Request for Proposal. SFSP and CACFP Food Program Vendor

Similar documents
BREMEN CITY SCHOOL NUTRITION PROGRAM PROCUREMENT PLAN

Procurement 101: Developing a Code of Conduct and. Written Procurement Procedures

CACFP Annual Sponsor Training

Instructions Regarding the Invitation for Bid and Contract Process For the National School Lunch and School Breakfast Programs Vended Meal Services

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

Request for Proposal for Food Service Vendor for School Meal Program. KIPP Massachusetts. KIPP Academy Lynn Elementary, Lynn MA

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

BID SHSGA CACFP CONTRACT #03309 FY2015 ADVERTISEMENT FOR FOOD PROCUREMENT FOR KIDS CAFÉ PROGRAM

General Procurement Requirements

NOGALES UNIFIED SCHOOL DISTRICT #1 FOOD SERVICE PROCEDURES MANUAL

APRIL 13-16, 2016 Procurement Planning Procedures and Ethics

Slide 1. We understand how one measures success may vary within each organization. Slide 2

PROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016

What guidance will be used for Reviews?

Procurement Reviews DIANE GOLZYNSKI, PHD, RD OFFICE OF SCHOOL SUPPORT SERVICES

Procurement Review Summary SY (CYCLE 2)

STATE FUNDS AND FISCAL COMPLIANCE POLICIES

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Request for Proposals

SCHOOL BUS TRANSPORTATION REQUEST FOR PROPOSAL AND CONTRACT

REQUEST FOR PROPOSALS Thomas MacLaren State Charter School Classroom Furniture for K-5 School March 2, 2018

The Procurement Review- What to Expect. Pete McLoughlin Financial Management Section Head Office for Food and Nutrition Programs

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

PUTTING THE PIECES TOGETHER SFA TRAINING. Summer Food Service Program (SFSP)

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2075. For. Student Refund and Financial Aid Disbursement Payments

State Update Nutrition Services Division California Department of Education November 13, 2016

Administrative Regulation SANGER UNIFIED SCHOOL DISTRICT. Business and Noninstructional Operations FEDERAL GRANT FUNDS

1) Project Management 2) Public Relation Services 3) Strategic Planning & Facilitation Services Solicited

OUTAGAMIE COUNTY REGIONAL AIRPORT REQUEST FOR PROPOSAL FOR MULTI POSITION CUPPING SNOW PLOW. DUE BY: March 16, 2015

PUTTING THE PIECES TOGETHER 6-HOUR TRAINING. Summer Food Service Program (SFSP)

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

OREGON VOLUNTEER FIREFIGHTERS ASSOCIATION

Audits, Administrative Reviews, & Serious Deficiencies

The Child and Adult Care Food Program (CACFP)

Request for Proposals September Review and Evaluate the Azusa Light & Water Meter Replacement Project RFP

BUYING GOODS AND SERVICES

All proposals must be received by August 30, 2016 at 2:00 PM EST

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

REQUEST FOR PROPOSAL FOR EXTERNAL AUDIT SERVICES ANNUAL SPLOST AUDIT & REVIEW

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

REQUEST FOR PROPOSALS FOR REALTOR SERVICES RELATED TO MARKETING & SALE OF SUCCESSOR AGENCY-OWNED REAL PROPERTIES RFP # SA

Request for Qualifications Construction Manager

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

Illinois State Board of Education

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

CONTRACTING WITH A FOOD SERVICE M ANAGEM EN T COM PAN Y

BROOME COUNTY DEPARTMENT OF SOCIAL SERVICES

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

COMPRESSED NATURAL GAS UTILITY TRUCK BODIES

REQUEST FOR PROPOSAL

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

Request for Proposal: NETWORK FIREWALL

Below are five basic procurement methods common to most CDBG projects:

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

ADDENDUM NUMBER 02 TO THE BID DOCUMENTS. BID NUMBER: SJCC Parking Garage LED Lighting Retrofit EVERGREEN VALLEY COLLEGE

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for STREET CONSTRUCTION SERVICES. RFP STREET WIDENING and TRAFFIC SIGNAL INSTALLATION

Farm to School Beef Bid

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

Any potential fiscal action will be calculated once the corrective action responses have been received and approved.

