Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Ace Endico
_s WL t RESOLUTION 2020-406 ADOPTED DOC ID: 16257 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO.2020-406 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON UTNE 30,2020: SOLVED that the Town of Southold hereby authorizes and directs Supervisor Scott A. Russell to execute an Agreement between the Town of Southold and Ace Endico for the purchase of food and meat products pursuant to the terms and conditions of the accepted and contracted bid dated January 22, 2020 with the Town of Riverhead and extended to the Town of Southold pursuant to Section 103 (16) of the General Municipal Law, subject to the approval of the Town Attorney and funded from the Programs for the Aging budget line A.6772.4.100.700. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED AS AMENDED [UNANIMOUS] DOVER: Robert Ghosio, Councilman SECONDER:Louisa P. Evans, Justice AYES: Nappa,Dinizio Jr,Doherty, Ghosio,Evans,Russell 1 dW Q o� A� Office of-the Town Attorney Town of Southold Town Hall Annex, 54375 Route 25 P.O. Box 1179 Southold, New York 11971-0959 Telephone : 631-765-1939 Facsimile: 631-765-6639 MEMORANDUM To: Ms. Elizabeth A. Neville, Town Clerk From: Mary Silleck Secretary to the Town Attorney Date: August 27, 2020 Subject: Agreement between Town of Southold and Ace Endico. With respect to the above-referenced matter, I am enclosing the original Agreement. If you have any questions regarding the enclosed, please do not hesitate to call me. Thank you. /ms Enclosures AGREEMENT THIS AGREEMENT,made on the day oP W , 2020, by and between the Town of Southold, a municipal corporation of the State of New York having its principal place of business at 53095 Main Road, Southold,New York,hereinafter called the"Town"and Ace Endico Corp., having its principal place of business at 80 International Boulevard, Brewster,NY 10509, hereinafter called the "Contractor". WITNESSETH: WHEREAS, Contractor has submitted to the Town of Riverhead a bid opened in the office of the Riverhead Town Clerk on December 6,2019, ("Bid")in response to the Town of Riverhead's food and meat purchase needs; WHEREAS, specifically referenced and incorporated in said bid proposal was an undertaking pursuant to the General Municipal Law where in the Contractor agreed that any bid proposal offered could be accepted by other municipalities; WHEREAS, after a public bidding period,the Contractor's bid was awarded and a contract was then entered into on January 22, 2020 between the Contractor and the Town of Riverhead,a governmental agency; WHEREAS,in accordance with §103(16) of the General Municipal Law, the January,22,2020 contract between the Town of Riverhead and the Contractor, and the Extension of Contract to Political Subdivisions provisions of the bid proposal,the Town of Southold wishes to `piggyback' on to such contract award, a copy of which is attached hereto as Exhibit"A"; and WHEREAS,the Town Board of the Town of Southold by Resolution No. 2020- 406 adopted on June 30,2020 authorized the Town Supervisor to enter into an agreement with the Contractor to supply food and meat products for the Human Resource Center's Senior Nutrition Program as set forth in the specifications detailed in Exhibit"A"; NOW,THEREFORE, it is mutually covenanted and agreed by and between the parties hereto as follows: I. DEFINITIONS Terms defined in the Bid Solicitation shall have the same meaning as if defined herein. For the purposes of this agreement where Exhibit"A"specifies "Riverhead"the word"Southold"shall be substituted with the same force and effect as contained therein. II. 'SCOIT Ui SU 1CLS 1 ,I The Contractor shall perform the services in accordance with the description of those food and meat supply services as set forth in the Solicitation, and more particularly described in the Bid Specifications for Town of Riverhead Bid: Food& Meat Products attached thereto as Exhibit"A",opened December 9, 2019. III. 'I LRM OI- A(;R1:L:.%IJ_,.NT The term of this Agreement shall be from the date of execution until December 31, 2020. N. PRICE SCHEDULE/COMPENSATION The contractor will charge the Town the same prices for the supply of food and meat ordered as per the specifications of the Food&Meat Products Price Sheet for Town of Riverhead Bid#2020-75 dated December 6,2019 as found in Exhibit"A". V. PAYMENTS A. The Town shall pay the Contractor upon the submission of a voucher at the completion of each month of the project. Such voucher shall be due and payable within 45 days after receipt of such voucher,and the Town Board of the Town has audited and approved for payment the voucher to be submitted by Contractor in connection therewith. The Town Board shall process any voucher received from Contractor as expeditiously as possible. In the event that the Town disputes or objects to any portion of any voucher submitted by Contractor pursuant to this paragraph,the Town shall, within 30 days of the receipt of such voucher,notify Contractor in writing of such dispute or objection. Contractor acknowledges that Contractor is familiar with the requirements of section 118 of the Town Law which, in effect,prohibit payment of any of Contractor's claims against the Town unless an itemized voucher therefore shall have been presented to the Town Board or Town Comptroller and shall have been audited and allowed by the Town Board or Town Comptroller. The acceptance by the Contractor of payment shall be, and shall operate as a release to the Town from all claims and all liabilities to the Contractor for all the things done or furnished in connection with this work and for every act and neglect of the Town and others relating to or arising out of, this Contract,up to the date of the voucher, except Contractor's claims for interest upon the final payment, if this payment be improperly delayed. No payment,however final or otherwise, shall operate to release the Contractor or its sureties from any obligations under this Contract. The Town shall be entitled to deduct from any payment owning to Contractor any sums expended by the Town to cure any default or other Agreement non-compliance by _2 Contractor or to protect the Town from loss on account of claims filed or reasonably anticipated to be filed. VI. CONTRACTOR'S WARRANTIES-AND REPRESENTATIONS Contractor makes the following warranties and representations: A. Contractor represents that the Town has made no commitment under this Agreement with respect to the volume of projects to be supplied during the term of this Agreement. B. Contractor warrants that Contractor shall comply with all federal, state and local laws, ordinances, and regulations applicable to all of the services to be performed by Contractor. C. The Contractor represents that Contractor shall utilize its best efforts to insure that Minority and Women Owned Businesses (MBE's and WBE's)have the opportunity to participate as subcontractors under this Agreement. In the event the Contractor subcontracts twenty-five percent(25%)or more of its work hereunder, Contractor shall submit to the Town a WBE Utilization Plan,prior to execution of this Agreement. VII. INDEND;WCATIQ N I N S I i R A N C'I 'B 0 N DS A. Contractor agrees to defend, indemnify and save harmless the Town of Southold against any and all liability, loss, damage, detriment, suit, claim, demand, cost, charge, attorneys' fees and expenses of whatever kind or nature which the Town may directly or indirectly incur, suffer or be required to pay by reason of or in consequence of the Contractor carrying out or performing under the terms of this Agreement, or failure to carry out any of the provisions, duties, services or requirements of this Agreement,whether such losses and damages are suffered or sustained by the Town directly or by its employees, licensees, agents, engineers, citizens or by other persons or corporations, including any of Contractor's employees or agents who may seek to hold the Town liable therefore. This obligation shall be ongoing, shall survive the term of this Agreement and include,but not be limited to, claims concerning non-sudden environmental impairments. The Contractor shall join in the commencement of any action or proceeding or in the defense of any action or proceeding which in the opinion of the Town constitutes actual or threatened interference or interruption with the Town's rights hereunder, including all appeals which, in the opinion of the Town,may be necessary. B. Contractor shall procure and maintain the insurance described in Exhibit"A"for a period commencing on the date of this Agreement and terminating no earlier than one year following termination of services under this Agreement. All such -3- insurance coverage shall name the Town as an additional insured and shall provide that the coverage shall not be changed or canceled until thirty(30) days written notice has been given to the Town. All such insurance shall be issued by a company duly authorized to transact business in the State of New York and acceptable to the Town and shall include all riders and additional coverage necessary to insure that Contractor will be financially able to meet its obligations under the foregoing indemnification. VIII. FORCE MAJEURE If either party is delayed or prevented from fulfilling any of its obligations under this Agreement due to any act, event or condition,whether affecting the Town, the Contractor, or the Destination Site,to the extent that it materially and adversely affects the ability of either party to perform any obligation hereunder(except for payment obligations), and if such act, event or condition is beyond the reasonable control and is not also the result of the willful or negligent