HomeMy WebLinkAboutHydraulic Hoist
$10.00 non-retundab,tee to obtain specifications. .
BID - HEAVY DUTY HYDRAULIC HOIST
BID OPENING: 11:00 A.M. Thursday. July 11. 1996.
1. Statewide Installation, P.O. Box 812, Amityville, NY 516-789-3300, Craig Santez
2.
3.
II.
5.
6.
.
.
JUDITH T. TERRY
TOWN CLERK
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (516) 765-1823
Telephone (516) 765-1800
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
October 16, 1996
Statewide In stallations
P.O. Box 812
Amityville, New York 11701
Dear Sirs:
I have been advised by Superintendent of Highways Jacobs that he
has taken delivery of the new Heavy Duty Hydraulic Hoist, therefore, I
am returning herewith your $830.00 bid check.
Very truly yours,
~~'
Judith T. Terr~
Southold Town Clerk
Enclosu re
~::::~ E~ ::-:~~ "T J.~ :F=- :::::: :~ :=:;
20427
STATEWIDE INSTALLAJLONS INC..,.,,, "-d"";
AMI~k~J?~~l~';ijl;'~'~.;='. .;" ~.,~:,c;,;:.: ;~~."
.:~:;, ;~i:. ~lIj~ c,;;~. .:~:. ',,;:::=.1;" :~3 ~~:~ 'C': ,," '~~~:. "".. ::ro[ ~:1:'
PAY
TO THE
ORDER OF
..,
1-148/280 76
7-1 I 199...b
$1 6-30. o~
DOLLARS
EA8 ,\1 fTUr\r:,-'
241 BROADWAY -,~. :; ."".
AMlTYVllLE. NY 11701 .,.,...
~~
I:02BOO~a.B"I:I"'gOb2a.Hb7I' . y
t,J~;~JATU?:=
',-, ~ ..~-~,.., ,~'...
FOR
b'ld
)
11'0201. 2711'
.
<::> '1.llfFOl,f ~
~ ~
~ ~..
:::, ;...c. ,"\.
~ 2:~
"'" !>'rtJ
~O./ + i-~
.
JUDITH T. TERRY
TOWN CLERK
Town Hall, 53095 Main Road
P,O, Box 1179
Southold, New York 11971
Fax (516) 765-1823
Telephone (516) 765-1800
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
August 12, 1996
Statewide Installations
P.O. Box 812
Amityville, New York 11701
Dear Sirs:
The Southold Town Board, at a regular meeting held on August 6,
1996, accepted your bid in the amount of $16,600.00, for supplying the
Southold Town Highway Department with a new Heavy Duty Hydraulic Hoist.
Kindly contact Superintendent of Highways Raymond L. Jacobs (516-765-
3140) concerning delivery of this equipment.
upon acceptance of the Hydraulic Hoist by Superintendent of Highways
Jacobs your $830.00 bid check will be returned to you.
Very truly yours, ,
;~~~
" Judith T. Terry
Southold Town Clerk
.
.
JUDITH T. TERRY
TOWN CLERK
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (516) 765-1823
Telephone (516) 765-1800
REGISTRAR OF VlTAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
August 12, 1996
Mclndoo Associates Inc.
53-57 North Mall
Plainview, New York 11803
Dear Sirs:
The Southold Town Board, at a regular meeting held on August 6,
1996, accepted the bid of Statewide Installations, Amityville, N.Y., in the
amount of $16,600, for supplying the Southold Town Highway Department
with a Heavy Duty Hydraulic Hoist.
Returned herewith is your $967.50 bid check.
submitting your bid on this proposal.
Thank you for
Very truly yours,
~~
Judith T. Terry
.
.
JUDITH T. TERRY
TOWN CLERK
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (516) 765-1823
Telephone (516) 765-1800
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION WAS ADOPTED BY THE
SOUTHOLD TOWN BOARD AT A REGULAR MEETING HELD ON AUGUST 6. 1996:
RESOLVED that the Town Board of the Town of Southold hereby accepts
th bid of Statewide Installations, Amityville. New York, in the amount of
$16.600.00, for supplying the Southold Town Highway Department with one
(1) new Heavy Duty Hydraulic Hoist. all in accordance with the bid
sped fica tion s .
d.,~.;/~
~;:. Te;;;-' rf
Southold Town Clerk
August 7. 1996
t
"
.
.
RAYMOND L. JACOBS
Superintendent
INVITATION
TO
BID
Heavy Duty
Hydraulic Hoist
TOWN OF SOUTHOLD
SUFFOLK COUNrf, NEW YORK
.
.
JUNE 12, 1996
STED
Peconic Lane
P,O.Box 178
Peconic, New York 11958
Tel. (516) 765-3140
(516) 734-521I
Fax. (516) 765-1750
SOUTHOLD TOWN
ENGINEERING DEPARTMENT
PECONIC LANE. PECaNIC, N.Y.
.'
.
.
INVITATION TO BID
PROJECT: SUPPLY AND DELIVERY OF ONE HYDRAULIC HOIST
[Globe Model #: MP-210-E (Series V) - or approved EQUAL l,
TO. THE SOUTHOLD TOWN HIGHWAY DEPARTMENT,
PECONIC LANE, PECONIC, TOWN OF SOUTHOLD, N.Y.
The Town Board of the Town of Southold will receive bids for supplying and delivering One
Hydraulic Hoist to the town of southold in accordance with the Specifications prepared by
James A. Richter, R.A., Southold Town Engineering Department, Peconic Lane, Peconic,
New York 11958.
Bids will be received at the office of the Southold Town Clerk, South old Town Hall, 53095
Main Road, Southold, New York 11971, until :
11 :00 AM , Thursdav
JULY 11. 1996.
All Specifications are provided herein.
A fee of ten dollars ($10.00), cash or check, made payable to the Town of Southold will be
required for one (1) copy of the Contract Documents. There are no refunds.
This invitation to bid is not an offer and shall in no way bind the Town of Southold to award
a contract for performance of the project. Should the Town of South old decide to award
a contract, it shall be awarded to the lowest responsible bidder.
The Town of Southold reserves the right to waive any informalities, and to reject any or all
bids, and to retain bids for 45 days from the date of receipt. The CONTRACTOR MAY
NOT withdraw his bid during this period.
Bid security in the form of a certified check or bid bond in the amount of 5% will be required
of each bidder.
,
. Please advise if you intend to bid or not.
Dated:
MAY 28.1996
BY ORDER OF THE SOUTHOLD TOWN BOARD
By: Judith T. Terry
Southold Town Clerk
Page 1 of 8
.'
.
.
INSTRUCTIONS TO BIDDERS
A. PROPOSALS
Proposals must be made in strict accordance with the "Proposal Form" provided, The Proposal form shall
not be detached from the bid package, Failure to comply with this requirement will constitute grounds for
rejection of the bid subject to the digression of the Highway Superintendent. Any and all exceptions to the
specifications shall be listed on a separate sheet bearing the designation: "Exceptions to the Specifications",
and attached to the Bid Form, Each proposal must be signed in writing with the full name and address of
bidder,
The bidders shall write in ink, both in words & numerals, the price for which he Proposed: to fumish and deliver
all parts & materials for the hydraulic lift to the Southold Town Highway Department. The hydraulic lift and
all parts necessary for a complete installation of the lift shall be in strict accordance with. the specifications,
and subject at all times to the approval of the Highway Superintendent.
Proposals, together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope
and shall be addressed as indicated on Invitation to Bid, The envelope shall be marked "Proposal" bearing
the title of work and the Bidders Name.
No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour
and date stated,
B. PROPOSAL GUARANTY
A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond
or certified check in the amount of five (5%) percent of the total bid amount and made payable to the Town
of Southold,
As soon as the proposal prices have been compared, the Owner shall retum the bidder's bond or the certified
checks accompanying such proposals as, in his judgement. would not likely be involved in making the award.
All other proposal quantities will be held until the contract and contract bond have been executed after which
they will be released or retumed to the respective bidders whose proposals they accompanied.
C. OMISSIONS AND DISCREPANCIES
Bidders should carefully examine the specifications and fully inform themselves of all conditions and matters
'which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions
" from the specifications, or other documents or should he be in doubt as to their meaning, he should at once
notify the Highway Superintendent who may issue a written instruction to all bidders.
D. PUBLIC OPENING OF PROPOSALS
Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders,
authorized agents, and other interested parties are invited to be present.
Page 2 of 8
.
.
