HomeMy WebLinkAbout2 in1 Spreader/Dumper Hwy Dept. r
0
ru
Ir
Postage $
rl
O Cerdfied Fee O
O
O Retum Reciept Fee f rk
(Endorsement Required) ' s
Restrktetl Delivery Fee
(Endorsement Required)
Total Postage 8 Fees
m
0 Sent To
C3 y�
'street' =!`.41-^!11�tVC1!lC2
Box No. (d�._-. Q_Sll.'�_.......
or PO 'IS / 'CC==`.'r l`�Y: _�------------------
ETJ~ABETH A. NEV~',T.E
TOWN CLERK
REGISTP~R OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
September 15, 2004
CERTIFIED MAIL
RETURN RECEIPT REQUESTED
Robert C. Hamilton, President
Advanced Equipment Inc
75 Cedarhurst Avenue
Medford, NY 11763
Dear Mr Hamilton:
The Southold Town Highway Department has advised this office that they have taken
possession of the combination spreader/dump track. Returned herewith is the certified check
you submitted with this bid. Thank you for submitting you bid.
Eno.
Very truly yours,
Southold Town Clerk
; · Completeitem:3 1, ~,and3. AJ ; '[ ~; .
; item 4 if Restrict ed Dellve~ is ir,.
: · Print your nam,, anJ address c
i · Attach this car=~ to. the back of
1 .:,!:.
.............
21 Article Numbe~
(r~fmm~,~,,~)_ '; Ii !1 : ,;,E 0001 8547 9120
PS Fo~ 3811, Au~ust 2001 )~ >ul; i:,r ~
;ignatum
[] ~ent
{eceived by (Printe~ Name) C. D~te of Delivery
~ del~ address different from itern 17 []Ye~
YES, enter delivew address below: [] No
n Expm~ Mail
[] Return Receipt for Memhandise
[] C.O.D.
DYes
Pl='l 1~ W. HARRIS
~uperintendent
Highway Department
Town of Southold
275 Peconic Lane · P.O. Box 178
Peconic, N.Y. 11958-0178
Tel. (631) 765-3140
(631) 734-5211
Fax (631) 765-1750
TO:
FROM:
RE:
DATE:
Lynda Bohn
Peter Harris
'Bids
September 13, 2004
RECEIVED
8EP 1 4 2004
Southold Town Clerk
I would like to advise
following bid checks.
11/19/02 East Coast sand
11/19/03 Trius Inc
3/25/04
1/16/03
8/19/03
that you may return the
Sand For Ice Control 2003
Snow Removal Equipment
10' Stainless Steel Spreaders
Snow Plow Hitch(s)
Central Hydraulic System(s)
Long Island sanitation Street Sweeper
Advanced Equipment Combo Dump Truck/Spreader
Peterbilt of Maine, Inc 10 Wheel Dump Truck
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 72 OF 2003 WAS
ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON
FEBRUARY 4, 2003:
RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of
Advanced Equipment Inc. in the amount of $29~795.00 for the purchase of one Combination
Spreader/Dump Truck for the use of the Southold Town Highway Department.
Elizabeth A. Neville
Southold Town Clerk
RESOLUTION
FEBRUARY 4, 2003
V- 72
RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Advanced
Equipment Inc. in the amount of $29~795.00 for the purchase of one Combination
Spreader/Dump Truck for the use of the Southold Town Highway Department.
PETER W. HARRIS
Superintendent
Highway Department
Town of Southold
275 Peconic Lane · P.O. Box 178
Peconic, N.Y. 11958-0178
Tel. (631) 765-3140
(631) 734-,5211
Fax (631) 765-1750
M E M ORA N D U M RECEIVED
TO: Elizabeth A. Neville
Southold Town Clerk JAN 2 9 2003
FROM: Peter W. Harris, Superintendent
Southold Town Highway Department Southohl ]'0~/, Cierl
DATE: January 29, 2003
RE: PURCHASE OF ONE COMBINATION SPREADER/DUMP TRUCK
FOR USE BY THE SOUTHOLD TOWN HIGHWAY DEPARTMENT
I have reviewed all bids received in connection with the above and recommend that the
Southold Town Board accept the bid of Advanced Equipment Inc., as their bid was the only
bid received which satisfied all bid specifications.
PWH:jes
ELIZABETH A. NEVILLE
TOWN CLEP, K
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
BID OPENING
Combination Spreader/Dump Truck for Highway
1/17/03 ~ lO:OOam
THREE BIDS WERE RECEIVED
Thus Inc.
458 Johnson Ave
P 0 Box 158
Bohemia NY 11716
631-244-8600
$28,205.00 (with exceptions/changes fi~om bid specs)
Dejana Track & Utility Equipment Co. Inc $28,726.00 (with exceptions/changes from bid specs)
490 Pulaski Rd
Keings Park NY 11754
631-544-9000
Advanced Equipment Inc.
75 Cedarhurst Ave
Medford NY 11763
631-698-4100
$29,795.00
PETER W. HARRIS
Sul~erintendent
Highway Department
Town of Southold
275 Peconic Lane · P.O. Box 178
Peconic, N,Y. 11958-0178
Tel. (631) 765-3140
(631) 734-5211
Fax (631) 765-1750
01'/30/2~03 12:44
ADVANCED
£QUIPI £N o,
ADVANCED EQ
PAGE
TEL: (631 ) 698-41 O0
FAX: [631) 696-0892
EMAIL: AdvancedEq@aoLcom
Janua~ 22,2003
Mr. Peter Harris
Superintendent of Highways
Town of Southold
Re: Bid for Combination Dump Body/Material Spreader
Dear Mr. Harris,
The purpose of this letter is to state my position as regards the results of the
above referenced bid that opened on this past January 16th.
You'll recall the bid results were as fellows:
Advanced Equipment
DeJana Truck Eguipm. ent
Tdus Inc.
$ 29,795.00
$ 28,726.00
$ 28,205.00 '
Your published specification called in par[ for a radius style body, electrically
operated central hydraulic system equipped with ground speed oriented electdc
spreader circuit and tarp system. Additionally, the dump body underside is
required to be coated in an acrylic rust preventive coating.
Of the three vendors, Advanced Equipment was the only one to answer as
specified.
Pursuant to the opening ef the bid, I was provided the opportunity to review the
responses submitted by the other vendors, and would like to make the fellowing
observations for your consideration.
In so far as the lowest bidder, Tdus Inc., is concerned, The vendor chose to
completely disregard the requirements of the bid, instead taking exception to the
bid in its' entirety. In their letter attached to the response, the vendor stated that
he was offering a body of radically different rectangular body design based on
the fact that the Town had specified and accepted that rectangular design in the
past.
75 CEDARHUI~$¥ AVENUI~ · MEDFORD, N,Y 11763
.12:44 631696
ADVANCED EQ
PAGE ~3
It is my position that this argument is invalid and self-serving. I say this for
several important reasons. First, Advanced Equipment has also provided several
combination dump body/material spreaders of rectangular design to the Town in
the past. In point of fact, the bodies supplied by Advanced to the Town were
each awarded as the result of competitive bids wherein Advanced Equipment
competed successfully against Trius inc., who offered the identical body then as
in this instance.
Trius is well aware of this fact, yet chose not to disclose this information in their
letter because doing so would invalidate the prima-facie logic of their position.
Second, the act of completely excepting oneself from the requirements of any bid
in its' entirety confounds the response as a whole. For example, the body offered
by Tdus does not comply with the requirement that the roain Iongitudinals be
manufactured of 7ga. stainless steel (a rust free grade of steel). Also, the body
offers only a 6:1 spur gear drive rather than the 25:1 planetary gearcase
specified, iThe body does not feature stainless upper tailgate hinge pins. The
body hing~ pins do not possess composite grease bushings. The tailgate latches
are made Of only ~" steel not the %" steel specified.
These features represent important advances in design and technology that
speak to the issues of long term operating cost, efficiency, durability and
productivity, yet no representation is made to these disparities. Also, "frius has
offered a simple asphalt based mst, proofing m{~teda. I in lieu of,the more
expensive acrylic rust preventive abrasion resistant coating specified. Th~se
tactical omissions of information constitute a direct violation of the requirements
of the bid and call the credibility of the entire response into question.
As far as the response submitted by DeJana Truck Equipment is concerned,
major deficiencies exist herein as well. This body also offers only a 6:t spur gear
conveyor drive. This is the same drive gear found in spreaders that possess 18"
conveyors. The conveyor specified in this bid is 28" wide. The spinner is
manufactured of a lesser grade of stainless steel than specified, and as a result
will still rus~ over time, There is no guard over the spinner motor to protect it and
the related hydraulic hosing against falling material. The upper tailgate hardware
is not stainless steel. The dump body hoist cylinder is not of a top lift design as
required in the specification.
Perhaps most disturbing aspect of this response is the fact that the conveyor and
spinner controls are offered outside at the rear of the spreader. This can only
mean that the controls are of manual design rather than the electdc controls,
required to be located in the cab, as specified. As a result, the eperator would
have no ability to adjust the flow of material in response to changing road
conditions, nor would controls of this type feature a "Blast" capability, as is also
required in the specification.
This perplexing response coupled with no response whatsoever to pages 11, 12
and 13, the pages that detail the remainder of the hydraulic system requirements
in their entirety, (as well as pages 17,18,19,20 and 21) would lead one to
question if the entire scope of the hydraulic system were actually and fully
understood at alt,
Further, it warrants mention that the cost difference between manually operated
spreader controls and electric, ground speed odented spreader controls on the
dealer net (wholesale) level exceeds the difference in cost between the central
hydraulic system specified in the bid (and offered by Advanced Equipment) and
the system offered by DeJana Truck Equipment.
Advanced .Equipment was the only bidder who endeavored to comply with the
procedural requirements of the bid (listing compliance and/or exceptions). For the
Town to award to the other vendom in light of their blatant disregard for the
format undermines the Integrity of the entire bid process. This approach should
not be condoned, and therefore reinfomed, by virtue of award.
Lastly, Advanced Equipment is the only bidder who is prepared to install and
deliver a unit in a timeframe that would allow for any use of the unit this winter
For all the above stated reasons, I respectfully request that you award to
Advanced Equipment as the lowest responsible bidder.
I hope this information proves useful in your purchasing decisioN. If you have"
questions, please don't hesitate to contact me,
Sin ~e~ely, /7
'R'ebert C. HamiltonTM
President
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hail, 53095 Main Road
P.O. Box 1179
Southold, 1~;w York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
February 2t; 2003
Robert C. Hamilton, President
Advanced Equipment Inc.
75 Cedarhurst Ave
Medford NY 11763:
Congratulations. The Southold Town Board, at its regular meeting of
February 4, 2003, accepted the bid of Advanced Equipment Inc. for the purchase
of a Combination Spreader/Dump Truck for the Southold Town Highway
Department. A certified copy of the resolution is enclosed.
Your bid check will be returned to you upon confirmation by the Highway
Department of delivery. Should you have any questions concerning this matter,
please do not hesitate to contact this office.
Very truly yours,
l jo
Enclosures
Elizabeth A. Neville
Southold Town Clerk
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
February 21, 2003
CERTIFIED MAIL
RETURN RECEIPT REQUESTED
Attn: Louis Balazs
Dejana Track & Utility Equipment Co Inc
490 Pulaski Rd
Kings ParkNY 11754
Dear Mr. Balazs:
The Southold Town Board, at its regular meeting of February 4, 2003,
accepted the bid of Advanced Equipment Inc. for the purchase of a Combination
Spreader/Dump Track for the Southold Town Highway Department. A certified
copy of the resolution is enclosed. Also, returned herewith is your certified bid
check. Thank you for submitting your bid.
Very truly yours,
Elizabeth AJ Neville
Southold Town Clerk
EncIosures
.~
"'0~h~20~"' 1:0220008hD:~0~000~,'
'I Complete items 1, 2, and 3. Also COmplete
item 4 if Restricted Delivery is desired.
· Print your name and address on the reverse
so that we can return the card to you.
· Attach this card to the back of the mailpiece,
or on the front if Space permits.
1. ~¢tfcJe Addressed to:
A. Received by (Please Pn;~t Clearly) B. Date of Delivery
X
if YES, enter delivery address below: [~ No
[~ Registered [~ Return Receipt for Merchandise
Domestic Return R~eipt ~ ~/~
I, . 3'"7
Postmark
Here
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hail, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
February 21, 2003
CERTIFIED MAIL
RETURN RECEIPT REQUESTED
Attn: Gary Cervelli, President
Thus Inc.
P O Box 158
Bohemia NY 11716
Dear Mr. Cervelli:
The Southold Town Board, at its regular meeting of February 4, 2003,
accepted the bid of Advanced Equipment Inc. for the purchase of a Combination
Spreader/Dump Track for the Southold Town Highway Department. A certified
copy of the resolution is enclosed. Also, returned herewith is your certified bid
check. Thank you for submitting your bid.
Very truly yours,
Elizabeth A. Neville
Southold Town Clerk
ljc',.X
EncloSures
__
· Complete items 1, 2, and 3. Also complete
item 4 if Restricted Delivery is desired.
· Print your name and address on the reverse
so that we can return the card to you.
· Attach this card to the back of the mailpiece,
or on the front if space permits.
1. Article Addressed to:
A. Received by (Please Print Clearly) B. Date of Delivery
C. Signature
[] Agent
X [] Addressee
D. Is delivery address dh~mnt flom item l? [] Yes
If YES, enter deliver? address below: [] NO
3. Service Type
,,[~ed Mall [] Express Mail
[] Registered [] Return Receipt for Merchandise
~-I Insured Mail [] C.O.D.
4. Restricted Delivery? (Extra Fee) [] Yes
2. Article Number (Copy from service label)
PS Form 3811, Ju~y 1999 Domestic Return Receipt
102595-00-M-0952
Post&ge
Certified Fee
Return Receipt Fee
{Endorsement Required)
Restricted Delivew Fee
(Endorsement Requ~req)
Total postage & Fees
Postmark
Here
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldt own.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
BID OPENING
Combination Spreader/Dump Truck for Highway
1/17/03 ~ 10:00am
THREE BIDS WERE RECEIVED
Thus Inc.
458 Johnson Ave
P O Box 158
Bohemia NY 11716
631-244-8600
$28,205.00 (with exceptions/changes from bid specs)
Dejana Track & Utility Equipment Co. Inc $28,726.00 (with exceptions/changes from bid specs)
490 Pulaski Rd
Keings Park NY 11754
631-544-9000
Advanced Equipment Inc.
75 Cedarhurst Ave
Medford NY 11763
631-698-4100
$29,795.00
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 797 OF 2002
WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD
ON DECEMBER 3, 2002:
RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs
Town Clerk Elizabeth Neville, to advertise for bids for the purchase of (1) new mechanical
combination dump/spreader truck body and snowplow push-frame and hoist for the
Southold Town Highway Department.
Elizabeth A. Neville
Southold Town Clerk
RESOLUTION
DECEMBER 3, 2002
V - 797
RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs
Town Clerk Elizabeth Neville~ to advertise for bids for the purchase of(l) new mechanical
combination dump/spreader truck body and snowplow push-frame and hoist for the
Southold Town Highway Department.
PETER W. HARRIS
Superintendent
TO:
FROM:
DATE:
RE:
Highway Department
Town of Southold
275 Peconic Lane · P.O. Box 178
Peconic, N.Y. 11958-0178
Tel. (631) 765-3140
(631) 734-5211
Fax (631) 765-1750
MEMORANDUM
Elizabeth A. Neville
Southold Town Clerk
Peter W. Harris, Superintendent
Southold Town Highway Department--
November 27, 2002
ADVERTISEMENT FOR BIDS IN CONNECTION WITH THE
PURCHASE OF: ONE (1) NEW MECHANICAL COMBINATION
DUMP/SPREADER TRUCK BODY AND SNOWPLOW PUSH-
FRAME AND HOIST
In connection with the above, please submit the following resolution for the Town Board's
consideration at its next Board meeting:
RESOLVED: THAT the Town Board of the Town of Southold hereby
authorizes and directs Town Clerk, Elizabeth A. Neville, to advertise for bids for
the purchase of one (1) new mechanical combination dump/spreader truck body
and snowplow push-frame and hoist for the Southold Town Highway
Department.
Specifications to follow: [Items to be covered in the bid proposal will include a dump/spreader
body, lift cylinder, hydraulic pumps, valves, cables, piping, hoses, fittings and spreader control
system; a snowplow push-frame and hoist, piping, hoses, hydraulic valves and fittings. The
above items will be mounted on a 1995 Ford chassis owned by the Southold Town Highway
Department, in accordance with plans and specifications to be prepared by Peter W. Harris,
Superintendent of Highways.]
PWH:jes
I D /t IV ED
E UIPI EAIT .
TEL: [631) 698-4100
FAX: (631) 696-0892
EMAIL: AdvancedEq@aol.com
Janua~ 15,2003
Mrs. Elizabeth A. Neville
Southold Town Clerk
Southold Town Hall
53095 Main Road
Southold, NY 11971
Re: Bid for New Combination Dump Body/Material Spreader truck Body and
Snow Plow Push Frame and Hoist
Dear Mrs. Neville,
Advanced Equipment is pleased to present this bid to supply and install the
following snow and ice control components:
Hi-Way Model XT-3 Combination Dump Body/Material Spreader
Component Technology AS-2 Central Hydraulic System
Advanced Style Custom Low-Mount Snow Plow Hitch
Pioneer Model G1500DS Tarp System
Dump Body underside and Snow Plow Hitch will be coated in Noxyde rust
preventive/abrasion resistant coating.
