) will contain a: general description of items to be purchased deadline for submission of questions and the date written responses will be provided including addenda to bid specifications, terms and conditions as needed date of pre-bid meeting, if provided, and if attendance is a requirement for bid award deadline for submission of sealed bids or proposals, and address of location where complete specifications and bid forms may be obtained. In an IFB or RFP, each vendor will be given an opportunity to bid on the same specifications. The developer of written specifications or descriptions for procurements will be prohibited from submitting bids or proposals for such products or services. 3

The IFB or RFP will clearly define the purchase conditions. The following list includes requirements, not exclusive, to be addressed in the procurement document: Contract period SFA is responsible for all contracts awarded (statement) Date, time, and location of bid opening How vendor is to be informed of bid acceptance or rejection Delivery schedule Set forth requirements (terms and conditions) which bidder must fulfill in order for bid to be evaluated Benefits to which the School Food Authority will be entitled if the contractor can not or will not perform as required Statement assuring positive efforts will be made to involve minority and small business Statement regarding the return of purchase incentives, discounts, rebates, and credits to the School Food Authority s non-profit Child Nutrition account Contract provisions as required in 7 CFR Part 3016.36(i) Contract provisions as required in 7 CFR Part 210.21(f) for all cost reimbursable contracts Contract provisions as required in 7 CFR Part 210.16(a)(1-10) for Food Service Management Company contracts Procuring instrument to be used are purchase orders from firm fixed prices after formal bidding Price adjustment clause (escalation/de-escalation) based on appropriate standard or cost index (Consumer price index, or other as stated in terms and conditions for pricing and price adjustments) Method of evaluation and type of contract to be awarded Method of award announcement and effective date (if intent to award is required by State or local procurement requirements) Specific bid protest procedures including contact information of person and address and the date by which a written protest must be received Provision requiring access by duly authorized representatives of the School Food Authority, State Agency, United State Department of Agriculture, or Comptroller General to any books, documents, papers and records of the contractor which are directly pertinent to all negotiated contracts Method of shipment or delivery upon contract award Provision requiring contractor to maintain all required records for three years after final payment and all other pending matters (audits) are closed for all negotiated contracts Description of process for enabling vendors to receive or pick up orders upon contract award Provision requiring the contractor to recognize mandatory standards/polices related to energy efficiency contained in the State Energy Plan issued in compliance with the Energy Policy and Conservation Act (PL 94-165) Signed statement of non-collusion 4

5 Signed Debarment/Suspension Certificate or statement included in contract or copy of Excluded Parties List System (EPLS). Provision requiring Buy American as outlined in 7 CFR Part 210.21(d); specific instructions for prior approval of all of non-domestic product (s). Specifications and estimated quantities of products and services prepared by SFA and provided to potential contractors desiring to submit bids/proposals for the products or services requested. If any potential vendor is in doubt as to the true meaning of specifications or purchase conditions, interpretation will be provided in writing to all potential bidders by School Food Service Supervisor and date specified. The School Food Service Supervisor will be responsible for securing all bids or proposals. The School Food Service Supervisor will be responsible to ensure all SFA procurements are conducted in compliance with applicable Federal, State, and local procurement regulations. The following criteria will be used in awarding contracts as a result of bids/proposals. 1. Price 2. Quality of Product 3. Student acceptance 4. Service-vendor s dependability and ability to deliver products ordered 5. Vendor s ability to meet specifications and bid conditions 6. Past performance of vendor 7. Serviceability of item In awarding a competitive negotiation (RFP), a set of award criterion in the form of a weighted evaluation sheet will be provided to each bidder in the initial bid document materials. Price alone is not the sole basis for award, but remains the primary consideration when awarding a contract. Following evaluation and negotiations a firm fixed price or cost reimbursable contract is awarded. The contracts will be awarded to the responsible bidder/proposer whose bid or proposal is responsive to the invitation and is most advantageous to the SFA, price, and other factors considered. Any and all bids or proposals may be rejected in accordance with law. School Food Service Supervisor is required to sign on the bid tabulation of competitive sealed bids or the evaluation criterion score sheet of competitive proposals signifying a review and approval of the selections. School Food Service Supervisor will review the procurement system to ensure compliance with applicable laws. Cafeteria Managers will be responsible for documentation the actual product specified is received. Any time an accepted item is not available, the School Food Service Supervisor will select the acceptable alternate. The contractor must inform the School Food Service Supervisor one week in advance if a product is not available. In the event a non-domestic agricultural product is to be provided to the SFA, the contractor must obtain, in advance, the written approval of the product. The School Food Service Supervisor must comply with the Buy American Provision. Full documentation as to the reason an accepted item was unavailable, and to the procedure used in determining acceptable alternates, will be available for audit and review. The person responsible for this documentation is School Food Service Supervisor. The School Food Service Supervisor is responsible for maintaining all procurement documentation.