E. AWARD OF CONTRACT
Award of contract will be made as soon as practical. A contract may be awarded to a responsible bidder other
than the lowest money bidder, if it is in the best interest of the Town. No bid may be withdrawn after
scheduled closing time for receipt of bids for a period of 45 days pending execution of a contract by successful
bidder. The competency and responsibility of the bidder and his su~ntractors will be considered in making
the award. The Town reserves the right to waive any technical error, to accept any bid, or to reject any or all
bids. The contract form will be a "Standard form of Agreement between Owner and Contractor (Stipulated
Lump Sum)".
The Town will either award the project or reject all proposals received within forty-five (45) days after formal
opening of proposals. Acceptance of a Proposal will be a written notice signed by the Town Clerk & no other
act shall constitute the acceptance of a proposal.
F. WITHDRAWALS OF PROPOSALS
Any bidder upon his or her authorized representative's written request presented not later than the hour set
for the opening thereof,. will be given permission to withdraw his proposal. At the time of opening the
proposals, when such proposals are reached, it will be returned to him unread.
G. REJECTION OF PROPOSALS
The Town reserves the right to waive any technical error and to reject any andlor all proposals. Without
limiting the generality of the foregoing, any proposal which in incomplete, obscure, or irregular may be
rejected; any proposal accompanied by an insufficient or irregular certified check or bidder's bond bay be
rejected, any Proposal having interlineation, erasure or corrections may be rejected. The Town also reserves
the right to reject any bid if an investigation of of such bidder fails to satisfy the Town that such bidder is
property qualified to carry out the obligations of the contract and to complete the work contemplated therein.
Conditional bids will not be accepted.
H. TIME FOR EXECUTION OF CONTRACT
Any bidder whose proposal shall be accepted will be required to appear before the Town in person; or if a firm
or corporation, a duly authorized representative shall so appear, and execute six (6) copies of the Contract
within ten (10) days after notice that the Contract has been awarded to him. Failure to execute Contract shall
constitute a breach of the agreement effected by the acceptance of the Proposal.
<
The damages to the Town for such breach will include loss from interference with his construction program
and other items, the accurate amount of which it will be difficult or impossible to compute. The amount of
the certified check or bidder's bond accompanying the Proposal of such bidder shall be retained by the Town,
not as a penalty, but as liquidated damages for such breach. In the event any bidder whose proposal shall
be accepted shall fail or refuse to execute the Contract as herein before provided, the Town may, at there
option, determine that such bidder has abandoned the Contract, and thereupon, his proposal and acceptance
thereof shall be null and void, and the Town shall be entitled to liquidated damages as above provided.
Page 3 of 8
.
.
PROPOSAL FORM
DATE: 7- /0 - rr;
-
NAME OF BIDDER: 5:TI1 TE WI DE ..L /liS TI9 LL/I n~/IIS
PO eo x li?/:l. (If'! Sp~I9C.(JE !9VE)
Il/n/ry 'VIi LE /VI'/. ///'/J/
TO: SOUTHOLD TOWN BOARD
TOWN HALL - 53095 MAIN ROAD
SOUTHOLD, NEW YORK 11971
MEMBERS OF THE BOARD:
The undersigned as bidder, declares that the only persons, company, or parties interested
in this proposal as principals are named below; that this proposal is made without any
connection, directly or indirectly with any other bidder for the same work; that it is in all
respects fair and without collusion or fraud, and that no person acting for or employed by
the aforementioned owner is or will be interested directly or indirectly, in the performance
of the Contract, or the supplies relating to it, or in any portion of the profit thereof; that he
has carefully examined the Contract Documents (dated June 12, 1996) including bidding
requirements, general and special conditions, specifications, contract documents, and
addenda, if any (Note: Acknowledgement of addenda and their dates must be included as
indicated on bottom page); and he proposed and agrees that if his proposal be accepted
he will contract to furnish all parts & materials to the Town (See Specifications) and to
deliver the hydraulic lift along with all installation instructions and operating manuals
necessaty for a complete installation to:
SOUTHOLD TOWN HIGHWAY DEPARTMENT
PECONIC LANE, PECONIC, NEW YORK 11958
: in accordance with the Contract Documents and Addenda, if any, prepared by JAMES A.
RICHTER, R.A., Southold Town Engineering Department, Peconic Lane, Peconic, New
York 11958, and complying with all the stipulations contained therein, he will accept, in full
payment thereof as listed below:
Page 4 of 8
.
.
PROPOSAL FORM CONT.
SUPPLY AND DELIVER ALL PARTS & MATERIALS FOR ONE HYDRAULIC
HOIST IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE
ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE
STIPULATED "LUMP SUM" OF:
Skfeen ThoU-sand . S/'x Hund red
(written in words)
it 10 000 .00
(written i~ numbers)
DELIVERY DATE: d. +0 3 weeks
And he further agrees that if this proposal shall be accepted by the Town and that if he
shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the
requirements of the Town after notice of the acceptance of said proposal shall have been
deposited in the mail addressed to him at the address given in the proposal, that he shall
be considered to have abandoned the contract and the sum represented by the certified
check accompanying this proposal shall be forfeited to the Town as Liquidated damages;
otherwise the certified check shall be returned to the bidder within forty-five (45) days after
the date of the receiving bids.
We the undersigned, further agree that this proposal is a formal bid and shall remain in
effect for a period of forty-five (45) days, the Town will accept or reject this proposal or by
mutual agreement may extena this time period.
Business Address:
f)5
Signature of Bidder:
s+
P ..0, BO)( g\ ~ (49 SR-uSUe o\Je.)
A-m'.\-k1~~' \ \In!
Telephone Number=( 5.1.io. ) -, ~9 ' ~3ti) Date:
7~/O-9(("J
Page 5 of 8
.
.
SPECIFICATIONS:
SUPPLY & DELIVERY OF ONE HYDRAULIC HOIST FOR TRUCKS & BUSES.
1: DESCRIPTION:
Bids are requested for the purchase of one Heavy Duty Hydraulic Hoist to be
supplied and delivered to the Southold Town Highway Department Facilities.
2: MATERIALS:
One Heavy Duty Hydraulic Hoist Lift shall be as Manufactured by GLOBE,
Model # MP-210-E (SERIES V) or approved equal and shall have the following
specifications:
A. Heavy duty hoist for trucks and buses. Two post. Axle engaging.
B. Full hydraulic. Designed for use with 7-1/2 horsepower, single-phase
electric powered pump unit assembly. See separate page for
specifications on electric powered pump unit.
Two cylinder assemblies with 10-5/8" diameter pistons.
One front; 18,000 Lbs. capacity at 250 PSI oil pressure.
60" stroke. 68" rise.
One rear, 18,000 Lbs. capacity at 250 PSI oil pressure.
70" stroke. 70" rise.
Total lifting capacity shall be 3S,OOO Lbs. at 250 PSI oil pressure.
Moveable front piston for wheel base adjustment.
Ratchet shaft minimum 1-5/1S" 00.
10S" Wheel base range shall be standard.
Additional range shall be made available in 12" increments.
Lift shall be designed to allow for the addition of a "Power Spot" device.
(To be installed after initial installation of the lift.)
Automatic lift lock legs shall be included. Legs to be indexed to bolster
and prevent rotation.
Lift shall be designed to allow for the addition of multi-position, remote-
release lift locks. (To be installed after initial installation of the lift.)
Adjustable width saddles both front (10" to 44") and rear (10" to 34").
Adapters for FOUR WHEEL DRIVE VEHICLES to be standard and
permanently attached to front superstructure.
Oil valve manifold to consist ofthree (3) separate 1" ball valves with
rotating lever action. Operating valves to be spring-loaded, self-closing
type. SOO PSI minimum W.P.
O. Floor controls shall be standard and SO" off hoist centerline.
C.
D.
E.
F.
G.
H.
I.
J.
K.
.
L.
M.
N.
Page S of 8
.
.
P. Lift shall be designed and constructed so that controls may be installed on
right or left side of front pit as a standard feature.
Q. Lift shall be designed to meet current American r-'ational Standard
Institute Code # ANSI-B153.1.
R. Lift shall have removable piston and replaceable lower bearing for
ease of service.
S. Lift shall have 360 degree stop ring to provide greater stability in full
raised position.
T. Lift shall have movable replaceable lower bearing for greater stability
throughout lifting stroke.
U. Lift shall have spring-loaded, oil-pressurized, u-cup packing seal.
V. Pit cover doors, both front and rear, shall be replaceable without the
aid of cutting and/or welding.
OPTIONAL ITEMS SHALL INCLUDE:
1. Multi-position, remote-release lift locks & shall have the following:
a. First latch to engage at 36" rise and every 3-1/2" thereafter, with
minimum of ten (10) latch positions.
b. Lock latch and lock release to be air operated.
c. Front lock to be above cradle so as to minimize contamination.
d. Locks to be automatically released when oil controls are activated.