These components comply with the published specification in all regards without
exception. All options listed in specification are included instated bid price.
Delivered Price
Availability
$ 29,795.OO
15 Days
Advanced Equipment will honor the stated pricing for a period of (1) one year.
Please consider this letter as part and parcel to this bid.
Robert C. Hamilton
President
75 CEDARHURSTAVENUE * MEDFORD, N.~ 11763
Town of Southold
Specifications for:
Dump Body/Material Spreader,
Snow Plow Hitch
Central Hydraulic System
LEGAL NOTICE
NOTICE TO BIDDERS
NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section
103 of the General Municipal Law, that sealed bids are sought and requested for the
purchase of (1) new mechanical combination dump/spreader truck body and
snowplow push-frame and hoist by the Southold Town Highway Department.
A certified check in the amount of $100.00, will be received by the Town Clerk at
the Southold Town Hall, 53095 Main Road, Southold, New York, until 10:00 A.M.,
Thursday, January 16, 2003, at which time they will be opened and read aloud in
public. The Town Board of the town of Southold reserves the right to reject any and all
bids and waive any and all informalities in any bid should it be deemed in the best
interest of the Town of Southold to do so.
All bids must be signed 3nd sealed in envelopes plainly marked "Bid on
mechanical combination dump/spreader truck body and snowplow push-frame and
hoist ", and submitted to the Town Clerk. The bid price shall not include any tax, federal,
state, or local, from which the Town of Southold is exempt.
Dated: December 3, 2002.
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON JANUARY 2, 2002, AND FORWARD ONE (1)
AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK,
TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971.
Copies to the following:
The Suffolk Times
Town Board Members
Town Attorney
Data Construction
Dodge Reports
Brown's Letters
Burrelle's Information Services
Town Clerk's Bulletin Board
Supt. of Highways Hams
I. Intent
1II. Technical Specifications
A. Dump Body/Material Spreader
B. Custom Low Mount Hitch
C. Central Hydraulic System
D. Tarping System
E. Coating Specification
III. Vendor Qualifications
IV. Manufacturer's Requirements
V. Submittals
VI. Warranty
I. Intent
It is the intent of this document to describe one (1) dump body/material spreader, Iow mount hitch,
tarp system with ground control and central hydraulic system. Dump Body underside shall be coated
in Noxyde. Body shall be installed on chassis supplied by the Town Highway Department.
The dump body/material spreader, snow plow hitch and central hydraulic system shall be built to the
manufacturer's standard. It shall be equipped with the manufacturer's equipment and accessories
which are included in the advertised and published literature for the unit. No such item of equipment
or accessories shall be removed or omitted for the reason that it was not specified in the bid. The
successful bidder shall deliver to the Town of Southold, a new and previously unused unit in complete
working order, which meets or exceeds the various specifications and requirements described herein.
Bids will only be accepted from dealers authorized to conduct sales, service, warranty and repair for
all chassis components.
In addition, the items listed below shall be considered as part and parcel to the bid and the property of
the Town of Southold.
1. Specifications - in the event an alternate is bid, the vendor shall at the time of the bid submit two
(2) copies of the technical description/specification of the unit and components he / she proposes to
furnish. (i.e. chassis, hydraulic system, snow plow). Said representations should be sufficiently
detailed so as to address this bid on an item by item basis. Specifications submitted by vendors shall
be instrumental in substantiating compliance with this bid.
2. Brochures-in the event an alternate is bid, each vendor shall at the time of the bid submit two
(2)copies of manufacturers color brochures depicting current production model, by means of
photograph, of the unit and components he / she proposes to furnish. (Xerox, Fax Copy, or Artist
sketch not acceptable.) Brochures should be sufficiently details so as to clearly illustrate general
arrangement and fabrication of the chassis, hydraulic system, coating system.
3. Warranty~ Copy of the manufacturer's warrantee on the dump body shall be included at the time of
bid.
In the event an alternate is bid, the Town reserves the right to request a demonstration within 10 days
of notification. Demonstration will be conducted within the Town of Southold, free of charge.
Delivery will be a factor of critical importance in the award of this bid. Vendors must state guaranteed
delivery date in calendar days. Vendors are cautioned to be realistic in quoting delivery as a late
penalty of $100 per day any be imposed for every day beyond the stated delivery date. Enforcement
shall be at the sole discretion of the Superintendant of Highways.
Failure on the part of any bidder to comply with each of the aforementioned mandatory requirements
may result in the rejection of his or her bid.
II. ~chnical Specification
A. , m~p Body
GL L: F~AL
1. ~ese specifications shall describe a multi-
pu )se dump body and material spreader
eq ped with a telescopic hoist mounted at
th. ,ont of the body, a center line conveyor
a~, ~ spinner chute located at the rear of tile
2. he unit, as bid, shall be a current design
ar~ ! production unit. Bidders shall submit
cu~ ent literature for the make and model being
Compliance
Yes N,:~
Exception]
Y
Y
Din~ensions
Th~ struck capacity of the unit being bid shall
be ,~.4 cubic yards without sideboards or 9.7
,'~,~,~c yards with sideboards.
Th.~ body inside length shall be 10' and the
inside body width shall be 95" to maximize
capacity and provide a lower center of gravity
of Ihe unit.
!he overall length of the unit shall not exceed
10' from front of cradle to rear of hinge.
side height above the sills shall be 36".
T ," tailgate height above ~he ::ills shall be 48".
"'~ head sheet height above lhe sills shall be
!; ..~ body shall be equipped wilh 4" wide
eboard pockets that taper in height from 12"
~he front, to 6" at the rear o! the body.
Y
Y
Y
Y
Y
Y
Y
Compliance
Yes No
Exception
Side and Headsheet
The design of the side sheet/floor shall be such
that the vertical surface (side wall) transforms
into a horizontal surface (floor) through a large
self cleaning radius. The result of this
transformation shall be a flat dump body floor
su~ face, not less than 48" wide allowing for the
transportation of palletized materials, barrels,
and sign posts and other like items. This
design shall also provide for the clean
unloading of free flowing materials.
All body seams shall be fully welded both
inside and out.
The head sheet and side sheets are to be 7-
gauge HSLA, 65,000 PSI tensile strength, with
50,000 PSI yield strength. HEADSHEET
Continued: Both the side sheets/floor and the
head sheet shall be constructed from one
piece material. Seams from splicing material
will not be allowed.
A boxed top rail, sloped inward to aid in
preventing material from resting on the rail,
shall be constructed from 7-gauge grade 50
steel. The construction shall be such that the
top formed lip of the side shall overlap the
channel formed rail to provide for double
material thickness.
The rear corner posts are full depth from top of
ihe tailgate to the bottom of the longitudinal
sills and are constructed from 7- gauge grade
50 steel. The longitudinal sills, corner posts
and rear apron are all tied together with a 7-
gauge steel plate to provide further
reinforcement to this area.
Full length fenders shall be fully welded to the
body side sheet. These fenders shall be flared
outwardly to act as a material shedding surface
and be constructed from 10-gauge steel.
¥
Compliance
Yes No
Exception
The head sheet has a vertical surface at the
top and then tapers rearward 33 degrees to
reduce pressure on the center conveyor and to
accommodate a front top-mount telescopic
hoist. The top of the head sheet is reinforced
with a 7-gauge grade 50 formed channel with
further reinforcement occurring, with formed
angles, at the bend line and above the front
feedgate.
Hoist
The hoist design shall be a front mount top lift
telescopic, NTEA class 7.
The cylinder shall be 3 stage with a 94" stroke
and a 5" diameter first stage.
The connecting pivots shall have greaseable
fittings and the connecting pins to be made
from C1045 steel round.
The cylinder tubes shall be nitrited and the
cylinder shall be warranted for a period of 1
year.
The cylinder base cradle shall be a frame
mounted and fully welded modular assembly
fabricated from 4" x 6" x 1/~,, structural steel
angle.
Rear Hinge Assembl~Z
The rear hinge assembly shall be constructed
from structural steel angle 6" x 8" x ½" with 2"
stainless hinge pins connecting to the 2-1/2"
hinge blocks.
The bushings shall be a greaseless composite
type and have minimal pin to bushing
clearance.
Compliance
Yes No
Exception
Tailqate
The tailgate shall be constructed from 7-gauge
HSLA 65,000 PSI tensile strength steel with
yield strength of 50,000 PSI.
There shall be full perimeter boxing with all
horizontal bracing to be sloped outward to
sl~ed material. In addition there shall also be
two 10-gauge horizontal braces with a sloped
top surface
The hinge plates shall be 1" flame-cut heavy-
duty offset type.
The tailgate pivots shall be flush mount 1/2"
flame cut material.
The latch hooks will be %" steel with the latch
plates to be 3/8" carbon steel.
The upper pins are to be 1-1/4" diameter 304
stainless,
The lower latch pins are to be 1-1/4" diameter
CR1018 material,
The tailgate latch mechanism shall be an air
operated dual brake chamber (one at each
latch position) type.
Design shall allow the tailgate to be opened at
the top and placed into a nearly horizontal
position for the purpose of carrying and
dumping brush, limbs, stumps, etc.
Main Conveyor
The 28" wide main conveyor shall be recessed
within the 7-gauge 409 stainless steel formed
inner and outer Iongitudinals and feed material
to a feed gate located in the tailgate.
¥
¥
Compliance
Yes No Exception
The main conveyor floor shall be constructed
from 3/16"
AR400 plate and fully welded to the
longitudinal sills.
7-gauge grade 50 formed chain shields shall
be fully welded and of design to protect the
pintle side links.
The multi ply belt over chain construction shall
consist of two strands of 29,700 PSI tensile
strength pintle chain with ½" x 1-1/2" cross
bars welded to every other link.
Belt shall be high heat rated and suitable tor
asphalt.
The drive and idler shafts shall be 2" CR1045
round with two 8-tooth drop forged steel
sprockets keyed to each shaft.
The conveyor gear case shall be 25:1
reduction; rear mounted planetary drive. Worm
gear or spur gear will not be considered
acceptable.
The drive motor shall be a high torque
hydraulic type with a minimum of 4.9 cubic inch
displacement. The motor will drive the gear
case through a SAE 6B splined shaft. Keyed
couplings are not acceptable.
Conveyor adjustment shall take place through
two 2" conveyor type take-up bearings. Flange
or pillow-block bearings used for the purpose
of conveyor adjustment is not acceptable,
Compliance
Yes No
Exception
The longitudinal sills must be equipped with
slots at the bearing mounting points that allow
the entire front or rear shaft, bearing and
sprocket assembly to be removed as an
assembly for ease in maintenance.
The vertical rear feedgate panel shall be 7-
gauge grade 50 and lever operated with 1"
increments of adjustment. The adjustment is
fixed through a positive locking mechanism.
A cover of debris shedding design shall be
provided on the tailgate, in the area around the
feedgate, to aid in preventing the free flow of
material on the conveyor and rear apron.
_~)inner
']-he spinner assembly supplied must be
capable of spreading granular material in a
controlled pattern up to a distance of forty feet.
The spinner assembly shall be mounted by
means of two receiver tubes located on the
lower rear sills. The square tubing frame will
support a chute to direct the material to the
spinner as well as the spinner assembly. The
spinner chute will be equipped with a panel that
will allow for conveying material and bypassing
the spinner.
The spinner assembly shall be adjustable from
left to right, front to back, and up and down to
obtain an accurate placement of material on
the spinner disc. In addition the spinner
assembly will be linked to the truck frame with
a universally mounted parallel arm to keep the
spinner parallel to the road surface if the body
is raised.
The spinner assembly shall be equipped with
four adjustable baffles to control the width of
material spread as well as the direction.
Y
Y
Y
Y
Y
Y
Y
0
Compliance
Yes No
Exception
The spinner hydraulic motor shall mount
directly above the spinner disc. This motor
shall be protected within a material shedding
housing that is removable for motor
serviceability.
The distributor disc shall be 20" diameter, 10-
gauge carbon steel, and equipped with six
radial formed replaceable fins.
~j:)tional Equipment
Conveyor Cover - 7-gauge grade 50 panel
designed to protect conveyor cross bars and
chain shields during periods of "non-conveyor
use". Panel must be designed for ease in
installation as well as ease in securing to the
body.
Side Mount Access Ladder- Ladder shall be
of rugged design and hinged from the bottom
of body up. From body bottom down steps
shall be spring protected
304 Stainless Steel Spinner Disc- Poly Disc in
lieu of standard steel disc. Disc is equipped
with replaceable fins.
Sloped steel side boards - 7-gauge grade 50
steel panels to be fully welded when installed.
Top of panel to be of debris shedding design.
B. CUSTOM LOW MOUNT HITCH
Face Plate
Shall have a height of not greater than 26"
measured at the face of the hitch,
Shall have a width of not less than 48"
measured across the face of the hitch.
l 0
Shall be not less than %" thick with 5" crimped
top and bottom edges formed for greater
rigidity.
Shall serve as the mounting surface for plow lift
a:;sembly, hinge ears, drive centers and all
vertical reinforcements.
Shall have two (2) outboard 5" x ½" vertical
reinforcements which bolt to both frame
extension on chassis and check plates.
Cheek plates shall be fabricated of not less
than 3/8" plate with 3" flanged edges & shall
extend back as far as possible.
Shall have two (2) inboard 5" x ½" vertical
reinforcements.
Ears shall be drilled for 1/~,, bolts Grade 5
minimum.
Shall not extend above the chassis frame rails,
so as to provide maximum clearance of tilt type
hoods.
Compliance
Yes No
Exception
fl
C. Central Hydraulic System
Manufacturer - Component Technology
Model - AS2
Pump
Shall be Rexroth Model A10V071 or equal
Shall be front crankshaft driven
Shall be Load Sense, Pressure Compensated
Shall be 11 GPM at 1000 RPM minimum rated,
heavy duty, and hydraulic pump.
Shall have 1%" keyed shaft for remote
application.
Shall have 7/8-13 spline shaft
Shall be driven by Spicer 1310 drive line
Shall have 4-7 degree operating angle
Lines
Pipes, hoses and fittings to be adequate size
and capacity to accommodate the volume of oil
required without undo heating all high pressure
hoses to be sized to allow free flow of oil so as
not to have undo back pressure
High pressure hoses to be two (2) wire braid
reinforced Iow pressure hoses in return lines to
be of sufficient size to eliminate causation lines
are to be spiral wire reinforced.
Lines to have dripless quick disconnects where
ever a unit/part must be removed for seasonal
storage.
Compliance
Yes No
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Exception
12
Compliance
Yes No
Exception
Valves
Shall be Rexroth MP18
Shall be cable operated for dump body and plow
functions.
Shall be electric operated for spreader circuit.
Shall be closed center design capable of use in
open center application
Shall have internal adjustment to control the
speed/flow for the individual functions.
For ease of plumbing and maintenance there
shall be no external flow dividers, or flow
restrictors.
Valve to have enough sections to operate dump
body cylinder SA, Plow Lift, conveyor and
spinner. No plow reverse at all
Shall be sectional type spool valve w/color
coded weather tight connections on valve and
sensors.
Shall be of cast iron body type construction.
Shall be pressure compensated.
Shall have individual section flow
compensators, allow adjustability of function
speed, flow restrictions are unacceptable.
Tank
The hydraulic tank is to be fabricated of 10 ga,
steel, baffled and chassis mounted
Capacity of tank 30 gallons minimum
Sight glass to be mounted on tank
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Compliance
Yes No
Exception
A return line filter, GRESEN Model FB 203 33
Micron replaceable element with 1400 square
inches of filtering area, built-in by pass valve and
condition indicator gauge or prior approved
equal.
Removable 2" filter cap, magnetic drain trap
Entire hydraulic system is to be installed by one
supplier and shall be guaranteed against defects
for a period of less than one year
Shall have integral valve enclosure.
Shall have automotive style weather stripping
between the tank and the valve enclosure cover.
Shall have continuity lights thereby automatically
isolating "hydraulic" problems to either the
mechanical or electrical portion of the system.
Control Console
Manufacturer shall be Component Technology
Model AS2.
Shall have nine position control for auger plus
positive off position.
Shall have five position control for spinner plus
positive off position
Shall have a separate blast push button for an
instantaneous 100% auger dump.
Blast button shall be orange in color to allow for
immediate distinction.
Control panel faceplate shall have recessed
calibration access port for ease of access
without removal.
Calibration shall by means of h,md held digital
display.
¥
¥
14
Compliance
Yes No
Exception
:Two hand held display units shall be provided at
time of delivery.
Shall have adjustable minimum and maximum
trims for both valves.
Shall have adjustable PWM frequency.
Shall have circuit breaker for short circuit
protection.
Shall have reverse polarity protection.
Shall have 0 MPH shut off in automatic mode for
spinner and auger.
Shall be fully ground speed coordinated.
Shall have toggle switch to allow for selection of
manual or automatic control of sander
Shall have independent positive off position for
each valve control knob.
Shall have power on indicator.
Shall have twist lock CPC connector for simple
removal and replacement.
Shall have one power switch that removes alt
~,oower from both valves.
Shall be flush mounted in the overhead console.
_Wirin¢t
All electrical components are to be protected by
circuit breakers and exit the control box in two
wiring looms.
Installation
All hoses, fittings and quick disconnect coupling
will confirm to SAE standards
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Compliance
Yes No
Exception
All hoses will be sized for minimum restrictions
under generally accepted practices
and have swivel fittings on both ends
All hoses assemblies will be protected against
chaffing and extreme heat and be held by
accepted clamping methods to support them.