action, inaction,or fault of the party relying thereon as justification for not performing an obligation or complying with any condition required of such party under the Agreement,the time for fulfilling that obligation shall be extended day-by-day for the period of the uncontrollable circumstance; provided, however, that the contesting in good faith or the failure in good faith to contest such action or inaction shall not be construed as willful or negligent action or a lack of reasonable diligence of either party. Subject to the foregoing, such acts or events shall include the following: (1) an act of God(but not including reasonable anticipated weather conditions for the geographic area of the Town or Destination Site)hurricane, landslide, lightning, earthquake, fire, explosion, flood, sabotage or similar occurrence, acts of a public enemy, extortion, war,blockade or insurrection,riot or civil disturbance; (2) the failure of any appropriate federal, state, county, town or local public agency or private utility having jurisdiction in the areas in which the Contractor is located to provide and maintain utilities, services,water and sewer lines and power transmission lines which are required for the operation or maintenance of the Plastic Bag production operation; (3) governmental pre-emption of materials or services in connection with a public emergency or any condemnation or other taking by eminent domain of any portion of the Contractor's facilities; and (4) the presence of hazardous waste upon,beneath or migrating from the Contractor Facilities. It is specifically understood that none of the following acts or conditions shall constitute uncontrollable circumstances: (a)general economic conditions, interest or inflation rates, or currency fluctuations; (b)the financial condition of the Town, the Contractor, any of its affiliates or any subcontractor; (c)union work rules, requirements -4- or demands which have the effect of increasing the number of employees employed otherwise increasing the cost to the Contractor of operating; (d)equipment failure; (e) any impact of prevailing wage law, customs practices on the Contractor's costs; (f)any act, event or circumstances occurring outside of the United States; or(g) any change in law or in the permit conditions or status,of Plastic Bag production. IX. SUBCONTRACTS Contractor shall not enter into any subcontracts in connection with the services to be performed by Contractor hereunder without the prior written approval by the Town of such subcontracts. All such subcontracts shall make express reference to the terms and conditions of this Agreement and shall obligate the subcontractor to comply with all applicable federal, state and local laws, ordinances or regulations relating to the services to be performed under the subcontract. In the event the subcontractor is required to furnish any insurance or bonds for the benefit of Contractor,the Town shall also be named as an additional insured or obligee. X. PREVAILING WAGE RATES Contractor agrees to comply with the provisions of the New York State Labor Laws relating to the payment of prevailing wage rates to the extent applicable. In the event that at any time during performance under this Agreement the Contractor is required to increase the wages paid to any of its employees as a result of such requirement, all costs shall be borne exclusively by Contractor. XI. DEFAULT In the event the Contractor fails to perform its obligations under the Agreement, the Town may terminate the Agreement,procure the services from other sources and hold the Contractor responsible for any costs incurred. The Town may also deduct such costs from payments owing to the Contractor. The Town reserves the right to terminate the Agreement for just cause. XII. I()N ()F FUNDS The Contractor agrees that this Agreement shall be deemed executory only to the extent of the funds currently available for the purposes of this Agreement and that the Town incurs no liability beyond those available by authorization of the Town Board as of the date of this Agreement. XIII. U151'l1 I f 5•'�11tt31 I lZ:\ I'I()t Any disputes between the parties to this Agreement may be referred to arbitration by mutual agreement of the parties. Absent such an agreement, any actions or -5- claims by either party hereto shall be commenced in Supreme Court, Suffolk County, New York. In the event the parties agree to arbitrate a dispute, such arbitration shall be conducted in accordance with the rules of the American Arbitration Association. In no event shall any demand for arbitration be made after the date when institution of legal or equitable proceedings based on such claim or dispute would be barred by the applicable statute of limitations. An award rendered by arbitrators following any such arbitration shall be final and judgment may be entered upon it in accordance with applicable law in any court having jurisdiction thereof. XIV. MISCELLANEOUS A. This Agreement shall be governed by the laws of the State of New York. B. Contractor shall not assign, convey or otherwise transfer its rights or obligations under this Agreement without the prior written consent of the Town. C. This Agreement, including all Exhibits and documents referred to herein;along with the Specifications, Solicitation and the Bid, and all Appendices and Exhibits thereto, represent the entire agreement between the Town and Contractor relating to the services to be performed hereunder. This Agreement may be modified only by written agreement of Contractor and the Town. D. To the extent of any inconsistency among the documents constituting the agreement of the parties, the priority among those documents shall be: 1. This Agreement; 2. Exhibits hereto; 3. The Solicitation including Appendices; 4. Contractor's Bid. E. Without limiting any other right and/or remedy which the Town may have at law or under this Agreement, if the Contractor is adjudged bankrupt or makes an assignment for the benefit of creditors or a receiver is appointed for the Contractor or any insolvency arrangement proceedings are instituted by or against the Contractor, the Town may terminate this Agreement. F. Contractor agrees that it will conduct itself consistent with its status, said status being that of an independent contractor and, Contractor, its employees or agents will neither hold themselves out nor claim to be an officer or employee of the Town of Southold nor make claim to any right accruing thereto including, but not limited to,Worker's Compensation, Unemployment Benefits, Social Security or retirement membership or credit. 6- G. If any provision of this Agreement shall for any reason he held to be invalid or unenforceable,the invalidity or unenforceability of such provision shall not affect any of the remaining provisions of this Agreement and this Agreement shall be enforced as if such invalid and unenforceable provision had not been contained herein. H. Contractor agrees that it shall not discriminate and that it shall cause there to be no discrimination against any employee who is employed in the work, or against any applicant for such employment,because of race,religion, color, sex, age, marital status, handicap or national origin in any manner prohibited by the laws of the United States or of the State of New York. These requirements shall include,but not be limited to,the following: employment;upgrading,demotion or transfer; recruitment or recruitment advertising; layoff or termination;rates of pay or other forms of compensation; and selection for training. XV. NOTICES All notices required to be given hereunder shall be made in writing by first class mail addressed as follows: If to the Town: Supervisor of the Town of Southold Town Hall 53095 Main Road P.O. Box 1179 Southold,New York 11971-0959 With a copy to: Town of Southold HRC 750 Pacific St. P.O. Box 85 Mattituck, NY 11952 If to the Contractor: Ace Endico Corp. 80 International Boulevard Brewster,NY 10509 XVI. RI;(Y)UIIZLI) PROVISIONS OF L.\\1, Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to have been inserted herein. If any such provision is not inserted, through mistake or otherwise, then upon the application of either party, this Contract shall be physically amended forthwith to make such insertion. In particular,the Contractor shall, among other things, fully comply with: (a) Labor Law section 220-e and Executive Law sections 291-299 and the Civil Rights Law relating to prohibition against discrimination and providing equal opportunity. (b) Affirmative action as required by the Labor Law. (c) Prevention of dust hazard required by Labor Law section 222-a. -7 (d) Preference in employment of persons required by Labor Law section 222. (e) Eight-hour workday as required by Labor Law section 220(2). (f) The parties hereto, in accordance with the provisions of section 220(3)of the Labor Law,hereby agree that there shall be paid each employee engaged in work under this Contract not less than the wage rate and supplements set opposite the trade or occupation in which he/she is engaged, which are the wage rates and supplements established as the prevailing rate of wages for the work covered by this Contract. i. Labor classifications not appearing on the schedule of wages can be used only with the consent of the Owner and then the rate to be paid will be given by the Owner after being advised by the Department of Labor. ii. The Contractor shall post in a prominent and accessible place on the site of the work a legible statement of all wage rates and supplements,as specified in the Contract, for the various classes of mechanics, workingmen/women, or laborers employed on the work. XVI. AUTHORITY FOR EXECUTIc)N )N, B L:I 1 A L i c