Release of locks to be easily accomplished with two (2) hands.
e. Locks shall be designed to allow for installation to the lift after the
initial installation.
2. Power spot accessory & shall have the following:
a. Low-speed, high-torque, infinitely-variable hydraulic motor driven by
oil from electric powered pump unit.
b. 690 inch/pound torque.
c. Power Spot shall be designed to allow for installation to the lift after
the initial installation.
Page 7 of 8
.' ,
.
.
GLOBE SERIES V ELECTRIC POWERED PUMP UNIT: ( or equal)
MODEL MOTOR H.P.
FLOW RATE
USAGE
BYPASS
40MV7170 7 Y.
40 GPM
10" Systems
250 PSI
Electric powered pump units to include:
1. Tank with bed plate for pump and motor.
2. Pump.
3. Single-Phase Electric Motor.
4. Dip Stick and combination fill plug/vent
5. Suction intake tube with filter screen.
6. By-pass relief valve.
7. Filter in by-pass relief discharge.
8. Opening for return line on both ends of tank.
g. Shipped assembled.
10. Liquid filled pressure gage.
Electric motors to be single phase and explosion proof.
Tank size: 50" long x 24" wide x 38" high.
Tank to have channels on bottom to facilitate handling with lift truck and also to keep off
floor to prevent rusting.
Tank capacity to be 170 gallon with 155 gallon usable "DRAW".
Pump to be gear type rated at 1000 PSI continuous duty.
By-pass relief to be pilot operated type.
Pump unit to have a maximum noise level of 85 decibel at 6' while in the by-pass mode.
< Pump to be C-face mounted to motor to ensure proper alignment
Page 8 of 8
.
,,-~~
. .
.
.
.
RAYMOND L. JACOBS
Superintendent
INVITATION
TO
BID
Heavy Duty
Hydraulic Hoist
TOWN OF SOUTHOLD
SUFFOLK COUNT(, NEW YORK
.
.
JUNE 12, 1996
STED
Peconic Lane
P.O.Box 178
Peconic, New York 11958
Tel. (516) 765-3140
(516) 734-52II
Fax. (516) 765- I 750
SOUTHOLD TOWN
ENGINEERING DEPARTMENT
PECONIC LANE - PECONIC, N.Y.
.
.
INVITATION TO BID
PROJECT: SUPPLY AND DELIVERY OF ONE HYDRAULIC HOIST
[Globe Model #: MP-210-E (Series V) - or approved EQUAL l,
TO. THE SOUTHOLD TOWN HIGHWAY DEPARTMENT,
PECONIC LANE, PECONIC, TOWN OF SOUTHOLD, N.Y.
The Town Board of the Town of Southold will receive bids for supplying and delivering One
Hydraulic Hoist to the town of southold in accordance with the Specifications prepared by
James A. Richter, R.A., Southold Town Engineering Department, Peconic Lane, Peconic,
New York 11958.
Bids will be received at the office of the Southold Town Clerk, Southold Town Hall, 53095
Main Road, Southold, New York 11971, until :
11'00 AM , Thursday
JULY 11 1996.
All Specifications are provided herein.
A fee of ten dollars ($10.00), cash or check, made payable to the Town of Southold will be
required for one (1) copy of the Contract Documents. There are no refunds.
This invitation to bid is not an offer and shall in no way bind the Town of Southold to award
a contract for performance of the project. Should the Town of South old decide to award
a contract, it shall be awarded to the lowest responsible bidder.
The Town of Southold reserves the right to waive any informalities, and to reject any or all
bids, and to retain bids for 45 days from the date of receipt. The CONTRACTOR MAY
NOT withdraw his bid during this period.
Bid security in the form of a certified check or bid bond in the amount of 5% will be required
of each bidder.
.
, Please advise if you intend to bid or not.
Dated:
MAY 28.1996
BY ORDER OF THE SOUTHOLD TOWN BOARD
By: Judith T. Terry
Southold Town Clerk
Page 1 of 8
.
.
INSTRUCTIONS TO BIDDERS
A. PROPOSALS
Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal fonn shall
not be detached from the bid package. Failure to comply with this requirement will constitute grounds for
rejection of the bid subject to the digression of the Highway Superintendent Any and all exceptions to the
specifications shall be listed on a separate sheet bearing the designation: "Exceptions to the Specifications",
and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of
bidder.
The bidders shall write in ink, both in words & numerals, the price for which he proposed: to fumish and deliver
all parts & materials for the hydraulic lift to the Southold Town Highway Department. The hydraulic lift and
all parts necessary for a complete installation of the lift shall be in strict accordance with the specifications,
and subject at all times to the approval of the Highway Superintendent
Proposals, together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope
and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" bearing
the title of work and the Bidders Name.
No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour
and date stated.
B. PROPOSAL GUARANTY
A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond
or certified check in the amount of five (5%) percent of the total bid amount and made payable to the Town
of Southold.
As soon as the proposal prices have been compared, the Owner shall retum the bidder's bond or the certified
checks accompanying such proposals as, in his judgement. would not likely be involved in making the award.
All other proposal quantities will be held until the contract and contract bond have been executed after which
they will be released or returned to the respective bidders whose proposals they accompanied.
C. OMISSIONS AND DISCREPANCIES
Bidders should carefully examine the specifications and fully inform themselves of all conditions and matters
'which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions
" from the specifications, or other documents or should he be in doubt as to their meaning, he should at once
notify the Highway Superintendent who may issue a written instruction to all bidders.
D. PUBLIC OPENING OF PROPOSALS
Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders,
authorized agents, and other interested parties are invited to be present.
Page 2 of 8
.
.
E. AWARD OF CONTRACT
Award of contract will be made as soon as practical. A contract may be awarded to a responsible bidder other
than the lowest money bidder, if it is in the best interest of the Town. No bid may be withdrawn after
scheduled closing time for receipt of bids for a period of 45 days pending execution of a contract by successful
bidder. The competency and responsibility of the bidder and his sub-contractors will be considered in making
the award. The Town reserves the right to waive any technical error, to accept any bid, or to reject any or all
bids. The contract form will be a "Standard form of Agreement between Owner and Contractor (Stipulated
Lump Sum)".
The Town will either award the project or reject all proposals received within forty-five (45) days after formal
opening of proposals. Acceptance of a proposal will be a written notice signed by the Town Clerk & no other
act shall constitute the acceptance of a proposal.
F. WITHDRAWALS OF PROPOSALS
Any bidder upon his or her authorized representative's written request presented not later than the hour set
for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the
proposals, when such proposals are reached, it will be returned to him unread.
G. REJECTION OF PROPOSALS
The Town reserves the right to waive any technical error and to reject any and/or all proposais. Without
limiting the generality of the foregoing, any proposal which in incomplete, obscure, or irregular may be
rejected; any proposal accompanied by an insufficient or irregular certified check or bidder's bond bay be
rejected, any proposal having intertineation, erasure or corrections may be rejected. The Town also reserves
the right to reject any bid if an investigation of of such bidder fails to satisfy the Town that such bidder is
property qualified to carry out the obligations of the contract and to complete the work contemplated therein.
Conditional bids will not be accepted.
H. TIME FOR EXECUTION OF CONTRACT
Any bidder whose proposal shall be accepted will be required to appear before the Town in person; or if a firm
or corporation, a duly authorized representative shall so appear, and execute six (6) copies of the Contract
within ten (10) days after notice that the Contract has been awarded to him. Failure to execute Contract shall
constitute a breach of the agreement effected by the acceptance of the Proposal.
<
The damages to the Town for such breach will include loss from interference with his construction program
and other items, the accurate amount of which it will be difficult or impossible to compute. The amount of
the certified check or bidder's bond accompanying the Proposal of such bidder shall be retained by the Town,
not as a penalty, but as liquidated damages for such breach. In the event any bidder whose proposal shall
be accepted shall fail or refuse to execute the Contract as herein before provided, the Town may, at there
option, determine that such bidder has abandoned the Contract, and thereupon, his proposal and acceptance
thereof shall be null and void, and the Town shall be entitled to liquidated damages as above provided.
Page 3 of 8
.
.
PROPOSAL FORM
DATE:
7 - ~-qfo
NAME OF BIDDER: M c:I(")d,...,.... A-.s..>C>~,a:+-.e...s -::Lne.