Request for Proposal # SIM LPHA Stigma Reduction Messaging For Tri-County Health Department

REQUEST FOR PROPOSAL FOR LEGAL SERVICES

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

Regional Greenhouse Gas Initiative, Inc. Request for Proposals #18-01 RGGI Auction Services Contractor. June 18, 2018

Slide 1. Welcome to the Monitor s training for Summer Food Service Program hosted by Oregon Department of Education Child Nutrition Programs.

Request for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17

REQUEST FOR PROPOSALS (RFP) # Revised from Management Software for Childcare Services

MISSISSIPPI STATE UNIVERSITY Request for Proposals (RFP) Bike Share for Mississippi State University

AGRICULTURAL MARKETING AND DEVELOPMENT DIVISION MDA Grants Line:

Notice: Request for Proposals for PRISON RE-ENTRY BEST PRACTICES MODEL

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

REQUEST FOR PROPOSALS

Summer Food Service Program Questions and Answers. State Directors Child Nutrition Programs All States

Gasconade Co. R-I School District REQUEST FOR PROPOSAL. Annual Audit Services

GOODWILL YOUTHBUILD GED/High School Education Instruction

RFP. Professional Services (As Needed) To Whom it May Concern:

REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church. 361 Sam Ridley Parkway East. Smyrna, Tennessee 37167

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

- Thank you for participating in the viewing of the Texas General Land Office s Community Development and Revitalization Program s, or GLO-CDR video

FEMA Procurement Requirements. Norma Houston 2018 CAGP Spring Conference

BIDS MAY BE SUBMITTED BY OR TIME RECORDED MAIL DELIVERY (UPS, FEDEX)

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

STATE OF WASHINGTON Request for Quotes and Qualifications

Office of Child Nutrition

Nutrition and Adult. Day Health Programs IT S MORE THAN A MEAL. Table of Contents. Nutrition and Adult Day Care Programs

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

City of Malibu Request for Proposal

Request for Proposal Tree Trimming Services June 4, 2018 Procurement Contact Linda Lapeyrouse

City of Gainesville State of Georgia

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

Request for Proposals. For RFP # 2011-OOC-KDA-00

Request for Proposals and Specifications for a Community Solar Project

Okeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements

SUMMARY OF THE HEALTHY, HUNGER-FREE KIDS ACT OF 2010 (BY PROGRAM)

Best-Value Procurement Manual. MnDOT Office of Construction and Innovative Contracting (OCIC)

MISSISSIPPI STATE UNIVERSITY. Request for Proposals (RFP) Football Statistics Solution for Mississippi State University

SUBJECT: Farm to School and School Garden Expenses. State Directors Child Nutrition Programs All States

The Uniform Guidance and Procurement TEXAS ASSOCIATION OF COUNTY AUDITORS

Transcription:

Request for Proposal SFSP and CACFP Food Program Vendor Proposals Due: April 16 th 5:00pm Submit bid questions online at: Anaheimymca.org/food-program Anaheim Family YMCA 240 South Euclid Street Anaheim, California 92802 Bid Contact Ann Trovada atrovada@anaheimymca.org

Contents 1.01 Purpose of the Request for Proposal 3 1.02 Scope of Services 3 1.03 General Requirements 8 1.04 Evaluation Factors for Award 8 1.05 Schedule of Events 9 1.06 Questions and Communications 9 1.07 Submission of Proposal 10 Appendix I Procurement Code of Conduct 12 Appendix II Bid Process Procedure 13 Appendix III Notice Inviting Request for Proposal 13 Appendix IV Request for Proposal Summary Process 14 2

