Loading...
HomeMy WebLinkAboutDump Truck Mid range - Highway ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFOI~JATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD 2001 MID-RANGE DUMP TRUCK FOR HIGHWAY DEPT. BIDS RECEIVED FEBRUARY 1, 2001 $ 50,630.00 $ 51,168.25 $ 54,582.00 Lucas Ford 3245 Horton's Lane Southold, NY 11971 Buzz Chew 109 Pantigo Road East Hampton, NY 11937 Gabrielli Truck Sales 3200 Horseblock Road Medford, NY 11763 ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS NLANAGEMENT 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 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 159 OF 2001 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON FEBRUARY 13, 2001: RESOLVED that the Town Board of the Town of Southold hereby awards the bid for one (1) New 2001 Mid-Range Dumo Truck to Buzz-Chevrolet-Olds-Cadillac, Inc. for use by the Hiehwav Deoartment, at the lowest bid price of $51,168.25, all in accordance with bid specifications and the approval of the Town Attorney. 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 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD February 22, 2001 Attn: James P. Hines Buzz Chew Chevrolet-Olds-Cadillac, Inc. 109 Pantigo Road East Hampton, New York 11937 Dear Mr. Hines: The Southold Town Board, at its regular meeting of February 13, 2001, accepted the bid of Buzz-Chevrolet-Olds-Cadillac, Inc. of $51,168.25 for a New 2001 Mid-Range Dump Truck. A certified copy of this resolution is enclosed. Thank you for submitting your bid. Very truly yours, Southold Town Clerk ljc Enclosure cc: Raymond Jacobs, Superintendent of Highways Town Attorney 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 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD February 22, 2001 Certified Mail Return Receiot Reouested Attn: Richard Dorfman Gabrielli Track Sales 3200 Horseblock Road Medford, New York 11763 Dear Mr. Dorfrnan: The Southold Town Board, at its regular meeting of February 13, 2001, accepted the bid of Buzz-Chevrolet-Olds-Cadillac, Inc. for a New 2001 Mid- Range Dump Truck. A certified copy of this resolution is enclosed, along with your check in the amount of $100. Thank you for submitting your bid. Very truly yours, Southold Town Clerk ljc Enclosure cc: Raymond Jacobs, Superintendent of Highways Town Attorney 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 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD Febmary22,2001 Certified Mail Return Receiot Re0uested Attn: Robert A. Forte General Sales Manager Lucas Ford Tracks P. O. Box 1575 Southold, New York 11971 Dear Mr. Fo~e: The Southold Town Board, at its regular meeting of February 13, 2001, accepted the bid of Buzz-Chevrolet-Olds-Cadillac, Inc. for a New 2001 Mid- Range Dump Track. A certified copy of this resolution is enclosed, along with your check in the amount of $100. Thank you for submitting your bid. Very truly yours, Southold Town Clerk Enclosure cc: Raymond Jacobs, Superintendent of Highways Town Attorney .\ 0 0 0 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 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD 2001 MID-RANGE DUMP TRUCK FOR HIGHWAY DEPT. BIDS RECEIVED FEBRUARY 1, 2001 $ 50,630.00 $ 51,168.25 $ 54,582.00 Lucas Ford 3245 Horton's Lane Southold, NY 11971 Buzz Chew 109 Pantigo Road East Hampton, NY 11937 Gabrielli Truck Sales 3200 Horseblock Road Medford, NY 11763 ~ LUCAS FORD LINCOLN MERCURY INC. 3245 HORTONS LANE · P.O. BOX 1575 · SOUTHOLD, NEW YORK 11971 · (516) 765-9200 FAX(516) 765-9319 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 fumished herewith prior to the official opening of the bid. (Corporate Title)/4~- (if any) Bid on 2001 Mid-Range Dump Truck 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 one (1) 2001 Mid-Range Dump Truck for use by the Southold Town Highway Department. Specifications for such bids may be obtained at the Office of the Southold Town Clerk, Town Hall, 53095 Main Road, Southold, New York 11971. Sealed bids, together with a Non-Collusive Bid Certificate, and bank draft or 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, February 1, 2001, 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 2001 Mid-Range Dump Truck", and submitted to the Town Clerk. The bid price shall not include any tax, federal, state, or local, fi.om which the Town of Southold is exempt. Dated: January 17, 2001. ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON JANUARY 25, 2001, 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 Jacobs SPECIFICATIONS FOR ONE 2001 MID-RANGE DUMP TRUCK BIDDER QUALIFICATIONS SPECIFICATIONS ~Submit complete specifications and illustrations of products offered with bid. Acceptance of a bid and designation of a manufacturer's catalog description, brand name or number in any purchase order resulting therefrom shall not be construed as qualification of the specifications of this bid or relief therefrom except as specifically stated in the purchase order. PROTECTION FROM CLAIM AGAINST "OR EQUAL" In the event of any claim by any unsuccessful bidder concerning or relating to the issue of "equal or better" or "or equal," the successful bidder agrees, at his own cost and expense, to defend such claim or claims and agrees to hold the Town free and harmless from any and all claims for loss or damage arising out of this transaction for any reason whatsoever. This specification is not to be interpreted as restrictive but rather as a measurement of the standards which all other Dump Bodies and Chassis :hall be measured. ALTERNATE PRODUCTS A bidder may not bid multiple products for one bid item. If a bidder offers more than one, only the lowest price offering will be considered. If the price offerings are identical, only the first item listed will be considered. PRE-AWARD BID EXAMINATION The Town reserves the right, before making an award, to conduct examinations to determine whether or not the goods proposed to be furnished meet the requirements set forth in the contract. If any such examination shows that the contract requirements are not complied with, or that goods proposed to be furnished do not meet the requirements called for, the Town contracting officer may reject such bid, and may award the contract to the lowest responsible bidder. It is distinctly understood, however, that nothing in the foregoing shall mean or imply that it is obligatory upon the Town to make any examinations before awarding a contract. It is further understood that the making or waiving of any such examination in no way relieves the seller from fulfilling all requirements and conditions of this contract. VENDOR REQUIREMENTS In order to insure complete coordination of all engineering details, expedite delivery and fix responsibility, a chassis manufacturer shall be prime contractor for entire vehicle. Chassis and body manufacturer shall have been continually in business of manufacturing this type of equipment for the preceding five (5) years and shall possess a factory adequate to insure the full final mounted delivery of chassis. Bidder shall agree to furnish any required necessary engineering data upon notification. The unit and associated equipment furnished shall comply with all provisions of Federal, New York State Laws, Ordinances, Codes, Rules, Regulations, orders, permits and licenses. All materials used shall be new unless otherwise specified. All design, workmanship, and materials shall at all times and places be subject to the inspection of the Town and, should they fail to meet approval, they shall be forthwith made good, replaced, or corrected (as the case may be) by the vendor at its own expenses. For evaluation purposes, American Society for Testing and Materials (ASTM) will apply for all sheet metal thickness. The vendor must have an adequate, as determined by the Town, service facility staffed by trained and experienced service personnel and a stock of repair parts suitable for a timely response to the Town's vehicle service requirements. The vendor warrants that it shall maintain, or have maintained, a stock of spage parts within the