'5~ - 57 N OV-+-"- t'V\~L~
PrC>.lnv'l.<auJ) NY Jl 8'"C,S
TO: SOUTHOLD TOWN BOARD
TOWN HALL - 53095 MAIN ROAD
SOUTHOLD, NEW YORK 11971
MEMBERS OF THE BOARD:
The undersigned as bidder, declares that the only persons, company, or parties interested
in this proposal as principals are named below; that this proposal is made without any
connection, directly or indirectly with any other bidder for the same work; that it is in all
respects fair and without collusion or fraud, and that no person acting for or employed by
the aforementioned owner is or will be interested directly or indirectly, in the performance
of the Contract, or the supplies relating to it, or in any portion of the profit thereof; that he
has carefully examined the Contract Documents (dated June 12, 1996) including bidding
requirements, general and special conditions, specifications, contract documents, and
addenda, if any (Note: ACknowledgement of addenda and their dates must be included as
indicated on bottom page); and he proposed and agrees that if his proposal be accepted
he will contract to furnish all parts & materials to the Town (See SpeCifications) and to
deliver the hydraulic lift along with all installation instructions and operating manuals
necessaty for a complete installation to:
SOUTHOLD TOWN HIGHWAY DEPARTMENT
PECONIC LANE, PECONIC, NEW YORK 11958
. in accordance with the Contract Documents and Addenda, if any, prepared by JAMES A.
' RICHTER, R.A., Southold Town Engineering Department, Peconic Lane, Peconic, New
York 11958, and complying with all the stipulations contained therein, he will accept, in full
payment thereof as listed below:
Page 4 of 8
.
.
PROPOSAL FORM CONT.
SUPPLY AND DELIVER ALL PARTS & MATERIALS FOR ONE HYDRAULIC
HOIST IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE
ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE
STIPULATED "LUMP SUM" OF:
NI1JC~N J:HoUSIW~ -rJ.1~c +1\!>f)t)l2B;) Fin;yII-lJ!;> ~
(written in words)
# I 9) -:s 50, c>c.
(written in numbers)
DELIVERY DATE: "30 do..Y>~M r-<ce..~ c>.fl6~",.
And he further agrees that if this proposal shall be accepted by the Town and that if he
shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the
requirements of the Town after notice of the acceptance of said proposal shall have been
deposited in the mail addressed to him at the address given in the proposal, that he shall
be considered to have abandoned the contract and the sum represented by the certified
check accompanying this proposal shall be forfeited to the Town as Liquidated damages;
otherwise the certified check shall be retumed to the bidder within forty-five (45) days after
the date of the receiving bids.
We the undersigned, further agree that this proposal is a formal bid and shall remain in
effect for a period of forty-five (45) days, the Town will accept or reject this proposal or by
:::::~~~:~-Li:aod V, P
Business Address:
M ~Y")dC>D 4-$":>c.c...\~S ~c-.
5~ -<S7 N6-..H-. M~ LL
.
PLc, lnVJ<::..LU :> N. y.
}) ~o 3
Telephone Number: 5 H_ - L.J <15 L/ - D) 6=
Date:
'7-8-'1<0
Page 5 of 8
.
.
SPECIFICATIONS:
SUPPLY & DELIVERY OF ONE HYDRAULIC HOIST FOR TRUCKS & BUSES.
1: DESCRIPTION'
Bids are requested for the purchase of one Heavy Duty Hydraulic Hoist to be
supplied and delivered to the Southold Town Highway Department Facilities.
2: MATERIALS'
One Heavy Duty Hydraulic Hoist Lift shall be as Manufactured by GLOBE,
Model # MP-210-E (SERIES V) or approved equal and shall have the following
specifications:
A. Heavy duty hoist for trucks and buses. Two post. Axle engaging.
B. Full hydraulic. Designed for use with 7-1/2 horsepower, single-phase
electric powered pump unit assembly. See separate page for
specifications on electric powered pump unit.
Two cylinder assemblies with 10-5/8" diameter pistons.
One front," 18,000 Lbs. capacity at 250 PSI oil pressure.
60" stroke. 68" rise.
One rear, 18,000 Lbs. capacity at 250 PSI oil pressure.
70" stroke. 70" rise.
Total lifting capacity shall be 36,000 Lbs. at 250 PSI oil pressure.
Moveable front piston for wheel base adjustment.
Ratchet shaft minimum 1-5/16" 00.
106" Wheel base range shall be standard.
Additional range shall be made available in 12" increments.
Lift shall be designed to allow for the addition of a "Power Spot" device.
(To be installed after initial installation of the lift.)
Automatic lift lock legs shall be included. Legs to be indexed to bolster
and prevent rotation.
Lift shall be designed to allow for the addition of multi-position, remote-
release lift locks. (To be installed after initial installation of the lift.)
Adjustable width saddles both front (10" to 44") and rear (10" to 34").
Adapters for FOUR WHEEL DRIVE VEHICLES to be standard and
permanently attached to front superstructure.
Oil valve manifold to consist of three (3) separate 1" ball valves with
rotating lever action. Operating valves to be spring-loaded, self-closing
type. 600 PSI minimum W.P.
O. Floor controls shall be standard and 60" off hoist centerline.
C.
D.
E.
F.
G.
H.
I.
J.
K.
.
L.
M.
N.
Page 6 of 8
.
.
P. Lift shall be designed and constructed so that controls may be installed on
right or left side of front pit as a standard feature.
Q. Lift shall be designed to meet current American National Standard
Institute Code # ANSI-B153.1.
R. Lift shall have removable piston and replaceable lower bearing for
ease of service.
S. Lift shall have 360 degree stop ring to provide greater stability in full
raised position.
T. Lift shall have movable replaceable lower bearing for greater stability
throughout lifting stroke.
U. Lift shall have spring-loaded, oil-pressurized, u-cup packing seal.
V. Pit cover doors, both front and rear, shall be replaceable without the
aid of cutting and/or welding.
OPTIONAL ITEMS SHALL INCLUDE:
1. Multi-position, remote-release lift locks & shall have the following:
a.First latch to engage at 36" rise and every 3-1/2" thereafter, with
minimum often (10) latch positions.
b. Lock latch and lock release to be air operated.
c. Front lock to be above cradle so as to minimize contamination.
d. Locks to be automatically released when oil controls are activated.
Release of locks to be easily accomplished with two (2) hands.
e. Locks shall be designed to allow for installation to the "lift after the
initial installation.
2. Power spot accessory & shall have the following:
a. Low-speed, high-torque, infinitely-variable hydraulic motor driven by
oil from electric powered pump unit.
b. 690 inch/pound torque.
c. Power Spot shall be designed to allow for installation to the lift after
the initial installation.
.
Page 7 of 8
.
.
GLOBE SERIES V ELECTRIC POWERED PUMP UNIT: ( or equal)
MODEL MOTOR H.P.
FLOW RATE
40 GPM
USAGE
BYPASS
250 PSI
40MV7170 7 Yo
10" Systems
Electric powered pump units to include:
1. Tank with bed plate for pump and motor.
2. Pump.
3. Single-Phase Electric Motor.
4. Dip Stick and combination fill pluglvent.
5. Suction intake tube with filter screen.
6. By-pass relief valve.
7. Filter in by-pass relief discharge.
8. Opening for retum line on both ends of tank.
9. Shipped assembled.
10. Liquid filled pressure gage.
Electric motors to be single phase and explosion proof.
Tank size: 50" long x 24" wide x 38" high.
Tank to have channels on bottom to facilitate handling with lift truck and also to keep off
floor to prevent rusting.
Tank capacity to be 170 gallon with 155 gallon usable "DRAW".
Pump to be gear type rated at 1000 PSI continuous duty.
By-pass relief to be pilot operated type.
Pump unit to have a maximum noise level of 85 decibel at 6' while in the by-p~ss mode.
, Pump to be C-face mounted to motor to ensure proper alignment.
Page 8 of 8
.
- .-
, . .
,
.
.
COUNTY OF SUFFOLK
ST ATE OF NEW YORK ss:
LEGAL NOTICE
Jocy Mac Lellan, being duly sworn, says that
h,' is the Editor, of the TRA VELER-W A TeHMAN,
d public IWWSp2lper printed at Southold, in Suf-
lolk County; and that the notice of which the
dllllexed is a printed copy, has been published
in sdid Trdveler-'Natchman once each week for
..... . .................... ..................../................ weeks
;Z;
successively, commencing on the ...~?.........
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 re-
quested for supply and deliv-
ery of Oue Hydraulie Hoist
[Globe Model #: MP-210E (Se-
ries V)- or approved Equal) to
the Southold Town Highway
Department, Peconic Lane,
Peconic, Town of Southold,
N.Y. Specifications may be ob-
tained at the Office of the Town
Clerk, Town of South old, Town
Hall, 53095 Main Road,
Southold, NY 11971, upon pay-
ment of a non-refundable fee of
$10 for one copy of the contract
documents.