1.01 Purpose of the Request for Proposal The Anaheim Family YMCA is seeking proposals from qualified food vendors to provide snack and meals for this year s Summer Food Service Program (SFSP) and the Child and Adult Food Program (CACFP). Vendors are expected to provide snack and supper for 12 (6 elementary and 6 junior highs) Anaheim Achieves summer day camp locations under the SFSP program and provide supper for 30 (24 elementary and 6 junior high) Anaheim Achieves afterschool program locations. The contract will be awarded to the responsible firm whose proposal is most advantageous to the program, with price and other factors considered. All meals of each type must meet the minimum standards set by the USDA for CACFP and SFSP meals of that type. 1.02 Scope of Services Summer Food Service Program (SFSP) Vendor to provide snack to 12 (6 elementary and 6 junior highs) Anaheim Achieves summer day camp locations to be delivered to school sites weekly. Vendor to provide snack and lunch to 6 junior highs from May 30, 2018 to June 12, 2018 and July 30, 2018 to. Vendor to provide snack and lunch to 6 elementary schools from June 18, 2018 to. Snack to be delivered every Monday between 8:00am-10:00am approximately 35 days in the summer months (May-August) Snack will be served at 2:00 pm. Vendor to provide lunch for 12 (6 elementary and 6 junior highs) Anaheim Achieves summer day camp locations to be delivered to school site daily. Lunch to be delivered daily between 8:00am-10:00am Monday-Friday approx. 35 days in the summer months (May-August) Lunch will be served at 11:30am every camp day (Monday through Friday). Vendor must provide cooler with meals for scheduled field-trip days (once a week). Vendor must provide ice sheets to use while serving snack to ensure safe milk temperature. The snack and lunch meal must meet a minimum of the portions specified by the USDA as described in the meal pattern for older children (See also section 1.03) School Meal Type Dates Number of Meals Delivery time Serving Time Ball Jr. High 1500 W. Ball Rd. Snack May 30-June 15, 8:00 10:00 a.m. Brookhurst Jr. High 6041 N. Brookhurst Snack May 30-June 15, 8:00 10:00 a.m. Dale Jr. High 900 S. Dale St. Snack May 30-June 15, 8:00 10:00 a.m. Orangeview Jr. High 900 S. Dale St. Snack May 30-June 15, 8:00 10:00 a.m. 3

South Jr. High 2320 E. South St. Snack May 30-June 15, 8:00 10:00 a.m. Sycamore Jr. High 1801 E. Sycamore Snack May 30-June 15, 8:00 10:00 a.m. Ball Jr. High 1500 W. Ball Rd. Lunch May 30-June 15, 12:00 Brookhurst Jr. High 6041 N. Brookhurst Lunch May 30-June 15, 12:00 Dale Jr. High 900 S. Dale St. Lunch May 30-June 15, 12:00 Orangeview Jr. High 900 S. Dale St. Lunch May 30-June 15, 12:00 South Jr. High 2320 E. South St. Lunch May 30-June 15, 12:00 Sycamore Jr. High 1801 E. Sycamore Lunch May 30-June 15, 12:00 Franklin 521 W. Water St. Lunch June 18, 2018-8:00 2:00 Juarez 841 S. Sunkist St. Snack June 18, 2018-8:00 2:00 Lincoln 1413 E. Broadway Snack June 18, 2018-8:00 2:00 Loara 1601 W. Broadway Snack June 18, 2018-8:00 2:00 Revere 140 W. Guinida Ln. Snack June 18, 2018-8:00 2:00 Stoddard 1841 S. Ninth St. Snack June 18, 2018-8:00 2:00 4

Franklin 521 W. Water St. Lunch June 18, 2018-11:30 a.m. Juarez 841 S. Sunkist St. Lunch June 18, 2018-11:30 a.m. Lincoln 1413 E. Broadway Lunch June 18, 2018-11:30 a.m. Loara 1601 W. Broadway Lunch June 18, 2018-11:30 a.m. Revere 140 W. Guinida Ln. Lunch June 18, 2018-11:30 a.m. Stoddard 1841 S. Ninth St. Anaheim, CA Lunch June 18, 2018-11:30 a.m. *Any information in this chart is subject to change Child and Adult Care Food Program (CACFP) Vendor to provide supper for 30 (24 elementary and 6 junior highs) Anaheim Achieves afterschool locations to be delivered to school sites daily. Supper to be delivered between 2:00p-4:00p, Monday-Friday approx. 180 days annually for approximately 1750 students daily. Supper servings will vary from site to site but will be between the hour of 4pm-5pm. The snack and supper meal must meet a minimum of the portions specified by the USDA as described in the meal pattern for older children (See also section 1.03) School Meal Type Dates Number of Meals Delivery time Serving Time Barton 1926 Clearbrook Lane, Range 4:00-5:00 Edison 1526 E. Romneya Dr., June 28, 2019 Range 4:00-5:00 Franklin 521 Water St., Range 4:00-5:00 Gauer 810 N. Gilbert St., Range 4:00-5:00 Guinn 1051 S. Sunkist St., Range 4:00-5:00 5