New York-Long Island area at inventory levels. The successful vendor will pay all license fees and royalties and assume all costs incidental to the use of any invention, design, process or device which is the subject of patent rights or copyrights held by others. He will indemnify and hold harmless the Town, its officers, agents and employees from and against all claims, damages, losses and expenses [including attorney(s) fees] arising out of any infringement of such rights during or after completion of the work, and shall defend all such claims in connection with any alleged infringement of such rights. NOTE If there are contradictions between the factory-published literature and responses in bidders comment column, the bidders comment column will take precedent. However, any deviation from manufacturer's printed literature requires a separator letter describing these differences along with a letter from the manufacturer approving changes to their standard specifications with a statement that all changes wold be covered under warranty. These letters must be submitted at the time of bid opening. All equipment listed in this bid must be standard new equipment, latest model, unless otherwise specifically stated in proposal or detailed specifications. Items bid are to include all features, accessories and equipment standard for the model offered as listed in manufacturer's current brochure and further specified herein. All equipment is to be completely assembled, tested and ready for use. BIDDER MUST ADHERE TO BID FORMAT WHEN COMPLETING BID Under "Bidder's Comparison" in the attached specifications, each bidder must write in what is being offered. This must be completed even if offering is as specified. The words "Equivalent," "As Specified," "Meets," and "Exceeds" or any other word or words will not be accepted. If not complied with, your bi.d for that item is subject to disqualification. CERTIFICATION The bidder affirms and declares that he has carefully examined the proposal herein and that this proposal is signed with the full knowledge and acceptance of all the provisions thereof. These bid specifications shall form the basis for an agreement between the successful contractor and the Town. SPECIFICATION SPECIFICATIONS: THIELE MODEL 12 DUMP BODY OR EOUAL BIDDER'S COMPARISON BODY: DUMP BODY TO BE A THIELE INDUSTRIES MODEL 12 OR APPROVED EQUAL. BODY SHALL BE 10' LONG INSIDE X 7' WIDE INSIDE X 8' WIDE OVERALL. 30" PERMANENT STEEL SIDES, BOXED TOP RAIL, DIRT-SHEDDER CATWALK; 6.44 CUBIC YARD CAPACITY. SIDES SHALL BE OF 8 GAUGE ASTM-A606 HSLA WITH CORROSION RESISTANT STEEL, ONE-PIECE CONSTRUCTION WITH FORMED-IN-TOP BOXED RAIL. CHANNEL INSERT ON INTERIOR WITH ALL WELDING OF BOX TOP RAIL ON INTERIOR OF BODY TO FORM A FULL CONTINUOUS BOX RAIL OF DOUBLE LEG CONSTRUCTION FOR ADDITIONAL HORIZONTAL RIGIDITY. DIRT-SHEDDER SHALL BE FORMED-IN-SHEET, NO ADD-ON PIECES PERMISSIBLE. THERE SHALL BE REINFORCEMENT UNDER THE 45 DEGREE SLOPING DIRT-SHEDDER SECTION FOR ADDITIONAl, HORIZONTAl. RIGIDITY AND ENCLOSING ALL EXPOSED AREAS BELOW FLOOR. TAILGATE TO BE 38' INSIDE HEIGHT, 8.17 CUBIC YARD CAPACITY. GATE TO BE 8 GAUGE ASTM-A606 HSLA/WITI-I CORROSION RESISTANT STEEL, WITH A FORMED-IN-SHEET BOXED TOP RAIL, NO ADD ON SECTIONS PERMISSIBLE AT TOP OF GATE. ALL WELDING ON INTERIOR AT TOP AND FORMING A DOUBLE THICKNESS HORIZONTAL REINFORCEMENT. BOTTOM OF GATE TO BE DOUBLE CHANNEL CONSTRUCTION WITH AN ADDITIONAL DIRT- SHEDDER HORIZONTAL BRACE AT BOTTOM. VERTICLE SECTIONS, BOTH SIDES OF GATE, TO BE BOXED TYPE. ALL TAILGATE MATERIAL TO BE 8 GAUGE ASTM-A606 HSLA/WlTI-I CORROSION RESISTANT STEEL. TOP HARDWARE TO BE OFFSET TYPE, A MINIMUM OF 1" THICKNESS OF HIGH STRENGTH STEEL WITH HARDENED PIN AND CAPTURED GREASE FITTING WITH PROTECTION PIN TO BE CAPTURED TYPE TO PREVENT ELONGATION OF TOP HARDWARE SI'ECl I,'I(:AT ION IHDI)ER'~ COMI'ARI$ON GROSS VEHICLE WE1GItT RATING: 34,000 LBS. ~[/~t~0~ 3 ~ 104" BBC 4 x 2 I~OIl ~ WIIEELB AS E 157" CAB TO AXLE 84" AFTER FRAME 51" OVERALL LENGTH 241.75" FRAME: 10 aA" X 3" X 3/8" STEEL W/ SECT1ON MODULS OF 17.93 ENGINE: 7.2 L CAT 230 ItP DIESEL MODEL 3q26B TRANSMISSION: EATON FA6406 SIX SPEED DIRECT ~CLUT(~I~: 14" VALEO PULL TYPE REAR AXLE: 23,000 LB ROCKWELL MODEL RS-23-160 3,91 RATIO 23,500 LB MULTI-LEAF SPRINGS WITH SlNGLE LEAF HELPER SPRING FRONT AXLE: Ru L, RL¥ Ptl. cg. t4..rbo .115 11,000 LB CAPACITY WITH TAPERED SPRING 12,000 SUSPENSION BRAKES: FRONT ..... AIR 15" X 4" CAM TYPE REAR ..... AIR 16.5" X 7" CAM TYPE FUEL TANK: 50 GALLON LEFT-HAND STEEL STEP TANK _EXHAUST: SINGLE VERTICAL ~'I~U'ICAL ~$14ti01r G 159 14 PI.Y REAR TIRES: 1 :R22.5 GOODYEAR G 159 16 PLY MUD & SNOW }V_H_~EEL EQUIPMENT: STEEL DISC 10 HOLE PILOT FRONT AND REAR FRONT BUMPER: FRONT TOW HOOKS STEEL CHANNEL W/SWEPT-BACK ENDS AIR-SUSPENDED DRIVERS SEAT WITH NON- SUSPENSION PASSENGER SEAT SINGLE AIR HORN...DUAL TRUMPET STAINLESS STEEL WEST COAST MIRRORS INCLUDING SPOT MIRRORS DUAL BATTERIES 1250 COLD CRANKING AMPS 100 AMP ALTERNATOR AM/FM RADIO f;OLOR: RED SHOP REPAIR AND PARTS MANUALS MUST BE SUPPLIED SPECIFICATION BIDDER'S COMPARISON LUGS. PIN TO BE CHAINED TYPE. BOTTOM TAILGATE PINS TO BE 1-1/2" HARDENED STEEL WITH OFFSET TYPE BOTTOM HARDWARE, MANUAL CONTROLLED. BOTTOM HARDWARE TO HAVE 5/8" SIDE PLATES WITH 3/4" THICK OFFSET HARDWARE AND INTEGRAL NYLON BUSHING. MANUAL HARDWARE TO BE LEVER CONTROLLED, LEFT FRONT CORNER OF BODY WITH FULL WIDTH ROI,I,ER ROD WITH GREASE FITTINGS AT EVERY BEARING. DOUBLE 5/8" FULL LENGTH PULL RODS TO BE ADJUSTABLE WITHOUT DISASSEMBLING. HARDWARE TO BE OF OVER-CENTER TYPE (1) ASPHALT CHUTE TO BE INSTALLED IN CENTER OF GATE. FRONT OF BODY TO HAVE A ONE-PIECE CAB ' PROTECTOR AND TO EXTEND 20" FORWARD FROM FRONT OF BODY. FRONT OF BODY TO HAVE FORMED-IN PLACE 3" HALF-ROUND CORRUGATIONS. NO WELD-ON BRACING PERMISSIBLE. FRONT OF CAB PROTECTOR TO HAVE 45 DEGREE BENDS OVER CAB WITH AN 8" LIP WITH 45/45 DEGREE BENDS TO SERVE AS A TARP WIND DEFLECTOR AND FORMED- IN-SHEET, NO ADD-ONS PERMISSIBLE. (2) CLEARANCE LIGHTS, ONE EACH FRONT CORNER OF CAB PROTECTOR LIP FACING FORWARD. BODY FRONT AND CAB PROTECTOR TO BE FORMED OF ONE RESISTANCE STEEL, NO EXCEPTIONS. FULL HEIGHT SIDEBOARD GUSSETS FRONT AND SIDEBOARD GUSSETS AT REAR TO TOP OF GATE. BODY TO BE ~ GAUGE ASTM-A606 HSLA/WITH CORROSION RESISTANT STEEL FLOOR WITH 4" I-BEAM (7.7#) CROSSMEMBERS ON 12" CENTERS. 6" I-BEAM LONGITUDINALS (12.5#) WITH 1" INTEGRAL RUBBER LANDING PAD. FLOOR TO HAVE 4' X 45 DEGREE COVE SIDES TO FLOOR CONTINUOUSLY WELDED FULL LENGTH OF BODY, BOTH SIDES. SIDES OF BO.DY TO HAVE FRONT AND REAR CORNER SPECIFICATION POSTS MINIMUM 10' WIDE WITH (2) INTERMEDIATE 7-1/4" WIDE BOXED TYPE SIDE POSTS. ALL SIDE BODY POSTS TO HAVE WEEP HOLES. WELDING ON EXTERIOR TO BE CONTINUOUS. BUSTIN GRIP STRUT INSTALLED BETWEEN SIDE POSTS APPROXIMATELY 3" ABOVE 45 DEGREE DIRT- SHEDDER. A FRONT LADDER SHALL BE INCLUDED AS WELL AS TWO (2) 45 DEGREE LADDERS POSITIONED ON THE SIDES'AT THE REAR OF THE BODY. ALL STEEL TO BE HI-TENSILE 50,000# PSI MINIMUM YIELD ASTM-A606 HIGH STRENGTH, CORROSION RESISTANT WITH 70,000# TENSILE STRENGTH, NO EXCEPTIONS. GATE TO HAVE 3/8" SPREADER CHAINS WITH NYLON COVERS., REAR POSTS TO BE DROP TYPE WITH GAUGE PULL SKIRT REAR. CHASSIS LIGHTS, (3) LIGHT CLUSTER AND MARKER LIGHTS INSTALLED BEHIND REAR SKIRT. HOIST: HOIST SHALL BE A SINGLE CYLINDER, CLASS 60, TYPE NTEA-V AND MUST BE LISTED IN THE LATEST NTEA HOIST CLASSIFICATION CHART, HOIST SHALL BE A FULL-FRAME TYPE WITH A MINIMUM OF 6" X 3" X 1/4" FORMED CHANNEL, 50,0008 MINIMUM TENSILE. HOIST SHALL HAVE A 2~3/32" FULL WIDTH REAR HINGE BAR A MINIMUM OF 1018. HOIST SHALL HAVE 5/8" DOUBLE RECEIVER EYES TO RECEIVE BODY HINGE TO COMPLETE A CLEVIS HINGE MOUNTING. CYLINDER SHALL BE 8-7/16' ID WITH A 2-3/4" CHROME-PLATED PISTON ROD AND A 25" STROKE, CYLINDER WALL THICKNESS A MINIMUM OF 13/32" AND A 2000 PSI OPERATING PRESSURE ON BOTH SIDES OF PISTON. PISTON SHALL HAVE FREE-MOVING POPPET WHICH ALLOWS CYLINDER TO BE SINGLE ACTING/DOUBLE ACTING WITHOUT ANY ADDITIONAL INTERNAL OR EXTERNAL SPRINGS, BALLS, ETC. CYLINDER SHALL BIDDER'S COMPARISON