The sealed bids, together with
a Non-Collusive Bid Certificate,
and bid security in the form of a
certified check or bid bond in the
amount of 5% will be received
by the Town Clerk of the Town
of Southold, at the Southold
Town Hall, 53095 Main Road,
Southold, NY until 11 :00 a.m.,
Thursday, July 11, 1996, at
which time they will be opened
and read aloud in public.
The Town Board of the Town
of South old reserves the right to
reject any and all bids and waive
any and all informality in any bid
should it be deemed in the best
interest ofthe Town of South old
to do so.
All bids must be signed and
sealed in envelopes plainly
marked "Bid on Hydraulic
Hoist," and submitted to the Of-
fice ofthe Town Clerk.
The bid price shall not include
any tax, federal, state, or local
from which the Town of
Southold is exempt.
Dated: June 20, 1996
Judith T. Terry
Southold Town Clerk
IX -6/27/96(13)
dely ()_..()...~~.................,197b..
rk!k~mm~m
Sworn to before me this ........??.......... day of
...............~.'~................, 19.~
........>lJz.~Il.d..~.....
Notary Public
B~f>8Ar.A A. SCHNEIDER
N'JTiu\Y l:L'~;UC, State of f',:fNI York
Nc. l:2(J~2.46
Q~':';Tcj ill Sufi:.:lk County
Conlll,,",Jn Expires 8/3/9b
.
.
STATE OF NEW YORK)
SS:
COUNTY OF SUFFOLK)
JUDITH T. TERRY. Town Clerk of the Town of Southold, New York,
being duly sworn, says that on the 20th day of June 1996,
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, .'vlain Road, Southold, New York 11971.
Legal Notice. Notice to Bidders. Heavy Duty Hydraulic Hoist, bid opening:
11:00 A.M.. Thursday, July 11. 1996. Southold Town Clerk's Office.
~~~-
(/ Judith T. Te~
Southold Town Clerk
Sworn to before me this
20th day of June 1996.
? '
~ ~,luV1-~
{Notary Public
JOYCE M. WILKINS
Notary Public. State of New Yortc
No.4952246,Suff~kCountr
Term Expires Jun. 12,. 19.:!.7
II
.
.
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 supply and delivery of One Hydraulic Hoist [Globe Model ,:
MP-210-E (Series V) - or approved Equal) to the Southold Town Highway
Department, Peconic Lane, Peconic, Town of Southold, N. Y. Specifications
may be obtained at the Office of the Town Clerk, Town of Southold, Town
Hall, 53095 Main Road, Southold, N. Y. 11971, upon payment of a non-
refundable fee of $10.00 for one copy of the contract documents.
The sealed bids, together with a Non-Collusive Bid Certificate, and
bid security in the form of a certified check or bid bond in the amount of
5% will be received by the Town Clerk of the Town of Southold, at the
Southold Town Hall, 53095 Main Road, Southold, N. Y., until 11 :00 A.M.,
Thursday, July 11, 1996, 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 informality 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 Hydraulic Hoist", and submitted to the Office of the Town Clerk.
The bid price shall not include any tax, federal, state or local, from
which the Town of Southold is exempt.
Dated: June 20, 1996.
JUDITH T. TERRY
SOUTHOLD TOWN CLERK
*
*
*
PLEASE PUBLISH ON JUNE 27, 1996, AND FORWARD ONE (1) AFFIDAVIT
OF PUBLICATION TO JUDITH TERRY, TOWN CLERK, TOWN HALL, PO
BOX 1179, SOUTHOLD, NY 11971.
Copies to the following:
The Traveler-Watchman
Town Board Members
Town Attorney
Supt. of Highways Jacobs
Dodge Reports
Brown's Letters
Burrelle's Information Services
Town Clerk's Bulletin Board
;t.? (!? [Iff 1 -(
hid. .'.
"
..,
~
.
~; ,/
~_.~.d' JLt-L~/
,
I
!
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 supply and delivery of One Hydraulic Hoist [Globe Model I:
MP-210-E (Series V) - or approved Equal) to the Southold Town Highway
Department, Peconic Lane, Peconic, Town of Southold, N. Y. Specifications
may be obtained at the Office of the Town Clerk, Town of Southold, Town
II
I Hall, 53095 Main Road, Southold, N.Y. 11971, upon payment of a non-
,I refundable fee of $10.00 for one copy of the contract documents.
'I' The sealed bids, together with a Non-Collusive Bid Certificate, and
I bid security in the form of a certified check or bid bond in the amount of
!I 5% will be received by the Town Clerk of the Town of Southold, at the
II' Southold Town Hall, 53095 Main Road, Southold, N.Y., until 11:00 A.M..
Thursday, July 11, 1996, 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 informality 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 Hydraulic Hoist", and submitted to the Office of the Town Clerk.
The bid price shall not include any tax, federal, state or local, from
which the Town of Southold is exeMpt.
Dated: June 20, 1996.
JUDITH T. TERRY
SOUTHOLD TOWN CLERK
*
*
*
PLEASE PUBLISH ON JUNE 27, 1996, AND FORWARD ONE (1) AFFIDAVIT
OF PUBLICATION TO JUDITH TERRY, TOWN CLERK, TOWN HALL, PO
BOX 1179, SOUTHOLD, NY 11971.
II
I,
I
I
I'
Copies to the following:
The Traveler-Watchman
Town Board MeMbers
Town Attorney
Supt. of Highways Jacobs
Dodge Reports
Brown's Letters
Burrelle's I nformation Services
Town Clerk's Bulletin Board
If
.
.
BIDDERS LIST;
STATEWIDE INSTALLATIONS INC.
P.O. Box 812
AMITYVILLE, NEW YORK 11701
Attn: CRAIG
MCLINDOO ASSOCIATES INC.
53 - 57 North Mall
PLAINVIEW, NEW YORK 11803
Attn: W.B.Mclindoo II
.
.
RAYMOND L. JACOBS
Superintendent
INVITATION
TO
BID
Heavy Duty
Hydraulic Hoist
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
JUNE 12, 1996
STED
Peconic Lane
P.O.Box 178
Peconic, New York 11958
Tel. (516)765-3140
(516) 734-5211
Fax. (516) 765-1750
SOUTHOLD TOWN
ENGINEERING DEPARTMENT
PECONIC LANE - PECONIC, N.Y.
.
.
INVITATION TO BID
PROJECT: SUPPLY AND DELIVERY OF ONE HYDRAULIC HOIST
[Globe Model #: MP-210-E (Series V) - or approved EQUAL],
TO THE SOUTH OLD TOWN HIGHWAY DEPARTMENT,
PECONIC LANE, PECONIC, TOWN OF SOUTHOLD, N.Y.
The Town Board of the Town of South old will receive bids for supplying and delivering One
Hydraulic Hoist to the town of southold in accordance with the Specifications prepared by
James A. Richter, RA, Southold Town Engineering Department, Peconic Lane, Peconic,
New York 11958.
Bids will be received at the office of the South old Town Clerk, Southold Town Hall, 53095
Main Road, Southold, New York 11971, until:
11 :00 AM , Thursday
JULY 11. 1996.
All Specifications are provided herein.
A fee of ten dollars ($10.00), cash or check, made payable to the Town of Southold will be
required for one (1) copy of the Contract Documents. There are no refunds.
This invitation to bid is not an offer and shall in no way bind the Town of South old to award
a contract for performance of the project. Should the Town of Southold decide to award
a contract, it shall be awarded to the lowest responsible bidder.
The Town of Southold reserves the right to waive any informalities, and to reject any or all
bids, and to retain bids for 45 days from the date of receipt. The CONTRACTOR MAY
NOT withdraw his bid during this period.
Bid security in the form of a certified check or bid bond in the amount of 5% will be required
of each bidder.
Please advise if you intend to bid or not.
Dated:
JUNE 20. 1996
BY ORDER OF THE SOUTHOLD TOWN BOARD
By: Judith T. Terry
Southold Town Clerk
Page 1 of 8
.
.
INSTRUCTIONS TO BIDDERS
A. PROPOSALS
Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal form shall
not be detached from the bid package. Failure to comply with this requirement will constitute grounds for
rejection of the bid subject to the digression of the Highway Superintendent. Any and all exceptions to the
specifications shall be listed on a separate sheet bearing the designation: "Exceptions to the Specifications",
and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of
bidder.
The bidders shall write in ink, both in words & numerals, the price for which he proposed: to furnish and deliver
all parts & materials for the hydraulic lift to the Southold Town Highway Department. The hydraulic lift and
all parts necessary for a complete installation of the lift shall be in strict accordance with the specifications,
and subject at all times to the approval of the Highway Superintendent.