C. If the amount of purchases for items is less than $10,000 or greater than $500, the following SMALL PURCHASE PROCEDURES, including quotes, will be used. Quotes from an adequate number of qualified sources will be required. These procedures will also be used for Competitive Negotiated Purchases. 1. Written Specifications will be prepared and provided to the vendor. 2. Each vendor will be contacted and given an opportunity to provide a price quote on the same specifications. A minimum of three vendors shall be contacted. 3. The School Food Service Supervisor will be responsible for contacting potential vendors when price quotes are needed. 4. The price quotes will receive appropriate confidentiality before award. 5. Quotes will be awarded by School Food Service Supervisor. Quotes awarded will be to the lowest and best quote based upon quality, service, availability, price, and student acceptance. 6. The School Food Service Supervisor will be responsible for documentation of records to show selection of vendor, reasons for selection, names of all vendors contacted, price quotes from each vendor, and written specifications. 7. The Cafeteria Managers will be responsible for documentation that the actual product specified is received. 8. Any time an accepted item is not available, the School Food Service Supervisor will select the acceptable alternate. Full documentation will be made available as to the selection of the acceptable item. 9. Bids will be awarded on the following criteria: a. Quality b. Price c. Student Acceptance d. Service e. Vendor s ability to meet specificiations and bid conditions f. Past performance of vendor g. Serviceability of item 10. The School Food Service Supervisor is required to sign all quote tabulations, signifying a review and approval of the selections. 6

D. If items are available only from a single source when the award of a contract is not feasible under small purchase, sealed bid or competitive negotiation, NON-COMPETITIVE NEGOTIATION procedures will be used: 1. Written Specifications will be prepared and provided to the vendor. 2. The School Food Service Supervisor will be responsible for the documentation of records to fully explain the decision to use the non-competitive negotiation. The records will be available for audit and review. 3. The School Food Service Supervisor or Cafeteria personnel will be responsible for documentation that the actual product or service specified was received. 4. The Director of Schools will be responsible for reviewing the procedures to be certain all requirements for using single source or non-competitive negotiation are met. D. Non-competitive negotiations shall be used for one-time purchases of a new food item in order to determine food acceptance by students and for samples for testing purposes. A record of noncompetitive negotiation purchase shall be maintained by the School Food Service Supervisor. The record of non-competitive purchases shall include, at a minimum, the following: item name dollar amount vendor, and reason for non-competitive procurement A member or representative of the local Board of Education or Governing Board will approve, in advance, all procurements that result from non-competitive negotiations. E. Miscellaneous Provisions: 1. In order to evaluate a new product, the new product will be sent to pilot schools, reviewed by student committees, and/or tested by the manager and kitchen staff. The School Food Service Supervisor will review the transaction. 2. The Huntingdon Special School District Board of Education agrees that the reviewing official of each transaction will be the School Food Service Supervisor. 3. Payment will be made to the vendor when the contract has been met and verified and has met the SFA s procedures for payment. (If prompt payment is made, discounts, etc. are accepted.) 4. Specifications will be updated as need. 5. If product is not as specified, the following procedure will take place: 7