I` 1"I I r• TO 1V'N The Supervisor has executed this Agreement pursuant to a Resolution adopted by the Town Board of the Town of Southold, at a meeting thereof held on June 30, 2020. Scott A. Russell, Supervisor,whose signature appears hereafter, is duly authorized and empowered to execute this instrument and enter into such an Agreement on behalf of the Town. This instrument shall be executed in duplicate. At least one copy shall be permanently filed, after execution thereof, in the office of the Town Clerk,Elizabeth Neville. -8- IN WITNESS WHEREOF,the parties hereto have executed this Agreement on the day and year first above written. TOWN OF SOU OLD By: Scott A. Russell, Supervisor ACE ENDI O CORP. By: 1 �ort,(20 tz- STATE OF NEW YORK) ) ss.. COUNTY OF SUFFOLK) q1lQaz7 On this A9 day of4trlq in the year 2020 before me,the undersigned,personally �� Q s eater_. Authorized Agent of Ace Endico Corp.personally known tome or proved to me on the basis of satisfactory evidence to be the individual whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his capacity and that by his signature on the instrument,the individual or the person upon who' behalf of which the individual acted, executed the instr*ent yPublic LINDA S, CARLSON STATE OF NEW YORK) Notary Public, State of New York No. 01 CA6137178 ss.: Qualified in Suffolk County COUNTY OF SUFFOLK) Commission Expires Nov. 14, 20 us On this ani`day of 14 in the year 2020 before me, the undersigned,personally appeared SCOTT A. RUSSELL,personally known to me or proved to me on the basis of satisfactory evidence to be the individual whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his capacity and that by his signature on the instrument,the individual or the person upon whose behalf of which the individual acted, executed the instrument. —&,OAk-V I -M, 060 Notary Public LAUREN M. STANDISH Notary Public-State of New York No.01 ST6164008 Qualified in Suffolk County Commission Expires April 9,2023 -9- 9.29 01.22.2020 ADOPTED TOWN OF RIVERHEAD Resolution 2020-75 AWARDS BID FOR FOOD AND MEAT PRODUCTS _Councilwoman Giglio offered the following resolution, - which was seconded by Councilman Hubbard WHEREAS, the Town Clerk was authorized to publish and post a notice for sealed bids for FOOD AND MEAT PRODUCTS for the Town of Riverhead and; WHEREAS, 3 bids were received, opened and read aloud in the Office of the Town Clerk, 200 Howell Avenue, Riverhead, NY 11901 on DECEMBER 6, 2019 at 11:00 AM; and WHEREAS, the bid was reviewed and a bid tabulation was prepared and presented to the Town Board for review. NOW THEREFORE BE IT RESOLVED that the bid for FOOD AND MEAT PRODUCTS be awarded to Adam Lowney Wholesale Meat Company, Schrier Food Service, and Ace Endico for the prices on the attached pages; and NOW THEREFORE, BE IT FURTHER RESOLVED, that the Town Clerk be and is hereby authorized to forward a copy of this resolution to all vendors listed above, the Purchasing Department and the Senior Programs Department; and BE IT FURTHER RESOLVED that all Town Hall Departments may review and obtain a copy of this resolution from the electronic storage device and, if needed, a certified copy of same may be obtained from the Office of the Town Clerk. THE VOTE '#E -T &; ,. <At C�PTE©..U.. A'tV1Il�C�.�t r � � . r .rte,*''a^!.ja'3w Y#�, Fa. `, ,y � bk�..'� vk bu,'rew";-° Mcg^". IVIC) lE,R:: Judi" iglu .Councilwoman; R q u ;. .: y .,;;;..a +;`°`"°. N'g.,. - '. :3t�4..� e'. L_A SECC1!t11DETi J& ;g y S'. Agu�ar Giglio= ukibardKertBeyr'd = rKa'g P°ticket Pg .109. FISCAL IMPACT STATEMENT OF PROPOSED RIVERHEAD TOWN BOARD LEGISLATION A. Type of Legislation Resolution x Local Law B. Title of Proposed Legislation:Awards Bid for Food and Meat Products C. Purpose of Proposed Legislation: D. Will the Proposed Legislation Have a Fiscal Impact? Yes x No E If the answer to section D is'yes",select(a)or(b)below and initial or detail as applicable: (a) The fiscal impact can be absorbed by Town/department existing resources set forth in approved Town Annual Budget TB (example•routine and budgeted procurement of goods/services)*if selecting E(a),please initial then skip items F,G and complete H,I and J; or (b) The description/explanation of fiscal impact is set forth as follows: F. If the answer to E required description/explanation of fiscal impact(E(b)),please describe total Financial Cost of Funding over 5 Years G. Proposed Source of Funding Appropriation Account to be Charged: A01-6-6772-451-000-00000 Grant or other Revenue Source: Appropriation Transfer(list accounts and amount): ti H. Typed Name & I. Signature of Preparer J. Date Title of 1/14/20 Preparer: Teresa Baldinucci Terga l3aldinucci Teresa Baldinucc1 1/22/2020 K. Accounting Staff L. Signature of Accounting Staff M. Date Name &Title 1/15/20 William Rothaar, Accounting Department William Rothaar �;'PacketPg�;1'10 TOWN OF RIVERHEAD LAURA JENS-SMITH,SUPERVISOR 200 HOWELL AVENUE RIVERHEAD,NY'11901 PHONE:631-727-3200 BID FOR: FOOD & MEAT PRODUCTS BIDDERS NAME DATE BIDDERS ADDRESS CITY, STATE, ZIP PHONE NUMBER EMAIL ADDRESS: In compliance with your advertisement for bids to be opened at 11:00 am on December 6 2019 and subject to all conditions thereof, the undersigned hereby proposes to furnish the item(s) and/or service(s) itemized in this proposal in accordance with the Notice to Bidders, General Information Agreement and Specifications contained herein on the Bid Proposal Form attached. Bidder certifies that the prices quoted herein do not include Federal Excise Tax or any Federal, New York State or City Sales Tax and are not higher than prices charged to any governmental or commercial consumer for like merchandise and/or service; and'all prices include shipping and freight charges to any Municipal building or site within the Town of Riverhead. Respectfully submitted, (SIGNATURE) (PRINT NAME/TITLE) THIS PAGE MUST BE COMPLETED, SIGNED, AND RETURNED WITH BID VENDOR NAME MUST BE PRINTED ON EVERY PAGE OF BID SUBMISSION BIDDERS ARE INVITED TO ATTEND BID OPENING VENDOR NAME Page 2 I TOWN OF RIVERHEAD NOTICE TO BIDDERS Sealed bids for"FOOD AND MEAT PRODUCTS"for the Town of Riverhead will be received by the Office of the Town Clerk at Riverhead Town Hall, 200 Howell Avenue, Riverhead, New York on or before 11:00 am on December 6, 2019, at which time they will be publicly opened and read aloud. Specifications and guidelines for submission of bids are available on the Town website at www townofriverheadny.gov, click on "Bid Requests" beginning November 27, 2019. All bids must be submitted on the bid form provided.Any and all exceptions to the Specifications must be listed on a separate sheet of paper, bearing the designation "EXCEPTIONS TO THE SPECIFICATIONS" and be attached to the bid form. All bids must be submitted to the Town Clerk's Office, at the address stated above, in a sealed envelope clearly marked "FOOD AND MEAT PRODUCTS" for the Town of Riverhead. Bid proposals must be received by the Office of the Town Clerk by no later than 11:00 am on December 6, 2019. Please take notice that the Town Board reserves the right to reject in whole or in part any or all bids, waive any informality in the bids, and accept the bid which is deemed most favorable in the interest of the Town of Riverhead. The Town Board will use its discretion to make judgmental determination as to its best estimate of the lowest bidder. Note: Bid responses must be delivered to the Office of the Town Clerk at the address above. The Town may decline to accept, deem untimely, and/or reject any bid response/proposal that is not delivered to the Office of the Town Clerk. BY ORDER OF THE TOWN BOARD OF THE TOWN OF RIVERHEAD DIANE M.WILHELM, TOWN CLERK VENDOR NAME Page 3 1 TOWN OF RIVERHEAD BID SPECIFICATIONS FOOD AND MEAT PRODUCTS (Includes meat, dairy, produce, and grocery items) I: OVERVIEW The Town of Riverhead, through its Senior Citizen Program; offers breakfast and a hot, nutritionally balanced noon meal which is prepared and cooked on premises (breakfast Monday through Thursday and lunch Monday through Friday). In addition to the above, the Senior Citizen Program offers activities and events some of which include service of food and a Meals on Wheels Program for all qualified and eligible homebound residents of the Town of Riverhead. The Town strives to provide quality and diverse nutritious and balanced meals. The Town is seeking proposals from qualified vendors to supply the Town with USDA grade meats, dairy, produce, grocery, bakery, and beverage products, on an as needed basis. In soliciting proposals, it is the Town's intent and goal to provide quality food and services, meet standards of nutrition set by Town and/or County,"expedite deliveries and allow for pick- up for a limited number of specialty or in season/farm fresh produce, and reduce food and administrative costs. The Town seeks vendor(s) that demonstrate ability to meet these goals. In addition, as the Senior Citizen Program is committed to provide nutritional and well balanced meals and at times must provide and/or substitute foods for some residents due to sodium or concentrated sweets restrictions, with respect to packaged, canned, and bottled food and beverage items, the Town seeks the vendor to identify the brand, product code, serving or pack size and nutritional data on all food items (i.e. calorie and nutrition labels to include total fat, saturated fat, trans fat, cholesterol, sodium, total carbohydrates, fiber, sugar, and protein). Finally, the Town is also committed to food safety. It will be required that the vendor help in our efforts to maintain food safety when it comes to recalls on products, delivery requirements and any other food safety issues that may