All lines that see system pressure shall terminate
in JIC of ODT fittings
All quick disconnects shall be supplied with a
complete set of dust caps
Hydraulic lines to rear shall be steel
S~Jction line from tank to pump shall be minimum ¥
of 2"
High pressure line from pump to valve shall be
minimum 1"
Hydraulic quick disconnects shall be Aeroquip
Series 5600
All lines shall be adequately secured to prevent vibration and chaffing
Switches
Shall have switches to control: calcium on/off,
dump bodyup/down, plow up/down, plow
left/right, strobe lights, and plow lights.
All switches shall have integral backlit,
permanently etched lenses for function
identification.
Shall be color-coded.
D. TARPING SYSTEM
Telescopic 2 inch tubular steel roller
,assembly, bearing plates, crank handle,
rear tube, rope, cleats and rectangular
economy mesh cover.
Compliance
Yes No Exception
E. COATING SPECIFICATIONS
1. Manufacturer- Noxyde
A. Product Description
Product shall be an acrylic, abrasion
,resistant, rust preventive coating.
Coating must be one part acrylic base
self priming, thixotropic semi-paste
coating that contains at least 36% highly
elastic in water dispersed polymers.
V.O.C. (Volatile Organic Compound)
shall be 0.01 or less as evidenced by
OSHA Form 174 MSDS.
Coating cannot contain any lead,
organic solvents, or bitumastic materials
or other hazardous ingredients as
evidenced by OSHA Form 174
Material Safety Data Sheet.
Coating must be 100% waterproof.
Coating must be 100% ultraviolet
resistant so as not to breakdown as a
result of long term exposure to sunlight.
Coating must be capable of 200%
elongation so as to completely prevent
cracking due to expansion and
contraction as well as dimpling resulting
from impacts.
Coating must afford excellent chemical
resistance to acids alkalis, salts and
fuels.
Coating must be self-extinguishing.
Coating must dry to a smooth texture.
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Coating dry film thickness shall be 14
~mil.
Coating samples wet and dry shall be
submitted for evaluation at the time of
the bid.
B. Technical Performance Criteria
Coatings offered shall have been tested
in the following areas.
Results as listed below shall be
considered the minimum acceptable to
the Town.
Test documentation must be available
upon request.
Specific Gravity:
Not less than 1.28,
Solids by Weight:
Not less than 57%.
Spread Rate:
400 grams p/sq. meter, per coat at not
less than 13 mils.
Dry Time:
30 minutes at 70 degrees F. and 50%
relative humidity.
Cure Time:
48-72 hours after final coat.
Application Temperature:
Not less than 45 Degrees on substrate.
Primer:
33 diluted Noxyde.
Elasticity:
200%
Compliance
Yes No
Exception
¥
¥
Water Tightness:
14 mils, waterproof.
Hardness:
Shore "A" hardness 70.
Vapor Permeability:
5.5 grams of vapor p/1 sq. meter per 24
hours.
Fire Resistance:
Self-Extinguishing.
High Temperature Stability:
Unaffected by temperatures of 250
degrees F.
Salt Spray Test:
100% resistant.
Aging and Adhesion:
Unaffected after 800 hours of testing
from 60 degrees C. to minus 20 degrees
C. with rain, frost, UV light and humidity
Sulfur Dioxide Resistance:
Resistant of hot humid atmosphere of
f% concentration of sulfur dioxide.
Ozone Resistance:
Unaffected by an environment
containing 1 PPM ozone for 30 days.
Hot Water Immersion:
Unaffected after 1,000 hours immersion
in 100 degrees F. water.
Impact Resistance:
90 Newton's, no damage.
~,lkalis Resistance:
Resists 100% against sodium hydroxide
at pH 14 C.
Compliance
Yes No
¥
¥
¥
¥
Exception
Areas to be Coated:
Dump body underside and snow plow
hitch.
Compliance
Yes No
Exception
II1. Vender Qualifications
Dump body, hydraulic system, tarp system,
snow plow, snow plow hitch and rust preventive/
abrasion resistant coating and rust proofing must
be supplied by the factory authorized
distributors.
Vendor must operate a full service facility and
make that facility available upon request.
Vendor must possess all equipment necessary
to install and maintain all equipment specified.
In order to qualify for warranty, coating must be
applied by a certified applicator for the abrasion
resistant/rust preventive coating system in strict
accordance with manufacturers approved
application and inspection guide lines.
IV. Manufacturer's Requirements
The manufacturer shall provide standardized
factory maintenance and repair manuals for the
unit supplied.
The manufacturer's Statement of Product
warranty shall be supplied.
V. Submittals
Vendor shall submit the following at the time of
':he bid for all alternates bid.
Product Specifications
Product Brochures
Product Manuals (Both parts and service)
Product Warranties
2O
Compliance
Yes No Exception
¥1. Warranty
A one (1) year pads & labor on all system, components
VII. Vendor Guarantee
Bidder hereby guarantees; To save the Town,
its agents and employees harmless from
liability of any nature or kind for the use of any
copyrighted or un-copyrighted composition,
secret process, invention, article or appliance
furnished or used in the performance hereof of
which the Bidder is not the Patentee, assignee
or licensee, and to defend any action brought
against the Town in the name of the Town and
under the direction of the Town Attorney at the
sole cost of the Bidder or in the sole option of
the Superintendent of Highways to pay the cost of
such defense to the Town.
21
VI. Bid Response Sheet
Price delivered
Availability
Days A/R/O
"~ full as uanddUetrYsaUthOrinZdedrerepresent~i~e of
:~~/~'~/j¢_.~...,,~A~. read, tood a cognized requirements of this bid. I
have enclo~'e'd C~mplete copies of this specification, having been filled out in good faith and to the
best of my knowledge for the items(s) being bid.
22
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at by the bidder
independently and has been submitted without collusion with any other vendor of
materials, supplies or equipment of the type described in the invitation for bids, and the
contents of this bid have not been communicated by the bidder, nor, to its best knowledge
and belief, by any of its employees or agents, to any person not an employee or agent of
the bidder or its surety on any bond furnished herewith prior to the official opening of the
bid.
(Signed)
(Corporate Tit~.
(if any)
Bid on mechanical combination dump/spreader truck body and snowplow push-
frame and hoist
"-lr'-
~i,.M UNICIPAL & CONTRACTORS'
'~l~MENT
RIUS inc.
458 JOHNSON AVENUE · PO BOX 158 · BOHEMIA, N.Y. 11716
631-244"8600 · FAX 631-244"8661
January l4,2003
Town of Southold
Town Hall
Southold, NY 11971
ATTN: Elizabeth Neville,
Town Clerk
Dear Ms. Neville,
Enclosed please find our response to your request for bids for the purchase of One (1)
New Mechanical Combination Dump/Spreader Truck Body and Snow Plow Push Frame
and Hoist by the Town's Highway Department.
Due to the proprietary nature of the specifications, we must take complete exception.
However, the Town currently owns one or more Air Flo units we propose and we have
enclosed the specifications, which describe what we propose.
The concept of our product is the same, however, with differences in manufacturing
technologies and patent protections, some design aspects differ.
According to our records from parts and requests for service, as well as conversations
with the Highway Department personnel, our product has given good service.
Please accept our bid as meeting the intent of your request.
GC:mn
Town of Southold
Specifications for:
Dump Body/Material Spreader,
Snow Plow Hitch
Central Hydraulic System
LEGAL NOTICE
NOTICE TO BIDDERS
NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section
103 of the General Municipal Law, that sealed bids are sought and requested for the
purchase of (1) new mechanical combination dump/spreader truck body and
snowplow push-frame and hoist by the Southold Town Highway Department.
A certified check in the amount of $100.00, will be received by the Town Clerk at
the Southold Town Hall, 53095 Main Road, Southold, New York, until 10:00 A.M.,
Thursday, January 16, 2003, at which time they will be opened and read aloud in
public. The Town Board of the town of Southold reserves the right to reject any and all
bids and waive any and all informalities in any bid should it be deemed in the best
interest of the Town of Southold to do so.
All bids must be signed ired sealed in envelopes plainly marked "Bid on
mechanical combination dump/spreader truck body and snowplow push-frame and
hoist ", and submitted to the Town Clerk. The bid price shall not include any tax, federal,
state, or local, from which the Town of Southold is exempt.
Dated: December 3, 2002.
ELIZABETH A. NEVILLE
SOUTHOLD Town CLERK
PLEASE PUBLISH ON JANUARY 2, 2002, AND FORWARD ONE (1)
AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK,
TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971.
Copies to the following:
The Suffolk Times
Town Board Members
Town Attorney
Data Construction
Dodge Reports
Brown's Letters
Burrelle's Information Services
Town Clerk's BUlletin Board
Supt. of Highways Harris
][. Intent
[[. Technical Specifications
A. Dump Body/Material Spreader
B. Custom Low Mount Hitch
C. Central Hydraulic System
D. Tarping System
E. Coating Specification
Ill. Vendor Qualifications
IV. Manufacturer's Requirements
V. Submittals
VI. Warranty
I. Intent
It is the intent of this document to describe one (1) dump body/material spreader, Iow mount hitch,
tarp system with ground control and central hydraulic system. Dump Body underside shall be coated
in Noxyde. Body shall be installed on chassis supplied by the Town Highway Department.
The dump body/material spreader, snow plow hitch and central hydraulic system shall be built to the
manufacturer's standard. It shall be equipped with the manufacturer's equipment and accessories
which are included in the advertised and published literature for the unit. No such item of equipment
or accessories shall be removed or omitted for the reason that it was not specified in the bid. The
successful bidder shall deliver to the Town of Southold, a new and previously unused unit in complete
working order, which meets or exceeds the various specifications and requirements described herein.
Bids will only be accepted from dealers authorized to conduct sales, service, warranty and repair for
all chassis components.
In addition, the items listed below shall be considered as part and parcel to the bid and the property of
the Town of Southold.
1. Specifications - in the event an alternate is bid, the vendor shall at the time of the bid submit two
(2) copies of the technical description/specification of the unit and components he / she proposes to
furnish. (i.e. chassis, hydraulic system, snow plow). Said representations should be sufficiently
detailed so as to address this bid on an item by item basis. Specifications submitted by vendors shall
be instrumental in substantiating compliance with this bid.
2. Brochures - in the event an alternate is bid, each vendor shall at the time of the bid submit two
(2)copies of manufacturers color brochures depicting current production model, by means of
photograph, of the unit and components he / she proposes to furnish. (Xerox, Fax Copy, or Artist
sketch not acceptable.) Brochures should be sufficiently details so as to clearly illustrate general
arrangement and fabrication of the chassis, hydraulic system, coating system.
3. Warranty- Copy of the manufacturer's warrantee on the dump body shall be included at the time of
bid.
In the event an alternate is bid, the Town reserves the right to request a demonstration within 10 days
of notification. Demonstration will be conducted within the Town of Southold, free of charge.
Delivery will be a factor of critical importance in the award of this bid. Vendors must state guaranteed
delivery date in calendar days. Vendors are cautioned to be realistic in quoting delivery as a late
penalty of $100 per day any be imposed for every day beyond the stated delivery date. Enforcement
shall be at the sole discretion of the Superintendant of Highways.
Failure on the part of any bidder to comply with each of the aforementioned mandatory requirements
may result in the rejection of his or her bid.
Compliance
Yes No Exception
II. Technical Specification
A. Dump Body
GENERAL
1. These specifications shall describe a multi-
purpose dump body and material spreader
equipped with a telescopic hoist mounted at
the front of the body, a center line conveyor
and a spinner chute located at the rear of the
body.
2. The unit, as bid, shall be a current design
and production unit. Bidders shall submit
current literature for the make and model being
bid.
Dimensions
The struck capacity of the unit being bid shall
be 6.4 cubic yards without sideboards or 9.7
cubic yards with sideboards.
The body inside length shall be 10' and the
inside body width shall be 95" to maximize
capacity and provide a lower center of gravity
of the unit.
The overall length of the unit shall not exceed
10' from front of cradle to rear of hinge.
The side height above the sills shall be 36".
The tailgate height above the sills shall be 48".
The head sheet height above the sills shall be
54".
The body shall be equipped with 4" wide
sideboard pockets that taper in height from 12"
at the front, to 6" at the rear of the body.
Please see enclosed letter and
specifications.
4
Compliance
Yes No
Exception
Side and Headsheet
The design of the side sheet/floor shall be such
that the vertical surface (side wall) transforms
into a horizontal surface (floor) through a large
self cleaning radius. The result of this
transformation shall be a flat dump body floor
surface, not less than 48" wide allowing for the
transportation of palletized materials, barrels,
and sign posts and other like items. This
design shall also provide for the clean
unloading of free flowing materials.
All body seams shall be fully welded both
inside and out.
The head sheet and side sheets are to be 7-
gauge HSLA, 65,000 PSI tensile strength, with
50,000 PSI yield strength. HEADSHEET
Continued: Both the side sheets/floor and the
head sheet shall be constructed from one
piece material. Seams from splicing material
will not be allowed.
A boxed top rail, sloped inward to aid in
preventing material from resting on the rail,
shall be constructed from 7-gauge grade 50
steel. The construction shall be such that the
top formed lip of the side shall overlap the
channel formed rail to provide for double
material thickness.
The rear corner posts are full depth from top of
the tailgate to the bottom of the longitudinal
sills and are constructed from 7- gauge grade
50 steel. The longitudinal sills, corner posts
and rear apron are all tied together with a 7-
gauge steel plate to provide further
reinforcement to this area.
Full length fenders shall be fully welded to the
body side sheet. These fenders shall be flared
outwardly to act as a material shedding surface
and be constructed from 10-gauge steel.
Compliance
Yes No
Exception
The head sheet has a vertical surface at the
top and then tapers rearward 33 degrees to
reduce pressure on the center conveyor and to
accommodate a front top-mount telescopic
hoist. The top of the head sheet is reinforced
with a 7-gauge grade 50 formed channel with
further reinforcement occurring, with formed
angles, at the bend line and above the front
feedgate.
Hoist
The hoist design shall be a front mount top lift
telescopic, NTEA class 7.
The cylinder shall be 3 stage with a 94" stroke
and a 5" diameter first stage.
The connecting pivots shall have greaseable
fittings and the connecting pins to be made
from C1045 steel round.
The cylinder tubes shall be nitrated and the
cylinder shall be warranted for a period of 1
year.
The cylinder base cradle shall be a frame
mounted and fully welded modular assembly
fabricated from 4" x 6" x ½' structural steel
angle.
Rear Hinqe Assembly
The rear hinge assembly shall be constructed
from structural steel angle 6" x 8" x ½" with 2"
stainless hinge pins connecting to the 2-1/2"
hinge blocks.
The bushings shall be a greaseless composite
type and have minimal pin to bushing
clearance.
Compliance
Yes No
Exception
Tail.qate
The tailgate shall be constructed from 7-gauge
HSLA 65,000 PSI tensile strength steel with
yield strength of 50,000 PSI.
There shall be full perimeter boxing with all
horizontal bracing to be sloped outward to
shed material. In addition there shall also be
two 10-gauge horizontal braces with a sloped
top surface
The hinge plates shall be 1" flame-cut heavy-
duty offset type.
The tailgate pivots shall be flush mount 1/2"
flame cut material.
The latch hooks will be %" steel with the latch
plates to be 3/8" carbon steel.
The upper pins are to be 1-1/4" diameter 304
stainless.
The lower latch pins are to be 1-1/4" diameter
CR1018 material.
The tailgate latch mechanism shall be an air
operated dual brake chamber (one at each
latch position) type.
Design shall allow the tailgate to be opened at
the top and placed into a nearly horizontal
position for the purpose of carrying and
dumping brush, limbs, stumps, etc.
Main Conveyor
The 28" wide main conveyor shall be recessed
within the 7-gauge 409 stainless steel formed
inner and outer Iongitudinals and feed material
to a feed gate located in the tailgate.
7
ComPliance
Yes No
Exception
The main conveyor floor shall be constructed
from 3/16"
AR400 plate and fully welded to the
longitudinal sills.
7-gauge grade 50 formed chain shields shall
be fully welded and of design to protect the
pintle side links.
The multi ply belt over chain construction shall
consist of two strands of 29,700 PSI tensile
strength pintle chain with ½" x 1-1/2" cross
bars welded to every other link.
Belt shall be high heat rated and suitable for
asphalt.
The drive and idler shafts shall be 2" CR1045
round with two 8-tooth drop forged steel
sprockets keyed to each shaft.
The conveyor gear case shall be 25:1
reduction; rear mounted planetary drive. Worm
gear or spur gear will not be considered
acceptable.
The drive motor shall be a high torque
hydraulic type with a minimum of 4.9 cubic inch
displacement. The motor will drive the gear
case through a SAE 6B splined shaft. Keyed
couplings are not acceptable,
Conveyor adjustment shall take place through
two 2" conveyor type take-up bearings. Flange
or pillow-block bearings used for the purpose
of conveyor adjustment is not acceptable.
Compliance
Yes No
Exception
The longitudinal sills must be equipped with
slots at the bearing mounting points that allow
the entire front or rear shaft, bearing and
sprocket assembly to be removed as an
assembly for ease in maintenance.
The vertical rear feedgate panel shall be 7-
gauge grade 50 and lever operated with 1"
increments of adjustment. The adjustment is
fixed through a positive locking mechanism.
A cover of debris shedding design shall be
provided on the tailgate, in the area around the
feedgate, to aid in preventing the free flow of
material on the conveyor and rear apron.
Spinner
The spinner assembly supplied must be
capable of spreading granular material in a
controlled pattern up to a distance of forty feet.