Henry 1123 W. Romneya Dr., Range 4:00-5:00 J. Marshall 2066 Falmonth Ave., Range 4:00-5:00 Jefferson 504 e. South St., Range 4:00-5:00 Juarez 841 S. Sunkist Ave., Range 4:00-5:00 Lincoln 1413 E. Broadway, Range 4:00-5:00 Loara 1601 W. Broadway, Range 4:00-5:00 Madison 1510 S. Nutwood St., Range 4:00-5:00 Mann 600 W. La Palma Ave., June 28, 2019 Range 4:00-5:00 Olive Street 892 S. Olive St., Range 4:00-5:00 Orange Grove 1010 Harbor Blvd, Range 4:00-5:00 Palm Lane 1000 Harbor Blvd., Range 4:00-5:00 Ponderosa 21355 Mountain Ave., June 28, 2019 Range 4:00-5:00 Price 1516 W. North St., Range 4:00-5:00 6

Revere 140 W. Guinida Lane, Anaheim CA Range 4:00-5:00 Roosevelt 1600 E. Vermont, Range 4:00-5:00 Stoddard 1841 S. Ninth St., Range 4:00-5:00 Sunkist 500 N. Sunkist St., Range 4:00-5:00 Westmont 1525 W. Westmont, Range 4:00-5:00 Ball Jr. High 1500 W. Ball Rd. May 23, 2018 Range 30-70 Range 4:00-5:00 Brookhurst Jr. High 6041 N. Brookhurst May 23, 2018 Range 30-70 Range 4:00-5:00 Dale Jr. High 900 S. Dale St. May 23, 2018 Range 30-70 Range 4:00-5:00 Orangeview Jr. High 900 S. Dale St. May 23, 2018 Range 30-70 Range 4:00-5:00 South Jr. High 2320 E. South St. May 23, 2018 Range 30-70 Range 4:00-5:00 Sycamore Jr. High 1801 E. Sycamore May 23, 2018 Range 30-70 Range 4:00-5:00 *Any information in this chart is subject to change 7

1.03 General Requirements All meals of each type must meet the minimum standards set by the USDA for CACFP and SFSP meals of that type. Snack For a snack to be a reimbursable meal, it must contain two of the four components listed below. 1. One serving of milk (whole, low-fat, or fat-free) 2. One serving of vegetables, fruits, or 100% juice 3. One serving of a grain 4. One serving of meat or meat alternate Juice may not be served when milk is served as the only other component of a snack. Please refer to the SFSP Meal Pattern Requirements and information on creditable meal components, in the SFSP Nutrition Guidance for Sponsors: http://www.fns.usda.gov/ sfsp/handbooks. Lunch and Supper: The following four food components must be offered through at least five different food items: 1. One serving of meat/meat alternate, 2. Two servings of fruit and/or vegetables (two different food items), 3. One serving of grains, and 4. One serving of fluid milk. 5. Lunch and supper requirements differ from breakfast in that a child must take at least three of the food components, rather than items, listed above from the five food items offered. Three food components are required for an adequate, nutritious meal for children. All meals proposed for the programs must meet or exceed USDA requirements. All yields of cooked and uncooked products shall conform to yields identified in the USDA s Food Buying Guide. The vendor must provide an 11-day menu cycle. Packaging Specifications: Each meal to be individually packaged, inclusive of milk. Each meal to include a spork package with straw and napkin. Each snack to be individually packaged. Meals shall be prepared under properly controlled temperatures and assembled not more than 24 hours prior to delivery. All meat and meat products, except sausage products, shall have been slaughtered, processed, and manufactured in plants inspected under a USDA approved inspection program and bear the appropriate seal. Upon delivery, all meat and meat products must be sound, sanitary, and free of objectionable odors or signs of deterioration. 1.04 Evaluation Factors for Award 8

Evaluation of proposals will be based on a fair, impartial, and competitive selection process in which the evaluation of proposals will not be limited to one factor alone. The Anaheim Family YMCA has established a screening committee consisting of personnel with experience and knowledge of the food program practices who will evaluate the proposals with the collaboration of the Food Program Coordinator. The Anaheim Family YMCA reserves the right to select a Proposer based solely on the information submitted in the proposal and to make a contract award without any further discussion with the Proposers regarding the responses received. The Anaheim Family YMCA also reserves the right to conduct discussions with providers who submit proposals. Proposals shall be consistently evaluated based on the following competitive selection criteria: Criteria Menu nutritious, whole grains, fresh fruits and vegetables, hot menu items, culturally appropriate items for participants* Portion 25% Taste Test 20% Experience/References-agency demonstrates successful experiences vending meals to child nutrition programs of similar size 20% Cost 35% Total 100% 1.05 Schedule of Events The following defines the estimated timeline for the selection of a provider. However, the Anaheim Family YMCA reserves the right to modify or reschedule procurement milestones as necessary. Activity Date Release of Request for Proposal March 26, 2018 Proposer Questions Final Submittal April 2, 2018 Proposer Questions Answers Returned and Posted April 6, 2018 Proposals Due April 16, 2018 Proposal Evaluation April 17-27, 2018 Award Contract by April 30, 2018 1.06 Questions and Communications 9