arise. This bid is part of a competitive procurement process, which is intended to serve the best interests of the Town of Riverhead. The Town will award to the vendor(s)whose proposal is determined to be the most advantageous to the Town, taking into consideration the evaluation factors set forth within. Notwithstanding the above, due to the variety of products ranging from fresh, bottled, canned to frozen, and based upon past bids and awards for food and meat products, the Town anticipates and reserves its right to award to one or more than one bidder. In addition, the Town reserves the right to award fresh produce to one or more bidders so the Town may exercise the option to pick up fresh in-season produce, or to award to one bidder and reserve its right to purchase fresh produce from other entities/suppliers. The Town also reserves the right not to award this bid. The Senior Citizen Program prepares and provides meals at the Senior Center, 60 Shade Tree Lane, Aquebogue, NY 11901. Deliveries are required Monday, Tuesday, Wednesday, Thursday, and Friday. VENDOR NAME Page 4 II: GENERAL BID SPECIFICATIONS 1. General Instructions Bidders shall be responsible to carefully examine the bid specifications. These specifications require the doing of all things necessary or proper for, or incidental to the furnishing and delivery of said parts/equipment and associated components. All things not expressly mentioned in these specifications, but involved in carrying out their intent are required by these bid specifications; and the vendor shall perform the same as though they were specifically mentioned, described and delineated. Read all documents contained in the bid specifications. Bidders are responsible for submitting their bids to the appropriate location at or prior to the time indicated in the specifications. No bids will be accepted after the designated time or date indicated in the bid specifications. It is suggested that registered mail be used to submit bids. Delay in mail delivery is not an exception to the receipt of a bid. A copy of the official bid documents may be obtained at the Town's website: } f head,,,qov In addi}inn 11n obtaining the official-bid driocurnents, any anri `.Mill vv"dv"dJ lyyYi VtIISfGr'tIGC1V1�y.)-1iJv. �i. u�..ui�w�� .v �+•u��� ��`� addendum pertaining to a particular bid are posted on the Town website referenced above. Log in and scroll to bid for FOOD AND MEAT PRODUCTS. It is incumbent upon all potential bidders to view all posted addenda prior to the bid close date. Any questions or clarification to the bid specifications or technical specifications must be submitted in writing to Teresa Baldinucci, Purchasing Agent at 200 Howell Ave., Riverhead, NY 11901 or by email to: baldinucci(a),townofriverheadny.gov prior to the bid opening, unless otherwise stated*. Such questions must be in the possession of the Purchasing Agent at least 72 hours prior to the bid opening, unless otherwise stated*. Verbal questions will not be entertained. Bidders must submit one original copy of their bids. The original must be sealed and clearly marked "FOOD & MEAT PRODUCTS". All bids shall be made out on the proposal forms attached hereto and all the attached certificates must be completed and signed in compliance with the provisions of Section 103-d of the New York)State General Municipal �__ i ._ .., :u �i.d- ��hmittor� in ncnril Will ha Caw. All bids must be fiiied out in ink, of uc typ wi it a uAUo O""" rejected as unresponsive. Bids which have been corrected by white out or cross out, and have not been initialed and/or dated will be rejected-as unresponsive. Bid Responses may be rejected if they show any omission, irregularity, alteration of form, addition, condition, unresponsiveness, or unbalance. Samples may be requested by the Town for the purpose of product evaluation. It is understood that samples will be provided at no charge to the Town and will be returned, when requested, within 30 days after the evaluation is completed, at the expense of the vendor. All samples left longer than 30 days after the evaluation period will be discarded. The Purchasing Agent, and/or his/her designee, shall be the only one authorized to make changes or alterations to anything contained in these specifications. As stated above, any changes shall be posted as an addendum on the following website: www townofriverheadny.gov. The Purchasing Agent reserves the right to reject all bids, parts of all bids, or all bids for any one or more items or contractual services included in the proposed contract, when such rejection is in the best interest of the Town. The contract will be awarded to the vendor(s)/responsible bidder(s) offering the best price, availability to supply products within the requested time frames, and for specialty/in season items for pick up proximity to the Town's Senior Center. A responsible bidder is a producer, dealer, vendor who VENDOR NAME Page 5 has demonstrated judgment and integrity, is of good reputation, experienced in his/her work, whose record of past performance is established as satisfactory, and whose financial status is such to provide no risk to the Town of Riverhead in its contractual relations. No bidder may withdraw a bid within forty-five (45) days after-the actual date of the bid opening. Any bidder who does not honor their.bid within the forty-five (45) days may be barred from bidding in any jurisdiction in New York State. Any bidder, contractor, or manufacturer who, in the course of his work, uses or supplies products which may be toxic or harmful, shall provide an MSDS to the Town of Riverhead Purchasing Department prior to the use of those products by the Town or the contractor. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto'certifies as to its own organization, under penalty of perjury, that to the best of its knowledge and belief that each bidder is not on the list created pursuant to paragraph (b) of subdivision 3 of section 165-a of the state finance law. 2. Bid Costs and Expenses The Town of Riverhead will not pay any costs incurred by any BidderNendor associated with any aspect of responding to the request for bids, including bid preparation, printing or delivery, or negotiation process. 3. Bid Expiration Date Prices quoted in the bid shall remain fixed and binding on the Bidder for at least one year from the date of award or such other date-set forth in these specifications and, upon mutual consent, an option to extend for an additional year. 4. Non-Conforming Bids Non-conforming Bids will not be considered: Non-conforming bids are defined as those that do not meet the requirements of the bid specification. The determination of whether a bid requirement is substantive or a mere formality shall reside solely within the Town of Riverhead. 5. Sub-Contracting The BidderNendor selected shall be solely responsible for contractual performance and BidderNendor assumes all responsibility for the quality of work (i.e. supply and delivery of food and meat products) performed under this contract. VENDOR NAME Page 6 6. Discrepancies and Omissions Bidder/Vendor is fully responsible for the completeness and accuracy of their bid, and for examining this bid and all addenda. Failure to do so will be at the sole risk of Bidder/Vendor. Should Bidder/Vendor find discrepancies, omissions, unclear or ambiguous intent or meaning, or should any questions arise concerning this request for bid, Bidder/Vendor shall notify the Town Clerk of the Town of Riverhead and/or Highway Superintendent, in writing, of such findings at least five (5) days before the bid opening. This will allow issuance of any necessary addenda. It will also help prevent the opening of a defective bid and exposure of Bidder/Vendor's bid upon which award could not be made. All unresolved issues should be addressed in the bid. Protests based on any omission or error, or on the content of the solicitation, will be disallowed if these faults have not been brought to the attention of the Designated Contact, in writing, no later than five (5) calendar days prior to the time set for opening of the bids. Vendor's name MUST appear on EVERY page of this bid. 7. Town's Right to Reject Bids The Town reserves the right to accept or reject any or all bids or any part of any bid, to waive defects, technicalities or any specifications (whether they be in the Town's specifications or Bidder/Vendor's response), to sit and act as sole judge of the merit and qualifications of each product offered, or to solicit new bids on the same project or on a modified project which may include portions of the originally proposed project as the Town may deem necessary in the best interest of the Town. The Town reserves the right to purchase similar goods or services included as part of this bid from any means legally available to it at any time. 8. Town's Right to Cancel Solicitation The Town reserves the right to cancel this solicitation at any time during the procurement process, for any reason or for no reason. The Town makes no commitments expressed or implied, that this process will result in a business transaction with any Bidder/Vendor. 9. Notification of Withdrawal of Bid Bidder/Vendor may modify or withdraw its bid by written request, provided that both bid and request is received by the Town prior to the bid due date. Bids may be re-submitted in accordance with the Bid Notice due date in order to be considered further. Bids become the property of the Town at the bid submission deadline. All bids received are considered firm offers at that time. VENDOR NAME Page 7 10. Exceptions to the Bid Specifications Any exceptions to the Bid Specifications or the Town's terms and conditions, must be highlighted and included in writing in the bid. Acceptance of exceptions is within the sole discretion of the evaluation of the Town. 11. Bid Security None required. 