SPECIFICATION HAVE A BRONZE PACKING NUT, URETHANE WIPERS AND REPLACEABLE PACKING. CYLINDER SHALL BE CLEVIS-MOUNTED WITH A 2" BAR. MOUNTING TO INCLUDE DUAL TRUSS BARS PINNED TO MAIN HOIST SCISSOR SWIVEL BAR. LIFT ARM CROSSBAR SHALL BE 2" FULL WIDTH AND EXTEND THROUGH HOIST FRAME WITH BUSHED TUBING FOR PARALLEL AND TORSIONAL STABILITY AND STRENGTH. HOIST LIFT ARM ASSEMBLY SHALL BE JIG ASSEMBLED TRAPEZOID TYPE, SOLID WELD OF aA" AND 1/a' THICK MATERIAL 50,000# YIELD. PIVOT BAR SHALL HAVE GREASE CHANNELS SPIRAL TYPE, BOTH DIRECTIONS. LIFT ASSEMBLY WELDMENT SHALL BE FURTHER REINFORCED WITH BOXED MEMBERS AND REINFORCED TUBING. HOIST LIFT ARM TO BODY MUST BE JIG ASSEMBLED, SOLID "[/" TYPE OF ½' MATERIAL AND 18" IN LENGTH, CENTER TO CENTER. TUBING TO HAVE SPIRAL (~REASE CHANNELS, BOTH DIRECTIONS. HOIST LIFT ASSEMBLY MUST BE 51-1/4" FROM CYLINDER BASE TO LIFT CROSSBAR. CYLINDER CROSSHEAD ATTACHMENT TO LIFT ASSEMBLY SHALL BE BEARING TYPE WITH GREASE CHANNELS AND CYLINDER CROSSHEAD TO BE CAST STEEL AND MACHINED TO CYI.INDER PISTON ROD TOLERANCE. BODY LIFT LINK PINS TO BE 2" SOLID 1018 STEEL WITH LIFT LINK PIN TO BODY TO HAVE CAPTURED HEAD TO PREVENT ELONGATION OF BODY MOUNTING ANGLES. LIFT ASSEMBLY CROSSBAR TO HINGE CROSSBAR SHALL BE A MINIMUM OF 29". ALL WELDMENTS, SHALL IF NOT MENTIONED IN THE ABOVE SPECIFICATIONS, BE $IG ASSEMBLED AND SOLID-WELDED. ALL MOVING PARTS SHALL HAVE THREADED ALEMITE GREASE FITTINGS AND ARE TO BE THOROUGHLY GREASED BEFORE AND DURING ASSEMBLY AND COVERED WITH A GREASE CAP BEFORE PAINTING. BODY HINGED TUBE SHALL BE MACHINED AND HAVE GREASE CHANNELS, SPIRAL TYPE, BOTH DIRECTIONS, TO PREVENT LOCKUP OF REAR BODY HINGE. BIDDER'S COMPARISON SPECIFICATION HOIST TO BE EQUIPPED WITH A THIELE DOUBLE-ACTING PUMP/VALVE COMBINATION WITH A MAXIMUM FLOW OF 25 GALLONS AND A MAXIMUM PRESSURE OF 2,500 PSI WITH AN ADJUSTABLE RELIEF VALVE PRESET AT FACTORY AT 2,000 POUNDS. VALVE TO BE DOUBLE-ACTING AND SPRING-LOADED, CAPABLE OF RETURNING TO NEUTRAL POSITION. PUMP SHALL BE DRIVEN BY A TRANSMISSION-MOUNTED PTO. CONSTRUCTION: BODY TO BE EQUIPPED WITH STEEL SPLASH SHIELDS WITH ROLLED EDGES AND (3) FORMED IN STEEL CORRUGATIONS FOR ADDITIONAL STRENGTH. RUBBER FLAPS AT REAR. DUAL SELF-ALIGNING SAFETY PROPS INSTALLED. AN ELECTRONIC BACKUP ALARM INSTALLED. BODY UP-LIGHT IN CAB. PUl,t, TARP SYSTF. M: PULL TARP MODEL STEEL PROTECTOR SYSTEM OR EQUAL. THIS SYSTEM WILL BE ACTUATED BY A SINGLE SPRING. TARP SYSTEM SHALL NOT REQUIRE THE USE OF CONTROL ARMS OR CRANK HANDLES. TARP MATERIAL SHALL BE HEAVY DUTY WOVEN POLYPROPYLENE FABRIC SUITABLE FOR ASPHALT APPLICATION. HOIST AND BODY TO BE OF SAME MANUFACTURER. BODY TO BE PAINTED ONE COLOR. TWO LADDERS MOUNTED ON EACH SIDE OF BODY BELOW BODY RAIL TO BE SPRING- LOADED USING 3/$" DIAMETER WIRE EXTENSION SPRING WITH DUAL GRAB HANDLES ABOVE. THIS SPRING TO BE ENCLOSED IN A 1-1/2" PIPE. BIDDER'S COMPARISON 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 hid 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. (Corporate ~ifle) ~ Z2 / // (if any) "' /~4'6A' --J///¢.~ ~.~. Bid on 2001 Mid-Range Dump Truck # 3-1, t 6 Town of Southold 53095 Main Rd Southold, NY 11971 Feb. 1, 2001 Gentlemen; GABRIELLI TRUCKS SALES is pleased to offer you the following as alternates for you published specifications. 1. FORD F-750 as per attached specifications with no exceptions on the body. Approx 90 day delivery, after rec of order $ 54,582.00. 2. FORD F-750 as per attached specifications with a Galion Dump Body 1N STOCK READY TO GO $ 49,500.00 Respectfully Submitted Richard Dorfman ri BRONX I I QUEENS 3333 Conner Street 144-01 Liberty Avenue Bronx, N.Y. 10475 Jamaica, N.Y. 11435 (718) 9944300 · Fax: (718) 325-4992 (718) 291-7474 · Fax: (718) 658-3226 (~ STERLIN6 ~ NASSAU r~ SUFFOLK 880 South Oyster Bay Road 3200 Horseblock Road Hicksville. NY. 11802 Medford, N.Y 11763 (516) 931 7915 · Fax: (516) 822-2969 (516) 758-6200 · Fax: (516) 758-6337 TRUCK LLI LTD. Bid Acceofion Town Hall 53095 Mare Rd. Sothhold, NY 11971 1/31/01 Dear Soutlthold Tovai Clerk, Gabrielli Truck Sales is submitting bids of tracks out of our inventory. If you review the specifications, I mn sure you will see that they meet major component specifications. Gabrielli Track Sales will paint trucks as per Town of Southold. Stock # NF-1428 chassis only, will be mounted as per bid Stock # NF-1464 mounted with Galion dump body If you have m~y queshons regarding this matter, please contact Rick Dorfinan (631) 75845200 ext: 2015 Rick Doffman F I BRONX ~ i QUEENS 3333 Conner Street 144-01 Liberty Avenue Bronx, N.Y. 10475 Jamaica, N.Y. 11435 (718) 904-8300 · Fax: (718) 325-4992 {718) 291-7474 · Fax: (718} 658-3226 [iNASSAU i SUFFOLK 880 South Oyster Bay Road 3200 Horseblock Road Hicksville, N.Y 11802 Medford, NY 11763 1516) 931-7915.Fax:(516)822-2969 (516) 758-6200-Fax:(516)758-6337 TRIUS ,,,c. *f58 JOHNSON AVENUE * PO BOX 158 * BOHEMIA, N, Y. 11716 631.244-8600 · FAX 631-244-8561 January 31, 2001 Gabficlli Truck Sales 3200Homseblock Road Medford. NY [ 1766 ATrN: Rick Dorfman RE: Town of Southold Bid Due: February 1, 2001 Mid-Range Dump Truck Dear Rick; We are pleased to confirm the above mentioned bid as follows: Ot~e (1) Thiele 1825 Double Acting Hoist wifl~ Power Take-Off and Direct Mount Pump One (1) Thiele Model 12 Dump Body · 10' long inside x 7' wide inside, 8' wide overall · 30" permanent steel aides, boxed top mil, dirt-shedder catwalk · 38" gate to specifications furnished with one center mount chute · V2 roll cab prOteCtOr with (2) clearance lights, one each front corner faciug fo~vard. 5" front lip. Body to be 8 gnage A606 steel constructiom Asphalt pnll tarp furnished and installed. · (2) spring ladders. Grip strut. (2) 45 degree ladders at rear, · Balance to specifications as furnished. · Painted one color. PRICE DELIVERY: 60-90 Days After Receipt of Order Drop Ship Chassis to Thtele Industries, Wlndber PA. All of the above eqttipment is in full accordance with Town of Southold bid specilicafion~. Very vul~yours, President GC:nlrl 11:55 5166' ADVANCED EQUIPMEIVL . ADVANCED E~U PAGE 81 /EL: (631) 698-4100 FAX: (63!) 0¥6-0892 EMAIL; AdvancedEq@aol.com Gabrielli Truck Sales 3200 Horseblock Road Medford, NY 11763 Dear Bob, Advanced Equipment is pleased to quote you on one 408U Galion dump body with U740C hoist. The dump body specifications are: 10 feet long, 84 inches wide, 26 inch sides, 36 inch tailgate, 8 ga floor, 8 ga sides, 8 ga front, 8 ga tailgate, box top rail, 6 panel tailgate, and 5.6/7.7 cu yard capacity. The following items are to be supplied. I Galion 408U Dump Body 1 Gallon U740C Hoist Package Cable Controls PTO & Pump One Color Paint All Pads Necessary To Install Tool Box 18" X 18" X 48" Steel Pintle Package with air lines or electric light plug 75 CEDARHURSTAVENUE · MEDFORD. N.Y 11763 _- GABRIELLI I III ---'- TRUCK SALES LTD. 3200 Horseblock Rd, Medford N.Y. 11763 Phone 516-758-6200 Fax 516-758-6337 Wc are pleased to off'er you the new 2000 Ford F750 Cab & Chassis for use in your operation. We hope you are pleased with this quote and we can be your source for trucks now and in thc future. 2000 FORD F~750 CAB & CIIASSIS 33,000 LB. GVW 158" WHEELBASE 84" CAB TO AXLE XL TRIM CHESAPEAKE BLUE EXTERIOR GRAPHITE INTERIOR ENGINE: CATERPILLAR 3126B, 231) HP TRANSMISSION: 6 SPEED MANUAL, FS-6306A 12,000 LB. FRONT AXLE 21,000 LB. REAR AXLE RS-21-145 23,000 LB. REAR SUSPENSION 4 LEAF AUXILLARY REAR SPRING 4.11 AXLE RATIO TIRES: 11R22.5 ItANDLING PACKAGE AIR BRAKE PACKAGE ANTI LOCK BRAKE SYSTEM AIR DRYER ENGINE BLOCK HEATER SHOCK ABSORBERS FRONT TOW HOOKS AM / FM STEREO AIR CONDITIONING DUAL 50 GALLON FUEL TANKS Respectfully submitted, NF 1464 Gabrielli Truck Sales Ltd. GABRI LLI TRUCK SALES LTD. 32'00 Horseblock Rd, Medford N.Y. 11763 Phone 516-758-6200 Fax 516-758-6337 We are pleased to offer you the new 2000 l;or(I I 750 Cai) & Cha~;lS for use in your operation. We hope you arc pleased widl this quote 111111 we ¢ltll I)e your source for trucks now and in the fttturc. 