1. All items will be inspected upon arrival at the school. If any articles are found defective or otherwise not in conformity with the specifications, the system shall hace the right to reject items. It will be the responsibility of the vendor to defray any cost involved in the delivery and return of rejected articles. 2. The school system retains the right to check compliance on any item. A sample selected at random of the product will be shipped to a USDA Acceptance Laboratory for verification of the USDA quality grade. Compliance for yield will be made by the School Food Service Supervisor and cafeteria personnel on a random basis. If the analysis indicates that the product does not meet USDA quality grade and/or yield specified, the vendor will bear the cost of analysis. The School Food Service Supervisor will determine the frequency of sampling. Any one or combination of Penalties for Failure to perform listed as follows may be used: a. Cost adjustment b. Termination of contract c. Suspension from future bidding d. Legal action and civil penalties e. Criminal action F. Emergency or Pressing Need Purchases 1). If it is necessary to make a one-time emergency procurement to continue service or obtain goods, the purchase shall be made, and a log of all such purchases shall be maintained by the School Food Service Supervisor. The following emergency procedures shall be followed. All emergency procurements shall be approved by the School Food Service Supervisor. At a minimum, the following emergency procurement procedures shall be documented: item name dollar amount vendor, and reason for emergency 2). If it is necessary, in the course of a pressing need, to make an emergency purchase by means of piggybacking on the bid of another district, the following conditions must exist and approved procedures must be followed and appropriately documented as follows: The SFA originating the competitive procurement must have a piggyback provision in the original solicitation; Documentation of the emergency requiring the piggybacking must be maintained; Approval from the purchasing SFA s governing board will be obtained and documented; Approval from the SFA that originated the competitive procurement will be obtained and documented; Approval from the Vendor that was awarded the Contract (original solicitation) will be obtained and documented; 8

If required, a public notice of the district s Intent to Waive Competitive Bidding will be issued at least 10 days prior to the regularly scheduled governing board meeting; Approval to piggyback will be obtained and documented from the governing board during a regularly scheduled meeting following the public notice; Notification to the Vendor of final approval will be documented and issued; A contract with the Vendor will be developed including: i. The contractor shall agree to retain all books, records and other documents relative to the contract agreement for three (3) years after final payment, or until audited by SFA, whichever is sooner. The SFA, its authorized agents, and/or State and/or USDA auditors shall have full access to and the right to examine any of said materials during said period. 3). The SFA shall agree to retain all books, records and other documents relative to the award of the contract for three (3) years after final payment. Specifically the SFA shall maintain, at a minimum, the following documents: Written rationale for the method of procurement; A copy of the original solicitation; The selection of contract type; The bidding and negotiation history and working papers; The basis for contractor selection; Approval from the State agency to support a lack of competition when competitive bids or offers are not obtained; The basis for award cost or price; The terms and conditions of the contract; Any changes to the contract and negotiation history; Billing and payment records; A history of any contractor claims; and A history of any contractor breaches. G. The following conduct will be expected of all persons who are engaged in the awarding and administration of contracts supported by School Food and Nutrition Program Funds. These written standards of conduct include: 1. No employee, officer or agent of the Huntingdon Special School District shall participate in the selection or in the award or administration of a contract supported by program funds if a conflict of interest, real or apparent, would be involved. Conflicts of interest arise when one of the following has a financial or other interest in the firm selected for the award: a. The employee, officer or agent; b. Any member of the immediate family; c. His or her partner; d. An organization which employs or is about to employ one of the above. 9

2. The Huntingdon Special School District employees, officers or agents shall neither solicit nor accept gratuities, favors, or anything of monetary value from contractors, potential contractors, or parties to sub-agreements. 3. Penalties for violation of the standards of code of conduct of the Huntingdon Special School District School Child Nutrition Program should be: a. Reprimand by Board of Education; b. Dismissal by Board of Education; c. Any legal action necessary. 4. Employee code of conduct: a. The purchase of food from a contractor by an employee of the Huntingdon Special School District for personal use must be billed separately (with sales tax included) and documented by a person other than the one making the purchase. b. The removal of food, supplies, equipment, or school property is prohibited. c. Failure of any employee to abide by the presently stated code could result in a fine, suspension, or both, or dismissal. Interpretation of the code will be given at any time by contacting the Director of Schools. The School Food Service Supervisor will not be responsible for any other explanation or interpretation which anyone presumes to make on behalf of the Board of Education. d. The Huntingdon Special School District employees, officers or agents shall neither solicit nor accept gratuities, favors, or anything of monetary value from contractors, potential contractors, or parties to sub agreements. 10