12. Award of Contract The final award of a contract is subject to approval by the Town. The Town has the sole right to select the successful BidderN-endor(s) for award, to reject any bid as unsatisfactory or non- responsive, to award a contract to other than the lowest priced bid, to award multiple contracts, or not to award a contract. Notice in writing to a Bidder/Vendor of the acceptance of its bid by the Town will constitute a contract, and no Bidder/Vendor will acquire any legal or equitable rights or privileges until the occurrence of such event. 13. Contract Terms and Conditions The term of the contract between the successful bidder and the Town shall be for one (1) year commencing January 1, 2020. At the end of the contract period, the contract may be extended (not to exceed 1 one (1) year extension) upon the same terms and conditions at the sole discretion of the Town of Riverhead and with the consent of the vendor. The Town also reserves the right to cancel this contract at any time without notice. 13. Independent Contractor The parties to the contract shall be independent contractors to one another, and nothing herein shall be deemed to cause this agreement to create an agency, partnership, joint venture or employment relationship between parties. Each party shall be responsible for compliance with all applicable workers compensation, unemployment, disability insurance, social security withholding and all other similar matters. Neither party shall be liable for any debts, accounts, obligations or other liability whatsoever of the other party or any other obligation of the other party to pay on the behalf of its employees or to withhold from any compensation paid to such employees any social benefits, workers compensation insurance premiums or any income or other similar taxes. 14. Licenses and Permits In-performance of the contract, the Bidder/Vendor will be required to comply with all applicable federal, state and local laws, ordinances, codes, and regulations. The cost of VENDOR NAME Page 8 permits and other relevant costs required in the performance of the contract shall be borne by the successful BidderNendor. The BidderNendor shall be properly licensed and authorized to transact business in the State of New York. 15. Notice Any notice to the Town of Riverhead required under the contract shall be sent to: Teresa Baldinucci, Purchasing Agent Town of Riverhead 200 Howell Avenue Riverhead, NY 11901 16. Indemnification a.General Indemnification: By submitting a bid, the proposing BidderNendor agrees that in the event it is awarded a contract, it will indemnify and otherwise hold harmless the Town of Riverhead, its agents and employees from any and all liability, suits, actions, or claims, together with all costs, expenses for attorney's fees, arising out of the r BidderNendor's its agents and employees' performance work or services in connection with the contract, regardless of whether such suits, actions, claims or liabilities are based upon acts or failures to act attributable, ole or pari, to the Town, its employees or agents. b.Insurance i. BidderNendor recognizes that it is operating as an independent BidderNendor and i Liat 'It Is liable fCrI any and all losse�s, penalties, damages, expenses, attorney's fees, judgments, and/or settlements incurred by reason of injury to or death of any and all persons, or injury to any and all property, of any nature, arising out of the BidderNendor's negligent performance under this contract, and particularly without limiting the foregoing, caused by, resulting from, or arising out of any act of omission on the part of the BidderNendor in their negligent performance under this contract. ii. The BidderNendor shall maintain such insurance as will protect against claims under Worker's Compensation Act and from any other claims for damages for personal injury, including death, which may arise from operations under this contract. The BidderNendor is an independent BidderNendor and is not an employee of the Town of Riverhead. iii. During the term of this contract, the BidderNendor shall, at its own expense, carry insurance minimum limits as set forth above. VENDOR NAME Page 9 17. Piggybacking Clause Method of Award The contract, if awarded, will be to the lowest responsive/responsible bidder(s) in part or in whole who meets) all the terms of the specifications. The TOWN guarantees no minimum or maximum purchases or contracts as a result of award of this bid. The Town of Riverhead reserves the right to allow all municipal and not for profit organizations,authorized under the General Municipal Laws of the State.of New York, to purchase any goods and/or services awarded as a result of this bid in accordance with the latest amendments to NYS GML 100 through 104. However, it is understood that the extension of such contracts are at the discretion of the vendor and the vendor is only bound to any contract between the Town of Riverhead and the vendor. Additionally, the TOWN reserves the right to purchase any goods or services included as a part of this bid from any means legally available to it. 111. BID SPECIFICATIONS 1. Scope Town is seeking proposals from qualified suppliers to provide some or all of the Town's requirements for meats (fresh and frozen), dairy, produce (fresh and frozen), beverages (bottled and frozen concentrate), and grocery (frozen, bottled and canned) items for the Town Senior Citizen Program. " 2. Brand, Pack Size, Pricing (including FOB Destination) & Sid Award Bidders are to indicate in the space provided on the bid sheets the brand name, product code number of each product and pack size if different than specified. Once brands, product code number, and pack sizes have been established in a contract as submitted in this bid, the successful vendor is expected to maintain those brands, product code numbers, and pack sizes. Any changes must be approved by the Purchasing Agent before acceptance of substitutes or alternates. Bidders are requested to bid on each item separately and,the price listed for each item shall include all delivery charges and be fixed for the entire term of the contract. Bidder/Vendor shall list the price for products F.O.B. Destination. As stated above and below, the Town reserves the right to award to one or more bidders and by item basis. The unit cost submitted must be as unit requested (i.e. case, pounds, portion, dozen, etc.). The Town will make conversions and computations if necessary. Unit cost bid should include any delivery charge (F.O.B. Destination). To the extent that Bidder/Vendor requires a minimum order/dollar value for F.O.B., Bidder/Vendor must include same on the bid sheet. Note: qualification of bid item with a requirement by bidder for any minimum quantity of such item other than as specified in this bid may be cause for rejection of Bidder's entire bid. (The following is intended to provide an example of item qualification subject to rejection of bid 'Cereal. Special K, Unit: Case, Price: $$-minimum purchase of 10 cases to secure unit price). The Town will not pay container costs, packing, shipping or handling charges, nor shall the Town pay for any fuel surcharges. In addition, all prices offered by bidders must include on site off loading and inside delivery. VENDOR NAME Page 10 The Town will evaluate all bids based upon price and/or discount, type or quantity of available products, and best value as determined by the Town. All vendors submitting proposals concur with this method of award and will not, under any circumstances or in any manner, dispute any award made using this method. Note, if during the course of the contract there is a manufacturer's brand change or reformulation of the product, the Contractor/Manufacturer representative shall not automatically substitute product. Contractor shall submit product specification sheet, Product Formulation Statement, Nutrition Facts, and/or sample shall be submitted upon request for approval prior to any future shipment. If the new/reformulated product is acceptable, all current terms, conditions, and prices shall remain in effect. No substitutions or reformulated product shall be delivered without prior written approval by the District. Payment will not be processed for unauthorized substitutions or reformulation. 