All questions, concerns or comments regarding this RFP must be submitted only through the website (anaheimymca.org/food-program) or to point of contact for this RFP. Answers to such inquiries, as well as any revisions to the request for proposal, will be publicly posted on the Anaheim Family YMCA website in the FAQ section of the Food Program page. The Anaheim Family YMCA policy is to provide fair and open competition and to ensure that accurate and complete information is communicated to all interested parties. Therefore, any verbal or written communications between any Proposer or its representatives, agents or others acting on their behalf, and any other Anaheim Family YMCA employee, consultant, commission member, or elected official regarding this procurement are strictly prohibited from the time the RFP is issued until the date of execution of the contract. Any violation of the communication process set forth in this section may be grounds for disqualification of the offending firm from participation in this procurement. 1.07 Submission of Proposal (a) Bidders must submit proposal to: ATTN: Ann Trovada 240 South Euclid Street Anaheim, Ca. 92802 Must be submitted by April 17, 2018 5:00 (b) Bidders are expected to examine carefully the specifications, schedules, attachments, terms, and conditions of this RFP. Failure to do so shall be at the bidder's own risk. (c) Bids shall be executed and submitted in triplicate with one copy being marked "original". If accepted, this material will become a part of the contract and one copy of the accepted bid/contract will be forwarded to the successful bidder with the notice of award. The copy marked "original" shall be governing should there be a variance between that "original" copy of the bid and other copies submitted by the bidder. No changes in the specifications or general conditions as presented by the agency herein are allowed. Cross-outs on this bid shall be initialed by the bidder prior to submission. (d) A copy of a current state or local health certificate for the food preparation facilities shall be submitted with the bid. (e) Bidders shall also set a date for food tasting between the dates of April 17-27, 2018. (f) Bids that are more than $150,000 must include a copy of the bid bond in the amount of 5 to 10 percent as determined by the agency. (g) Bids must include an Independent Price Determination, No Sanctions, and Drug Free Workplace Certification. (h) Within 10 days of awarding the contract, food service vendor shall provide the agency a Performance Bond in the amount of 10 to 25 percent as the State Agency determines for contracts that are more than $150,000. (i) Bid bonds and performance bonds must be obtained only from surety companies listed in the current Department of the Treasury Circular 570. 10

Failure to comply with any of the above shall be reason for rejection of the bid or termination of the contract. Award of Contract a) The contract will be awarded to the responsive and responsible bidder whose bid will be most advantageous to the agency as in an RFP with price, and other factors considered or responsive, and responsible, Consideration shall be given to such matters as contractor integrity, compliance with public policy, record of past performance, and financial and technical resources. b) The agency reserves the right to reject any or all bids and to waive informalities and minor irregularities in bids received when there are sound documented business reasons in the best interest of the program. c) The agency reserves the right to reject the bid of a bidder who has previously failed to perform properly or complete on-time contracts of a similar nature, or the bid of a bidder who investigation shows is unable to perform the contract. Late Bids, Modifications of Bids, or Withdrawals of Bids a) Any bid received after the exact time specified for receipt will not be considered unless it is received before the award is made and it was sent by registered or certified mail, no later than the fifth calendar day prior to the date specified for the receipt of bids. b) Any modification or withdrawal of a bid is subject to the same conditions as in (a). A bid may also be withdrawn in person by a bidder or a bidder s authorized representative, provided that person s identity is made known and s/he signs a receipt for the bid, but only if the withdrawal is made prior to the exact time set for receipt of bids. c) The only acceptable evidence to establish the date of mailing of a late bid, modifications, or withdrawal sent either by registered or certified mail is the postmark. If the date on the postmark is illegible, the bid, modification, or withdrawal shall be deemed to have been mailed late. (The term "postmark" means, a printed, stamped, or otherwise placed impression that is readily identifiable without further action as having been supplied and affixed on the date of mailing.) d) Notwithstanding the above, a late modification of an otherwise successful bid that makes its terms more favorable to the agency will be considered at any time it is received and may be accepted. 11