Proposals, together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope
and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" bearing
the title of work and the Bidders Name.
No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour
and date stated.
B. PROPOSAL GUARANTY
A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond
or certified check in the amount of five (5%) percent of the total bid amount and made payable to the Town
of Southold.
As soon as the proposal prices have been compared, the Owner shall return the bidders bond or the certified
checks accompanying such proposals as, in his judgement, would not likely be involved in making the award.
All other proposal quantities will be held until the contract and contract bond have been executed after which
they will be released or returned to the respective bidders whose proposals they accompanied.
C. OMISSIONS AND DISCREPANCIES
Bidders should carefully examine the specifications and fully inform themselves of all conditions and matters
which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions
from the specifications, or other documents or should he be in doubt as to their meaning, he should at once
notify the Highway Superintendent who may issue a written instruction to all bidders.
D. PUBLIC OPENING OF PROPOSALS
Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders,
authorized agents, and other interested parties are invited to be present.
Page 2 of 8
.
.
E. AWARD OF CONTRACT
Award of contract will be made as soon as practical. A contract may be awarded to a responsible bidder other
than the lowest money bidder, if it is in the best interest of the Town. No bid may be withdrawn after
scheduled closing time for receipt of bids for a period of 45 days pending execution of a contract by successful
bidder. The competency and responsibility of the bidder and his sub-contractors will be considered in making
the award. The Town reserves the right to waive any technical error, to accept any bid, or to reject any or all
bids. The contract form will be a "Standard form of Agreement between Owner and Contractor (Stipulated
Lump Sum)".
The Town will either award the project or reject all proposals received within forty-five (45) days after formal
opening of proposals. Acceptance of a proposal will be a written notice signed by the Town Clerk & no other
act shall constitute the acceptance of a proposal.
F. WITHDRAWALS OF PROPOSALS
Any bidder upon his or her authorized representative's written request presented not later than the hour set
for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the
proposals, when such proposals are reached, it will be returned to him unread.
G. REJECTION OF PROPOSALS
The Town reserves the right to waive any technical error and to reject any and/or all proposals. Without
limiting the generality of the foregoing, any proposal which in incomplete, obscure, or irregular may be
rejected; any proposal accompanied by an insufficient or irregular certified check or bidders bond bay be
rejected, any proposal having interlineation, erasure or corrections may be rejected. The Town also reserves
the right to reject any bid if an investigation of of such bidder fails to satisfy the Town that such bidder is
properly qualified to carry out the obligations of the contract and to complete the work contemplated therein.
Conditional bids will not be accepted.
H. TIME FOR EXECUTION OF CONTRACT
Any bidder whose proposal shall be accepted will be required to appear before the Town in person; or if a firm
or corporation, a duly authorized representative shall so appear, and execute six (6) copies of the Contract
within ten (10) days after notice that the Contract has been awarded to him. Failure to execute Contract shall
constitute a breach of the agreement effected by the acceptance of the Proposal.
The damages to the Town for such breach will include loss from interference with his construction program
and other items, the accurate amount of which it will be difficult or impossible to compute. The amount of
the certified check or bidders bond accompanying the Proposal of such bidder shall be retained by the Town,
not as a penalty, but as liquidated damages for such breach. In the event any bidder whose proposal shall
be accepted shall fail or refuse to execute the Contract as herein before provided, the Town may, at there
option, determine that such bidder has abandoned the Contract. and thereupon, his proposal and acceptance
thereof shall be null and void, and the Town shall be entitled to liquidated damages as above provided.
Page 3 of 8
.
.
PROPOSAL FORM
DATE:
NAME OF BIDDER:
TO: SOUTHOLD TOWN BOARD
TOWN HALL - 53095 MAIN ROAD
SOUTHOLD, NEW YORK 11971
MEMBERS OF THE BOARD:
The undersigned as bidder, declares that the only persons, company, or parties interested
in this proposal as principals are named below; that this proposal is made without any
connection, directly or indirectly with any other bidder for the same work; that it is in all
respects fair and without collusion or fraud, and that no person acting for or employed by
the aforementioned owner is or will be interested directly or indirectly, in the performance
of the Contract, or the supplies relating to it, or in any portion of the profit thereof; that he
has carefully examined the Contract Documents (dated June 12, 1996) including bidding
requirements, general and special conditions, specifications, contract documents, and
addenda, if any (Note: Acknowledgement of addenda and their dates must be included as
indicated on bottom page); and he proposed and agrees that if his proposal be accepted
he will contract to furnish all parts & materials to the Town (See Specifications) and to
deliver the hydraulic lift along with all installation instructions and operating manuals
necessaty for a complete installation to:
SOUTHOLD TOWN HIGHWAY DEPARTMENT
PECONIC LANE, PECONIC, NEW YORK 11958
in accordance with the Contract Documents and Addenda, if any, prepared by JAMES A.
RICHTER, R.A., Southold Town Engineering Department, Peconic Lane, Peconic, New
York 11958, and complying with all the stipulations contained therein, he will accept, in full
payment thereof as listed below:
Page 4 of 8
.
.
PROPOSAL FORM CONT.
SUPPLY AND DELIVER ALL PARTS & MATERIALS FOR ONE HYDRAULIC
HOIST IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE
ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE
STIPULATED "LUMP SUM" OF:
(written in words)
(written in numbers)
DELIVERY DATE:
And he further agrees that if this proposal shall be accepted by the Town and that if he
shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the
requirements of the Town after notice of the acceptance of said proposal shall have been
deposited in the mail addressed to him at the address given in the proposal, that he shall
be considered to have abandoned the contract and the sum represented by the certified
check accompanying this proposal shall be forfeited to the Town as Liquidated damages;
otherwise the certified check shall be returned to the bidder within forty-five (45) days after
the date of the receiving bids.
We the undersigned, further agree that this proposal is a formal bid and shall remain in
effect for a period of forty-five (45) days, the Town will accept or reject this proposal or by
mutual agreement may extend this time period.
Signature of Bidder:
Business Address:
Telephone Number:
Date:
Page 5 of 8
.
.
SPECIFICATIONS:
SUPPLY & DELIVERY OF ONE HYDRAULIC HOIST FOR TRUCKS & BUSES.
1: DESCRIPTION:
Bids are requested for the purchase of one Heavy Duty Hydraulic Hoist to be
supplied and delivered to the Southold Town Highway Department Facilities.
2: MATERIALS:
One Heavy Duty Hydraulic Hoist Lift shall be as Manufactured by GLOBE,
Model # MP-21 O-E (SERIES V) or approved equal and shall have the following
specifications:
A. Heavy duty hoist for trucks and buses. Two post. Axle engaging.
B. Full hydraulic. Designed for use with 7-1/2 horsepower, single-phase
electric powered pump unit assembly. See separate page for
specifications on electric powered pump unit.
C. Two cylinder assemblies with 10-5/8" diameter pistons.
D. One front, 18,000 Lbs. capacity at 250 PSI oil pressure.
60" stroke. 68" rise.
E. One rear, 18,000 Lbs. capacity at 250 PSI oil pressure.
70" stroke. 70" rise.
F. Total lifting capacity shall be 36,000 Lbs. at 250 PSI oil pressure.
G. Moveable front piston for wheel base adjustment.
Ratchet shaft minimum 1-5/16" OD.
H. 106" Wheel base range shall be standard.
Additional range shall be made available in 12" increments.
I. Lift shall be designed to allow for the addition of a "Power Spot" device.
(To be installed after initial installation of the lift.)
J. Automatic lift lock legs shall be included. Legs to be indexed to bolster
and prevent rotation.
K. Lift shall be designed to allow for the addition of multi-position, remote-
release lift locks. (To be installed after initial installation of the lift.)
L. Adjustable width saddles both front (10" to 44") and rear (10" to 34").
M. Adapters for FOUR WHEEL DRIVE VEHICLES to be standard and
permanently attached to front superstructure.
N. Oil valve manifold to consist of three (3) separate 1" ball valves with
rotating lever action. Operating valves to be spring-loaded, self-closing
type. 600 PSI minimum w.P.
O. Floor controls shall be standard and 60" off hoist centerline.
Page 6 of 8
.
.
P. Lift shall be designed and constructed so that controls may be installed on
right or left side of front pit as a standard feature.
Q. Lift shall be designed to meet current American National Standard
Institute Code # ANSI-B153.1.
R. Lift shall have removable piston and replaceable lower bearing for
ease of service.
S. Lift shall have 360 degree stop ring to provide greater stability in full
raised position.