2000 FORI) F-750 CAB & CI I^SSI5 33,000 LB. GVW 158" WItEELBASE 84" CAB TO AXLE XL TRIM JEWEL GI~EI£N METALL1C EXTERIOR GRAPHITE 1NTERIOR ENGINE: CATERPILLAR 3120B, 230 ltl' TRANSMISSION: 6 SPEED MANUAl,, FS 6306A 12,000 LB. FF, ONT AXLE 21,000 LB. REAR AXLE RS-21-145 23,000 LB. REAR SUSPENSION 4 LEAF AUXILLARY REAR SI'RING ,1.11 AXLE RATIO TIRES: 1/R22.5 IIANDLING I'ACKAGE All{ BRAKE PACKAGE ANTI LOCK GRAKE SYSTEM AIR DRYER I~NGINE BLOCK IIEATER SI lOCK ABSORISE|{S Iq{ONT TOW I lOOKS AM / FM STERI£O All{ CONDITIONING DUAL 50 GALLON FIJEL TANKS R¢~7;cctfully st/bmittcd. Gabrielli Truck Sales Ltd. NI;-1~28 The New Sup. Duty F-65o and F-75o. B eakthroughs in genetic engineenng. A New Addition to the Line of Built-Tough Trucks. With the intro- duction of the Super Duty F-65o and F-75o models, the reengineedng of the entire line of F ',erie~ trucks is comp]ete. Chok es ,~ow range from 5,6oo lbs. GVWR IF-15©) to 33,OO0 lbs. GVWR (F 75ol. America's best-sellin9 vehicles tot the past 17 years have gotten even better. Success is in the genes. Three Cab Choices. addition to the spacious Regular Cab style, SuperCab and Crew Cab models are available and feature *Class is 6 and 7, conventional expanded capacities for people and/or cargo. Super Duty is the only truck in its class* to offer a 4-door SuperCab. The Power of Diesel Three powerful diesels can be matched to a wide range of manual and automatic transmissions with the new Super Duty. The 5.9L ISB Cummins* is a fully electronic 24-va]ve diesel that's turbocharged and intercooled. It's available with horsepower ratings of ~75, ~9o and ~95- Horsepower rat- ings of ~9o, 21o, 23o and 25o are avail- **See your deai~ ~' for details. Improved Ride and Handling. Super Duty suspen- sions have been designed to help enhance ride and hand}lng, which can mean less fatigue on those long work days. Ford F-Series trucks. No matter what line of work you're in, so are we. able with the Caterpillar* 3~26B in-line 6-cylinder diesel. It's turbocharged and electronically controlled. Models equipped with the 2~o-hp, 7.3L Ford Power Stroke* diesel (late availability**) will be sold and ser- viced at over 4,ooo Ford Dealers. A cold-sta~c design lets it crank up at extremely low temperatures without external aid. Visit our website at www. fordveMdes.com 56.9 (F650/F-750) AF WB OAL Overall width (all mo<leis): 95.8 W8 OAL Frame Width (all models): 34.o WB 60 OAL Exterior Dimensions (inches; Regular Cab Wheelbase (WB) 158 ~82 ~94 230 260 Back of Cab to Rear Ax]e (CA) 84 408 420 456 486 Rear Overhang (AF) 49 7o 73 400 13o Overa]lLength(OAL) 243 288 3o3 366 426 Overall Height (empty) 95.8 95.8 95.8 95.8 95.8 SuperCab ~79 215 26o 84 ~2o ~65 49 73 ~3o 264 324 426 96.2 96.2 96.2 C~ew Cab ~94 230 260 84 420 450 73 ~oo 430 303 366 426 96.5 96.5 96.5 Specifications F-65o ( 6,ooo-r,. -VWR) Frame ~8.osm/5o,ooo ps~ S 15.9smh~o,ooo psi - PoweTtrain 5,9L ISB Cummins® 175-hp/5-speed FS-42osA S CAT' 3126B 21o-hp/6-speed FS-63o6A - 7.3L Ford Power Stroke' 21o-hp/5-speed FS~s2osA* O 7.]L Ford Power Stroke® 21o-hp/6-speed F$-63o6A* - Clutch Spicer 14" 1-plate, Ceramic Self-adjusting S Front Axles/Suspension 9ooo-lb. w/85oo-lb. Multi-leaf Spdngs S 9ooo-lb. w/9ooo-lb. Multi-leaf Springs - 12,oooqb. w/12,ooo-]b. Multi-leaf Springs - Rear Axles/Ratio 17,5oo-lb. Medtor RS-17-145 (4.11) S 21,oooqb. Meritor RS-21-145 (4.11) - Rear Suspension 17,5oo-lb. Multi-leaf S 21,ooo-1b. MuPd-leaf - Bmkes Hydraulic w/ABS S Air Brake Package w/ABS - Electrical Alternator: 65/11o Amp, 975/165o Watt Motorcraff S Battery TWO 12-volt, 625 CCA (93-amp-hour) S Fuel Tank so-gal. Rectangular Steel Step (RH) S Tires 10R22.sF (12 PR) Goodyear G159/G124 S loR22.sG (~4 PR) Goodyear G159/G124 nR22.sG (14 PR) Goodyear G159/G124 - Wheels 22.5 X 7.50 lo-Hole ISO White Steel Disc S 22.5 X 8.25 lo-Hole ISO VVhite Steel Disc - S = Standard - = Not Available O =Optiona] F-75o (3o,ooo-lb. GVWR) S S O S S S F-75o (33,ooo-Ib. 6VVVR) S S O S S S S Available Colors Chesapeake Blue Metallic, Dark Toreador Red, Jewel Green Meta]lic, Bright Silver Metallic, Oxford White, School Bus Yellow, Bright Red 'Late availability See your dealer for details. L~G/,L NOTICE NO~ICE TO BIDDERS NOTICE IS HEREBY GIVEN, in a~ordance w~th the provlsiona of S~fion 103 of the Genial Municipal Law, that sealed bids are sougb, t alxd requested for the purchase of one O) 2001 4 x 4 Pick-Up for use by rite $ou~old Town Highway l~partment. Specfficatioaa ~' sach bids may be obtained at ~he Office of the Souahold Town Clexk, Town Hall, 53095 Main Road, Southold, New Yo~k 11971. Sealed bids, together with a Non. Collusive ]~i0. Certificate, and bank dral~ or ~rtified check in the amount of $100.00, vail be received by tho Town Clerk at the Soulhold Town HalL, 53095 Main Road, $outheld, New York, until 10;00 A.M,, Tharsday, February ls 2001. at which time they wilt be opened and read aloud in public. The Town Board of the town of Southold reserves the right to r~ject any a~d all bids and waive any and all informalities in any bid should it be deemed in the intea~t of the Town of Southold to do All bids mu~t bz fi~ncd arid scale6 in rave/opes plainly marked "Bid on 2901 4 x 4 Pick Up", and s~m]~aed to ~e Town CIexk. The bid price shall not include any fcdexa[, z~ate, or local, from wt~ch the Town o£$outhold is exempt. Dated: January 17, 2001. ELITABET~ A~ NEVILLE $OU~HOLD TOWN CLERK PLEASE PUBLISH ON JANUARY Y.S~ 2001, AND FORWARD ONE (1) AFFIDAVIT OF PI~BLICATION TO ELIZABETH NEVI~LE, TOWN CLERIQ TOWN HALL, PO BOX H79, SOUTHOLD, NY 11971. Copiea to the following: TOwn Boaxd To%'n Data Constr~don Dodge Repotto Burr~Ile's Inform~lton Town Clork'~ Bulletin Board Supt. o f I-lighww/z LEGAL NOTICE NO'fILl, IS KEREBY GIVEi~; ~ ~o~e ~ 103 of ~c 0~1 M~e~l ~w, ~ s~cd bids ~ mu~ ~ ~q~M for the p~ 0I ~e (1) 2~1 ~ ~p Tme~ for u~ by ~p~i~ ~ ~h bids m~ ~ o~d ~ the O~c o~ CI~K T~ ~1, $3095 ~ Ro~ So~ol~ N~' Yo~ 1 1971, S~ bids, ~ ~ a Nou~olI~iw Bid C~fie~te, ~ ~ ~ or 8o~M Tom N~ 530~ Mm ~& S~ N~ Yo~ ~ 10:~ ~., T~u~ Fe~msU l~ ~1, at w~ch time ~ will M pubic. ~ To~ Bo~ of~e ~o~ of So~old ~ ~e bi~ ~d w~ve ~y ~fl ~ ~fie~ ~ my bid ~ho~ it ~e~ of~e To~ of S~o~ to do ~-~ ~mp TmOn, ~ lu~ to ~ To~ CI~. ~e hid ~ fl~ not Ihaed: $~mua~7 17, 200I. NON-COLLUSIV~ BID CERi'i~iCATE The under~gned bicl8~ cea/ties that ~s Md has ~m ~ved at by the bider indep~tly ~ has ~ mb~ ~ ~t~ ~ ~y oth~ v~ of mtSO, ~h or ~t of~ ~e desm~d ~ ~e ia~o~ for bi~, ~d the c~ of~ bid ha~ not ~ ~cm~ by ~ biddy, nor, I0 its best ~d b~ef~ by ~y of its ~1o~ or ng~, to a~ ~sm not m ~loy~ or ~ of · e M~ ~ i~ s~ ~ ~y bo~ ~ h~ prior to ~e o~ci~ ~g of (si~) (~rat* llid on 2001 Mid-P, lmge DnlJ1p lruelr SPECIFICATION HOIST TO BE EQUIPPED WITH A THIHL~ DOUBLE-ACTING PUMP/VALVE COM~,INATION WITH A MAXIMUM FLOW OF 25 GALLONS AND A MAXIMUM PRESSURE OF 2,500 PSI WITH AN ADJUSTABLE RELIEF VALVE PREiSET AT FACTORY AT 2,000 POUNDS. vAL~,'IZ ~O BE DOUBLE-ACTIN~ AND SPRIN~.LOAD~, CAPABLE ON RET~KN~G TO N~UTRAL POSITION. PU~ SHALL BE D~I~N BY A TRANSMISSION-MOUN~D PTO. CONSTRUCTION: BODY TO BE EQUIPPED WITH STEE~i~PLASH SHIELDS WITH ROLLED EDGES AND FORMED IN RTEI/L CORRUGATIONS ~OR k~DITIONAL STRENGTH. P-UBBBI~ FLAPS AT I~AR. I~STALLED. AN ELECTRONIC BACKUP ALARM INSTALLED BODY UP-LIGHT IN CAB. ; PULL TARP MODEL STEI/L PROTECT aR SYSTEM OR EQUAL. THIS sYsTeM WILL BE ACTUATED BY A SINGLE SPKING. TAKP SYSTEM SHALL NOT ~QU[~ THE CONTROL ~MS OR CR~K MAT~AL SH~L BE HEAVY DUTY WOVEN POLYPROPYLENE FABRIC SUIT~LI ,;FOR ASPHALT APPLICATION, HOIST ~D ~ODY TO BE OF SAME MA~PACTURER, BODY TO BE PAINTED ONE COLOR TWO LADDERS MO~TED O~ EACH SIDE OF BODY BELOW BODY RAIL TO BE SP~ING- LOADED USING a/~" DIAMETEKw~E ~XT~NSION SPRIN~ WITH DU~ HANDLES ~OV~. THIS SP~IN.G TO ~NCLOSED IN A 1-I/2" PIPE. BIDDER'S COMPARISON TO, SPECIFICATION HAVE A BRONZE PACI~ING NUT~ WIPERS AND REPLACBABLE !~ACKiN CYLINDER SHALL BE CLEVIS-MOUN A 2" BAR, MOUNTrdO TO INCLUDE TRUSS BA~S PINNED TO MAIN HOIS SWIVEL BAR. LIFT ARM CROSS, BAR 2~ FULL WIDTH AND EXTEND THI~O1 GED WITH ~0AI. ~ SCISSOR SHALL BE HOIST FRAME WITH BUSHED TUBIN( FOR PARALLEL A_ND TORSIONAL STABILITY AND STRENGTH. HOIST LIFT AKM ASSEMBLY SHALL BE $IG ASSEMBLED TRA.PEZCtD TYPE, SOLID WELD OF %" AND 1/z" THICK M&TERIAL 50,000//YIELD. PIVOT BAR SHALL HAVE GREASE CHANNEL5 SPIRAL TYPE, BOTH DIRECTIONS. LIFT ASSEMBLY:WELDMENT SHALL BE FURTHER P~BINFORCED W[~H BOXED MEM.~EKS AND REII~IFOP,.CED TUBING. HOIST LIFT AKM TO BODY MUST HE IIG ASSEMRLED, SOLID 'H' TYPE OF ½~ MATERIAL AND 18~' IN LENGTH~'C~T~R CENTER TOEING TO HAVE CHANNELS, BOTH D~ECTIONS~. HO~T LIFT A$~LY MUST B~ 51-1/4~ FROM ~YLI~ER BASE TO LIFT CROSSBAR_ CYLIND~ CROSSH~AD ATTAC~NT TO LIFT{ A$SE~LY 5~LL B~ B~G TYP~ WITH G~EASE CH~EL~ &ND CYLINDER CROS5~ TO BE CAST ~T~L AND: MAC~INRD TO CYLINDER PISTON R~ TOLERANCE, BODY LIFT L~ ~5 SOLID 1018 STE~L WITH LIFT LIN~ ~iN TO BODY TO HA~ C~T~ED HE~ T~ PR~NT ELONGATION OF BODY M~TING ANGLHS. LIPTASS~MBLY CROSSB~TO H~OE CROSSB&R $H~L B~ A MINIMUM OF 29~L ALL WBLDMENTS, SHALL iF NOT MENTIO~D IN THE ABOVE SPECIFICATIONS. BE ~I~ ASSEMBLED A~ 5OL~D-WE~DED. ALL MOVING P~T5 5H~L HAVE ALEMITE GRNA5~ NIT.NOS AND ~E TO BE THOROUGHLY G~ASED BBFO~ AND DUR~O ASSEMBLY ~D CO.RED ~ITH A GREASE CAP B~FO~ PAINTING. BODY n~GED TUBE SHALL BE MACH~E~ ~D HAVE O~ABE CHANNELS, SPIR~ ~, BOTH DI~CTIONS, TO PREVENT LOOKUP OF REAR BODY HIN6E, BIDDER'S COMPARISON -SI~CII~ICATION POSTS MINIMUM 10" WIDE INITH (2) INTERMEDIATE 7-I/4" WIDE BOXED ' ~iYPE SIDE POSTS. ALL SIDE BODY POSTS ~O HAVE WEEP HOLES. WELDING ON EXTEK]OR TO BE CONTINUOUS. BUSTiN GPJ. P STiI.UT ~: INSTALLED BIgTWE.EN SIDE POS~S APPROXIMaTeLY 3 ABO~ 45 DEG~HE DIKT- S~DD~R, A FRON~ L~D~R SHAL~ B'~ INCLUDED AS WE~ AS TWO (2) a5 LADDERS POSITIONED ON THE ~E~'AT T~ RE~ O~ T~ BODY. ALL iTHEL TO BE HI-TBNSIL~ 50.000 MINIMUM YIELD ~TM-A606 HIgH STRENGTH, CO~O,ION ~,IST~T ~TH 70.00~, TENSILE ST~NGT~, NO ~XCEPTIO~.: GATE TO HAVE 3/~' SP~ADMR CHA~S WITH NYLON COVERS_, RE~ POSTS TO BE DROP TYPEi ~ITH GAUGE ~ULL $~RT CHASSIS LIOHI$, (~) LIGHT CLUST] . AND MARKER LIOHT$ ~STALL~D B~HI~ ~ REAR SKIRT. HOIST $H~L BE A $IN~LE C~I~ CLASS 6o, T~E NTEA-V ~ MUST BE LIS THE LATEST ~TEA MOIST CLASSI~I, ~ATION CHA~T, HOIST ~HALL BE A ~L-F] .~ME TYPE WI'fHA MIN~UM OF fi' X 3' ;1/4" FOKM~D CHANNEL. 50,000~ MINIMI ' TENURE. HOIST S~LL HAVE A: 2- i/3i' PULL W~TH REAR H~O~ BAR A MINIMUM OF l01 HOIST S~LL HAVE 5/~" DO~,LR R iCEIVER EYE~ TO ~CEIVE BODY H~GE TO ~O~LET~ A CL~VIS HIN~ MO~TINO. CYLI~ER SHALL BE ~-7f15' ID: WF CHrOME-PLATED PISTON ROD ANE ST~O~. C~INDER WALL THICK~$S A MINIMUM O~ 1~/32' A~ A 2000 PSi OPERATING P~SSURE O~ BOTH S~ES OF PISTO~_ PISTON gHALL HAVE ~REE:,MOVIN~ POPPET W~CH ALLOWS CYLIND~ TO SINGLE ACTINO/DOUB~ ACTIHG ~THOUT ~Y ADDITION~ INTERNAL OR E~ERNAL SPRIGS, BALLS, ETC. C~INDER ~L BIDDER' S COMPARISON SPECIFICATION LUGS. PIN TO BE CHAIN'ED TYPEi :BOTTOM TAILGATE PINS TO BE 1-1/2' HARDENED STEEL WITH OFFSET TYPE BOTTOM HARDWARE, MANUAL CONTROLLED, BOTTOM HARDWAP,~ TO HAVE 5/8= PLATES WITH 3/4~ THICK OFf'SE? HARDWARE AND INTt~ORAL NYLON BUSHING, MANUAL HARDWARE TO BE LEVER CONTROLLED. LEFT FRONT CORNER OF BODY WITH FULLiWIDTH ROLLER ROD WITH ORRASE ~TTTfNO~ AT EVERY BEARING, DOUBLE ~. FUL~LENGTH PULL RODS TO BE ADIUSTABLE WITHOUT DISASSB~LING. ~RDW~ TO BE [NST~LED IN CENTE~ OF GATE. FRONT OF BODY TO HAV~ & ONe'PIECE CAB ' PRO~CTOg A~ TO ~TEND ~OM FRONT OF BODY, FRONT~OF BODY TO HAVE ~O~D-IN PLACE ~ HALF-R&~D CORRUGATION3. NO ~LD-ON BRACING P~KMISSIBLB. NRON~ OF CAR PROTECTOR TO HAVE 45 DEGREE BENDS OVeR CAB ~TH AN 8" LIP WITH 45145 DB~gEE BEN~S TO{SER~ A3 A TA~ ~ND DEFLECTOR A~ FORM~D- IN-SHEET. NO ADD-ONS PEKMISS~L~, (2) CLEAR.CB LIGHTS, ONE EACH F~ONT CORNNP. OF CAB PROTECTOr. LIP FACING [ORWARD. BODY FRONT AND C~ PROTECTOR TO BE FO~D OF ONE RESISTANCE gTEEL, NO FULL I-~IGHT SIDEBOARD GUSSETS 1/RONI' AND SIDEBOARD GUSSETS AT REAR T~ TOP OF GATE. BODY TO BE I GAUGE A-~TM-AS06 HSI~A/WlTH CORROSION RESISTANT STEEL FLOOR WITH 4" 1-BEAM (?.?#) CROSSMF. MBE~S ON 12' CENTERS. 6' I-BEAM LONO~TUDi~ALS (12.5~) W~TH 1' INTEGR~ RUBBER LANDIN~ PAD. FLOOR TO ~AV~ 4~ X 45 DEGREECOv~ SIDES TO [LOOK CONTINUOUSLY WELDED ~ULL B~Y TO HAVE FRO~ AND ~AR EIDDER'S COMPARISON SPECIFICATION ]]$1DDER' S COMPARISON SPECIFICATIONS: THIELE MODEL 12 DUMP BODY OR EOU~L ~9DY: DUMP BODY TO BE A THIELE INDU~;!TRIES MODEL 12 OR APPROVED EQUAL I. BODY SHALL BE 10' LONO £NS[DE ~ 7 WIDE [~SYDE X 8' WIDE OVER~L. 30' PERMANENT STEEL SIDES, BO~ED~ TOP RAIL, DIRT-5~DDER CATWALK; 6J44 CUBIC RESISTANT STEEL, ONE-PIECE CONSTRUCTION WITH FORMED-[N-iOP BO~D RAIL. CHA~L INSERT ON iNTERIOR WITH ~L WELDING O~ BOX TOP RAIL ON INT~OR O~ BODY TO FO~ A COnTiNUOUS BOX RA~ OF DOUBL~ CONSTRUCTION FOR ADDITIONAL 1 HORIZONTAL ~OIDITY. DIRT-gH~DDER SHALL BE FORMED-iN-SHEeT, NO ~D-ON PIECES PE~ISSIBLE_ T~RE 5H~LL BE REINFORCEMENT UNDER T~ 45 SLOPING DIRT-SHUDDER SECTION~OR a~D~IONIL HORIZONTAl. ~IOlDl+y ANn TAILOATE TO BE ~8~ INSID~ ~gtG~': 8.17 OAUOE ASTM-A606 HgL~WI~ CORRO$ION RESISTANT STEEL, WITH A FORMED-IN-SHgET BO~D TOP RAIL, NO ADD PERMISSIBLE ~T TOP OF ~ATE. ~L ON INTERIOR AT TOP A~D WELDING FORMIN~ A DOUBLE THICK. SS HORIZONTAL RE~FORCE~NT, BOTTOM GATE TO BE DOUBLE CHANNEL CONSTRUCTION WIT~ AN ~DI~ION~L D[RT~ 5HEDDER HORIZONTAL BRACE AT BOTTOM. VERTICLE SECTIONS. BOTH 51D~3 OF GATE, TO BE BOXED TYPE. ~L TAILGAT~ M~TERIAL TO BE g OAUO~ ASTM-P,606 HSLAIWlTH CORROSION ~515TA~T STEEL. TOP EARDW~ TO BE OFFSET T~B~ A MINIMUM OF 1" THICKNESS OF STRENOTH STEEL WITH HARDENED PIN PROTECTION PIN TO B~ C~TURE~ P~EVENT ELONGATION OF TOP H~WA~ ~Z0~ )tEPID ~I01t~flO~ SPECIFICATION FI~OI']T T~RES: 11R22.5 GOODYEAR (} 1S9 14 PLY~ g~.E~L EOUIPM~...., STE~L DISC HOLE PILOT FR~N~ AND REAR ~RONT BUMPER: 8~ggL C~AN~EL W/SWEPT-BAEK ENDS FRONT TOW HOOKS AIR-SUSPENDED DRIVERS SI~A~T W FH NON- SUSPENSION PASSENGER SEAT SINGLE AIR HORN,..DUAL TRLrMp~ STAINLESS STEEL WEST COAST MI LROR$ INCLUDING SPOT MIRRORS DUAL BATTERIES 1250 COLD CRA} KING AMPS 100 AMP ALTERNATOR AM/FM RADIO COLOR: RED S'OP REPAIR AND PARTS MA~I~L$ MUST BE SUPPLIED BIDDER'S COMPARISON gT0~ ~E~IO ~t'I0l~EaO~ ~TO ~0£ g~ XYd g~:~ NOE I0. I0,'8~ SPECII~ICATION ORoss V~HICL~ W~.~H~ ~^T~NG: i~ 000 L~S. 104" BBC 4 x 2 WH~ELB~E CAB TO AXLH · ~4" AFTE~ ~A~ OVERALL LENO~ 241.75~ lo e~" x 3- x a/s- STEEL W/SECTIO} MODUL$ 0F 17.93 ENGINe: 7.~ L CAT 2~0 HP DIESEL MODEL ~TON FA6406 SIX SP~D DIRECT ~: 14" VALEO PULL TYPE ~kK 6XLE: 25,000 LB ROCKWELL MODEL KS-23 ~160 ~ 9] ~ATIO 23,S00 LB MULTI-LE~ SPglHGS ~ SINOL~ L~AP HELPEK SPKING FKONT ~XLE: ] 1,000 LB C~ACITY WITH TA~EKE~ ) SP~NG 12,000 SUSPHNSION FRONT.....AIR 15" X a~ CAM TY~ ~EAK ..... AIR 16 ~ X ~" CAM TYP~ FUEL TANK: ~0 GALLON L~FT-HAND STEEL:STEP TA~ E~HAU~T: SINGL~ ~ BIDDI~R'$ COMPARISON SPECIFiCATIQNS FOR ONE 2001 MID-RANGE DUMP TRUCK BIDDER QUALII~ICATIONS SPECIFICATIONS .Submit complete spcclfioatiotis and illustrations of products offered with bid. Acceptance of a bid and designation of a manufacturer's catalog description, brand name or number in any purchase order resulting therefrom shall not be construed as qualification of the specifications of this bid or relief therefrom except as specifically stated in the purchase order. ., PROTECTION FROM CLAIM AGAINST "OR EQUAL" In thc cvent of any claim by a~y unsuccessful bidder concerning or rclating to the issue of "equal or better' or "or equal," thc successful bidder agrees, at his own cost and expense, to defend such claim or claims and agrees to hold the Town frec and harmless from any and all claims for loss or damage arising out of this transaction for any reason whatsoever. This specification is not to be interpreted as restrictive but rather as a measurement of the standards which all other Dump Bodies lmd Chassis shall be measured. ALTERNATE PRODUCTS A bidder may not bid multiple products for one bid item, If a bidder offers more than one, only the lowest price offering will bc considered. If the price offerings are identical, only the first item listed will be considered. PRE-AWARD BID EXAMINATION The Town reserves the right, before making an award, to conduct examinations to determine whether or not the goods proposed to be furnished meet the requirements set forth in thc contract. If any such cxamination shows that the contract requirements are not: complied with, or that goods proposed to be furnished do not meet the requirements called for, the Town contracting officer may reject such bid, arid may award/he contract to the lowest responsible bidder. It is distinctly understood, howevcr, that nothing in the foregoing shall mean or imply that it is obligatory upon the Town to make any examinations before awarding a contract. It is further understood that thc making or waiving of any such examination in no way relieves the seller from fulfilling all requirements and conditions of this contract - VENDOR REQUIREMENTS In order to insure complete coordination of all engineering details, expedite delivery and fix responsibilitY, a chassis manufacturer shall bo prime contractor for entire vehicle. Chassis and body manufacturer shall have been continually in business of manufaeiuring this type of equipment for thc preceding five (5) years and shall possess a factory adequate to insure thc full final mounted delivery of chassis. Bidder shall agree to furnish any requircd necessary engineering data upon notification. The unit and associated equipment furnished shall comply with all provisions of Federal, New York State Laws, Ordinances, Codes, Rules, Regulations, orders, permits and liccnses. All materials used shall be new unless otherwise specified. All design, workmanship, and materials shall at all rimes and places be subject to thc inspection of the Town and, should they fail to meet approval, they shall be · forthwith made good, replaced, or corrected (as the case may be) by thc vendor at its own expenses. For evaluation purposes, American Society for Testing and Materials (ASTM) will apply for all sheet metal thickness. Thc vendor must have an adequate, as determined by the Town, service facility . staffed by trained and experienced service personnel and a stock of repair parts suitable for a timely response to the Town's vehicle service requirements. The vendor warrants that it shall maintain, or have maintained, a stock of spase parts within the New York-Long Island area at inventory levels. · The successful vendor will pay all license fees and royalties and assume all costs incidental to the use of any invention, design, process or device which is the subject of patent rights or copyrights held by others. He will indemnify and hold harmless the Town, its officers, agents and employees from and against all claims, damages, losses and expenses [including attorney(s) fees] arising out of any infringement of such rights during or after completion of thc woxk, and shall defend ail such claims in connection with any alleged infrinl~,ement of such rights. NOTE If there are contradictions between the factory-published literature and responses in bidders comment column, the bidders comment column will take precedent. However, any deviation from manufacturer's printed literature requires a separator letter describing these differences along with a letter from tho manufacturer approving changes to their standard specifications with a statement: that all changes wold be covered under warranty. These letters must bc submitted at the time of bid opening. All equipment listed in this bid must be standard new equipment, latest model, unless otherwise specifically stated in proposal or detailed specifications. Items bid are to include all features, accessories and equipment standard for thc modal offered as listed in manufacturer's current brochure and further specified herein. All equipment is to be completely assembled, tested and ready for -se. 600~ 1~3~ (l'10H~lOg S~T9 S9£ 9Tg X¥~ I~:gT ~OH T0. T0/6~ BIDDER MUST ADHERE TO BID FORMAT WHEN COMPLETING BID Under ~Bidder's Comparison" lin the attached specificatious, each bidder must write itl what is being offered. This must be completed even if offering is as specified. The words 'Equivalent,' "As Specified,~ ~Meets,~ and "Exceeds" or any other word or words will ~ot be accepted. If not complied with, your bid for that item is subject to disqualification. CBRTIFICATION The bidder affirms and declares that he has caxefully examined the proposal herein and that this proposal is signed with the full knowledge and acceptance of ali the provisions thereof. These bid specifications shall form the basis for an agreement between thc successful contractor and the Town. 0T0~ ~':~'~b Q"IOKLaO~ ~TO ~gz 9T~ X¥~ lC:fiT ~OR 10, I0/6~ ,, c b t, LEtm. NOTICZ_.s NOTICE TO BIDD O~ 3 2001 NOTICE IS HE.BY GI~N, in accord~ce wi~ the provisions of Section 103 of ~e G~eral M~cipal Law, ~at sefled bids ~e sou~t ~d requested for the purchase of one (1) 2001 Mid-Range Dump Truck for use by the Southold Town Highway Depa~ment, Specifications for such bids may be obt~ed at ~e Office of ~e Sou~old To~ Clerk, To~ H~I, 53095 Mm Road, Sou~old, New York 11971. Sealed bids, toge~ with a Non-Collusive Bid Ce~ificate, ~d b~ ~afi or ce~ified check in ~e ~o~t of $100.00, will be received by ~e To~ Clerk at ~e Sou~old To~ Hall, 53095 M~n Road, Sou~old, New York, ~fil 10:00 A.M. Thursday, Febma~ 1, 2001, at w~ch time they will be opened ~d read ~oud in public. The To~ Bo~d ofi~e to~ of Sou~old rescues the fi~t to reject ~y ~d all bids ~d waive ~y ~d all ~o~alities in ~y bid should it be deemed in ~e best int~est of ~e To~ of Sou~old to do so. All bids must be si~ed ~d sealed in envelopes plai~y m~ked "Bid on 2001 Mid-Range Dump Truck", ~d submi~ed to the To~ Clerk. The bid price shall not ~clude ~y t~, federal, state, or local, ~om w~ch ~e To~ of Sou~old is exempt. Dated: January 17, 2001. ELIZABETH A. NEVILLE SOLTTHOLD TOWN CLERK PLEASE PUBLISH ON JANUARY 25, 2001, 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 Jacobs 717 Bridgeport Av~u~ Milford, Co~lte~l~,at 06460 2001 MID-RANGE DUMP TRUCK FOR HIGHWAY DEPT. BID OPENING: February 1, 2001 Contact Name James Hines Glenn Mahlcr Richard Mullen Coml~anv & Address Buzz Chew 109 Pantigo Road East Hampton, NY 11937 Stevens Ford 717 Bridgeport Ave. Milford, CT 04660 Mullen Motors East Main St. Southold, NY 11971 Phone/Fax 324-0100 765-3564(P) Tony Donna Vasso System 159 Cook St Brooklyn NY 11206 Fanellilndustries 1601LocustAve. Bohemia, NY 11716 718-417-5303 (P) 631-567-2880 (F)631-567-2046 Donna Rick Tom Rice GMC 305WJedcho Tpk Huntington, NY 11743 Gabrielli Track 3200 Horseblock Rd. Medford, NY 11763 549-7700 (P)758-6200 (F)758-5238 Dump bid list 2 Contact Name Coml~anv & Address Phone/Fax Robe~ A. Fo~e Lucas Ford 3245 Horton Lane, POB 1575 Southold, NY 11971 765-9200 fax 7659319 Vincent Damiano 516/734-7488 (fax) NOTICE TO BIDDERs NOTICE IS HEREBY GIVEN. m accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are Sought and requested for the purchase of one (1) 2001 Mid-Range Dump ~'uck for use by the Southoid Town Highway Depariment. Specifications for such bids may be obtained at thc Office of the Southold Town Clerk. Town Hall, 53095 Main Road, Southold, New York 11971. Sealed bids, together with a Non- Collusive Bid Certificate. and bank draft or certified check in the amount of $100.00, will be received by the Town C~tk at the Southold Town Hall, $3095 Main Road, New York. until 1~00 Tl~a~hiy, gel~aty 1, ~01, 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 Southa,ld to · All bids must be signed and k. The ~price shat/ nbt include an t eral, state, or local, from YWhic~' the Town of Southold is exempt. Dated: January 17, 2~01 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK STATE OF NEW YORK) )SS: cou. oF s,U? LKj "~k.'rC~t ('-~=~-~ of Mattituck, in said county, being duly sworn, says that he/she is Principal clerk of THE SUFFOLK TIMES, a weekly newspaper, pub- lished 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 pub- lished in said Newspaper once each week for [ weeks successively, commencing on the o~ ~ day of ,~'tx~ 20~. Sworn to before~r~e this day of .'~ ~ 20 0 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 one (1) 2001 Mid-Range Dump Truck for use by the Southold Town Highway Department. Specifications for such bids may be obtained at the Office of the Southold Town Clerk, Town Hall, 53095 Main Road, Southold, New York 11971. Sealed bids, together with a Non-Collusive Bid Certificate, and bank draft or 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, February 1, 2001, at ;vhich 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 ail 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 2001 Mid-Range Dump Truck", 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: January 17, 2001. ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON JANUARY 25, 2001, 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 Jacobs 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 17th day of Jannary 2001 she affixed a notice of which the annexed printed notice is a tree 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 one (1) Mid-Range Dump Truck for use by the Southold Town Highway Department, bid opening at 10:00 a.m., Thursday, February 1, 2001 Southold Town Clerk Sworn to before me this 17m day of January, 2001. LYNDA M. BOHN NOTARY PUBLIC, State of New York No. 01 BO6020932 Qualified in Suffolk County Term Expires March 8, 20 ~ 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 2001 Mid-Range Dump Truck SPECIFICATIONS FOR ONE 2001 MID-RANGE DUMP TRUCK BIDDER QUALIFICATIONS SPECIFICATIONS Submit complete specifications and illustrations of products offered with bid. Acceptance of a bid and designation of a manufacturer's catalog description, brand name or number in any purchase order resulting therefrom shall not be construed as qualification of the specifications of this bid or relief therefrom except as specifically stated in the purchase order. PROTECTION FROM CLAIM AGAINST "OR EQUAL" In the event of any claim by any unsuccessful bidder concerning or relating to the issue of "equal or better" or "or equal," the successful bidder agrees, at his own cost and expense, to defend such claim or claims and agrees to hold the Town free and harmless from any and all claims for loss or damage arising out of this transaction for any reason whatsoever. This specification is not to be interpreted as restrictive but rather as a measurement of the standards which all other Dump Bodies and Chassis shall be measured. ALTERNATE PRODUCTS A bidder may not bid multiple products for one bid item. If a bidder offers more than one, only the lowest price offering will be considered. If the price offerings are identical, only the first item listed will be considered. PRE-AWARD BID EXAMINATION The Town reserves the right, before making an award, to conduct examinations to determine whether or not the goods proposed to be furnished meet the requirements set forth in the contract. If any such examination shows that the contract requirements are not complied with, or that goods proposed to be furnished do not meet the requirements called for, the Town contracting officer may reject such bid, and may award the contract to the lowest responsible bidder. It is distinctly understood, however, that nothing in the foregoing shall mean or imply that it is obligatory upon the Town to make any examinations before awarding a contract. It is further understood that the making or waiving of any such examination in no way relieves the seller from fulfilling all requirements and conditions of this contract~ VENDOR REQUIREMENTS In order to insure complete coordination of all engineering details, expedite delivery and fix responsibility, a chassis manufacturer shall be prime contractor for entire vehicle. Chassis and body manufacturer shall have been continually in business of manufacturing this type of equipment for the preceding five (5) years and shall possess a factory adequate to insure the full final mounted delivery of chassis. Bidder shall agree to furnish any required necessary engineering data upon notification. The unit and associated equipment furnished shall comply with all provisions of Federal, New York State Laws, Ordinances, Codes, Rules, Regulations, orders, permits and licenses~ All materials used shall be new unless otherwise specified. All design, workmanship, and materials shall at all times and places be subject to the inspection of the Town and, should they fail to meet approval, they shall be forthwith made good, replaced, or corrected (as the case may be) by the vendor at its own expenses. For evaluation purposes, American Society for Testing and Materials (ASTM) will apply for all sheet metal thickness. The vendor must have an adequate, as determined by the Town, service facility staffed by trained and experienced service personnel and a stock of repair parts suitable for a timely response to the Town's vehicle service requirements. The vendor warrants that it shall maintain, or have maintained, a stock of spa[e parts within the New York-Long lsland area at inventory levels. The successful vendor will pay all license fees and royalties and assume all costs incidental to the use of any invention, design, process or device which is the subject of patent rights or copyrights held by others. He will indemnify and hold harmless the Town, its officers, agents and employees from and against all claims, damages, losses and expenses [including attorney(s) fees] arising out of any infringement of such rights during or after completion of the work, and shall defend all such claims in connection with any alleged infringement of such rights. NOTE If there are contradictions between the factory-published literature and responses in bidders comment column, the bidders comment column will take precedent. However, any deviation from manufacturer's printed literature requires a separator letter describing these differences along with a letter from the manufacturer approving changes to their standard specifications with a statement that all changes wold be covered under warranty. These letters must be submitted at the time of bid opening. All equipment listed in this bid must be standard new equipment, latest model, unless otherwise specifically stated in proposal or detailed specifications. Items bid are to include all features, accessories and equipment standard for the model offered as listed in manufacturer's current brochure and further specified herein. All equipment is to be completely assembled, tested and ready for use. BIDDER MUST ADHERE TO BID FORMAT WHEN COMPLETING BID Under "Bidder's Comparison" in the attached specifications, each bidder must wr/.te in what is being offered. This must be completed even if offering is as specified. The words "Equivalent," "As Specified," "Meets," and "Exceeds" or any other word or words will not be accepted. If not complied with, your bi.d for that item is subject to disqualification. CERTIFICATION The bidder affirms and declares that he has carefully examined the proposal herein and that this proposal is signed with the full knowledge and acceptance of all the provisions thereof. These bid specifications shall form the basis for an agreement between the successful contractor and the Town. SPECIFICATION GROSS VEHICLE WEIGHT RATING: 34,000 LBS 104" BBC 4 x 2 WHEELBASE 157" CAB TO AXLE 84" AFTER FRAME 51" OVERALL LENGTH 2al.7 FRAME: 10 3A" X 3" X 3/8" STEEL W/ SECTION MODULS OF 17 93 ENGINE: 7.2 L CAT 230 HP DIESEL MODEL 3q26B TRANSMISSION: EATON FA6406 SIX SPEED DIRECT CLUTCH: 14" VALEO PULL TYPE REAR AXLE: 23,000 LB ROCKWELL MODEL RS-23-160 '~ 01 RATIO 23.500 LB MULTI-LEAF SPRINGS WITH SINGLE LEAF HELPER SPRING FRONT AXLE: I 1,000 LB CAPACITY WITH TAPERED SPRING 12,000 SUSPENSION BRAKES: FRONT.. AIR 15" X 4" CAM TYPE REAR AIR 165" X 7" CAM TYPE FUEL TANK: 50 GALLON LEFT-HAND STEEL STEP TANK EXHAUST: SINGLE VERTICAL BIDDER'S COMPARISON SPECIFICATION FRONT TIRES: l IR22.5 GOODYEAR G 159 14 PLY R~EAR TIRES_: 11R22.5 GOODYEAR G 159 16 PLY MUD & SNOW WHEEL EOUIPMENT: STEEL DISC 10 HOLE PILOT FRONT AND REAR FRONT BUMPER: STEEL CHANNEL W/SWEPT-BACK ENDS FRONT TOW HOOKS AIR-SUSPENDED DRIVERS SEAT WITH NON- SUSPENSION PASSENGER SEAT SINGLE AIR HORN...DUAL TRUMPET STAINLESS STEEL WEST COAST MIRRORS INCLUDING SPOT MIRRORS DUAL BATTERIES 1250 COLD CRANKING AMPS 100 AMP ALTERNATOR AM/FM RADIO COLOR: RED SHOP REPAIR AND PARTS MANUALS MUST BE SUPPLIED BIDDER'S COMPARISON SPECIFICATION BIDDER'S COMPARISON SPECIFICATIONS: THIELE MODEL 12 DUMP BODY OR EQUAL BODY: DUMP BODY TO BE A THIELE INDUSTRIES MODEL 12 OR APPROVED EQUAL. BODY SHALL BE 10' LONG INSIDE X 7' WIDE INSIDE X 8' WIDE OVERALL. 30" PERMANENT STEEL SIDES, BOXED TOP RAIL, DIRT-SHEDDER CATWALK; 6.44 CUBIC YARD CAPACITY. SIDES SHALL BE OF 8 GAUGE ASTM-A606 HSLA WiTH CORROSION RESISTANT STEEL, ONE-PIECE CONSTRUCTION WITH FORMED-IN-TOP BOXED RAIL CHANNEL INSERT ON INTERIOR WITH ALL WELDING OF BOX TOP RAIL ON INTERIOR OF BODY TO FORM A FULL CONTINUOUS BOX RA1L OF DOUBLE LEG CONSTRUCTION FOR ADDITIONAL HORIZONTAL RIGIDITY. DIRT-SHEDDER SHALL BE FORMED-iN-SHEET, NO ADD-ON PIECES PERMISSIBLE THERE SHALL BE REINFORCEMENT UNDER THE 45 DEGREE SLOPING DIRT-SHEDDER SECTION FOR ADDITIONAl, HORIZONTAl, RIGIDITY AND ENCLOSING ALL EXPOSED AREAS BELOW FLOOR TAILGATE TO BE 38" INSIDE HEIGHT, 8.17 CUBIC YARD CAPACITY. GATE TO BE 8 GAUGE ASTM-A606 HSLA/WlTH CORROSION RESISTANT STEEL, WITH A FORMED-IN-SHEET BOXED TOP RAIL, NO ADD ON SECTIONS PERMISSIBLE AT TOP OF GATE. ALL WELDING ON INTERIOR AT TOP AND FORMING A DOUBLE THICKNESS HORIZONTAL REINFORCEMENT. BOTTOM OF GATE TO BE DOUBLE CHANNEL CONSTRUCTION WITH AN ADDITIONAL DIRT- SHEDDER HORIZONTAL BRACE AT BOTTOM. VERTiCLE SECIiONS, BOTH SIDES OF GATE, TO BE BOXED TYPE. ALL TAILGATE MATERIAL TO BE 8 GAUGE ASTM-A606 HSLA/W1TH CORROSION RESISTANT STEEL TOP HARDWARE TO BE OFFSET TYPE~ A MINIMUM OF I" THICKNESS OF HIGH STRENGTH STEEL WITH HARDENED PIN AND CAPTURED GREASE FITTING WITH PROTECTION PIN TO BE CAPTURED TYPE TO PREVENT ELONGATION OF TOP HARDWARE SPECIFICATION LUGS. PIN TO BE CHAINED TYPE BOTTOM TAILGATE PINS TO BE 1-1/2" HARDENED STEEL WITH OFFSET TYPE BOTTOM HARDWARE, MANUAL CONTROLLED. BOTTOM HARDWARE TO HAVE 5/8" SIDE PLATES WITH 3/4" THICK OFFSET HARDWARE AND INTEGRAL NYLON BUSHING. MANUAL HARDWARE TO BE LEVER CONTROLLED, LEFT FRONT CORNER OF BODY WITH FULL WIDTH ROI,EER ROD WITH GREASE FITTINGS AT EVERY BEARING. DOUBLE 5/8" FULL LENGTH PULL RODS TO BE ADJUSTABLE WITHOUT DISASSEMBLING HARDWARE TO BE OF OVER-CENTER TYPE (1) ASPHALT CHUTE TO BE INSTALLED IN CENTER OF GATE. FRONT OF BODY TO HAVE A ONE-PIECE CAB PROTECTOR AND TO EXTEND 20" FORWARD FROM FRONT OF BODY. FRONT OF BODY TO HAVE FORMED-IN PLACE 3" HALF-ROUND CORRUGATIONS, NO WELD-ON BRACING PERMISSIBLE. FRONT OF CAB PROTECTOR TO HAVE 45 DEGREE BENDS OVER CAB WITH AN 8" LIP WITH 45/45 DEGREE BENDS TO SERVE AS A TARP WIND DEFLECTOR AND FORMED- IN-SHEET, NO ADD-ONS PERMISSIBLE. (2) CLEARANCE LIGHTS, ONE EACH FRONT CORNER OF CAB PROTECTOR LIP FACING FORWARD. BODY FRONT AND CAB PROTECTOR TO BE FORMED OF ONE RESISTANCE STEELI NO EXCEPTIONS. FULL HEIGHT SIDEBOARD GUSSETS FRONT AND SIDEBOARD GUSSETS AT REAR TO TOP OF GATE. BODY TO BE 8 GAUGE ASTM-A606 HSLA/WITH CORROSION RESISTANT STEEL FLOOR WITH 4" I-BEAM (7.7#) CROSSMEMBERS ON 12" CENTERS. 6" I-BEAM LONGITUDINALS (12.5#) WITH l" INTEGRAL RUBBER LANDING PAD. FLOOR TO HAVE 4'~ X 45 DEGREE COVE SIDES TO FLOOR CONTINUOUSLY WELDED FULL LENGTH OF BODY, BOTH SIDES. SIDES OF BODY TO HAVE FRONT AND REAR CORNER BIDDER'S COMPARISON SPF~CIFICATION POSTS MINIMUM 10" WIDE WITH (2) INTERMEDIATE 7-1/4" WIDE BOXED TYPE SIDE POSTS. ALL SIDE BODY POSTS TO HAVE WEEP HOLES. WELDING ON EXTERIOR TO BE CONTINUOUS. BUSTiN GRIP STRUT INSTALLED BETWEEN SIDE POSTS APPROXIMATELY 3" ABOVE 45 DEGREE DIRT- SHEDDER A FRONT LADDER SHALL BE INCLUDED AS WELL AS TWO (2) 44 DEGREE LADDERS POSITIONED ON THE SIDES'AT THE REAR OF THE BODY. ALL STEEL 'FO BE HI-TENSILE 50,000# PSI I M1NIMUM YIELD ASTM-A606 HIGH STRENGTH, CORROSION RESISTANT WITH 70,000# TENSILE STRENGTH, NO EXCEPTIONS. GATE TO HAVE 3/8" SPREADER CHAINS WITH NYLON COVERS ~ REAR POSTS TO BE DROP TYPE WITH 8 GAUGE FULL SKIRT REAR. CHASSIS LIGHTS, (3) LIGHT CLUSTER AND MARKER LIGHTS INSTALLED BEHIND REAR SKIRT HOIST: HOIST SHALL BE A SINGLE CYLINDER, CLASS 60, TYPE NTEA-V AND MUST BE LISTED IN THE LATEST NTEA HOIST CLASSIFICATION CHART, HOIST SHALL BE A FULL-FRAME I'YPE WITH A MINIMUM Ob' 6'~ X 3'~ X 1/4'~ FORMED CHANNEL, 50,000# MINIMUM TENSILE. HOIST SHALL HAVE A 2-3/32" FULL WIDTH REAR HINGE BAR A MINIMUM OF 1018 HOIST SHALL HAVE 5/8" DOUBLE RECEIVER EYES TO RECEIVE BODY HINGE TO COMPLETE A CLEVIS HINGE MOUNTING. CYLINDER SHALL BE 8-7/16" ID WITH A 2-3/4" CHROME-PLATED PISTON ROD AND A 25" STROKE CYLINDER WALL THICKNESS A MiNiMUM OF 13/32- AND A 2000 PSI OPERATING PRESSURE ON BOTH SIDES OF PISTON. PISTON SHALL HAVE FREE-MOVING POPPET WHICH ALLOWS CYLINDER TO BE SINGLE ACTING/DOUBLE ACTING WITHOUT ANY ADDITIONAL INTERNAL OR EXTERNAL SPRINGS, BALLS, ETC. CYLINDER SHALL BIDDER'S COMPARISON SPECIFICATION BIDDER'S COMPARISON HAVE A BRONZE PACKING NUT, URETHANE WIPERS AND REPLACEABLE PACKING. CYLINDER SHALL BE CLEVIS-MOUNTED WITH A 2" BAR MOUNTING TO INCLUDE DUAL TRUSS BARS PINNED TO MAIN HOIST SCISSOR SWIVEL BAR. LIFT ARM CROSSBAR SHALL BE 2" FULL WIDTH AND EXTEND THROUGI1 HOIST FRAME WITH BUSHED TUBING FOR PARALLEL AND TORSIONAL STABILITY AND STRENGTH. HOIST LIFT ARM ASSEMBLY SHALL BE JIG ASSEMBLED TRAPEZOID TYPE, SOLID WELD OF 3A" AND Vz" THICK MATERIAL 50,000// YIELD. PIVOT BAR SHALL HAVE GREASE CHANNELS SPIRAL TYPE, BOTH DIRECTIONS. LIFT ASSEMBLY WELDMENT SHALL BE FURTHER REINFORCED WITH BOXED MEMBERS AND REINFORCED TUBING. HOIST LIFT ARM TO BODY MUST BE JIG ASSEMBLED, SOLID "H" TYPE OF ½" MATERIAL AND 18" IN LENGTH. CENTER TO CENTER. TUBING TO HAVE SPIRAL GREASE CHANNELS, BOTH DIRECTIONS. HOIST LIFT ASSEMBLY MUST BE 51-1/4" FROM CYLINDER BASE TO LIFT CROSSBAR. CYLINDER CROSSHEAD ATTACHMENT TO LIFT ASSEMBLY SHALL BE BEARING TYPE WITH GREASE CHANNELS AND CYLINDER CROSSHEAD TO BE CAST STEEL AND MACHINED TO CYI.INDER PI,~TON ROD TOLERANCE. BODY LIFT LINK PINS TO BE 2" SOLID 1018 STEEL WITH LIFT LINK PIN TO BODY TO HAVE CAPTURED HEAD TO PREVENT ELONGATION OF BODY MOUNTING ANGLES. LIFT ASSEMBLY CROSSBAR 1'O HINGE CROSSBAR SHALL BE A MINIMUM OF 29". ALL WELDMENTS, SHALL IF NOT MENTIONED 1N THE ABOVE SPECIFICATIONS, BE JIG ASSEMBLED AND SOLID-WELDED. ALL MOVING PARTS SHALL HAVE THREADED ALEMITE GREASE FITTINGS AND ARE TO BE THOROUGHLY GREASED BEFORE AND DURING ASSEMBLY AND COVERED WITH A GREASE CAP BEFORE PAINTING. BODY HINGED TUBE SHALL BE MACtIINED AND HAVE GREASE CHANNELS, SPIRAL TYPE, BOTH DIRECTIONS, TO PREVENT LOCKUP OF REAR BODY HINGE. SPECIFICATION BIDDER'S COMPARISON HOIST TO BE EQUIPPED WITH A THIELE DOUBLE-ACTING PUMP/VALVE COMBINATION WITH A MAXIMUM FLOW OF 25 GALLONS AND A MAXIMUM PRESSURE OF 2,500 PSi WiTH AN ADJUSTABLE RELIEF VALVE PRESET AT FACTORY AT 2,000 POUNDS VALVE TO BE DOUBLE-ACTING AND SPRING-LOADED, CAPABLE OF RETURNING TO NEUTRAL POSITION. PUMP SHALL BE DRIVEN BY A TRANSMISSION-MOUNTED PTO. CONSTRUCTION: BODY TO BE EQUIPPED WITH STEEL SPLASH SHIELDS WITH ROLLED EDGES AND (3) FORMED IN STEEL CORRUGATIONS FOR ADDITIONAL STRENGTH. RUBBER FLAPS AT REAR. DUAL SEEF-ALIGNING SAFETY PROPS INSTALLED. AN ELECTRONIC BACKUP ALARM INSTALLED. BODY UP-LIGHT IN CAB. PlJI,I, TARP gYSTEM: PULL TARP MODEL STEEL PROTECTOR SYSTEM OR EQUAL THIS SYSTEM WILL BE ACTUATED BY A SINGLE SPRING. TARP SYSTEM SHALL NOT REQUIRE THE USE DF CONTROL ARMS OR CRANK HANDLES. TARP MATERIAL SHALL BE HEAVY DUTY WOVEN POLYPROPYLENE FABRIC SUITABLE FOR ASPHALT APPLICATION, HOIST AND BODY TO BE OF SAME MANUFACTURER. BODY TO BE PAINTED ONE COLOR TWO LADDERS MOUNTED ON EACH SiDE OF BODY BELOW BODY RAIL TO BE SPRING- LOADED USING 3/8" DIAMETER WIRE EXTENSION SPRING WITH DUAL GRAB HANDLES ABOVE. THIS SPRING TO BE ENCLOSED IN A 1-1/2' PIPE. ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM £)F INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 $outhold, Ne~v York 11971 Fax (631) 765-6145 Telephone (631/ 765-1800 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 88 OF 2001 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JANUARY 16, 2001: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs Town Clerk Elizabeth Neville to advertise for bids for one (1) 2001 Mid-Range Dump Truck for use by the Southold Town Highway Department Elizabeth A. Neville Southold Town Clerk