Appendix I Procurement Code of Conduct The Anaheim Family YMCA provides the supper program at multiple school site At Risk centers. It is mandated that we comply with 2 CFR 200.318 (C) (1), and establish a Code of Conduct that all persons who are engaged in the awarding and administration of contracts supported by USDA Food and Nutrition Program Funds will adhere to. The written standards of conduct must comply with the Federal Rule. 1. No employee, officer or agent of the Anaheim Family YMCA 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 or in any tangible personal benefit offered by the firm: a. The employee, officer, or agent b. His or her partner c. Any member of his or her immediate family d. An organization which employs or is about to employ one of the above 2. The Anaheim Family YMCA employees, officers, or agents shall neither solicit nor accept gratuities, favors, or anything of monetary value from contractors, political contractors, or parties to sub-agreements. Trivial benefits not to exceed a value of fifty dollars ($50.00) incidental to personal, professional or business contracts and involving no substantial risk of undermining official impartiality may be permitted. 3. Penalties for violations of the standards of Code of Conduct of the Anaheim Family YMCA Food Program may include any of all of the following: a. Reprimand or other disciplinary action by YMCA CEO b. Employee termination c. Additional legal action necessary The Anaheim Family YMCA will maintain a written Code of Conduct; establish procurement procedures and all procurement transactions shall be conducted in a manner that provides the maximum of free and open competition. These procedures will reflect applicable State and local laws and regulations, provided that the procurements conform to applicable Federal law and the standards identified in 2 CFR 200.318 (C) (1). The Anaheim Family YMCA will not knowingly do business with a company that is debarred or suspended. This Anaheim Family YMCA is an equal opportunity employer. 12

Appendix II Bid Process Procedure The Anaheim YMCA will review contracts and leases on an annual basis as part of the budget process. The CEO is authorized to sign operational contracts up to $25,000. This amount was approved at the 2/1/18 Board meeting. When evaluating a new equipment lease, vendor or contract, or the renewal of an existing equipment lease, vendor or contract over the policy threshold, the association will obtain competitive bids when appropriate. Staff will summarize the information and send it out to the Board of Directors with a recommendation for their review and approval. Currently, this would include the copier and phone system leases. Staff will follow this procedure for any other items approved by the Board. Appendix III Notice Inviting Request for Proposal The Anaheim Family YMCA is seeking proposals from qualified food vendors to provide snack and meals for this year s Summer Food Service Program (SFSP) and the Child and Adult Food Program (CACFP). Vendors are expected to provide snack and supper for 12 (6 elementary and 6 junior highs) Anaheim Achieves summer day camp locations under the SFSP program and provide supper for 30 (24 elementary and 6 junior high) Anaheim Achieves afterschool program locations. The contract awarded through this RFP process will be given to a vendor that has the capacity to serve all 12 of the SFSP sites and the 30 CACFP sponsored by the Anaheim Family YMCA in Summer 2018 and 2018-2019 school year. The Anaheim Family YMCA will consider vendors that are able to produce and deliver meals (snack, lunch/supper) that meet the USDA s SFSP and CACFP meal pattern requirements. The successful vendor will enter into a contract with the Anaheim Family YMCA for the SFSP beginning May 10, 2018 and ending and for the CACFP beginning October 1, 2018-September 30, 2019. RFP packages can be found at www.anaheimymca.org/food-program or can be obtained in person at the Anaheim Family YMCA office, 240 South Euclid Street, Anaheim Ca. 92802. The deadline for the proposal submission is April 16, 2018 at 5:00 (PST). Submit proposals to Ann Trovada via mail to: ATTN: Ann Trovada 240 South Euclid Street Anaheim, Ca. 92802 13

Appendix IV Request for Proposal Summary Process Criteria Menu (25%) Nutritious, whole grains, fresh fruits and vegetables, meets CACFP meal requirements Culturally Appropriate items for participants Menu variety/ability to change orders within 48 hours Total Taste Test (20%) Anaheim Family YMCA Request For Proposal Summary Process Name of Firms Rating 0-3 0-2 0-3 Appearance/Packaging 0-2 Food Quality 0-3 Children find menu items appealing Experience/References Total Success in vending meals to child nutrition programs of similar size 0-3 0-3 Contacts for References 0-1 Performance history with delivery times Cost (35%) Price per Meal Total Total 0-3 14