T. Lift shall have movable replaceable lower bearing for greater stability
throughout lifting stroke.
U. Lift shall have spring-loaded, oil-pressurized, u-cup packing seal.
V. Pit cover doors, both front and rear, shall be replaceable without the
aid of cutting and/or welding.
OPTIONAL ITEMS SHALL INCLUDE:
1. Multi-position, remote-release lift locks & shall have the following:
a. First latch to engage at 36" rise and every 3-1/2" thereafter, with
minimum of ten (10) latch positions.
b. Lock latch and lock release to be air operated.
c. Front lock to be above cradle so as to minimize contamination.
d. Locks to be automatically released when oil controls are activated.
Release of locks to be easily accomplished with two (2) hands.
e. Locks shall be designed to allow for installation to the lift after the
initial installation.
2. Power spot accessory & shall have the following:
a. Low-speed, high-torque, infinitely-variable hydraulic motor driven by
oil from electric powered pump unit.
b. 690 inch/pound torque.
c. Power Spot shall be designed to allow for installation to the lift after
the initial installation.
Page 7 of 8
.
.
GLOBE SERIES V ELECTRIC POWERED PUMP UNIT: ( or equal)
MODEL MOTOR H.P.
FLOW RATE
USAGE
BYPASS
40MV7170 7 Y,
40 GPM
10" Systems
250 PSI
Electric powered pump units to include:
1. Tank with bed plate for pump and motor.
2. Pump.
3. Single-Phase Electric Motor.
4. Dip Stick and combination fill plug/vent.
5. Suction intake tube with filter screen.
6. By-pass relief valve.
7. Filter in by-pass relief discharge.
8. Opening for return line on both ends of tank.
9. Shipped assembled.
10. Liquid filled pressure gage.
Electric motors to be single phase and explosion proof.
Tank size: 50" long x 24" wide x 38" high.
Tank to have channels on bottom to facilitate handling with lift truck and also to keep off
floor to prevent rusting.
Tank capacity to be 170 gallon with 155 gallon usable "DRAW".
Pump to be gear type rated at 1 000 PSI continuous duty.
By-pass relief to be pilot operated type.
Pump unit to have a maximum noise level of 85 decibel at 6' while in the by-pass mode.
Pump to be C-face mounted to motor to ensure proper alignment.
Page 8 of 8
.
.
JUDITH T. TERRY
TOWN CLERK
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (516) 765-1823
Telephone (516) 765-1800
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION WAS ADOPTED BY THE
SOUTHOLD TOWN BOARD AT A REGULAR MEETING HELD ON MAY 28, 1996:
RESOLVED that the Town Board of the Town of Southold hereby authorizes
and directs the Town Clerk to advertise for bids for the purchase of one
(1) truck lift to be installed at the Highway Department, all in accordance
with the bid specifications.
~a:~
Southold Town Clerk
May 29, 1996
. .
Public Works Department
Town of Southold
Peconic Lane
Peconic, N.Y. 11958
RAYMONDL.JACOBS (516) 765-3140
Commissioner (516) 734-5211
FAX (516) 765-17m
RESOLUTION BY:
SECONDED BY:
Commissioner of Public Works Raymond L. Jacobs
requests permission to go to bid for the purchase
of one (1) truck lift to be installed at the
Highway Department.
((3~ {
VOTE OF THE TOWN BOARD
Supervisor Jean W. Cochran
Councilman William D. Moore
Councilwoman Alice J. Hussie
Councilman Joseph L. Townsend, Jr.
Councilwoman Ruth D. Oliva
Justice Louisa P. Evans
(yes) (No)
(Yes) (No)
(Yes) (No)
(Yes) (No)
(Yes) (No)
(Yes) (No)
Town Clerk, Town of Southold
Dated:
RAYMOND L. JACOBS
Superintendent
INVITATION
TO
BID
Heavy Duty
Hydraulic Hoist
TOWN OF SOUTH OLD
SUFFOLK COUNTY, NEW YORK
JUNE 12, 1996
STED
Peconic Lane
P.O.Box 178
Peconic, New York 11958
Tel. (516) 765-3140
(516) 734-5211
Fax. (516) 765-1750
SOUTHOLD TOWN
ENGINEERING DEPARTMENT
PI!CONIC LANE - PECONIC, N.Y.
INVITATION TO BID
PROJECT: SUPPLY AND DELIVERY OF ONE HYDRAULIC HOIST
[Globe Model #: MP-210-E (Series V) - or approved EQUAL j,
TO THE SOUTHOLD TOWN HIGHWAY DEPARTMENT,
PECONIC LANE, PECONIC, TOWN OF SOUTHOLD, N.Y.
The Town Board of the Town of Southold will receive bids for supplying and delivering One
Hydraulic Hoist to the town of southold in accordance with the Specifications prepared by
James A. Richter, R.A., Southold Town Engineering Department, Peconic Lane, Peconic,
New York 11958.
Bids will be received at the office of the Southold Town Clerk, Southold Town Hall, 53095
Main Road, Southold, New York 11971, until:
11:00AM
Thursday
JULY 11. 1996.
All Specifications are provided herein.
A fee often dollars ($10.00), cash or check, made payable to the Town of Southold will be
required for one (1) copy of the Contract Documents. There are no refunds.
This invitation to bid is not an offer and shall in no way bind the Town of Southold to award
a contract for performance of the project. Should the Town of Southold decide to award
a contract, it shall be awarded to the lowest responsible bidder.
The Town of Southold reserves the right to waive any informalities, and to reject any or all
bids, and to retain bids for 45 days from the date of receipt. The CONTRACTOR MAY
NOT withdraw his bid during this period.
Bid security in the form of a certified check or bid bond in the amount of 5% will be required
of each bidder.
Please advise if you intend to bid or not.
Dated:
JUNE 20 1996
BY ORDER OF THE SOUTHOLD TOWN BOARD
By: Judith T. Terry
Southold Town Clerk
Page 1 of 8
INSTRUCTIONS TO BIDDERS
A. PROPOSALS
Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal form shall
not be detached from the bid package. Failure to comply with this requirement will constitute grounds for
rejection of the bid subject to the digression of the Highway Superintendent. Any and all exceptions to the
specifications shall be listed on a separate sheet bearing the designation: "Exceptions to the Specifications",
and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of
bidder.
The bidders shall write in ink, both in words & numerals, the price for which he proposed: to furnish and deliver
all parts & materials for the hydraulic lift to the Southold Town Highway Department. The hydraulic lift and
all parts necessary for a complete installation of the lift shall be in strict accordance with the specifications,
and subject at all times to the approval of the Highway Superintendent.
Proposais, together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope
and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" bearing
the title of work and the Bidders Name.
No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour
and date stated.
B. PROPOSAL GUARANTY
A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond
or certified check in the amount of five (5%) percent of the total bid amount and made payable to the Town
of Southold.
As soon as the proposal prices have been compared, the Owner shall return the bidder's bond or the certified
checks accompanying such proposals as, in his judgement, would not likely be involved in making the award.
All other proposal quantities will be held until the contract and contract bond have been executed after which
they will be released or returned to the respective bidders whose proposals they accompanied.
C. OMISSIONS AND DISCREPANCIES
Bidders should carefully examine the specifications and fully inform themselves of all conditions and matters
which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions
from the specifications, or other documents or should he be in doubt as to their meaning, he should at once
notify the Highway Superintendent who may issue a written instruction to all bidders.
D. PUBLIC OPENING OF PROPOSALS
Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders,
authorized agents, and other interested parties are invited to be present.
Page 2 of 8
E. AWARD OF CONTRACT
Award of contract will be made as soon as practical. A contract may be awarded to a responsible bidder other
than the lowest money bidder, if it is in the best interest of the Town. No bid may be withdrawn after
scheduled closing time for receipt of bids for a period of 45 days pending execution of a contract by successful
bidder. The competency and responsibility of the bidder and his sub-contractors will be considered in making
the award. The Town reserves the right to waive any technical error, to accept any bid, or to reject any or all
bids. The contract form will be a "Standard form of Agreement between Owner and Contractor (Stipulated
Lump Sum)".
The Town will either award the project or reject all proposals received within forty-five (45) days after formal
opening of proposals. Acceptance of a proposal will be a written notice signed by the Town Clerk & no other
act shall constitute the acceptance of a proposal.
F. WITHDRAWALS OF PROPOSALS
Any bidder upon his or her authorized representative's written request presented not later than the hour set
for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the
proposals, when such proposals are reached, it will be returned to him unread.