3. Product Specifications, Shelf Life, Quality and Quantities oco Th r prr..rr�A hi.dr7r.r� \ ml Ict nrn�rirlo ooc�r r-ncc to nrnrdl int infnrmetinn/lapel chnatc 1 IIG Qt..l t./IVYGU 1J1441iI`�/ IIIUJL I.JLV YIVt. awGJ�l --VVJJ V containing product information: Serving Size; Servings per container; Number of calories per serving; Percent (%) of calories from fat; Percent (%) of calories from saturated fat; Percent (%) of sugar by weight; Milligrams of sodium; Grams of Trans fat; Ingredient list. To the extent that the item does not include product labeling, the Town shall have the right to request and BidderNendor shall provide a Nutrient Analysis Sheet. Packages shall be so constructed as to insure safe transportation to point of delivery. Packaging should minimize breakage and maintain freshness. Cases should be clean. Soiled and damaged cases will not be accepted. With the exception of specialty "in season"fresh produce, each item listed must have a AllLdviiiiiiuii shelf life of one "' month upon delivery. Orns are oecoeth the date of production and/or"use by" date. The Town intends to purchase at least one (1) unit/part under this contract if funding allows but may order less or more, if npcessary. However, the BidderNendor must furnish the quantity actually ordered. r 4. ORDER AND DELIVERY Bidder shall be required to provide the Town access to and use of telephone and/or online ordering system and such system shall allow placement of-orders up to three days prior to the delivery date. Notwithstanding the above, at the Town's request delivery may be requested beyond the three day order date. (i.e. order placed via telephone on Monday with a request for delivery the following Monday). i VENDOR NAME Page 11 The time and-manner of delivery are essential factors in proper performance under the contract. All items shall be securely and properly packed and clearly marked as to contents. All shipments must be accompanied by a packing slip that bears the relevant Town purchase order number, order date, delivery date, product description for each item ordered; quantity of each item; unit price and total price for order/invoice. The Bidder shall make deliveries during hours of 8:00 am and 3:00 pm at the Senior Center unless arranged otherwise. The Town must receive all products ordered within the time estimated by the vendor on the bid return sheet. In the event the successful bidder fails to deliver the specified items in good order within the time frame allowed, the TOWN reserves the right to purchase the product elsewhere, and any excess cost to the TOWN will be absorbed by such delinquent successful bidder. As to those items described as "fresh produce", the Town desires to have the option to schedule delivery or pick-up for fresh/"in season" produce. For pick up, the Town seeks a vendor located within 15 miles of the Senior Center located at 50 Shade Tree Lane, Aquebogue, New York and the bidder must guarantee that the products.shall be available for pickup during normal business hours Monday through Friday. Note, the Town reserves the right to add or delete'locations during the life of the Contract. Note, vendor may accept credit card or"on-account" only; no cash payments shall be accepted. (See "Invoice & Payment" provisions set forth below). The Successful Bidder is responsible for all aspects of delivery, including, unloading of items from the delivery truck and the safe and secure placement of the items in the designated area and the Town accepts no responsibility for unloading'and placing the items. In the event delivery of completed products under this contract shall be necessarily delayed because of strike, injunctions, government controls or by reason or any other cause of circumstance beyond the control of the Bidder/Vendor, the time"of completion of delivery shall be extended by a number of days to be determined in each instance by mutual agreement between the Town and the Bidder/Vendor. 5. Invoices & Payments a. The vendor shall either accept a Town issued credit card or the vendor shall put the item(s) "on account" and submit an invoice for payment to the Town on a monthly basis. The vendor J b. All invoices, vouchers, packing slips and any correspondence shall include the following: date/time; description of item; identify the Town employee picking up the item(s) or accepting delivery of the item(s). All invoices shall be submitted for payment to: Riverhead Town Hall, Attn: Senior Center 200 Howell Ave. Riverhead, NY 11901 Every invoice must identify the employee picking up or accepting the item. 1 VENDOR NAME Page 12 6. Contract Period The contract period for this bid award shall be for one (1) year commencing January 1, 2020, with the option to extend the contract for one (1) additional twelve-month period, upon the mutual agreement of both parties. 7. Municipal Indemnification The successful bidder must agree to save, keep, bear harmless and fully indemnify the Town and any of its officers, agents, or representatives from all damages, costs or expenses in law or equity that may at any time arise or be set up for an infringement of the patent rights of any person or persons in consequence of the use by the Town or by any of its officers, agents or representatives of articles supplied under the contract arising from bids submitted and of which the successful bidder and manufacturer are not lawfully entitled to sell, provided the Town gives the successful bidder and manufacturer prompt notice in writing of any suit and all information necessary to defend same. 8. Confidential and Proprietary Information a. All information contained in the Bid is subject to production under the New York Freedom of Information Act. Each Bidder shall be responsible for identifying all information in its Bid that it considers confidential and proprietary and not subject to release to the general public for any reason by including with its Bid a separate list entitled "Confidential and Proprietary Information". The list shall identify all such information and shall include the location of such information in the Bid, including page numbers, as well as an explanation as to why each piece of information is considered to be confidential and proprietary. All information not included on the list, even if marked as confidential or"proprietary, shall be considered public information and is subject to release at such time identified in the Town of Riverhead Procurement Policy and as required under the Freedom of Information Act. b. Reasons given for considering infrormatinn within a Birt Respronse confidential or proprietary shall be legally justifiable, which is within the sole discretion of the County. Indicating that a Bid Response in its entirety is confidential and proprietary is not legally justifiable, is not acceptable, and may be grounds for the Town rejecting the Bid Response on the grounds that the Bid Response is not responsive. c. Limitations to Liability_ Town of Riverhead assumes no responsibility and no liability for costs incurred by Successful Bidder in responding to this bid, including requests for additional information. The Town assumes no responsibility and shall not be liable in any way for the release to the public of information that is contained in the Bid Response. d. Bidder agrees to promptly provide any non-confidential information or materials required by the Town to respond to such requests, to the extent required by law. 9. Independent Contractor In the performance of this Agreement, the Bidder, including its employees, agents, and subcontractors shall act solely as an independent contractor, and nothing contained in or implied by this Agreement shall be construed at any time to create any other relationship VENDOR NAME Page 13 between the Town and the Bidder, including employer and employee, partnership, principal and agent, or joint venture. 10. Assignment i The Contract resulting from this bid and the compensation, which may become due'thereunder are not assignable except with prior written approval of the Town. 11. Interpretation The Contract resulting from this Solicitation shall be construed under the laws of the State of New York. 12. Indemnification If a Contract is awarded, the Successful Bidder shall be required to indemnify, defend, and hold the County, its employees, and agents harmless from and against any and all claims, loss, liability, cost, and expenses, including attorney fees, howsoever arising or incurred, alleging personal injury, bodily injury, including death,-or property damage arising out of or attributable to the Successful Bidder's performance of the Contract awarded. 13. Termination Process a. Termination for Convenience: Notwithstanding anything contained herein, the Town may terminate this Agreement anytime, in whole or in part, without showing cause by providing thirty(30) days written notice to the Successful Bidder. The Town shall pay all reasonable costs incurred by the Successful Bidder up to the date of termination. The Successful Bidder shall not be reimbursed for any anticipatory profits, which have not been earned to the date of termination. b. The Successful Bidder shall be provided 30 days' notice of any termination not for cause and shall only perform such work during the 30-day notice period that is authorized in writing by the County's Purchasing Agent. c. This Agreement may be terminated by the Town upon at least seven (7) days' notice to the Successful Bidder in the event that: (1)the Work is permanently abandoned by the Town; (2) continued Work is deemed by the Town, in its sole discretion, not to be in the best interests of the Town; or (3) monies are no longer available or are not appropriated to fund the Work being performed or to be performed under this Agreement. d. Termination for Cause: Notwithstanding anything contained herein, if the Successful Bidder fails to fulfill its obligation under this Agreement properly and on time or otherwise violates any provision,of this Agreement, the Town may terminate this Agreement by written notice to the Successful Bidder. The notice shall specify the acts or omissions relied upon as cause for termination. All finished or unfinished goods or services provided by the Successful Bidder shall, at the Town's option', become the Town's property. The Town shall pay the successful Bidder fair and equitable compensation for satisfactory performance prior to receipt of notice of termination less the amount of damages caused by the Successful Bidder's breach. If the damages are more than the compensation payable to the Successful Bidder, the Successful Bidder shall remain liable after termination, and The Town may take all steps necessary to collect damages. VENDOR NAME Page 14 IRAN DIVESTMENT ACT CERTIFICATION As a result of the Iran Divestment Act of 2012 (Act), Chapter 1 of the 2012 Laws of New York, a new provision has been added to the State Finance Law(SFL), § 165-a, effective April 12, 2012. Under the Act, the