The spinner assembly shall be mounted by
means of two receiver tubes located on the
lower rear sills. The square tubing frame will
support a chute to direct the material to the
spinner as well as the spinner assembly. The
spinner chute will be equipped with a panel that
will allow for conveying material and bypassing
the spinner.
The spinner assembly shall be adjustable from
left to right, front to back, and up and down to
obtain an accurate placement of material on
the spinner disc. In addition the spinner
assembly will be linked to the truck frame with
a universally mounted parallel arm to keep the
spinner parallel to the road surface if the body
is raised.
The spinner assembly shall be equipped with
four adjustable baffles to control the width of
material spread as well as the direction.
Compliance
Yes No
Exception
The spinner hydraulic motor shall mount
directly above the spinner disc. This motor
shall be protected within a material shedding
housing that is removable for motor
serviceability.
The distributor disc shall be 20" diameter, 10-
gauge carbon steel, and equipped with six
radial formed replaceable fins.
Optional Equipment
Conveyor Cover - 7-gauge grade 50 panel
designed to protect conveyor cross bars and
chain shields during periods of "non-conveyor
use". Panel must be designed for ease in
installation as well as ease in securing to the
body.
Side Mount Access Ladder - Ladder shall be
of rugged design and hinged from the bottom
of body up. From body bottom down steps
shall be spring protected
304 Stainless Steel Spinner Disc - Poly Disc in
lieu of standard steel disc. Disc is equipped
with replaceable fins.
Sloped steel side boards - 7-gauge grade 50
steel panels to be futly welded when installed.
Top of panel to be of debris shedding design.
B. CUSTOM LOW MOUNT HITCH
Face Plate
Shall have a height of not greater than 26"
measured at the face of the hitch.
Shall have a width of not less than 48"
measured across the face of the hitch.
l0
Compliance
Yes No
Exception
Shall be not less than ½" thick with 5" crimped
top and bottom edges formed for greater
rigidity.
Shall serve as the mounting surface for plow lift
assembly, hinge ears, drive centers and all
vertical reinforcements.
Shall have two (2) outboard 5" x ½" vertical
reinforcements which bolt to both frame
extension on chassis and check plates.
Cheek plates shall be fabricated of not less
than 3/8" plate with 3" flanged edges & shall
extend back as far as possible.
Shall have two (2) inboard 5" x ½" vertical
reinforcements.
Ears shall be drilled for ½" bolts Grade 5
minimum.
Shall not extend above the chassis frame rails,
so as to provide maximum clearance of tilt type
hoods.
]!
Compliance
Yes No
Exception
C. Central Hydraulic System
Manufacturer - Component Technology
Model - AS2
Pump
Shall be Rexroth Model A10V071 or equal
Shall be front crankshaft driven
Shall be Load Sense, Pressure Compensated
Shall be 11 GPM at 1000 RPM minimum rated,
heavy duty, and hydraulic pump.
Shall have 1%" keyed shaft for remote
application.
Shall have 7/8-13 spline shaft
Shall be driven by Spicer 1310 drive line
Shall have 4-7 degree operating angle
Lines
Pipes, hoses and fittings to be adequate size
and capacity to accommodate the volume of oil
required without undo heating all high pressure
hoses to be sized to allow free flow of oil so as
not to have undo back pressure
High pressure hoses to be two (2) wire braid
reinforced Iow pressure hoses in return lines to
be of sufficient size to eliminate causation lines
are to be spiral wire reinforced.
Lines to have dripless quick disconnects where
ever a unit/part must be removed for seasonal
storage.
Compliance
Yes No
Exception
Valves
Shall be Rexroth MP18
Shall be cable operated for dump body and plow
functions.
Shall be electric operated for spreader circuit.
Shall be closed center design capable of use in
open center application
Shall have internal adjustment to control the
speed/flow for the individual functions.
For ease of plumbing and maintenance there
shall be no external flow dividers, or flow
restrictors.
Valve to have enough sections to operate dump
body cylinder SA, Plow Lift, conveyor and
spinner. No plow reverse at all
Shall be sectional type spool valve w/color
coded weather tight connections on valve and
sensors.
Shall be of cast iron body type construction.
Shall be pressure compensated.
Shall have individual section flow
compensators, allow adjustability of function
speed, flow restrictions are unacceptable.
Tank
The hydraulic tank is to be fabricated of 10 ga.
steel, baffled and chassis mounted
Capacity of tank 30 gallons minimum
Sight glass to be mounted on tank
Compliance
Yes No
Exception
A return line filter, GRESEN Model FB 203 33
Micron replaceable element with 1400 square
inches of filtering area, built-in by pass valve and
condition indicator gauge or prior approved
equal.
Removable 2" filter cap, magnetic drain trap
Entire hydraulic system is to be installed by one
supplier and shall be guaranteed against defects
for a period of less than one year
Shall have integral valve enclosure.
Shall have automotive style weather stripping
between the tank and the valve enclosure cover.
Shall have continuity lights thereby automatically
isolating "hydraulic" problems to either the
mechanical or electrical portion of the system.
Control Console
Manufacturer shall be Component Technology
Model AS2.
Shall have nine position control for auger plus
positive off position.
Shall have five position control for spinner plus
positive off position
Shall have a separate blast push button for an
instantaneous 100% auger dump.
Blast button shall be orange in color to allow for
immediate distinction.
Control panel faceplate shall have recessed
calibration access port for ease of access
Without removal.
Calibration shall by means of hand held digital
display.
Compliance
Yes No
Exception
,:Two hand held display units shall be provided at
'time of delivery.
Shall have adjustable minimum and maximum
trims for both valves.
Shall have adjustable PWM frequency.
Shall have circuit breaker for short circuit
protection.
Shall have reverse polarity protection.
Shall have 0 MPH shut off in automatic mode for
spinner and auger.
Shall be fully ground speed coordinated.
Shall have toggle switch to allow for selection of
manual or automatic control of sander
Shall have independent positive off position for
each valve control knob.
Shall have power on indicator.
Shall have twist lock CPC connector for simple
removal and replacement.
Shall have one power switch that removes all
i~ower from both valves.
Shall be flush mounted in the overhead console.
Wirin.q
All electrical components are to be protected by
circuit breakers and exit the control box in two
wiring looms.
installation
All hoses, fittings and quick disconnect coupling
will confirm to SAE standards
Compliance
Yes No
Exception
All hoses will be sized for minimum restrictions
under generally accepted practices
and have swivel fittings on both ends
All hoses assemblies will be protected against
chaffing and extreme heat and be held by
accepted clamping methods to support them.
All lines that see system pressure shall terminate
in JIC of ODT fittings
All quick disconnects shall be supplied with a
complete set of dust caps
Hydraulic lines to rear shall be steel
Suction line from tank to pump shall be minimum
of 2"
High pressure line from pump to valve shall be
minimum 1"
Hydraulic quick disconnects shall be Aeroquip
Series 5600
All lines shall be adequately secured to prevent vibration and chaffing
Switches
Shall have switches to control: calcium on/off,
dump bodyup/down, plow up/down, plow
leftJright, strobe lights, and plow lights.
All switches shall have integral backlit,
permanently etched lenses for function
identification.
Shall be color-coded.
D. TARPING SYSTEM
Telescopic 2 inch tubular steel roller
~ssembly, bearing plates, crank handle,
rear tube, rope, cleats and rectangular
economy mesh cover.
t6
Compliance
Yes No Exception
E. COATING SPECIFICATIONS
1. Manufacturer - Noxyde
A. Product Description
Product shall be an acrylic, abrasion
,resistant, rust preventive coating.
Coating must be one part acrylic base
self priming, thixotropic semi-paste
coating that contains at least 36% highly
elastic in water dispersed polymers.
V.O.C. (Volatile Organic Compound)
shall be 0.01 or less as evidenced by
OSHA Form 174 MSDS.
Coating cannot contain any lead,
organic solvents, or bitumastic materials
or other hazardous ingredients as
evidenced by OSHA Form 174
Material Safety Data Sheet.
Coating must be 100% waterproof.
Coating must be 100% ultraviolet
resistant so as not to breakdown as a
result of long term exposure to sunlight.
Coating must be capable of 200%
elongation so as to completely prevent
cracking due to expansion and
contraction as well as dimpling resulting
from impacts.
Coating must afford excellent chemical
resistance to acids alkalis, salts and
fuels.
Coating must be self-extinguishing.
Coating must dry to a smooth texture.
Compliance
Yes No
Coating dry film thickness shall be 14
~mil.
Coating samples wet and dry shall be
submitted for evaluation at the time of
the bid.
B. Technical Performance Criteria
Coatings offered shall have been tested
in the following areas.
Results as listed below shall be
considered the minimum acceptable to
the Town.
Test documentation must be available
uPon request.
Specific Gravity:
Not less than 1.28.
Solids by Weight:
Not less than 57%.
Spread Rate:
400 grams p/sq. meter, per coat at not
less than 13 mils.
Dry Time:
30 minutes at 70 degrees F. and 50%
relative humidity.
Cure Time:
48-72 hours after final coat.
Application Temperature:
Not less than 45 Degrees on substrate.
Primer:
33 diluted Noxyde.
Elasticity:
200%
tS
Exception
Compliance
Yes No
Water Tightness:
14 mils, waterproof.
Hardness:
Shore "A" hardness 70.
Vapor Permeability:
5.5 grams of vapor p/1 sq. meter per 24
hours.
Fire Resistance:
:Self-Extinguishing.
High Temperature Stability:
Unaffected by temperatures of 250
degrees F.
Salt Spray Test:
100% resistant.
Aging and Adhesion:
Unaffected after 800 hours of testing
from 60 degrees C. to minus 20 degrees
C. with rain, frost, UV light and humidity
Sulfur Dioxide Resistance:
Resistant of hot humid atmosphere of
,z% concentration of sulfur dioxide.
Ozone Resistance:
Unaffected by an environment
containing 1 PPM ozone for 30 days.
Hot Water Immersion:
Unaffected after 1,000 hours immersion
in 100 degrees F. water.
Impact Resistance:
90 Newton's, no damage.
Alkalis Resistance:
Resists 100% against sodium hydroxide
at pH 14 C.
Exception
Compliance
Yes No
Exception
Areas to be Coated:
Dump body underside and snow plow
hitch.
][][]~, Vender Qualifications
Dump body, hydraulic system, tarp system,
snow plow, snow plow hitch and rust preventive/
abrasion resistant coating and rust proofing must
be supplied by the factory authorized
distributors.
Vendor must operate a full service facility and
make that facility available upon request.
Vendor must possess all equipment necessary
to install and maintain all equipment specified.
In order to qualify for warranty, coating must be
~applied by a certified applicator for the abrasion
resistantJrust preventive coating system in strict
accordance with manufacturers approved
application and inspection guide lines.
IV. Manufacturer's Requirements
The manufacturer shall provide standardized
factory maintenance and repair manuals for the
unit supplied.
The manufacturer's Statement or Product
warranty shall be supplied.
V. Submittals
~endor shall submit the following at the time of
the bid for all alternates bid.
Product Specifications
Product Brochures
Product Manuals (Both pads and service)
Product Warranties
2O
Compliance
Yes No Exception
VI. Warranty
A one (1) year parts & labor on all system, components
VII. Vendor Guarantee
Bidder hereby guarantees; To save the Town,
its agents and employees harmless from
liability of any nature or kind for the use of any
copyrighted or un-copyrighted composition,
secret process, invention, article or appliance
furnished or used in the performance hereof of
which the Bidder is not the Patentee, assignee
or licensee, and to defend any action brought
against the Town in the name of the Town and
under the direction of the Town Attorney at the
sole cost of the Bidder or in the sole option of
the Superintendent of Highways to pay the cost of
such defense to the Town.
21
VI. Bid Response Sheet
Price delivered
Availability
$. 28,205.00
60 - 90
Days A/R/O
I Gary Cervelli as a duty authorized representative of
Tr±us, Inc. have full read, understood and recognized the requirements of this bid. I
have enclosed complete copies of this specification, having been filled out in good faith and to the
best of my knowledge for the items(s) being bid.
Dated: January 14, 2003
22
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at by the bidder
independently and has been submitted without collusion with any other vendor of
materials, supplies or equipment of the type described in the invitation for bids, and the
contents of this bid have not been communicated by the bidder, nor, to its best knowledge
and belief, by any of its employees or agents, to any person not an employee or agent of
the bidder or its surety on any bond furnished herewith prior to the official opening of the
bid.
(Signed) ~
(Colpor/ate Title~'5
(if any) President
Bid on mechanical combination dump/spreader truck body and snowplow push-
frame and hoist
The Henderson Munibody that is being bid exceeds the sp~flc~ons in the following
areas:
Capacity - 6.9 cu. yds without side boards / 9.8 cubic yards with aide boards
Standard Munibody design includes one piece side to floor incorporating a 6" floor to
side radius. The floor slopes 22 dogr~s to the conveyor to f~ilitate self-cle~nlr~g of free
flowing materials. Without this design, material will not flow to the conveyor and load
The rear comerposts of the Mum'body is also reinforced with with a ~A' stool plate that
helps prevent flexin~ of the rear cornerposts when thc tailgate is opened at the top. This
%" plate also str~nEthens the tailgate latch assembly.
The hoist is a ~mnlon mount nitrided telescopic that lifts st the bottom o£the body
vers~ top pin mount for added stability. When the cylinder is dow~ it'ii'~overcd -
protecting it from thc elements. Thc trait ha~ greas~less composite bushings e]imln"~'ing
the requimu~t for srease z~rts. The cylinder has a 2~rcar v,~,,~,,iy. (versus the 1 year
cylinder warranty spedfied)
Desigu of thc tailgate is full double acting- and will lay down coi~,letely horizontally
The body head sheet does have a sloped front to enhimce material flow to the center
conveyor, however has an internal protective do~house for the hoist that also c~umce~
capacity o£the body.
The optional cover plate is 3/16' ~ - more than 3 timc~ the strength of the specified
Grade 50 steel.
Therc are over 500 Henderson Munibodies in service throughout the United States
has be~u in production for over 5 years.
Town of Southold
Specifications for:
Dump Body/Material Spreader,
Snow Plow Hitch
Central Hydraulic System
LEGAL NOTICE
NOTICE TO BIDDERS
NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section
103 of the General Municipal Laws that sealed bids are sought and requested for the
purchase of (1) new mechanical combination dump/spreader truck body and
snowplow push-frame and hoist by the Southold Town Highway Department.
A certified check in the amount of $100.00, will be received by the Town Clerk at
the Southold Town Hall, 53095 Main Road, Southold, New York, until 10:00 A.M.,
Thursday, January 16, 2003, at which time they will be opened and read aloud in
public. The Town Board of the town of Southold reserves the right to reject any and all
bids and waive any and all informalities in any bid should it be deemed in the best
interest of the Town of Southold to do so.
All bids must be signed trod sealed in envelopes plainly marked "Bid on
mechanical combination dump/spreader truck body and Snowplow push-frame and
hoist ", and submitted to the Town Clerk. The bid price shall not include any tax, federal,
state, or local, from which the Town of Southold is exempt.
Dated: December 3, 2002.
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON JANUARY 2, 2002, AND FORWARD ONE (1)
AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK,
TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971.
Copies to the following:
The Suffolk Times
Town Board Members
Town Attorney
Data Construction
Dodge Reports
Brown's Letters
· Burrelle's Information Services
· Town Clerk's Bfilletin Board
Supt. of Highways Harris
1. Intent
][I. Technical Specifications
A. Dump Body/Material Spreader
B. Custom Low Mount Hitch
C. Central Hydraulic System
D. Tarping System
E. Coating Specification
II1. Vendor Qualifications
IV. Manufacturer's Requirements
V. Submittals
VI. Warranty
I. Intent
It is the intent of this document to describe one (1) dump body/material spreader, Iow mount hitch,
tarp system with ground control and central hydraulic system. Dump Body underside shall be coated
in Noxyde. Body shall be installed on chassis supplied by the Town Highway Depadment.
The dump body/material spreader, snow plow hitch and central hydraulic system shall be built to the
manufacturer's standard. It shall be equipped with the manufacturer's equipment and accessories
which are included in the advertised and published literature for the unit. No such item of equipment
or accessories shall be removed or omitted for the reason that it was not specified in the bid. The
successful bidder shall deliver to the Town of Southold, a new and previously unused unit in complete
working order, which meets or exceeds the various specifications and requirements described herein.
Bids will only be accepted from dealers authorized to conduct sales, service, warranty and repair for
all chassis components.
In addition, the.items listed below shall be considered as part and parcel to the bid and the property of
the Town of Southold.
1. Specifications - in the event an alternate is bid, the vendor shall at the time of the bid submit two
(2) copies of the technical description/specification of the unit and components he / she proposes to
furnish. (i.e. chassis, hydraulic system, snow plow). Said representations should be sufficiently
detailed so as to address this bid on an item by item basis. Specifications submitted by vendors shall
be instrumental in substantiating compliance with this bid.
2. Brochures - in the event an alternate is bid, each vendor shall at the time of the bid submit two
(2)copies of manufacturers color brochures depicting current production model, by means of
photograph, of the unit and components he / she proposes to furnish. (Xerox, Fax Copy, or Artist
sketch not acceptable.) Brochures should be sufficiently details so as to clearly illustrate general
arrangement and fabrication of the chassis, hydraulic system, coating system.
3. Warranty- Copy of the manufacturer's warrantee on the dump body shall be included at the time of
bid.
In the event an alternate is bid, the Town reserves the right to request a demonstration within 10 days
of notification. Demonstration will be conducted within the Town of Southold, free of charge.