G. REJECTION OF PROPOSALS
The Town reserves the right to waive any technical error and to reject any and/or all proposals. Without
limiting the generality of the foregoing, any proposal which in incomplete, obscure, or irregular may be
rejected; any proposal accompanied by an insufficient or irregular certified check or bidder's bond bay be
rejected, any proposal having interlineation, erasure or corrections may be rejected. The Town also reserves
the right to reject any bid if an investigation of of such bidder fails to satisfy the Town that such bidder is
properly qualified to carry out the obligations of the contract and to complete the work contemplated therein.
Conditional bids will not be accepted.
H. TIME FOR EXECUTION OF CONTRACT
Any bidder whose proposal shall be accepted will be required to appear before the Town in person; or if a firm
or corporation, a duly authorized representative shall so appear, and execute six (6) copies of the Contract
within ten (10) days after notice that the Contract has been awarded to him. Failure to execute Contract shall
constitute a breach of the agreement effected by the acceptance of the Proposal.
The damages to the Town for such breach will include loss from interference with his construction program
and other items, the accurate amount of which it will be difficult or impossible to compute. The amount of
the certified check or bidder's bond accompanying the Proposal of such bidder shall be retained by the Town,
not as a penalty, but as liquidated damages for such breach. In the event any bidder whose proposal shall
be accepted shall fail or refuse to execute the Contract as herein before provided, the Town may, at there
option, determine that such bidder has abandoned the Contract, and thereupon, his proposal and acceptance
thereof shall be null and void, and the Town shall be entitled to liquidated damages as above provided.
Page 3 of 8
PROPOSAL FORM
DATE:
NAME OF BIDDER:
TO: SOUTHOLD TOWN BOARD
TOWN HALL - 53095 MAIN ROAD
SOUTHOLD, NEW YORK 11971
MEMBERS OF THE BOARD:
The undersigned as bidder, declares that the only persons, company, or parties interested
in this proposal as principals are named below; that this proposal is made without any
connection, directly or indirectly with any other bidder for the same work; that it is in all
respects fair and without collusion or fraud, and that no person acting for or employed by
the aforementioned owner is or will be interested directly or indirectly, in the performance
of the Contract, or the supplies relating to it, or in any portion of the profit thereof; that he
has carefully examined the Contract Documents (dated June 12, 1996) including bidding
requirements, general and special conditions, specifications, contract documents, and
addenda, if any (Note: Acknowledgement of addenda and their dates must be included as
indicated on bottom page); and he proposed and agrees that if his proposal be accepted
he will contract to furnish all parts & materials to the Town (See Specifications) and to
deliver the hydraulic lift along with all installation instructions and operating manuals
necessaty for a complete installation to:
SOUTHOLD TOWN HIGHWAY DEPARTMENT
PECONIC LANE, PECONIC, NEW YORK 11958
in accordance with the Contract Documents and Addenda, if any, prepared by JAMES A.
RICHTER, R.A., South old Town Engineering Department, Peconic Lane, Peconic, New
York 11958, and complying with all the stipulations contained therein, he will accept, in full
payment thereof as listed below:
Page 4 of 8
PROPOSAL FORM CONT.
SUPPLY AND DELIVER ALL PARTS & MATERIALS FOR ONE HYDRAULIC
HOIST IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE
ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE
STIPULATED "LUMP SUM" OF:
(written in words)
(written in numbers)
DELIVERY DATE:
And he further agrees that if this proposal shall be accepted by the Town and that if he
shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the
requirements of the Town after notice of the acceptance of said proposal shall have been
deposited in the mail addressed to him at the address given in the proposal, that he shall
be considered to have abandoned the contract and the sum represented by the certified
check accompanying this proposal shall be forfeited to the Town as Liquidated damages;
otherwise the certified check shall be returned to the bidder within forty-five (45) days after
the date of the receiving bids.
We the undersigned, further agree that this proposal is a formal bid and shall remain in
effect for a period of forty-five (45) days, the Town will accept or reject this proposal or by
mutual agreement may extend this time period.
Signature of Bidder:
Business Address:
Telephone Number:
Date:
Page 5 of 8
SPECIFICATIONS:
SUPPLY & DELIVERY OF ONE HYDRAULIC HOIST FOR TRUCKS & BUSES.
1: DESCRIPTION:
Bids are requested for the purchase of one Heavy Duty Hydraulic Hoist to be
supplied and delivered to the Southold Town Highway Department Facilities.
2: MATERIALS:
One Heavy Duty Hydraulic Hoist Lift shall be as Manufactured by GLOBE,
Model # MP-210-E (SERIES V) or approved equal and shall have the following
specifications:
A. Heavy duty hoist for trucks and buses. Two post. Axle engaging.
B. Full hydraulic. Designed for use with 7-1/2 horsepower, single-phase
electric powered pump unit assembly. See separate page for
specifications on electric powered pump unit.
C. Two cylinder assemblies with 10-5/8" diameter pistons.
D. One front, 18,000 Lbs. capacity at 250 PSI oil pressure.
60" stroke. 68" rise.
E. One rear, 18,000 Lbs. capacity at 250 PSI oil pressure.
70" stroke. 70" rise.
F. Total lifting capacity shall be 36,000 Lbs. at 250 PSI oil pressure.
G. Moveable front piston for wheel base adjustment.
Ratchet shaft minimum 1-5/16" OD.
H. 106" Wheel base range shall be standard.
Additional range shall be made available in 12" increments.
I. Lift shall be designed to allow for the addition of a "Power Spot" device.
(To be installed after initial installation of the lift.)
J. Automatic lift lock legs shall be included. Legs to be indexed to bolster
and prevent rotation.
K. Lift shall be designed to allow for the addition of multi-position, remote-
release lift locks. (To be installed after initial installation of the lift.)
L. Adjustable width saddles both front (10" to 44") and rear (10" to 34").
M. Adapters for FOUR WHEEL DRIVE VEHICLES to be standard and
permanently attached to front superstructure.
N. Oil valve manifold to consist of three (3) separate 1" ball valves with
rotating lever action. Operating valves to be spring-loaded, self-closing
type. 600 PSI minimum WP.
O. Floor controls shall be standard and 60" off hoist centerline.
Page 6 of 8
P. Lift shall be designed and constructed so that controls may be installed on
right or left side of front pit as a standard feature.
Q. Lift shall be designed to meet current American National Standard
Institute Code # ANSI-B153.1.
R. Lift shall have removable piston and replaceable lower bearing for
ease of service.
S. Lift shall have 360 degree stop ring to provide greater stability in full
raised position.
T. Lift shall have movable replaceable lower bearing for greater stability
throughout lifting stroke.
U. Lift shall have spring-loaded, oil-pressurized, u-cup packing seal.
V. Pit cover doors, both front and rear, shall be replaceable without the
aid of cutting and/or welding.
OPTIONAL ITEMS SHALL INCLUDE:
1. Multi-position, remote-release lift locks & shall have the following:
a. First latch to engage at 36" rise and every 3-1/2" thereafter, with
minimum of ten (10) latch positions.
b. Lock latch and lock release to be air operated.
c. Front lock to be above cradle so as to minimize contamination.
d. Locks to be automatically released when oil controls are activated.
Release of locks to be easily accomplished with two (2) hands.
e. Locks shall be designed to allow for installation to the lift after the
initial installation.
2. Power spot accessory & shall have the following:
a. Low-speed, high-torque, infinitely-variable hydraulic motor driven by
oil from electric powered pump unit.
b. 690 inch/pound torque.
c. Power Spot shall be designed to allow for installation to the lift after
the initial installation.
Page 7 of 8
GLOBE SERIES V ELECTRIC POWERED PUMP UNIT: ( or equal)
MODEL MOTOR H.P.
FLOW RATE
40 GPM
USAGE
40MV7170 7 Y,
10" Systems
BYPASS
250 PSI
Electric powered pump units to include:
1. Tank with bed plate for pump and motor.
2. Pump.
3. Single-Phase Electric Motor.
4. Dip Stick and combination fill pluglvent.
5. Suction intake tube with filter screen.
6. By-pass relief valve.
7. Filter in by-pass relief discharge.
8. Opening for return line on both ends of tank.
9. Shipped assembled.
10. Liquid filled pressure gage.
Electric motors to be single phase and explosion proof.
Tank size: 50" long x 24" wide x 38" high.
Tank to have channels on bottom to facilitate handling with lift truck and also to keep off
floor to prevent rusting.
Tank capacity to be 170 gallon with 155 gallon usable "DRAW".
Pump to be gear type rated at 1000 PSI continuous duty.
By-pass relief to be pilot operated type.
Pump unit to have a maximum noise level of 85 decibel at 6' while in the by-pass mode.
Pump to be C-face mounted to motor to ensure proper alignment.
Page 8 of 8