Commissioner of the Office of General Services (OGS) will be developing a list (prohibited entities list) of"persons" who are engaged in "investment activities in Iran" (both are defined terms in the law). Pursuant to SFL § 165-a(3)(b), the initial list is expected to be issued no later than 120 days after the Act's effective date, at which time it will be posted on the OGS website. By submitting a bid in response to this solicitation or by assuming the responsibility of a Contract awarded hereunder, Bidder/Contractor (or any assignee) certifies that once the prohibited entities list is posted on the OGS website, it will not utilize on such Contract any subcontractor that is identified on the prohibited entities list. Additionally, Bidder/Contractor is advised that once the list is posted on the OGS website, any Contractor seeking to renew or extend a Contract or assume the responsibility of a Contract awarded in response to the solicitation, must certify at the time the Contract is renewed, extended or assigned that it is not included on the prohibited entities list. During the term of the Contract, should the TOWN OF RIVERHEAD receive information that a person is in violation of the above-referenced certification, the TOWN OF RIVERHEAD will offer the person an opportunity to respond. if the person fails to demonstrate that it has ceased its engagement in the investment which is in violation of the Act within 90 days after the determination of such violation, then the TOWN OF RIVERHEAD shall take such action as may r be appropriate including, but not limited to, imposing sanctions, seeking compliance, recovering damages, or declaring the Contractor in default. The TOXn/N OF RIVERHEAD reserves the right to reiect any bid or request for assignment for an entity that appears on the prohibited entities list prior to the,award of a contract, and to pursue a responsibility review with respect to any entity that is awarded a contract and appears on the prohibited entities list after contract award. Signature: Print Name: Title: Company Name: Date: TOWN OF RIVERHEAD PURCHASING OFFICE BID TAB SHEET BID NAME IFOOD AND MEAT PRODUCTS BID OPENING DATE 12/6/2019 COMPANY LOWNEY WHOLESALE MEATS H SCHRIER&CO INC ACE ENDICO CORP �p CONTACT ADAM H LOWNEY STEVE MAIORANO DEAN BLAIKIE Q PHONE# 631-727-3635 631-307-9570 914-347-3244 O. ITEM# DESCRIPTION UNIT BID PRICE EXCEPTION BID PRICE EXCEPTION BID PRICE EXCEPTION m ,GROCERY- 1 ALMONDS,SLICED 3# No Bid $2345 $2489 •p 2 APPLE CIDER8/64 oz. No Bid $1649 $1694 3 APPLES,SLICED,CANNED 6/10 No Bid $28 40 $29 79 C 4 APPLESAUCE,NO SUGAR ADDED 6/10 No Bid $24.64 $2169 IO 5 BAY LEAF L. 16 OZ. No Bid $395 $497 6 BBQ SAUCE,KEN'S OR SWEET BABY RAY'S 4/1 GAL $4400 $46 95 $4629 7 BEANS,GARBANZO(CHICK PEAS) 6/10 No Bid $2059 $2197 a 8 BEANS,THREE BEAN SALAD 6/10 No Bid $2994 YES $2994 YES m 9 BEEF BASE,GOLD LABEL 6/1# No Bid $3898 $3289 10 BEETS,SWEET PICKLED,SLICED 6/10 No Bid $37.491 $23.50 3 11 BLACK BEANS,CANNED 6/10 No Bid $2064 $2379 Q 12 BLACK-EYED PEAS,CANNED 6/10 No Bid $14.13 $27891 13 BREADCRUMBS,PLAIN 6/5# No Bid $27 39 $1849 Iti 14 CABBAGE,SHREDDED(cole slaw mix) 4/5# No Bid $22751 $2079 C N 15 CEREAL,CREAM OF WHEAT 12/28 OZ No Bid $1369 YES $21 87YES 0 N 16 CHICKEN BASE,GOLD LABEL 6/1# No Bid $3784 $37981 YES 17 CHICKEN BROTH 12/46 OZ No Bid $29 93 F $2789 cc 18 CHIPS,COOL RANCH,IND. 64/1.75 OZ No Bid INo Bid 1 $2598 19 CHIPS,NACHO CHEESE.,IND. 64/1.75 OZ No Bid $34941- $3019 C 20 CHOPPED GARLIC IN OIL' 12/2# No Bid $2168 YES $36 59 R 0 21 CINNAMON 16 OZ. No Bid $3.49 $398 C 22 CLAM BASE,GOLD LABEL 6/1# No Bid INo Bid $5779 LL 23 COFFEE,GROUND,DECAF,MAXWELL HOUSE 29.3 OZ No Bid $6739 YES $12495 YES d 24 COFFEE,GROUND,REGULAR, MAXWELL HOUSE 30.5 OZ No Bid $7269 YES $14040 YES t 25 COOKIE,OREO,4-PACK 120/1.6 OZ No Bid $40.98 1 341491N 26 COOKIES,CHOCOLATE CHIP 10# No Bid $25.40 $2489 m 27 COOKIES,LORNA DOONES,4-PACK 120/1 OZ No Bid $3749 $3489 ~ a 28 COOKIES,OATMEAL 10# No Bid $2398 $2209 m 29 CORN STARCH 24/1# No Bid $1995 $1789 •p 30 CORN,WHOLE KERNEL 6/10 No Bid $2096 $23 94 3 31 ICRACKERS,OYSTERETTE TYPE 150 CT No Bid $14 18 $1321 Q 32 CRANBERRIES,DRIED(OCEAN SPRAY) 10# No Bid $29 84 $16.79 33 CRANBERRY SAUCE,OCEAN SPRAY(JELLIED) 6/10 No Bid $3689 YES $36981 d 34 CROUTONS 'k 5/2.25# No Bid $25451 $1879 35 DRESSING,BALSAMIC VINEGARETTE,KEN'S 4/1 GAL No Bid $4798 $4489 V 36 DRESSING,CHAMPAGNE VINEGARETTE,KEN'S 4/1 GAL No Bid No Bid $4489 37 DRESSING,ITALIAN,KEN'SZESTY 4/1 GAL lNo Bid No Bid $4279 Q 38 DRESSING,ITALIAN,KRAFT ZESTY 4/1 GAL lNo Bid $4395 $44981 ::Packet"F?g'•�'f1'I��' J � TOWN OF RIVERHEAD PURCHASING OFFICE BID TAB SHEET BID NAME FOOD AND MEAT PRODUCTS BID OPENING DATE 12/6/2019 v COMPANY LOWNEY WHOLESALE MEATS H SCHRIER&CO INC ACE ENDICO CORP CONTACT - ADAM H LOWNEY STEVE MAIORANO DEAN BLAIKIE 2 PHONE# 631-727-3635 631-307-9570 914-347-3244 d ITEM# DESCRIPTION UNIT BID PRICE EXCEPTION BID PRICE J1 EXCEPTIONj BID PRICE EXCEPTION R 39 DRESSING,RANCH,KEN'S 4/1 GAL No Bid $4789 $42 79 d � 40 FISH,TUNA,WHITE 6/66 OZ No Bid $98691 $9479 'C 41 FLOUR,ALL PURPOSE 2/25# No Bid $795 $15 79 cC0 42 FRUIT COCKTAIL IN JUICE 6/10# No Bid $3148 43 FRUITSALAD,MEDLEY IN JUICE 6/10# No Bid $2998 $35 19 $2998 O 44 FRUIT SALAD,TROPICAL IN JUICE 6/10# No Bid $30961 $29.98 U. 45 GARLIC,GRANULATED 7# No Bid $2760 YES $29981w 46 GLAZE,BALSAMIC 4/12.9 OZ No Bid $3894 YES $28 89 47 GRAHAM CRACKER CRUMBS 2/5# No Bid $29951 $1898 m 48 GRAVY MASTER 320Z No Bid $950 $969 'a 49 JELL-0,RED 12/24 OZ No Bid $28401 $2779 50 JUICE,APPLE,MOTTS 8/64 OZ • No Bid $21961 $1998 Q 51 JUICE,CRANBERRY,OCEAN SPRAY 8/64 OZ No Bid $1789 YES $22921 LO 52 JUICE,ORANGE,HOMEMAKER 8/590Z No Bid $1929 $1798 "Ir 53 JUICE,PINEAPPLE 12/46 OZ No Bid $2688 $27 79 � N 54 KETCHUP,HEINZ 6/10 $32.00 $3368F— $3449 04 55 KETCHUP,IND.HEINZ 1000 CT No Bid $1349 $3469 56 KIDNEY BEANS 4 *' 6 10# $22 00 $24 5 $2450 � 57 , _ 58 LEMON JUICE,PC 200 CT No Bid w - $6 20:µw 5 n° M $ ' k$13 IS C 59 MAYONNAISE,HELLMANN'S 4/1 GAL No Bid $5998 $5395 m 60 MAYONNAISE,HELLMANS,PC 210 CT No Bid $2645 $24.59 O O 61 MAYONNAISE,IMPERIAL 4/1 GAL No Bid $2650 t25'95 YES LL.I 62 MUSHROOMS,CANNED 6/10 No Bid $31.74 $36 89 d 63 MUSTARD,GULDEN'S 1 GAL $950 $9 50 $794 41 S 64 MUSTARD,GULDENS,PC 500 CT No Bid $18981 $17.79 U) 65 OATMEAL,QUAKER OATS,OLD FASHIONED 12/48 OZ No Bid $3648m 78 m Fm- 66 ONION,GRANULATED 7# No Bid $1874 YES $19971 YES .a 67 ORANGES,MANDARIN,WHOLE SEGMENT 6/10# No Bid $3589 $38971 m 68 OREGANO 16 OZ No Bid $2.98 $6 15 69 PAM SPRAY 6/17 OZ' No Bid $19691 $1798 70 PAPRIKA 16 OZ No Bid $3 10 $3 69 YES Q 71 PARSLEY,FLAKES 8 OZ No Bid $424 $6941 YES 72 PASTA,EGG NOODLES,WIDE 10# No Bid $10 98 $14391C d 73 PASTA,ELBOW MACARONI 20# $1800 $1298 $1239 E 74 IPASTA,PENNE 20# $1800 $1289 $1116 V 75 PASTA,SPAGHETTI 20# No Bid $12891 $1169 jrm,, 76 PASTA,TRI-COLOR,SPIRAL 10# No Bid $1249 $22881 YES 77 PASTA,ZITI 20# INo Bid $12 89 $1129 -Packetft 12"' TOWN OF RIVERHEAD PURCHASING OFFICE BID TAB SHEET BID NAME IFOOD AND MEAT PRODUCTS fI1 BID OPENING DATE 12/6/2019 v COMPANY LOWNEY WHOLESALE MEATS H SCHRIER&CO INC ACE ENDICO CORP V CONTACT ADAM H LOWNEY STEVE MAIORANO DEAN BLAIIQE 0 PHONE# 631-727-3635 631-307-9570 914-347-3244 C. ITEM# DESCRIPTION UNIT BID PRICE EXCEPTION BID PRICE j EXCEPTION BID PRICE EXCEPTION 78 PEACHES,SLICED,NATURAL,IN JUICE 6/10 No Bid $2829 $29191S` 79 PEAR HALVES,NATURAL,IN JUICE 6/10 No Bid $32 00 $3097 'O 80 PEARS,DICED,NATURAL,IN JUICE 6/10 No Bid $28201 $2657 81 PEPPER STRIPS,MIXED RED&GREEN 6/10 No Bid $2964 $36291 O 82 PEPPER,BLACK 16 OZ No Bid $4.89 $5.991 O U. 83 PEPPERS,RED,FIREROASTED 6/10 lNo Bid $31 88 $3089 84 PINEAPPLE CHUNKS,IN JUICE 6/10 No Bid $31 96 $2789 85 PINEAPPLE SLICED,IN JUICE 6/10 No Bid $3445 $2779 86 PORK&BEANS,(BAKED)BUSH'S 6/10 No Bid $2479 YES $3897 U) 87 POTATO CHIPS 104/1 OZ No Bid $3675 $3398 88 POTATOES,SWEET,CANNED 6/10 No Bid $2940 $2579 89 PRETZEL,VENDING 88 CT No Bid $33951 $3089 Q 90 PUDDING,CHOCOLATE 6/10 No Bid $2595 $2739 91 PUDDING,LEMON 6/10 No Bid $2698 $32891ti 92 RED CABBAGE,SWEET&SOUR,LOHMANN 6/10 No Bid $36 97 $31.78 YES C N 93 RELISH 4/1 GAL No Bid $2339 $2369 0 94 RICE PILAF,UNCLE BEN'S 6/36 OZ No Bid $2160 YES $2798 04 95 RICE,WHITE,PARBOILED,UNCLE BEN'S 25# No Bid $1269 YES $2098 96 RICE,WILD,LONG GRAIN,UNCLE BEN'S 6/36# No Bid $3048 YES $5089 97 SALAD OIL 90/10 - 6/1 GAL No Bid $3094 $3479 C 98 SALT 24/26 OZ No Bid $13251 $1239 O 99 SAUCE,DUCK 4/1 GAL No Bid $2090 $34391 O 100 SAUCE,SPAGHETTI,ANGELA MIA 6/10 No Bid $44.80 $3729 U. 101 SAUCE,SWEET&SOUR,KRAFT 6/64 OZ No Bid $39501 YES $3279 YES d 102 SAUCE,SWEET&SOUR,MINOR'S 6/64 OZ No Bid $44.95 $46981d t 103 SAUCE,WORCESTERSHIRE 4/1 GAL $1400 $1498 $3059 104 SAUERKRAUT,OLD FASHOINED BARREL,B&G 1 GAL No Bid No Bid $1969 2 105 SOY SAUCE LOW SODIUM 6/64 OZ No Bid $4479 $3979 ~ 106 SPLENDA 2000 CT No Bid $3184 107 STRINGBEANS REG.CUT,CANNED 6/10 No Bid' $23 49 YES m / $23 96 $2369 � 108 STUFFING,CHICKEN FLAVOR,UNCLE BEN'S 6/28 OZ No Bid $2789 YES $63891 YES O'S 109 SUGAR,BROWN,LIGHT OR DARK 24/1# No Bid $2898 $2498 Q 110 SUGAR,WHITE,GRANULATED 50# $27 00 $2745 $2489 111 TEA BAGS,BLACK,LIPTON 10/100 CT No Bid $4349 $4089 C d 112 TEA BAGS,GREEN,LIPTON 5/100 CT No Bid No Bid $2998 E 113 THYME 16 OZ No Bid $445 $3.59 V 114 TOMAOTES,WHOLE,CANNED 6/10 No Bid /--- $1995, $1769 115 VEGETABLE OIL 4/1 GAL lNo Bid $2995 YES $33.49 YES B 116 VINEGAR,CIDER 4/1 GAL $900 $8.69 $9891 c ;Packet*Pg1!I;S'` TOWN OF RIVERHEAD PURCHASING OFFICE BID TAB SHEET BID NAME FOOD AND MEAT PRODUCTS BID OPENING DATE 12/6/2019 V COMPANY LOWNEY WHOLESALE MEATS H SCHRIER&CO.INC ACE ENDICO CORP CONTACT. ADAM H LOWNEY STEVE MAIORANO DEAN BLAIKIE O` PHONE# 631-727-3635 631-307-9570 914-347-3244 IL ITEM# DESCRIPTION UNTT BID—PRICE