Delivery will be a factor of critical importance in the award of this bid. Vendors must state guaranteed
delivery date in calendar days. Vendors are cautioned to be realistic in quoting delivery as a late
penalty of $100 per day any be imposed for every day beyond the stated delivery date. Enforcement
shall be at the sole discretion of the Superintendant of Highways.
Failure on the part of any bidder to comply with each of the aforementioned mandatory requirements
may result in the rejection of his or her bid.
Compliance
Yes No
Exception
Ii. Technical Specification
A. Dump Body
GENERAL
1. These specifications shall describe a multi-
purpose dump body and material spreader
equipped with a telescopic hoist mounted at
the front of the body, a center line conveyor
and a spinner chute located at the rear of the
body.
2. The unit, as bid, shall be a current design
and production.unit. Bidders shall submit
current literature for the make and model being
bid.
Dimensions
~he~uck capacity of the unit being bids~
e 6.~,)cubic yards without sideboards o 9~.7
Cubic yards with sideboards. --
The body inside length shall be 10' and the
inside body width shall be(~)to maximize ~
capacity and provide a lower center of gravity
of the unit.
The overall length of the unit shall not exceed
10' from front of cradle to rear of hinge.
The side height above the sills shall be 36".
The tailgate height above the sills shall be 48".
The head sheet height above the sills shall be
54".
The body shall be equipped with 4" wide
sideboard pockets that taper in height from 12"
at the front, to 6" at the rear,of the body.
4
Compliance
Yes No
Exception
Side and Headsheet
r.The design of the side sheet/floor shall be such
that the vertical surface (side wall) transforms
into a horizontal surface (floor) through a large
self cleaning radius. The result of this
transformation shall be a fiat dump body floor
surface, not less than 48' wide allowing for the
transportation of palletized materials, barrels,
and sign posts and other like items. This
design shall also provide for the clean
unloading of free flowing materials.
All body seams shall be fully welded both
inside and out.
The head sheet and side sheets are to be 7-
gauge HSLA, 65,000 PSI tensile strength, with
§0,000 PSI yield strength. HEADSHEET
Continued: Both the side sheets/floor and the
head sheet shall be constructed from one
piece material. Seams from splicing material
will not be allowed.
A boxed top rail, sloped inward to aid in
preventing material from resting on the rail,
shall be constructed from 7-gauge grade 50
steel. The construction shall be such that the
top formed lip of the side shall overlap the
channel formed rail to provide for double
material thickness.
The rear corner posts are full depth from top of
t
the ta'ilgate to the bottom of the longitudinal
sills and are constructed from 7- gauge grade
50 steel. The longitudinal sills, corner posts
and rear apron are all tied together with a 7-
gauge steel plate to provide further
reinforcement to this area.
Full length fenders shall be fully welded to the
body side sheet. These fenders shall be flared
outwardly to act as a material shedding surface
and be constructed from 10-gauge steel.
5
Compliance
Yes No Exception
The head sheet has a vertical surface at the
top and then tapers rearward 33 degrees to
reduce pressure on the center conveyor and to
accommodate a front top-mount telescopic
hoist. The top of the head sheet is reinforced
with a 7-gauge grade 50 formed channel with
further reinforcement occurring, with formed
angles, at the bend line and above the front
feedgate.
Hoist
The hoist design shall be a front moun~
telescopic, NTEA class 7.
The cylinder shall be 3 stage with a 94" stroke
and a 5' diameter first stage.
The connecting pivots shall have greaseable
fittings and the connecting pins to be made
from C1045 steel round.
The cylinder tubes shall be nitrited and the
cylinder shall be warranted for a period of~l~)
year.
The cylinder base cradle shall be a frame
mounted and fully welded modular assembly
[abricated from 4" x 6" x ¼, structural steel
angle.
Rear Hinqe Assembly
The rear hinge assembly shall be constructed
from structural steel angle 6" x 8" x W' with 2"
stainless hinge pins connecting to the 2-1/2"
hinge blocks.
The bushings shall be a greaseless composite
type and have minimal pin to bushing
clearance.
Compliance
Yes No
Exception
Tailqate
The tailgate shall be constructed from 7-gauge
HSLA 65,000 PSI tensile strength steel with
yield strength of 50,000 PSI.
There shall be full perimeter boxing with all
horizontal bracing to be sloped outward to
shed material. In addition there shall also be
two 10-gauge horizontal braces with a sloped
top surface
The hinge plates shall be 1" flame-cut heavy-
duty offset type.
The tailgate pivots shall be flush mount 1/2"
flame cut material.
The latch hooks will be %" steel with the latch
plates to be 3/8" carbon steel.
The~;tainless.Upper pins are to be 1-1/4" diameter 304
The lower latch pins are to be 1-1/4" diameter
CR1018 material.
The tailgate latch mechanism shall be an air
operated dual brake chamber (one at each
latch position) type.
Design shall allow the tailgate to be opened at
the top and placed into a nearly horizontal
position for the purpose of carrying and
dumping brush, limbs, stumps, etc.
Main Conveyor
The 28" wide main conveyor shall be recessed
within the 7-gauge 409 stainless steel formed
inner and outer Iongitudinals and feed material
to a feed gate located in the tailgate.
7
ComPliance
Yes No Exception
The main con_.ve?r .fl?o.r shall be constructed
from 3J16.6.6.~
~'A_A_R40g_ plate and fully welded to the
longitudinal sills.
7-gauge grade 50 formed chain shields shall
be fully welded and of design to protect the
pintle side links.
The multi ply belt over chain construction shall
consist of two strands of.2,~q~zo_o p_SI tensile
strength pintle chain wit YtC.,~-l-1/2'~cross
bars welded to every other~in .~E7''--~
Belt shall be high heat rated and suitable for
asphalt' ,,
The drive and idler shafts shall be2 CR1045
iound with two 8-tooth drop forged steel
Sprockets keyedto each.shaft.
Th,e c.o. nveyor gear case shall be 25:1
reaucdon; rear mounted planetary drive. Worm
gear or spur gear will not be considered
acceptable.
The drive motor shall be a high torque
hydraulic type with a minimum of 4.9 cubic inch
displacement. The motor will drive the gear
case through a SAE 6B splined shaft. Keyed
couplings are not acceptable.
Conveyor adjustment shall take place through
two 2" conveyor type take-up bearings. Flange
or pillow-block bearings used for the purpose
Of conveyor adjustment is not acceptable.
8
Compliance
Yes No
Exception
The longitudinal sills must be equipped with
slots at the bearing mounting points that allow
the entire front or rear shaft, bearing and
sprocket assembly to be removed as an
assembly for ease in maintenance.
The vertical rear feedgate panel shall be 7-
gauge grade 50 and lever operated with 1"
increments of adjustment. The adjustment is
fixed through a positive locking mechanism.
,~f debris shedding design shall be
provided on the tailgate, in the area around the
feedgate, to aid in preventing the free flow of
material on the conveyor and rear apron.
Spinner
The spinner assembly supplied must be
capable of spreading.granular material in a.
controlled pattern up to a distance of forty feet.
The spinner assembly shall be mounted by
means of two receiver tubes located on the
lower rear sills. The square tubing frame will
support a chute to direct the matedal to the
spinner as well as the spinner assembly. The
spinner chute will be equipped with a panel that
Will allow for conveying material and bypassing
the spinner.
The spinner assembly shall be adjustable from
left to right, front to back, and up and down to
obtain an accurate placement of material on
the spinner disc. In addition the spinner
assembly will be linked to the truck frame with
a universally mounted parallel arm to keep the
spinner parallel to the road surface if the body
is raised.
The spinner assembly shall be equipped with
four adjustable baffles to control the width of
material spread as well as the direction.
Compliance
Yes No Exception
The spinner hydraulic motor shall mount
directly above the spinner disc. This motor
shall be protected within a material shedding
housing that is removable for motor
serviceability.
The distributor disc shall be 20 diameter, 10-
gauge carbon steel, and equipped with six
radial formed replaceable fins. ~1~1~'~
Optional Equipment
Conveyor Cover - 7-gauge grade 50 panel
designed to protect conveyor cross bars and
chain shields during periods of "non-conveyor
use". Panel must be designed for ease in
installation as well as ease in securing to the
body.
Side Mount Access Ladder- Ladder shall be
of rugged design and hinged from the bottom
of body up. From body bottom down steps
shall be spring protected
304 Stainless Steel Spinner Disc - Poly Disc in
lieu of standard steel disc. Disc is equipped
with replaceable fins.
Sloped steel side boards - 7-gauge grade 50
steel panels to be fully welded when installed.
Top of panel to be of debris shedding design.
B. CUSTOM LOW MOUNT HITCH
Face Plate
Shall have a height of not greater than 26"
measured at the face of the hitch.
Shall have a width of not less than 48"
measured across the face of the hitch.
]0
Compliance
Yes No
Exception
Shall be not less than ¼" thick with 5" crimped
top and bottom edges formed for greater
rigidity.
Shall serve as the mounting surface for plow lift
assembly, hinge ears, drive centers and all
vertical reinforcements.
Shall have two (2) outboard 5" x ~" vertical
reinforcements which bolt to both frame
extension on chassis and check plates.
Cheek plates shall be fabricated of not less
than 3/8" plate with 3" flanged edges & shall
extend back as far as possible.
Shall have two (2) inboard 5' x ¼" vertical
reinforcements.
.Ears shall be drilled for ½" bolts Grade 5
minimum.
Shall not extend above the chassis frame rails,
so as to provide maximum clearance of tilt type
hoods.
]!
Compliance
Yes No
Exception
C. Central Hydraulic System
Manufacturer - Component Technology
Model - AS2
Pump
Shall be Rexroth Model A10V071 or equal
Shall be front crankshaft driven
Shall be Load Sense, Pressure Compensated
Shall be 11 GPM at 1000 RPM minimum rated,
heavy duty, and hydraulic pump.
Shall have 1%" keyed shaft for remote
Application.
Shall have 7/8-13 spline shaft
Shall be driven by Spicer 1310 drive line
Shall have 4-7 degree operating angle
Lines
Pipes, hoses and fittings to be adequate size
and capacity to accommodate the volume of oil
required without undo heating all high pressure
hoses to be sized to allow free flow of oil so as
not to have undo back pressure
High pressure hoses to be two (2) wire braid
i-einforced Iow pressure hoses in return lines to
be of sufficient size to eliminate causation lines
are to be spiral wire reinforced.
Lines to have dripless quick disconnects where
ever a unit/part must be removed for seasonal
storage.
Compliance
Yes No Exception
Valves
Shall be Rexroth MP18
Shall be cable operated for dump body and plow
functions.
Shall be electric operated for spreader cimuit.
Shall be closed center design capable of use in
open center application
Shall have internal adjustment to control the
speed/flow for the individual functions.
For ease of plumbing and maintenance there
shall be no external flow dividers, or flow
restrictors.
Valve to have enough sections to operate dump
body cylinder SA, Plow Lift, conveyor and
spinner. No plow reverse at all
Shall be sectional type spool valve w/color
coded weather tight connections on valve and
~ensors.
Shall be of cast iron body type construction.
Shall be pressure compensated.
Shall have individual section flow
compensators, allow adjustability of function
speed, flow restrictions are unacceptable.
Tank
The hydraulic tank is to be fabricated of 10 ga.
steel, baffled and chassis mounted
Capacity of tank 30 gallons minimum
Sight glass to be mounted on tank
13
A return line filter, GRESEN Model FB 203 33
Micron replaceable element with 1400 square
inches of filtering area, built-in by pass valve and
condition indicator gauge or prior approved
equal.
Removable 2" filter cap, magnetic drain trap
Entire hydraulic system is to be installed by one
supplier and shall be guaranteed against defects
for a pedod of less than one year
Shall have integral valve enclosure.
Shall have automotive style weather stripping
between the tank and the valve enclosure cover.
~hall have continuity lights thereby automatically
isolating "hydraulic" problems to either the
mechanical or electrical portion of the system.
Control Console
Manufacturer shall be Component Technology
Model AS2.
Shall have nine position control for auger plus
positive off position.
Shall have five position control for spinner plus
positive off position
Shall have a separate blast push button for an
instantaneous 100% auger dump.
Blast button shall be orange in color to allow for
!mmediate distinction.
Control panel faceplate shall have recessed
~alibration access port for ease of access
Without removal.
Calibration shall by means of hand held digital
display.
Compliance
Yes No Exception
Compliance
Yes No
Exception
.~wo hand held display units shall be provided at
~[ime of delivery.
Shall have adjustable minimum and maximum
trims for both valves.
Shall have adjustable PWM frequency.
Shall have circuit breaker for shod circuit
protection,
Shall have reverse polarity protection.
Shall have 0 MPH shut off in automatic mode for
Spinner and auger.
~hall be fully ground speed coordinated.
Shall have toggle switch to allow for selection of
manual or automatic control of sander
Shall have independent positive off position for
each valve control knob.
Shall have power on indicator.
Shall have twist lock CPC connector for simple
removal and replacement.
Shall have one power switch that removes all
power from both valves.
~ha,I be flush mounted in the overhead console._J
Wirin.q
All electrical components are to be protected by
circuit breakers and exit the control box in two
wiring looms.
Installation
All hoses, fittings and quick disconnect coupling
will confirm to SAE standards
]5
Compliance
Yes No
Exception
All hoses will be sized for minimum restrictions
under generally accepted practices
and have swivel fittings on both ends
All hoses assemblies will be protected against
chaffing and extreme heat and be held by
accepted clamping methods to support them.
All lines that see system pressure shall terminate
in JIC of ODT fittings
All quick disconnects shall be supplied with a
iComplete set of dust caps
Hydraulic lines to rear shall be steel
Suction line from tank to pump shall be minimum
Of 2"
High pressure line from pump to valve shall be
minimum 1"
Hydraulic quick disconnects shall be Aeroquip
Series 5600
All lines shall be adequately secured to prevent vibration and chaffing
Switches ~ £
Sba, , ve switches Lcr
dumP bodyup/down, ~ up/down, plow 5 V~*t~c~-- ~
le~right, strobe lig~, add plow lights.
All switches shall have integral backlit,
permanently etched lenses for function
identifi~tion.
Shall be color-coded.
D. TARPING SYSTEM
Telescopic 2 inch tubular steel roller
assembly, bearing plates, crank handle,
~ear tube, rope, cleats and rectangular
economy mesh cover.
E. COATING SPECIFICATIONS
1. Manufacturer- Noxyde
A. Product Description
,Product shall be an acrylic, abrasion
· resistant, rust preventive coating.
'Coating must be one part acrylic base
Self priming, thixotropic semi-paste
coating that contains at least 36% highly
elastic in water dispersed polymers.
V.O.C. (Volatile Organic Compound)
shall be 0.01 or less as evidenced by
OSHA Form 174 MSDS.
Coating cannot contain any lead,
organic solvents, or bitumastic materials
or other hazardous ingredients as
~videnced by OSHA Form 174
'Material Safety Data Sheet.
Coating must be 100% waterproof.
Coating must be 100% ultraviolet
resistant so as not to breakdown as a
result of long term exposure to sunlight.
Coating must be capable of 200%
elongation so as to completely prevent
cracking due to expansion and
contraction as well as dimpling resulting
from impacts.
Coating must afford excellent chemical
resistance to acids alkalis, salts and
fuels.
Coating must be self-extinguishing.
Compliance
Yes No
Exception
Coating must dry to a smooth texture.
]7
Coating dry film thickness shall be 14
~mil.
i
Coating samples wet and dry shall be
submitted for evaluation at the time of
the bid.
B. Technical Performance Criteria
Coatings offered shall have been tested
in the following areas.
Results as listed below shall be
considered the minimum acceptable to
the Town.
Test documentation must be available
~pon request.
Specific Gravity:
Not less than 1.28.
Solids by Weight:
Not less than 57%.
Spread Rate:
400 grams p/sq. meter, per coat at not
less than 13 mils.
Dry Time:
30 minutes at 70 degrees F. and 50%
relative humidity.
Cure Time:
48-72 hours after final coat.
Application Temperature:
Not less than 45 Degrees on substrate.
Primer:
33 diluted Noxyde.
Elasticity:
2OO%
Compliance
Yes No
Exception
t8
Water Tightness:
14 mils, waterproof.
Hardness:
Shore "A" hardness 70.
Vapor Permeability:
5.5 grams of vapor p/1 sq. meter per 24
hours.
Fire Resistance:
Self-Extinguishing.
:High Temperature Stability:
Unaffected by temperatures of 250
degrees F.
Salt Spray Test:
100% resistant.
Aging and Adhesion:
Unaffected after 800 hours of testing
from 60 degrees C. to minus 20 degrees
C. with rain, frost, UV light and humidity
Sulfur Dioxide Resistance:
Resistant of hot humid atmosphere of
7% concentration of sulfur dioxide.
Ozone Resistance:
Unaffected by an environment
containing I PPM ozone for 30 days.
Hot Water Immersion:
Unaffected after 1,000 hours immersion
in 100 degrees F. water.
Impact Resistance:
90 Newton's, no damage.
Alkalis Resistance:
.Resists 100% against sodium hydroxide
~t pH 14 C.
Compliance
Yes No
Exception
Compliance
Yes No
Areas to be Coated:
Dump body underside and snow plow
hitch.
Exception
~]][. Vender Qualifications
Dump body, hydraulic system, tarp system,
,snow plow, snow plow hitch and rust preventive/
abrasion resistant coating and rust proofing must
be supplied by the factory authorized
distributors.
Vendor must operate a full service facility and
make that facility available upon request.
Vendor must possess all equipment necessary
to install and maintain all equipment specified.
In order to quality for warranty, coating must be
iapplied by a certified applicator for the abrasion
~esistant/rust preventive coating system in strict
accordance with manufacturers approved
application and inspection guide lines.
iV. Manufacturer's Requirements
The manufacturer shall provide standardized
factory maintenance and repair manuals for the
unit supplied.
The manufacturer's Statement of Product
warranty shall be supplied.
V. Submittals
Vendor shall submit the following at the time of
~he bid for all alternates bid.
~roduct Specifications
Product Brochures
Product Manuals (Both parts and service)
Product Warranties
20
Compliance
Yes No Exception
VI. Warranty
A one (1) year parts & labor on all system, components
VII. Vendor Guarantee
Bidder hereby guarantees; To save the Town,
its agents and employees harmless from
liability of any nature or kind for the use of any
copyrighted or un-copyrighted composition,
secret process, invention, article or appliance
fumished or used in the performance hereof of
which the Bidder is not the Patentee, assignee
or licensee, and to defend any action brought
against the Town in the name of the Town and
under the direction of the Town Attorney at the
sole cost of the Bidder or in the sole option of
the Superintendent of Highways to pay the cost of
such defense to the Town.
21
VI. Bid Response Sheet
Price delivered
Availability
Days NRIO ,~,~',~
I ~ o~1.,~ I~1,,~t'~-.'$ as a duty authorized representative of
I/n'l~'t,/lt~,b,,,~'.,T' c=, have full read, understood and recognized the requirements of this bid. I
have ~ncl6s~d complete copies of this specification, having been filled out in good faith and to the
best of my knowledge for the items(s) being bid.
Dated:
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at by the bidder
independently and has been submitted without collusion with any other vendor of
materials, supplies or equipment of the type described in the invitation for bids, and the
contents of this bid have not been communicated by the bidder, nor, to its best knowledge
and belief, by any of its employees or agents, to any person not an employee or agent of
the bidder or its surety on any bond furnished herewith prior to the official opening of the
bid.
(Signed)
(Corporate Title)
(if any)
Bid on mechanical combination dump/spreader truck body and snowplow push-
frame and hoist
SPECIFICATIONS: FLO'N DUMP BODY, REAR SPREAD MODEL
INTENT
It is the intent of these specifications to describe a multi-use heavy duty dump body.
This dump body shall have a telescopic hoist and an integral conveyor built into the floor
for conveying and/or spreading ice control materials, chips for seal coating, asphalt or
shoulder material.
Since the body will be working in very demanding and adverse conditions, and to thus
prevent obtaining an unproven proto type body of a similar design, the manufacturer
shall have been in continual production of this specific type of body for a minimum of 5
years. The manufacturer shall also have built a minimum of 500 such units; and shall
provide to the bidder a list of customers that includes names and phone numbers of a list
of 50 different customers. These customers shall have working experience with the
proposed model being bid, with a minimum operation time of at least 3 years. Product
must be from original design manufacturer.
BODY
The overall length of the dump body shall be 10 feet. It shall have a struck capacity of 8
cubic yards without side boards.
The straight vertical sides of the body shall be made of 7 gauge steel. The top of the
sides shall be boxed with a "C" section closure and full welded. The boxed top rail shall
be 5" deep and 4-1/4" wide. The comer post shall be made from 7 gauge steel and be 5"
deep and 15" wide. It will mn full depth from the top of the gate to the bottom of the
longitudinal and be full welded. The sides are supported by vertical gussets that are 4-
1/2" deep, 7" wide and full welded. The bottom of the sides will have a 45 degree sloped
mb rail that is 5" wide.
The tailgate shall be constructed of 7 gauge steel. There shall be four vertical gussets 6"
wide 2-3/4" deep and full welded. There will be a boxed top horizontal gusset nmning
full width that is 3" x 3-3/4" and full welded. The bottom horizontal rail shall be full
width and sloped 45 degrees.
The flat horizontal floor shall be made from ¼" steel. The center of the floor shall have a
bar flight chain conveyor running the entire length of the body. The conveyor shall be
flush with the floor of the dump body.
The flat horizontal floor of the body and the bedplates of the conveyor, shall be supported
the full length of by every 12" Hot Extruded, American Standard 4" Structural Steel I-
Beam which is 7.7 lbs. per foot. Formed channels will not be accepted. There must be
not less than (8) 4" structural I-beam supports per side of body.
CONVEYOR HOOD
The conveyor hood is mounted in a rear opening of the tailgate of the dump truck body.
It shall be capable of being shifted to a forward extended position covering the rear end
of the conveyor and to a rearward retracted position where a front face of the conveyor
hood is flush with an inner face of the tailgate. For controlled and even tailgate
spreading of material, the tailgate housing must be designed to rotate outside of the
tailgate opening and thus leaving a flat inside steel plate that seals the opening down to
the conveyor cover plate or barflight chain. For ease of adjustment, feedgate opening
must be located outside of tailgate. Any feedgate design that must rotate through loaded
material, is unacceptable. With the body loaded to full capacity, the feedgate must be
easily adjustable by the operator without the use of tools or any other mechanical device.
No exceptions to this requirement. A horizontally revolving feedgate is not acceptable.
To facilitate the ease of feedgate adjustment, the coal door assembly must contain a
separate smaller feedgate door located in the center of the coal door assembly. To adjust
feedgate door, the door must move in a flat vertical plane within the coal door housing.
The gate latch shall be made of V2" steel and have 1-1/4" pin. There will be threaded rod
adjustments and have two yokes with 5/8" pins. The gate handle shall be supported by
two angle irons ¼" x 2" x 3" with an 1-1/4" rod. This handle will have a safety chain
with a ring that will slide over the handle. All moving joints shall be equipped with
accessible grease fittings.
DOGHOUSE
To position more of the load toward the front of the truck and leave less open space
between the cab and the body, the body shall have a 10" deep by 2' wide lift cylinder
doghouse. The body must be able to be mounted with no more than 5" between the cab
and the front body panel.
CONVEYOR
For ease of dumping operations, even tailgate spreading of aggregates, (i.e. spreader
apron, side discharge or stone spreader) - the conveyor shall end flush with the rear of the
body and shall not extend past the tailgate of the unit.
When the conveyor chain is moving material toward the rear of the body, the material
shall be fed through the doghouse opening in the tailgate. This movement of material
through the tailgate shall be used for conveniently charging attachments such as paving
hoppers and cross conveying shoulder machines. The rear of the floor and rear conveyor
shall have no openings by which material shall pass through before it moves rearward
through the doghouse in the tailgate. The rear of the floor and rear conveyor shall seal
tight against the tailgate and doghouse in the tailgate when the coal door is closed. This
tight seal shall eliminate any material leaking out of the body.
The conveyor shall feed material rearward through the coal door of the tailgate. The
conveyor shall be 32" minimum width. The sides of the conveyor which are also the
longitudinal members of the body, shall be constructed of Hot Extruded American
Standard 12" Structural Steel channel which is 20.7 lbs. per foot. Formed I-Beam
channels will not be accepted.
There shall be an adequate number of 3" channel bracing welded to the bottom of the
channel iron longitudinals. This 3" channel bracing shall form the base of the unit that
will rest on the trucks chassis.
The dump body floor shall be so formed that it fully covers the pintle chain links,
#D667X. The bar flight shall be IA" x 1-1/2" and welded to every link.
The bedplate of the conveyor shall be made of iA" abrasion resistant steel.
The coverage shall be powered by one 6:1 ratio spur gearbox mounted to the side of the
2" drive shaft. The gearbox shall be powered by a hydraulic motor.
DRIVE ASSEMBLY COVER
Shall be bolted in position easily detached to allow for ease of maintenance of rear drive
assembly.
IA CAB SHIELD
Them shall be a IA cab shield supplied made of 10 gauge steel. The IA cab shield shall
extend 22-1/2" from the front of the body and shall be reinforced vertically by (2) 2" x 2"
x 3/16" angle iron.
TELESCOPIC HOIST
The hoist shall be of telescopic design, double acting and have a tmnion mounting. The
trunion mount shall have a 1-7/8" pin. Capacity shall be 20 tons.
It shall be designed to operate up to 2500 PSI and shall be self bleeding. It shall have lA"
wall construction with bronze glands and pistons to assure a smooth and durable bearing
surface. Each cylinder shall be internally sealed. The inside seals shall have a U-cup
design made of nitral packing.
The piston rod shall be machined from ASI 4140 and nitrated using the QPQ method to
establish the following mechanical properties:
Surface Hardness: Rockwell C60-C65
Surface Finish: RMS 20 (using ASTM B 117 salt spray)
Approximately 7% surface area corrosion in 88 hours
(or 10 times better than hard chrome plating)
Fatigue Strength: Approximately 80% to 100% increase using QPQ as
compared untreated sample.
HYDRAULIC CONTROL
To operate the unit as a spreader, there shall be two variable speed hydraulic cab controls
mounted in the cab. One control knob will govern the conveyor speed and the other will
govern the spinner or shoulder conveyor speed.
COVER PLATE
There shall be a cover plate over the conveyor made of 7 gauge steel. This plate
will slide into position over the conveyor and then be bolted in place at the rear of
the body.
SPINNER ASSEMBLY
The spinner disc shall be made of 10 gauge steel and be 20" in diameter. It shall have 6
formed vanes and be powered by a hydraulic motor mounted underneath the spinner disc.
The disc shall be mounted to an "L" shaped arm. This ann shall be pin mounted in a
tubing, which will be mounted to the chassis of the track. This "L" ann shall have 2
positions, one under the conveyor to receive material; the other position will be stowed
under the truck chassis.
LOAD COVER
The dump body shall be fitted with a load cover mounted to the cab protector. The load
cover shall consist of a telescoping roller assembly with bearing plates and bearings,
wind deflector, control box with crank handle and friction brake, and vinyl coated mesh
tarp for asphalt. The unit is activated by a reverse wound steel coil tension spring that
works in conjunction with an arm system as one component. The framework is heavy
duty 1-5/8" O.D. ten gauge steel tubing. Donovan 7000GL or equal.
SPECIFICATIONS: CENTRAL HYDRAULIC SYSTEM
HYDRAULIC PUMP - REXROTH PUMP MODEL A10VSO71DF1U30L
The front mounted flow and pressure compensated pump shall be driven direct and in-
line with the crankshaft through a double universal joint driveline. The hydraulic pump
must be of piston type and capable of 35 GPM ~ 2000 RPM. Pressure sense line must
be internally bled at the pump. Pump case drain must be plumbed directly to reservoir -
not through retum line filter.
LOW OIL SHUTDOWN
A single normally open, two position, two way, poppet type solenoid valve must be
mounted directly to the hydraulic pump discharge port in such a way as to stop all oil
flow to the hydraulic system when energized. The solenoid valve must be wired directly
to an in-tank mounted level indicator. The level indicator shall be of the float type and
mounted from the top of the reservoir. When the float switch contacts close, the shut-
down valve blocks pump flow and an annunciator on the main control will be activated.
The momentary switch shall be wired in such a way as to de-energize the system shut-
down to facilitate fault finding and equipment stowing.
DRIVELINE
The hydraulic pump is to be driven by a 1310 Series driveline off the engine harmonic
balancer which must accept a 1310 Series flange yoke. The driveline can have no more
than a 4 degree operating angle and must be assembled with proper slip movement.
OPERATOR CONTROLS
Hydraulic valve to be controlled from inside cab by remote cable control. Cable shall be
of stainless steel core with no less than 100 lb. rating for pushing and pulling. Cable
connection to valve spool must be enclosed and sealed with protective bonnet. The cab
control levers must be capable of being stacked and tied together in desired order.
HYDRAULIC VALVES - REXROTH VALVE MODEL MP 18
Central Hydraulic System valving shall be of mobil design to withstand exposure to de-
icing chemicals and severe weather conditions without the use of a watertight enclosure.
It shall be of cast iron construction, horizontally stackable and serviceable without
disassembly. Each section must have built-in flow and pressure compensator to allow
simultaneous operation regardless of any other system function.
Sections for hoist, snow plow reverse and lift shall be operated manually. Spinner and
auger sections must be incorporated into main valve assembly. Both spinner-auger
sections are to be pilot operated and have manual oven'ides. All valving shall be
mounted in one main valve assembly. Multiple valve assemblies are unacceptable.
SANDER CONTROL - COMPU-SPREAD CS- 130
Controls for spinner and auger shall be of the rotary knob design. Each knob shall be a
selector type with 10 detented positions 0-9, rheostat design switches are unacceptable.
This control unit must automatically stop the conveyor and spinner when the vehicle
stops moving. It must restart the conveyor and spinner when the vehicle begins to move.
BLAST FEATURES
A push on, push off type switch. The switch shall light in the "on" position.
CABLE ASSEMBLIES
All electrical cables supplied must come complete with attached watertight "quick
disconnect" connectors, shielded, heavy duty industrial and anti-scuff and sheating. Wire
joints must be soldered and heat shrink tubing used in all appropriate locations.
The following lengths of cable will be used:
a. From spreader control to main power - 18 Ga. Approx. 10 ft.
b. From spreader control to speedometer - 18 Ga. Approx. 10 ft.
c. From spreader control to valve assembly and feedback sensor-
18 GA. Approximately 25 ft.
Valve sections will be stacked in the following order from inlet to outlet.
Inlet Closed Center Inlet
Spinner SA Proportional Coil
Conveyor SA Proportional Coil
Hoist DA Mech. With 500 PSI "A" Port Relief
Plow Lift DA Mechanical
Plow Reverse DA Mechanical
Pressure Reducing Right Hand End Cover
HYDRAULIC RESERVOIR
Hydraulic reservoir to be a minimum of 40 gallon capacity and be constructed of 7 gauge
steel. Due to service accessibility, a hydraulic reservoir incorporating an integral valve
enclosure that is part of the hydraulic tank, will not be acceptable. The reservoir must be
baffled, have a magnetic drain plug, lockable Protecto-Seal cap - NO EXCEPTION, and
a suction strainer with a minimum 2" NPTF outlet. A minimum 5" diameter clean-out
port and an in tank 10 micron return filter to be supplied. Reservoir shall also have an
electrical low level indicator.
HYDRAULIC LINES AND PLUMBING
All hydraulic lines, pipes, hoses, and fittings shall be of sufficient capacity of
accommodate the volume of oil without undue hating or turbulence in the system. A 2"
suction line with a minimum SAE rating of 100-R4 must be used between the reservoir
and the inlet of the pump. All of the pressure hoses, including the signal sensing line to
the pump must have swivel fittings on both ends and have a minimum SAE rating of 100-
R2. Return lines and the case drain line must have a minimum SAE rating of 100-R1.
Hydraulic lines shall be routed to minimize interference with equipment and chassis
components requiring periodic servicing. Appropriate support brackets, gommets, and
ty-raps shall be provided to protect lines from abrasion, cutting and impact damage.
Hoses shall not be installed near manifold or exhaust pipes so as to be affected by
extreme heat. There shall he no pipe fittings used with any high pressure lines. Any and
all hydraulic quick disconnect couplings used for spreader system and snow plow
reversing system shall be of the bulkhead mounted style and be rigidly attached without
the use of any hose clamp arrangements, (Loose hose ends are not acceptable). Dust cap
for male ends and dust plugs for the female ends must be attached to couplers.
Maximum distance allowed between support clamps on all hydraulic hoses shall be
approximately 24".
VALVE ENCLOSURES
A valve enclosure will be provided for protection of wiring. Valve enclosure must be
constructed of 10 gauge steel. Valve will be placed in an enclosure in such manner for
complete servicing of valve. Enclosure must have cable restrain and not to be watertight.
SPECIFICATIONS: LOW MOUNT CUSTOM DESIGNED TRUCK SNOW PLOW
HITCH FOR TILT HOOD OR CAB APPLICATION
GENERAL:
These specifications describe a Low Mount Custom Designed Snow Plow Hitch
specifically manufactured to attach to customer chassis. It shall consist of push frame
and plow lifting device, and shall be ruggedly constructed of new material. It shall be
manufactured by a recognized snow plow manufacturer.
The intent of these specifications is to describe a plow hitch which will allow the cab or
hood of the intended chassis to tilt forward for engine service without necessitating
movement of the main vertical members.
PUSH FRAME:
Shall be of heavy plate, tubing and angle construction. The side plates shall be ½" thick,
and shall extend back as far as practical from the front. Reinforcing ribs shall be welded
to the side plates at the points of greatest stress, and provision for mounting a front
P.T.O. type pump shall be incorporated into the design.
In addition, two (2) extra heavy 2-1/2" pipe braces, with ballfoot ends shall be
incorporated, so the transmit thrust from the lower push frame to the underside of the
chassis frame rails at a point fore of the front axle.
LIFTING DEVICE:
Shall be of welded and bolted construction and shall be provided with not less than a 4"
diameter by 5" stroke double acting ram, having a hard chrome plated piston rod,
chevron type packing seal, with gland and adjustable bronze packing nut. The main
vertical members shall be no less than 4 x 4 x ½ angle, the bottom mm support 5 x 3-1/2
x ½ angle and the top cross angle shall be 4 x 4 x ½. The lift arm and ram arrangement
shall be capable of collapsing and pinning to a stowage position when the plow is not in
use, so to shorten overall chassis length and minimize obstruction. The lifting device
shall be designed to give a minimum vertical lift of 16".
PLOWLIGHTS:
As per DOT requirements.
RUST PROTECTION SPECIFICATIONS
UPPER BODY AREAS
1. Product applied must be Ziebart Super Extra Sealant
2. Product applied must meet FED. MIL. SPEC. MIL-C-0083933A(MR), which
provides 100% seam penetration, 100% salt water immersion resistance, and superior
flexibility at -20 degrees Fahrenheit.
3. Application must conform to FED. Standard 297-E.
4. Applicator must be a factory trained and certified Ziebart Technician with
authorization to perform rust protection applications from a licensed Ziebart location
within the County of Suffolk.
UNDERSIDE AREA
1. Product applied must be Ziebart Formula Q Sealant.
2. Product must meet FED. MIL. SPEC. STD TT-C-520B.
3. Product applied must contain no asbestos or water retention fillers, be black in color,
and pass all sag, abrasion resistance, cold temperature adhesion, and alkali and acid
standards of TT-C-520B.
4. Applicator must be a factory trained and certified Ziebart Technician, with
authorization to perform rust protection, applications from licensed Ziebart location
within the County of Suffolk.
WRITTEN WARRANTY
1. Ziebart applicator must supply a written insured full repair warranty for each vehicle
rust protected.
2. Warranty duration will be for a period of not less than ten (10) years.
MAINTENANCE RESPRAYS
1. Ziebart applicator must provide for annual resprays of critical seam areas on each
vehicle, at no additional charge for reapplication, for a period often (10) years. This
respmy may be performed at an authorized Ziebart location within Suffolk County, or
at the municipality facilities, by an authorized Ziebart Certified Technician.
FND;13
FND~14 ;
9~
34" 7¥D 20TON
13' 46!' 13YD 38~ON
FND~17 17'
Air, FIo Mandfacturing reserves the righ to change design specifics OhS and u n s
pr0d8otS ~0 ~ltered without prior notice.
phone~ 607.522,3574
fax: 607.522,4412
US pateats ¢4886214, 5310119, 5397172, 5400974, 5437499
and other US and international patents pending
'9t"
CO PU SPR AD®
preader Control System
Simplicity in design, programming and operation
Interchangeable with existing Compu-Spread® controllers
Three modes of operation
10 user-programmable "Spread Width" and "Application Rate" settings
One-touch, illuminated "BLAST" button
Programming "Key-Lock" on rear of the controller
The Iow-cost solution to material management.
The C5~130-SC controller has three modes of operation: Manual Mode, 12 Volt l?iggered Manual
Mode and Open-Loop Mode. The controller is easy to install, set-up and operate. The CS-130~SC
provides many value-added features from an economically-priced controller.
The compact and flexible design of the CS-130-SC accommodates a variety of mounting options.
The CS-130-SC platform is based on that of the CS-230 controllen It is designed to be interchangeable,
simply by unplugging one controller and plugging in the other. Once the settings are in place the
contrQIler is ready for operation.
Innovative material and metering solutions
SFRINK
AMERICA
Sornedap you'll be
·
r _igl y
you invested a
C sto
Hitch.
~t w~s some day!
February 13, 1978; Providence, Rhode island. With main roads in
the city and state covered with 26" of snow, all businesses, except
grocery stores, were ordered closed by the Governor in a state of
emergency. It was a day you'd be mighty thankful you invested in
Frink.
Frink Custom Hitches are custom-designed for your
truck's chassis to give you the finite, integrated, plow-to-
hitch-to-chassis performance a standard hitch rarely, if
ever, provides. Each Frink Custom Hitch is designed after
our engineers examine a special truck data sheet, (which
we demand from our dealers before we ship), then manu-
factured precisely to conform to your chassis' geometry.
Built tough, too. Our Custom Hitches come to you with
standard '/¢' thick side plates, and a standard 4" x 10" lift
cylinder. Our super-durable side plate construction dis-
tributes the Icad evenly over as wide an area as possible. So
you can hitch assured, plow assured, rest assured.
Show~ is the basic custom hitch for a 1981 Mack model
RM6864 chassis. Note that various chassis options and con-
figurations dictate side plate geometry, and few Custom
Hitches will look exactly alike--even though the same Frink
quality and integrity exists.
Now you can have a custom-des~ned
l~ttch for your tr~ck's chassis.
Catalog CH-86
Youq_l find Frank's Universal amd I [tches
leave to be desired.
Tor-Lok® Quick Hitch.
A patented, one-man,
drive-in, self-locking mech-
anism. The plow hook-up is
accomplished in seconds.
Available with all hitch
styles, Tor-Lok® eliminates
finger pinching and knuckle
gnashing pin insertion.
Protected under patents #3020066 and #659952 and 'Z~'~e 'O'~tertreme to ]~mper H:l.tch.
manufactured under licensing agreement. Heavy steel channel construction, with supporting
cross braces, this universal hitch fits all rear wheel drive
trucks.
F 13,000 For use with 21" drive centers.*
F 14,000 For use with 31' drive centers.'
F 15,000 With Tor-Lok® Quick Hitch.*
F 22,000 Heavy-duty model with 31" drive centers Plows
to 2,500 ~bs.
'Plows to 1,800 lbs.
Fri~k Low-Moo_ut Custom H~tch.
This special hitch accommodates most tilt-hood
vehicles, and has been expressly designed by Frink
engineers to ease engine access. The lift device folds to a
carry position'when not in use. Aisc available as a Iow-
mount uni-frame version, without custom side plates. (Not
]~'tn~' Clzstom T~t-T.~ ~; Device H~tch.
This rugged, proven hitch has been developed for use
on some tilt-hood vehicles. It's rugged, heavy-duty and buiit
with the engineering quality you deserve and expect from
Frink.
This universal hitch has the strength and adaptability
to fit virtually all rear wheel drive trucks. Designed for use
with plows weighing up to 1,800 lbs.
F 10,000 For use with 21" drive centers.
F 19,000 For use with 31" drive centers.
F 11,000 With Tor-Loke Quick Hitch.
Someday, you'll need a custom or universa~ hitch to
make your plowing hook-up, performance and operation
e,~sier. When you dc, you'll b~ ;:~,~, ~ha,:; ~u: ~,~.~
specified Fdnk.
Talk to your nearest Frink dealer today. Because
someday may be here soon.
TRIU$ INC.
458 JOHNSON AVE, BOX 158
BOHEMIA, NY 11716
(516) 244-8600
Un.t:b~..,~F 21,000.
This light, yet rugged universal hitch is easy to install
and accommodates plows to 1,800 lbs. Shown with standard,
heavy-duty bumper. Consult Frink.
F 21,000 For use with 4x2 applications. (21" and 31" drive
centers).
F 20,000 With Tor-Lok® Quick Hitch.
F 26,000 For 4x4 applications, (21" and 31" drive centers).
eFrink Sno-Plow$
Clayton, Hew York 13624
315-686-5531
We make the best snowplowing Investment you'll ever make.
Prated in U.S,A.
LEGAL NOTICE
NOTIC~ TO BIDDERS
NOT~-~ IS HEREBY GIVE.N, in
accordance with the provisions of
Section 103 of the General Municipal
A certified check in the nmount of
$100.00, will be received by the Town
Clerk at the Soutbeld Town Hall. 53095
Main Road, Southold, New York, until
10:00 a.m., Thursday, Janunr3~ 16,
2003. at which time they will be opened
and read aloud in public. The Town
Board of the Town of Southoid reserves
the right m reject any and all bids and
waive any and all informalities th any
bid should it be deemed in the best inter-
est of the Town of Soutbeld to do so.
All bids must be signed and sealed in
envelopes plainly marked "Bid on
mechnnicnl combination dmnu/
at.reader trnck body and snownlow
~". and submitted
to the Town Clerk. The bid price shall
not include any tax, federal, state, or
l~cal, from which the Town of Southol~l
is exempt.
Dated: December 3, 2002.
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
2579-1T J2
STATE OF NEW YORK)
)SS:
COUNTY OF~SU ~¢O ,[.K)
~_C',~-~cl~q~']~-I'- of Mattituck, in said
county, being duly sworn, says that he/she is
Principal clerk of THE SUFFOLK TIMES, a weekly
newspaper, published at Mattituck, in the Town of
Southold, County of Suffolk and State of New York,
and that the Notice of which the annexed is a printed
copy, has been regularly published in said Newspaper
once each week for ] weeks succes-
sively, commencing on the .~-.~r~ day
,-"Principal Clerk
Sworn to before me this
day of J,~..Z~l. 20
EAURA E. BONDARCHUK
Notary Public, State of New York
No 01B06067958
Qualified in Suffolk County
My Commission Expires Dec. 24~ 20~~
19/12 '02 THU 13:38 FAX 516 765 6145 SOUTHOLD CLERK ~001
*** TX REPORT ***
*********************
TRANSMISSION OK
TX/RX NO
CONNECTION TEL
CONNECTION ID
ST. TIME
USAGE T
PGS, SENT
RESULT
4047
2983287
Suffolk Times
19/12 13:37
00'49
2
OK
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MAP~RJ. AGE OFFICER
RECORDS 1V~kNAGEMENT OFFICER
FI%EEDOM OF INFORM-%TION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
TO:
FROM:
DATE:
RE:
FAX TRANSMITTAl,
THE SUFFOLK TIMES ATT: JOAN ANN
LYNDA M. BOHN
12/19/2002
LEGAL NOTICES FOR PUBLICATION IN 2002
Number of pages being faxed 2 including cover page
If total transmittal is net received, please call 631 765-1800.
PLEASE ACKNOWI.EDGE RECEIPT OF THIS LEGAL NOTICE WITHIN ONE (I) HOUR
BY SIGNING BELOW AND RETURNING BY FAX TO 765-6145, ATTENTION: BETTY
N£VILLE. THANK YOU.
Received By D~e
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hail, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
TO:
FROM:
DATE:
RE:
FAX TRANSMITTAL
THE SUFFOLK TIMES ATT: JOAN ANN
LYNDA M. BOHN
12/19/2002
LEGAL NOTICES FOR PUBLICATION IN 2002
Number of pages being foxed 2 including cover page
If total transmittal is not received, please call 631 765-1800.
PLEASE ACKNOWLEDGE RECEIPT OF THIS LEGAL NOTICE WITHIN ONE (1) HOUR
BY SIGNING BELOW AND RETURNING BY FAX TO 765-6145, ATTENTION: BETTY
NEVILLE. THANK YOU.
Received By Date
LEGAL NOTICE
NOTICE TO BIDDERS
NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section
103 of the General Municipal Law, that sealed bids are sought and requested for the
purchase of (1) new mechanical combination dump/spreader truck body and
snowplow push-frame and hoist by the Southold Town Highway Department.
A certified check in the amount of $100.00, will be received by the Town Clerk at
the Southold Town Hall, 53095 Main Road, Southold, New York, until 10:00 A.M.,
Thursday, January 16, 2003, at which time they will be opened and read aloud in
public. The Town Board of the town of Southold reserves the right to reject any and all
bids and waive any and all informalities in any bid should it be deemed in the best
interest of the Town of Southold to do so.
All bids must be signed and sealed in envelopes plainly marked "Bid on
mechanical combination dump/spreader truck body and Snowplow push-frame and
hoist ", and submitted to the Town Clerk. The bid price shall not include any tax, federal,
state, or local, from which the Town of Southold is exempt.
Dated: December 3, 2002.
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON JANUARY 2, 2002, AND FORWARD ONE (1)
AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK,
TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971.
Copies to the following:
The Suffolk Times
Town Board Members
Town Attorney
Data Construction
Dodge Reports
Brown's Letters
Burrelle's Information Services
Town Clerk's Bulletin Board
Supt. of Highways Harris
STATE OF NEW YORK)
SS:
COUNTY OF SUFFOLK)
ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold, New York being
duly sworn, says that on the ,~ day of ~ 2002 she affixed a notice
of which the annexed printed notice is a true copy, in, a proper and substantial manner, in
a most public place in the Town of Southold, Suffolk County, New York, to wit: Town
Clerk's Bulletin Board, Southold Town Hall, 53095 Main Road, Southold, New
York.
Legal Notice: Notice to Bidders for mechanical combination dump/spreader
truck body and snowplow push-frame and hoist, bid opening at 10:00 a.m.,
Thursday, January 16, 2003
ESliz~be~h A~Neville
Southold Town Clerk
Sworn to before me this
/~ day of ~.
UNDA J. cooPER
Notary Publio, State of New york
No. :~.822563, Suffolk County ....
Term Expiro~ December
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 797 OF 2002
WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD
ON DECEMBER 3, 2002:
RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs
Town Clerk Elizabeth Neville~ to advertise for bids for the purchase of(l) new mechanical
combination dump/spreader truck body and snowplow push-frame and hoist for the
Southold Town Highway Department.
Elizabeth A. Neville
Southold Town Clerk
Town of Southold
Specifications for:
Dump Body/Material Spreader,
Snow Plow Hitch
Central Hydraulic System
LEGAL NOTICE
NOTICE TO BIDDERS
NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section
103 of the General Municipal Law, that sealed bids are sought and requested for the
purchase of (1) new mechanical combination dump/spreader truck body and
snowplow push-frame and hoist by the Southold Town Highway Department.
A certified check in the amount of $100.00, will be received by the Town Clerk at
the Southold Town Hall, 53095 Main Road, Southold, New York, until 10:00 A.M.,
Thursday, January 16, 2003, at which time they will be opened and read aloud in
public. The Town Board of the town of Southold reserves the right to reject any and all
bids and waive any and all informalities in any bid should it be deemed in the best
interest of the Town of Southold to do so.
All bids must be signed 3nd sealed in envelopes plainly marked "Bid on
mechanical combination dump/spreader truck body and snowplow push-frame and
hoist ", and submitted to the Town Clerk. The bid price shall not include any tax, federal,
state, or local, from which the Town of Southold is exempt.
Dated: December 3, 2002.
ELIZABETH A. NEVILLE
SOUTHOLD TOWIq/CLERK
PLEASE PUBLISH ON JANUARY 2, 2002, AND FORWARD ONE (1)
AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK,
TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971.
Copies to the following:
The Suffolk Times
Town Board Members
Town Attorney
Data Construction
Dodge Reports
Brown's Letters
Burrelle's Information Services
Town Clerk's Bulletin Board
Supt. of Highways Harris
I. Intent
II. Technical Specifications
A. Dump Body/Material Spreader
B. Custom Low Mount Hitch
C. Central Hydraulic System
D. Tarping System
E. Coating Specification
I11. Vendor Qualifications
IV. Manufacturer's Requirements
V. Submittals
VI. Warranty
I. Intent
It is the intent of this document to describe one (1) dump body/material spreader, Iow mount hitch,
tarp system with ground control and central hydraulic system. Dump Body underside shall be coated
in Noxyde. Body shall be installed on chassis supplied by the Town Highway Department.
The dump body/material spreader, snow plow hitch and central hydraulic system shall be built to the
manufacturer's standard. It shall be equipped with the manufacturer's equipment and accessories
which are included in the advertised and published literature for the unit. No such item of equipment
or accessories shall be removed or omitted for the reason that it was not specified in the bid. The
successful bidder shall deliver to the Town of Southold, a new and previously unused unit in complete
working order, which meets or exceeds the various specifications and requirements described herein.
Bids will only be accepted from dealers authorized to conduct sales, service, warranty and repair for
all chassis components.
In addition, the items listed below shall be considered as part and parcel to the bid and the property of
the Town of Southold.
1. Specifications - in the event an alternate is bid, the vendor shall at the time of the bid submit two
(2) copies of the technical description/specification of the unit and components he / she proposes to
furnish. (i.e. chassis, hydraulic system, snow plow). Said representations should be sufficiently
detailed so as to address this bid on an item by item basis. Specifications submitted by vendors shall
be instrumental in substantiating compliance with this bid.
2. Brochures - in the event an alternate is bid, each vendor shall at the time of the bid submit two
(2)copies of manufacturers color brochures depicting current production model, by means of
photograph, of the unit and components he / she proposes to furnish. (Xerox, Fax Copy, or Artist
sketch not acceptable.) Brochures should be sufficiently details so as to clearly illustrate general
arrangement and fabrication of the chassis, hydraulic system, coating system.
3. Warranty- Copy of the manufacturer's warrantee on the dump body shall be included at the time of
bid.
In the event an alternate is bid, the Town reserves the right to request a demonstration within 10 days
of notification. Demonstration will be conducted within the Town of Southold, free of charge.
Delivery will be a factor of critical importance in the award of this bid. Vendors must state guaranteed
delivery date in calendar days. Vendors are cautioned to be realistic in quoting delivery as a late
penalty of $100 per day any be imposed for every day beyond the stated delivery date. Enforcement
shall be at the sole discretion of the Superintendant of Highways.
Failure on the part of any bidder to comply with each of the aforementioned mandatory requirements
may result in the rejection of his or her bid.
Compliance
Yes No Exception
II. Technical Specification
A. Dump Body
GENERAL
1. These specifications shall describe a multi-
purpose dump body and material spreader
equipped with a telescopic hoist mounted at
the front of the body, a center line conveyor
and a spinner chute located at the rear of the
body.
2. The unit, as bid, shall be a current design
and production unit. Bidders shall submit
current literature for the make and model being
bid.
Dimensions
The struck capacity of the unit being bid shall
be 6.4 cubic yards without sideboards or 9,7
cubic yards with sideboards.
The body inside length shall be 10' and the
inside body width shall be 95" to maximize
capacity and provide a lower center of gravity
of the unit.
The overall length of the unit shall not exceed
10' from front of cradle to rear of hinge.
The side height above the sills shall be 36".
The tailgate height above the sills shall be 48".
The head sheet height above the sills shall be
54".
The body shall be equipped with 4" wide
sideboard pockets that taper in height from 12"
at the front, to 6" at the rear of the body.
4
Compliance
Yes No
Exception
Side and Headsheet
The design of the side sheet/floor shall be such
that the vertical surface (side wall) transforms
into a horizontal surface (floor) through a large
self cleaning radius. The result of this
transformation shall be a flat dump body floor
surface, not less than 48" wide allowing for the
transportation of palletized materials, barrels,
and sign posts and other like items. This
design shall also provide for the clean
unloading of free flowing materials.
All body seams shall be fully welded both
inside and out.
The head sheet and side sheets are to be 7-
gauge HSLA, 65,000 PSI tensile strength, with
50,000 PSI yield strength. HEADSHEET
Continued: Both the side sheets/floor and the
head sheet shall be constructed from one
piece material. Seams from splicing material
will not be allowed.
A boxed top rail, sloped inward to aid in
preventing material from resting on the rail,
shall be constructed from 7-gauge grade 50
steel. The construction shall be such that the
top formed lip of the side shall overlap the
channel formed rail to provide for double
material thickness.
The rear corner posts are full depth from top of
the tailgate to the bottom of the longitudinal
sills and are constructed from 7- gauge grade
50 steel. The longitudinal sills, corner posts
and rear apron are all tied together with a 7-
gauge steel plate to provide further
reinforcement to this area.
Full length fenders shall be fully welded to the
body side sheet. These fenders shall be flared
outwardly to act as a material shedding surface
and be constructed from 10-gauge steel.
Compliance
Yes No Exception
The head sheet has a vertical surface at the
top and then tapers rearward 33 degrees to
reduce pressure on the center conveyor and to
accommodate a front top-mount telescopic
hoist. The top of the head sheet is reinforced
with a 7-gauge grade 50 formed channel with
further reinforcement occurring, with formed
angles, at the bend line and above the front
feedgate.
Hoist
The hoist design shall be a front mount top lift
telescopic, NTEA class 7.
The cylinder shall be 3 stage with a 94" stroke
and a 5" diameter first stage.
The connecting pivots shall have greaseable
fittings and the connecting pins to be made
from C1045 steel round.
The cylinder tubes shall be nitrated and the
cylinder shall be warranted for a period of 1
year.
The cylinder base cradle shall be a frame
mounted and fully welded modular assembly
fabricated from 4" x 6" x ½" structural steel
angle.
Rear Hinqe Assembly
The rear hinge assembly shall be constructed
from structural steel angle 6" x 8" x ½" with 2"
stainless hinge pins connecting to the 2-1/2"
hinge blocks.
The bushings shall be a greaseless composite
type and have minimal pin to bushing
clearance.
Compliance
Yes No Exception
Tailqate
The tailgate shall be constructed from 7-gauge
HSLA 65,000 PSi tensile strength steel with
yield strength of 50,000 PSI.
There shall be full perimeter boxing with all
horizontal bracing to be sloped outward to
shed material. In addition there shall also be
two 10-gauge horizontal braces with a sloped
top surface
The hinge plates shall be 1" flame-cut heavy-
duty offset type.
The tailgate pivots shall be flush mount 1/2"
flame cut material.
The latch hooks will be %" steel with the latch
plates to be 3/8" carbon steel.
The upper pins are to be 1-1/4" diameter 304
stainless.
The lower latch pins are to be 1-1/4" diameter
CR1018 material.
The tailgate latch mechanism shall be an air
operated dual brake chamber (one at each
latch position) type.
Design shall allow the tailgate to be opened at
the top and placed into a nearly horizontal
position for the purpose of carrying and
dumping brush, limbs, stumps, etc.
Main Conveyor
The 28" wide main conveyor shall be recessed
within the 7-gauge 409 stainless steel formed
inner and outer Iongitudinals and feed material
to a feed gate located in the tailgate.
Compliance
Yes No Exception
The main conveyor floor shall be constructed
from 3/16"
AR400 plate and fully welded to the
longitudinal sills.
7-gauge grade 50 formed chain shields shall
be fully welded and of design to protect the
pintle side links.
The multi ply belt over chain construction shall
consist of two strands of 29,700 PSI tensile
strength pintle chain with ½" x 1-1/2" cross
bars welded to every other link.
Belt shall be high heat rated and suitable for
asphalt.
The drive and idler shafts shall be 2" CR1045
round with two 8-tooth drop forged steel
sprockets keyed to each shaft.
The conveyor gear case shall be 25:1
reduction; rear mounted planetary drive. Worm
gear or spur gear will not be considered
acceptable.
The drive motor shall be a high torque
hydraulic type with a minimum of 4.9 cubic inch
displacement. The motor will drive the gear
case through a SAE 6B splined shaft. Keyed
couplings are not acceptable.
Conveyor adjustment shall take place through
two 2" conveyor type take-up bearings. Flange
or pillow-block bearings used for the purpose
of conveyor adjustment is not acceptable.
Compliance
Yes No
Exception
The longitudinal sills must be equipped with
slots at the bearing mounting points that allow
the entire front or rear shaft, bearing and
sprocket assembly to be removed as an
assembly for ease in maintenance.
The vertical rear feedgate panel shall be 7-
gauge grade 50 and lever operated with 1"
increments of adjustment. The adjustment is
fixed through a positive locking mechanism.
A cover of debris shedding design shall be
provided on the tailgate, in the area around the
feedgate, to aid in preventing the free flow of
material on the conveyor and rear apron.
Spinner
The spinner assembly supplied must be
capable of spreading granular material in a
controlled pattern up to a distance of forty feet.
The spinner assembly shall be mounted by
means of two receiver tubes located on the
lower rear sills. The square tubing frame will
support a chute to direct the material to the
spinner as well as the spinner assembly. The
spinner chute will be equipped with a panel that
will allow for conveying material and bypassing
the spinner.
The spinner assembly shall be adjustable from
left to right, front to back, and up and down to
obtain an accurate placement of material on
the spinner disc. In addition the spinner
assembly will be linked to the truck frame with
a universally mounted parallel arm to keep the
spinner parallel to the road surface if the body
is raised.
The spinner assembly shall be equipped with
four adjustable baffles to control the width of
material spread as well as the direction.
Compliance
Yes No Exception
The spinner hydraulic motor shall mount
directly above the spinner disc. This motor
shall be protected within a material shedding
housing that is removable for motor
serviceability.
The distributor disc shall be 20" diameter, 10-
gauge carbon steel, and equipped with six
radial formed replaceable fins.
Optional Equipment
Conveyor Cover - 7-gauge grade 50 panel
designed to protect conveyor cross bars and
chain shields during periods of "non-conveyor
use". Panel must be designed for ease in
installation as well as ease in securing to the
body.
Side Mount Access Ladder - Ladder shall be
of rugged design and hinged from the bottom
of body up. From body bottom down steps
shall be spring protected
304 Stainless Steel Spinner Disc- Poly Disc in
lieu of standard steel disc. Disc is equipped
with replaceable fins.
Sloped steel side boards - 7-gauge grade 50
steel panels to be fully welded when installed.
Top of panel to be of debris shedding design.
B. CUSTOM LOW MOUNT HITCH
Face Plate
Shall have a height of not greater than 26"
measured at the face of the hitch.
Shall have a width of not less than 48"
measured across the face of the hitch.
t0
Compliance
Yes No Exception
Shall be not less than ½" thick with 5" crimped
top and bottom edges formed for greater
rigidity.
Shall serve as the mounting surface for plow lift
assembly, hinge ears, drive centers and all
vertical reinforcements.
Shall have two (2) outboard 5" x ½" vertical
reinforcements which bolt to both frame
extension on chassis and check plates.
Cheek plates shall be fabricated of not less
than 3/8" plate with 3" flanged edges & shall
extend back as far as possible.
Shall have two (2) inboard 5" x ½" vertical
reinforcements.
Ears shall be drilled for ½" bolts Grade 5
minimum.
Shall not extend above the chassis frame rails,
so as to provide maximum clearance of tilt type
hoods.
]!
Compliance
Yes No Exception
C. Central Hydraulic System
Manufacturer - Component Technology
Model - AS2
Pump
Shall be Rexroth Model A10V071 or equal
Shall be front crankshaft driven
Shall be Load Sense, Pressure Compensated
Shall be 11 GPM at 1000 RPM minimum rated,
heavy duty, and hydraulic pump.
Shall have 1%" keyed shaft for remote
application.
Shall have 7/8-13 spline shaft
Shall be driven by Spicer 1310 drive line
Shall have 4-7 degree operating angle
Lines
Pipes, hoses and fittings to be adequate size
and capacity to accommodate the volume of oil
required without undo heating all high pressure
hoses to be sized to allow free flow of oil so as
not to have undo back pressure
High pressure hoses to be two (2) wire braid
reinforced Iow pressure hoses in return lines to
be of sufficient size to eliminate causation lines
are to be spiral wire reinforced.
Lines to have dripless quick disconnects where
ever a unitJpart must be removed for seasonal
storage.
12
Compliance
Yes No Exception
Valves
Shall be Rexroth MP18
Shall be cable operated for dump body and plow
functions.
Shall be electric operated for spreader circuit.
Shall be closed center design capable of use in
open center application
Shall have internal adjustment to control the
speed/flow for the individual functions.
For ease of plumbing and maintenance there
shall be no external flow dividers, or flow
restrictors.
Valve to have enough sections to operate dump
body cylinder SA, Plow Lift, conveyor and
spinner. No plow reverse at all
Shall be sectional type spool valve w/color
coded weather tight connections on valve and
sensors.
Shall be of cast iron body type construction.
Shall be pressure compensated.
Shall have individual section flow
compensators, allow adjustability of function
speed, flow restrictions are unacceptable.
Tank
The hydraulic tank is to be fabricated of 10 ga.
steel, baffled and chassis mounted
Capacity of tank 30 gallons minimum
Sight glass to be mounted on tank
Compliance
Yes No
Exception
A return line filter, GRESEN Model FB 203 33
Micron replaceable element with 1400 square
inches of filtering area, built-in by pass valve and
condition indicator gauge or prior approved
equal.
Removable 2" filter cap, magnetic drain trap
Entire hydraulic system is to be installed by one
supplier and shall be guaranteed against defects
for a period of less than one year
Shall have integral valve enclosure.
Shall have automotive style weather stripping
between the tank and the valve enclosure cover.
Shall have continuity lights thereby automatically
isolating "hydraulic" problems to either the
mechanical or electrical portion of the system.
Control Console
Manufacturer shall be Component Technology
IVIodel AS2.
Shall have nine position control for auger plus
positive off position.
Shall have five position control for spinner plus
positive off position
Shall have a separate blast push button for an
instantaneous 100% auger dump.
Blast button shall be orange in color to allow for
immediate distinction.
Control panel faceplate shall have recessed
calibration access port for ease of access
without removal.
Calibration shall by means of hand held digital
display.
14
Compliance
Yes No Exception
,Two hand held display units shall be provided at
time of delivery.
Shall have adjustable minimum and maximum
trims for both valves.
Shall have adjustable PWM frequency.
Shall have circuit breaker for shod circuit
protection.
Shall have reverse polarity protection,
Shall have 0 MPH shut off in automatic mode for
spinner and auger.
Shall be fully ground speed coordinated.
Shall have toggle switch to allow for selection of
manual or automatic control of sander
Shall have independent positive off position for
each valve control knob.
Shall have power on indicator.
Shall have twist lock CPC connector for simple
removal and replacement.
Shall have one power switch that removes all
:)ower from both valves.
Shall be flush mounted in the overhead console.
Wirinq
All electrical components are to be protected by
circuit breakers and exit the control box in two
wiring looms.
Installation
All hoses, fittings and quick disconnect coupling
will confirm to SAE standards
Compliance
Yes No Exception
All hoses will be sized for minimum restrictions
under generally accepted practices
and have swivel fittings on both ends
All hoses assemblies will be protected against
chaffing and extreme heat and be held by
accepted clamping methods to support them.
All lines that see system pressure shall terminate
in JIC of ODT fittings
All quick disconnects shall be supplied with a
complete set of dust caps
Hydraulic lines to rear shall be steel
Suction line from tank to pump shatl be minimum
of 2"
High pressure line from pump to valve shall be
minimum 1"
Hydraulic quick disconnects shall be Aeroquip
Series 5600
All lines shall be adequately secured to prevent vibration and chaffing
Switches
Shall have switches to control: calcium on/off,
dump bodyup/down, plow up/down, plow
left/right, strobe lights, and plow lights.
All switches shall have integral backlit,
permanently etched lenses for function
identification.
Shall be color-coded.
D. TARPING SYSTEM
Telescopic 2 inch tubular steel roller
assembly, bearing plates, crank handle,
,'~ear tube, rope, cleats and rectangular
economy mesh cover.
Id
Compliance
Yes No
Exception
E. COATING SPECIFICATIONS
1. Manufacturer- Noxyde
A. Product Description
Product shall be an acrylic, abrasion
,resistant, rust preventive coating.
Coating must be one part acrylic base
self priming, thixotropic semi-paste
coating that contains at least 36% highly
elastic in water dispersed polymers.
V.O.C. (Volatile Organic Compound)
shall be 0.01 or less as evidenced by
OSHA Form 174 MSDS.
Coating cannot contain any lead,
organic solvents, or bitumastic materials
or other hazardous ingredients as
evidenced by OSHA Form 174
Material Safety Data Sheet.
Coating must be 100% waterproof.
Coating must be 100% ultraviolet
resistant so as not to breakdown as a
result of long term exposure to sunlight.
Coating must be capable of 200%
elongation so as to completely prevent
cracking due to expansion and
contraction as well as dimpling resulting
from impacts.
Coating must afford excellent chemical
~-esistance to acids alkalis, salts and
fuels.
Coating must
Coating must
be self-extinguishing.
dry to a smooth texture.
t?
Compliance
Yes No Exception
Coating dry film thickness shall be 14
~mil.
Coating samples wet and dry shall be
submitted for evaluation at the time of
the bid.
B. Technical Performance Criteria
Coatings offered shall have been tested
in the following areas.
Results as listed below shall be
considered the minimum acceptable to
the Town.
Test documentation must be available
upon request.
Specific Gravity:
Not less than 1.28.
Solids by Weight:
Not less than 57%.
Spread Rate:
400 grams p/sq. meter, per coat at not
less than 13 mils.
Dry Time:
30 minutes at 70 degrees F. and 50%
relative humidity.
Cure Time:
48-72 hours after final coat.
Application Temperature:
Not less than 45 Degrees on substrate.
Primer:
33 diluted Noxyde.
Elasticity:
2OO%
Compliance
Yes No Exception
Water Tightness:
14 mils, waterproof.
Hardness:
Shore "A" hardness 70.
Vapor Permeability:
5.5 grams of vapor p/1 sq. meter per 24
hours.
Fire Resistance:
Self-Extinguishing.
High Temperature Stability:
Unaffected by temperatures of 250
degrees F.
Salt Spray Test:
100% resistant.
Aging and Adhesion:
Unaffected after 800 hours of testing
from 60 degrees C. to minus 20 degrees
C. with rain, frost, UV light and humidity
Sulfur Dioxide Resistance:
Resistant of hot humid atmosphere of
7% concentration of sulfur dioxide.
Ozone Resistance:
Unaffected by an environment
containing 1 PPM ozone for 30 days.
Hot Water Immersion:
Unaffected after 1,000 hours immersion
in 100 degrees F. water.
Impact Resistance:
90 Newton's, no damage.
Alkalis Resistance:
Resists 100% against sodium hydroxide
'atpH 14C.
Compliance
Yes No Exception
Areas to be Coated:
Dump body underside and snow plow
hitch.
III. Vender Qualifications
Dump body, hydraulic system, tarp system,
snow plow, snow plow hitch and rust preventive/
abrasion resistant coating and rust proofing must
be supplied by the factory authorized
distributors.
Vendor must operate a full service facility and
make that facility available upon request.
Vendor must possess all equipment necessary
to install and maintain all equipment specified.
In order to qualify for warranty, coating must be
applied by a certified applicator for the abrasion
resistant/rust preventive coating system in strict
accordance with manufacturers approved
application and inspection guide lines.
IV. Manufacturer's Requirements
The manufacturer shall provide standardized
factory maintenance and repair manuals for the
unit supplied.
The manufacturer's Statement of Product
warranty shall be supplied.
V. Submittals
Vendor shall submit the following at the time of
~he bid for all alternates bid.
Product Specifications
Product Brochures
Product Manuals (Both parts and service)
Product Warranties
20
Compliance
Yes No Exception
VI. Warranty
A one (1) year parts & labor on all system, components
VII. Vendor Guarantee
Bidder hereby guarantees; To save the Town,
its agents and employees harmless from
liability of any nature or kind for the use of any
copyrighted or un-copyrighted composition,
secret process, invention, article or appliance
furnished or used in the performance hereof of
which the Bidder is not the Patentee, assignee
or licensee, and to defend any action brought
against the Town in the name of the Town and
under the direction of the Town Attorney at the
sole cost of the Bidder or in the sole option of
the Superintendent of Highways to pay the cost of
such defense to the Town.
21
VI. Bid Response Sheet
Price delivered $
Availability
Days A/R/O
as a duty authorized representative of
have full read, understood and recognized the requirements of this bid. I
have enclosed complete copies of this specification, having been filled out in good faith and to the
best of my knowledge for the items(s) being bid.
Signed:
Dated:
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at by the bidder
independently and has been submitted without collusion with any other vendor of
materials, supplies or equipment of the type described in the invitation for bids, and the
contents of this bid have not been communicated by the bidder, nor, to its best knowledge
and belief, by any of its employees or agents, to any person not an employee or agent of
the bidder or its surety on any bond furnished herewith prior to the official opening of the
bid.
(Signed)
(Corporate Title)
(if any)
Bid on mechanical combination dump/spreader truck body and snowplow push-
frame and hoist