EXCEPTION BID PRICE EXCEPTION BID PRICE EXCEPTION e�0 117 VINEGAR,WHITE 4/1 GAL $900 $6991 $689 118 WATER,POLAND SPRING,BOTTLES 24/16.90Z No Bid $574 YES $985 YES C 119 ZUCCHINI&TOMATOES,CANNED 6/10 No Bid No Bid No Bid = 120 APPLES(MACINTOSH) 120-140 No Bid $25 98 $25 50 121 BANANAS 10# No Bid —$S 75 122 CANTELOUPE 3 CT No Bid $8.95 $9401 123 CARROTS 50# No Bidm $24.95 $2189 124 CAULIFLOWER 12 CT No Bid $38751 N 125 CELERY 24 CT No Bid $22 00 126 CHERRY TOMATOES 10# No Bid $1695 YES $28 00 YES 3 $19001 127 CUCUMBERS 10# No Bid $695 YES Q 128 FRESH CAULIFLOWER EACH No Bid $1175 $575 YES La 129 LETTUCE,ROMAINE HEARTS 24 CT No Bid $26 00 YES I 1 130 ONIONS,SPANISH- 50# No Bid $42 50 $18 00 N 131 ORANGES $2250 v 1/113 CT No Bid $2995 132 PEARS 120 CT No Bid $28 00 $39 95 ` 133 PEPPERS,GREEN 25# No Bid $28 50 $45 00 134 PEPPERS, RED _ $24 00 25# No Bid $49 50 - $38 00 a 135 PLUMS,BLACK 28# No Bid4250 O No Bidcc 136 POTATOES,IDAHO 90 CT/50# No Bid _ '0_ $32001 137 POTATOES,RED,SIZE A 50# No Bid $26 50 $2200 LL 138 POTATOES, RED,SIZE B 50# No Bid $27.50 4- $28 00 139 POTATOES,SWEET,#1 1/40# No Bid $22 00 O 140 POTATOES,YUKON GOLD 50# No Bid $2800 $2200 141 WATERMELON _ EACH No Bid $10.75 $1200 Q O BAKERYE7- 142 CROISSANTS144/2.2 OZ No Bidm d $4275 $59.99 YES Tp m 143 HERO ROLLS,3X7 12/6 CT 72 No Bid $3895 $2098 Q 144 MUFFINS,BLUEBERRY 12/6 OZ No Bid $14.50 $1199 145 MUFFINS,CORN 12/6 OZ No Bid $1450 $1199 C 146 ROLLS,DINNER 175/1.2 OZ No Bid $395 d 147 ROLLS,HAMBURGER 120 CT No Bid $366 75 $23 95 YES = 148 1 ROLLS,HOTDOG $19 98 v 144 CT No Bid $2745 YES $1998 *co Packet P TOWN OF RIVERHEAD PURCHASING OFFICE BID TAB SHEET BID NAME FOOD AND MEAT PRODUCTS BID OPENING DATE 12/6/2019 COMPANY LOWNEY WHOLESALE MEATS H SCHRIER&CO INC ACE ENDICO CORP a CONTACT ADAM H LOWNEY STEVE MAIORANO DEAN BLAIKIE O` PHONE# 631-727-3635 631-307-9570 914-347-3244 IL ITEM# DESCRIPTION UNIT BID PRICE EXCEPTION BID PRICE 11 EXCEPTIONBID PRICE EXCEPTION l0 149 ASPARAGUS SPEARS,FROZEN 6/2.5# No Bid $2745 $2495 150 BROCOLLI FLORETS,FROZEN 12/2# No Bid $1995 $1629 a 151 BRUSSELS SPROUTS,FROZEN 12/2.5# No Bid $18 40 $1739 12/2.5# a 152 CARROTS,BELGIAN CUT,FROZEN 40# No Bid $1739 $17.39 0 4/2.5# 153 fCARROTS,DICED,FROZEN 10# No Bid $3079 $1289 w 12/2# fl 154 CAULIFLOWER,FROZEN,(2 LB.PKGS.) 24# No Bid $1675 $1598 m N 155 COLLARD GREENS,FROZEN 12/3# No Bid $2875 $2224 156 GREEN BEANS,WHOLE,FROZEN 12/2.5# No Bid $1960 $1739 YES 3 157 KALE,FROZEN 12/3# No Bid $2895 _ $2798 158 OKRA,CUT,FROZEN 12/2# lNo Bid $2090 $1945 159 ONIONS,PEARL,FROZEN 12/2# No Bid $3495 $25.97 160 PEAS&CARROTS,FROZEN 12/2.5# No Bid $2049 $2047 N 161 PEAS,FROZEN 12/2.5# No Bid $24301 $2047 C N 162 POTATO MEDLEY,LAMB WESTON,#508,FROZEN 5/3# -- No Bid $33.76 $3429 163 ISNAP PEAS,FROZEN 12/2# No Bid No Bid $2579 Io 164 SPINACH,CHOPPED,FROZEN 12/3# $2800 $2398 $2179 165 SQUASH,YELLOW,SLICED,FROZEN 12/3# No Bid $2795 $2489 a C 166 SQUASH,ZUCCHINI,SLICED,FROZEN 12/3# No Bid $2940 $2479 a 167 TURNIP GREENS,CHOPPED, FROZEN 12/3# No Bid $3995 No Bid' 0 168 TURNIPS,DICED,FROZEN 12/3# No Bid $3995 $1979 LL 169 VEGETABLE,CALIFORNIA BLEND,FROZEN 12/2.5# No Bid $2095 $1739 d 170 VEGETABLE,ITALIAN BLEND,FROZEN 12/2.5# No Bid $2095 $1889 d .0 171 VEGETABLE,NORMANDY BLEND,FROZEN 12/2.5# No Bid $2295 $1629 172 VEGETABLE,SCANDINAVIAN BLEND,FROZEN 12/2.5# No Bid $2095 $1897 t�0 173 VEGETABLE,WINTER BLEND,FROZEN 12/2.5# No Bid $2195, $1897 ~ a "`M4 C,FRC?ZEN MEAT/SEAFOOD CHICKEN CUTLET,PLAIN,FULLY COOKED,INDIVIDUALLY QUICK 40/4 OZ 174 FROZEN 10# No Bid $37.49 $42.89 Q 175 CHICKEN,BREAST FILETS,INDIVIDUALLY QUICK FROZEN 48 ct/5 OZ No Bid $5295 $30.49 176 CHICKEN,CORDON BLEU,BARBER FOODS,FROZEN No Bid $5398 $5079 d 177 CHICKEN,LEG&THIGH,INDIVIDUALLY QUICK FROZEN 48/7 330Z No Bid $3789 $44791 178 HAMBURGERS,4 OZ PATTY,FROZEN 10# $3100 $29.50- 971V e0 179 RAW TIGER SHRIMP,21-25 COUNT,CLEANED AND DEVEINED 5/2# No Bid $5995 $5897 Q 180 SALMON PIECES,INDIVIDUALLY QUICK FROZEN 10#/4 OZ lNo Bid $7790 YES $5749 °Racket�Pg�"1'15�'S r+� TOWN OF RIVERHEAD PURCHASING OFFICE BID TAB SHEET BID NAME. IFOOD AND MEAT PRODUCTS BID OPENING DATE 12/6/2019 v COMPANY LOWNEY WHOLESALE MEATS H SCHRIER&CO INC ACE ENDICO CORP CONTACT ADAM H LOWNEY STEVE MAIORANO DEAN BLAIIGE 0 PHONE# 631-727-3635 631-307-9570 914-347-3244 d ITEM# DESCRIPTION UNTI BID PRICE EXCEPTION JE BID PRICE EXCEPTION BID PRICE EXCEPTION 181 SEA LEGS SUPREME 12/2.5# lNo Bid $45.95 $5489 � ,,,f, .;.i� � `<'FROZEN<DESS6RTSn.,m •,r��; � C eo 182 CAKE,BROWNIE,SHEET,FROZEN 2 TRAYS No Bid $3985 $3989 183 CAKE,CARROT,SHEET,FROZEN 4/96 OZ No Bid $8350 $7569 O LL 184 CAKE,CHEESE,DAVID'S COOKIES NEW YORK STYLE,FROZEN 2/10" No Bid $2149 YES $3649 185 CAKE,CRUMB,SHEET,FROZEN EACH No Bid $2045 $1797 .a 12/16 OZ m 186 CAKE,POUND,LOAF,FROZEN 192 OZ No Bid $5698 $5198 ` 187 DANISH,ASSTD.FROZEN,WRAPPED 24 CT $2400 $2440 $1897 3 188 ICE CREAM CUP,CHOCOLATE 96/4 OZ No Bid $2675 $1798 Q 189 ICE CREAM CUP,VANILLA 96/4 OZ No Bid $2675 $1798 190 LIMONCELLO,PRESLICED,14 SLICES, FROZEN 4/BOX No Bid $9300 $9192 YES ti 191 PIE,COCONUT CUSTARD,SARA LEE 6/10" No Bid $3995 YES $2679 YES C 04 192 PIE,PEACH,MRS SMITH'S 6/10" No Bid $6275 YES $5679 YES 04C 193 PIE,PUMPKIN,MRS SMITH'S 6/10" No Bid $4095 YES $3798 YES 194 PIES,APPLE,MRS.SMITH'S 6/10" No Bid $38501 YES $2679 YES d 195 SORBET,RASBERRY 3 GAL No Bid No Bid $1879 g 196 TIRAMISU,PRESLICED,14 SLICES,FROZEN- 4/BOX No Bid $2695 YES $2798F C -` ==F.ROZE{VrPREPAFtED'FOODS - 40/4 OZ LLI 197 COD,BATTERED WITH CORONA,FROZEN 10# No Bid $7250 $59.89 29/5.5 OZ d t 198 COD,POTATO CRUSTED,FROZEN 159 OZ No Bid $72501 $6898 N 199 EGGPLANT ROLETTE,FROZEN 48/3.5 OZ No Bid $52 95 $3429 00 200 FISH,SOLE,SCALLOP&CRAB STUFFED,FROZEN 32 CT/5 OZ No Bid $76.79 $6979 ~ 201 KRABBY CAKES,MRS FRIDAY'S,FROZEN 1003 OZ No Bid $6995 $4287 m 202 LASAGNA ROLL UPS,FROZEN 6/3.5 OZ No Bid $3149 $34 39 p 203 MEATBALLS,PLAIN,FROZEN 10#/2 OZ $2800 $29 95 $2329 3 204 MEATBALLS,SWEDISH,FROZEN 10#/2 OZ No Bid $3995 $59891 YES Q 205 PIERCE SUPER-CHIK'N,8 PC CUT,BULK PACK,FROZEN 1/10# No Bid $5995F— $5597 206 POT ROAST W/GRAVY COOKED 3/6# No Bid $97201 $8235 YES C Of 207 POTATO PANCAKE,FROZEN 432/.67 OZ No Bid $4150 $42 13 208 SAUSAGE LINKS,COOKED 160/1 OZ No Bid $3295 $2497 V 209 SHELLS,STUFFED,MEDIUM 120/2 OZ No Bid $43751 $3369 210 STUFFED CABBAGE,FROZEN 48 CT No Bid $82951 $7697 Q 211 STUFFED PEPPERS,FROZEN,CAMPBELLS 48 CT No Bid $66851 $65.87 z;*=zPacfiet Pg. 'i1;6`u TOWN OF RIVERHEAD PURCHASING OFFICE BID TAB SHEET ` BID NAME, IFOOD AND MEAT PRODUCTS BID OPENING DATE 12/6/2019 v COMPANY LOWNEY WHOLESALE MEATS H SCHRIER&CO.INC ACE ENDICO CORP. CONTACT ADAM H LOWNEY STEVE MAIORANO DEAN BLAIKIE 0 PHONE# 631-727-3635 631-307-9570 914-347-3244 n ITEM# DESCRIPTION UNTT BID PRICE EXCEPTION BID PRICE EXCEPTION BID PRICE EXCEPTION 212 TATER TOTS,FROZEN 10# No Bid $51.98 $2789 � „-'"FIR 02EN OTiii R” °, c Id 213 EGG PRODUCT,FROZEN 6/5# No Bid $4675 $43 19 •0 214 JUICE,ORANGE,SUNCUP,FROZEN72/4 OZ No Bid $1045 $1169 O 215 JUICE,APPLE,SUNCUP,FROZEN 72/4 OZ No Bid $949 $1169 L. 216 JUICE,PINEAPPLE-ORANGE,SUNCUP,FROZEN 72/40Z No Bid $1025 $1199 .c 217 BUTTER BLOCK 36/1# $10800 $10950 $10539 � 4/4.25# 3 218 BUTTER PATTIES(individual) 17# No Bid $6495 $66 39 Q 4/1.5# 219 CANNOLI CREAM BAGS W/CHOCOLATE CHIPS 6# No Bid $2450 $22,29 220 CHEESE,AMERICAN,LOAF,DELUXE WHITE 4/5# $65001 No Bid $6388 04C 221 CHEESE,AMERICAN,SLICED, DELUXE WHITE 4/5# $5300 $6695 $5416 N 222 CHEESE,COTTAGE 4/5# No Bid $2745 $2880 223 CHEESE,MOZZARELLA,BLOCK 5# $1300 $1548 YES $1644 YES � 224 CHEESE,PARMESAN,PC 200/.5 EA No Bid $1549 $1729 225 CHEESE,SWISS(4"x 4"LOAF),FINLANDIA 7# $2800 -$2384 YES $2933 c 226 CHEESE,CHEDDAR,SHREDDED 5# No Bid $1389 YES $15 92 ea 227 CREAM CHEESE; .D PC 100/1 OZ No Bid $25 95 $1869 C 228 EGGS,FRESH 15 DZ No Bid $2350 $24 98 U. 229 JUICE,ORANGE,HOMEMAKER 8/590Z No Bid $19291 $1789 61 230 SOUR CREAM 10# $2000 $6.75 $16591 231 WHIPPED CREAM,REAL,EVER-FRESH,AEROSOLE CAN 12/15 OZ No Bid $2549 YES -$26491 YES N 232 WHIPPED TOPPING,EVERY READY,PIPING BAGS 12/32 OZ No Bid $4985 YES $4689 YES 233 YOGURT,ALL LOW FAT,FLAVORS 48/4 OZ No Bid $1549 $14 95 ~ ',MEAT, 234 BEEF,BOTTOM ROUND,RAW 4/6-8# No Bid $3.40/lb $3 59/]b R 235 BEEF,CHOPPED 80/20,FRESH,RAW 2.90# $3 20/]b $2 79/Ib $2 91/lb p- 236 BEEF,TOP ROUND,TRIMMED&TIED,RAW 15# $4 25/lb $3 89/lb $4 69/lb 237 BONELESS PRIME RIB,OVEN READY,CHOICE 88#AVG $11 00/Ib No Bid $1029/lb c d 238 CHICKEN BREAST,RAW 40# $140/lb $1 49/Ib $1 56/Ib E 239 CORNED BEEF,LEAN,MOSEY'S 2/7# No Bid $3 89/lb $4 89/lb V 240 HAM,DELI,DELUXE,LOW SODIUM 26#AVG $3.50/lb $279/lb $299/16 241 HOT DOGS,ALL BEEF,SABRETT 15# lNo Bid $29 95 YES $2395 YES Q 242 PORK BABYBACK RIBS,RAW 18/2.5# $3 25/lb $2 98/lb $2 85/lb x r Packet-Pg:=1=IT' TOWN OF RIVERHEAD PURCHASING OFFICE ` BID TAB SHEET BID NAME IFOOD AND MEAT PRODUCTS W BID OPENING DATE 12/6/2019 v COMPANY LOWNEY WHOLESALE MEATS H SCHRIER&CO INC ACE ENDICO CORP O CONTACT ADAM H LOWNEY STEVE MAIORANO DEAN BLAIKIE 0 PHONE# 631-727-3635 631-307-9570 914-347-3244 IL ITEM# DESCRIPTION UNIT BID PRICE EXCEPTION BID PRICE 11 EXCEPTION BID PRICE EXCEPTION 243 PORK LOIN,RAW,CENTER CUT 2/6-9# $1.85/lb $1.85/16 $1.99/lb d 244 ROAST BEEF,DELI,COOKED,TOP ROUND,DELUXE 2/6-8# No Bid $3 98/ib $6 89/16 'p 245 SAUSAGE,ITALIAN,SWEET,FRESH 10# $26 00 _ $25.29 $33 89 246 SAUSAGE,POLISH,KIELBASA 10# No Bid $3895 $38 99 'a 247 SAUSAGE,SWEET,TURKEY 160/1 OZ No Bid $29.950 O 248 STEW BEEF,FRESH,RAW 10# INo Bid $4 20/Ib $4795 LL w 249 TURKEY BREAST,COOKED,LOW SODIUM,DELUXE KOHLER 2/9# $4 40/lb $3 89/lb $4 99/lb a 250 TURKEY BREAST,RAW,OVEN READY,PERDUE 2/10# No Bid $2 39/16 YES $2.99/16 YES m In .D E. R 3 a 0 N - O N t4 d ' C c6 O O LL �I d d N . to M m 'd O 3 Q c m E r - ea - a�':sPacket?i?g°�9�18'r,. _d: