Loading...
HomeMy WebLinkAboutSuggested Form of Resolution For Town Highway Equipment Purchases A.C. 143-T.If.20- 1966 r /q,t Suggested Form of Resolution For Town Highway Equipment Purchases Exceeding $1,000 Resolution by (Justice of Peace) ('IMMP9100=1011[n) ......LOaia. . . ....Den.alGSt... .... . . ...... .......................................................................................... Seconded by (Justice of Peace) ( ......Nat.tJA..ST1te2................................................................................... Whereas, the Town Superintendent of Highways did, on the 7th day of .... 19 Ori , duly recommend the purchase of certain equipment pursuant to the provisions of Section 142 of the Highway Law, Now, Therefore, Be It Resolved that pursuant to Section 142 of the Highway Law the Town Superintendent of High- ways is hereby authorized to purchase, in accordance with the provisions of Article 5-A of the General Municipal Law, with the approval of the County Superintendent of Highways, the following: One (1)...Nen..HMe;..�!P�..wade=........................................................................................................................................ ...................................................................................................................................................................................................................... SAR.A7TACHB ..SMIPICATIONS.................................................................................................................................................... ...................................................................................................................................................................................................................... for a maximum price ofr.�lO..tllOt1.41.000.. 00-00A..00... .. Dollars ($ ..2.,730 00............. ), delivered at ..................p9.09014a.9................................................................................................. , N. Y., and to be delivered on or about ..........P"9!tJ1..r=...1.9............................ 1971.... The Town Superintendent of Highways is authorized (subject to the approval of the County Superintendent of Highways if value exceeds $1,000.00) to surrender to the vendor the following equipment at an agreed trade-in value of $..................: ...................................................................................................................................................................................................................... ...................................................................................................................................................................................................................... A contract for the item(s) purchased shall be duly executed in triplicate between the Town Superintendent of Highways and such vendor, and when approved by the County Superintendent of Highways, it shall become effective. When the con- tract has been executed and approved, and upon delivery of the item(s) purchased, the supervisor shall pay the following amounts as specified: (1) $ Z1730..00 from current appropriations (Item 3) (2) $ from the proceeds of obligations issued pursuant to the Local Finance Law, .................................. (Issuance of such obligations will be authorized by a separate resolution.) Vote of Town Board ........... (Aye) J&1WJ .Aa.bart..Mo...tlAxtoCCIiS........_............................................................ Supervisor Vote of Town Board Aye J Justice of Peace (Aye) 6�) .Lama..Deaareat..................................................................... l 'f4mmaoc Vote of Town Board -- (Aye) *A3* .HowBld Valent. . . ine. .... { Town Councilman ............ . .... ...... . ............................................................. Vote of Town Board ............ (Aye) ObtW) M Justice of Peace vote of Town Board ............ (Aye) #kW) ..x Amj&..RJch...Jr4.........................................................I......... Town Councilman I ype or write in names of Town Board members and indicate bow they voted. (Thr foregoing is a suggested form of resolution to be used at a town board meeting in connection with the purchase of town highway equipment under Section 1,12 of the highway Law. It does not have to be followed in the exact language used. If it is followed, it '11...11, be (,hanged, where necessary, to fit the circumstances.) y� SPECIFICATIONS FOR HEAVY-DUTY SELF-CONTAINED HOPPER TYPE SPREADER GENERAL: The Spreader required under these specifications shall be self- ccWtain—ec , hopper-type , designed to be mounted on a chassis now the prop- erty of the Town of Southold. The unit shall consist of a steel body, feed conveyor, spinner disc, power drive, and all components necessary to make a complete operating unit. It shall be capable of spreading uniformly sand, cinders, salt, calcium chloride, or mixtures up to a width of 40 feet. Bidders must submit with their bid complete speci- fications on the unit they propose to furnish. Bids with exceptions to these specifications shall be considered informal. BODY: Body shall be of all-welded 10 gauge steel construction and not less than 5 . 6 cubic yards struck capacity. Body dimensions shall be as follows : Length ( Inside ) - Not less than 10 , Over-all height - Not greater than 50 1/2" j width ( Inside ) - Not less than 78" (Over-all height shall be measured from bottom of support channels to the top of hopper ) Body sides shall have not less than forty-five degree (45•) pitch to insure free flow of materials to conveyor. The body shall be rigidly constructed and the entire top of the body is to be channel-formed for additional support. Body sills shall be of at least #10 gauge steel with longitudinal flanges supported on 3" , 4 . 1# structural steel channels. There shall be an adequate number of "Z"-type, 12 gauge body side supports rigidly tying in the structural steel channels with the body sides to give the highest degree of resistance to warping or twisting under heavy loads . The body shall be provided with four lifting hooks. CONVEYOR! The conveyor system shall be of the #4 belt over chain type rtinniriq Tongitudinally with the body, feeding materials to the distributor disc. The minimum width of the conveyor shall be 24" . The conveyor chain shall be all-steel , 2 5/16" pitch, riveted roller chain consisting of 7/8" diameter rollers and side bars with a 1/4 x 1 cross section. Chain bar flights shall have a cross section of 3/8" x 1 1/2" , the flights being positioned on approximately 4 1/2" centers . Each chain roller link, assembly sl�nl.l_ have a mi.ni.mum tensile strength of. 32 , 000 lbs. Pi.ntle type chain will uoL lx, AccoptZible . The convoyo.r genr carpo rha1,1. have 1 50 : 3. reduction ,•11)41 consi.r:t or n hr+rdened and poli;;hod worm elonr. , Ori.vi.nq a cart aluminum hronr.e Boar mounted to sto.al. hub. Conveyor drive sprockets shall be 8- tooth drop forged steel , keyed to a 1 3/4 " (minimum) SAE 1045 alloy steel shaft mounted in tapered roller bearings. Two heavy-spring loaded cadmium- plated adjustment screws with a minimum of 3"travel shall be provided to maintain proper conveyor tension. Removable and replaceable conveyor chain shields shall be provided, properly formed and of sufficient strength to resist binding. There shall be an inverted Vee above conveyor belt to reduce the load pressure onto conveyor. An oiler shall be provided for conveyor chain. DISCHARGE_ GATE : An adjustable discharge gate of the screw jack type steal]. be locates at the body rear to properly adjust the flow of material to the spinner. Maximum feedgate opening shall be 11" high x 18" wide. continued : Page - 2 - SPECIFICATIONS FOR HEAVY-DUTY SELF-CONTe?INED HOPPER TYPE SPREADER DIVERTER CHUTE : Deflector baffle within distributor hopper to allow d:ischarRnq of material from spreader without striking spinner for stock piling. DISTRIBUTOR DISC AND DRIVE: The distributor disc shall be 20" in dia- meter of abrasion resistant steel, equipped with six removable fins de- signed to obtain a controlled spread of four feet to forty feet. Material shall be guided from the conveyor end to the distributor disc by means of a tapered hopper, equipped with a dust-free tubular housing in which a sealed cartridge-type ball bearing supports the distributor disc drive shaft. Adjustable internal deflectors shall be provided to control di- rection and evenness of spread. BAFFLE - The baffle shall be of four-section type, hinged and complete with hood, easily adjustable and positively locked without the use of tools to control direction and width of spread for ice control and/or sealcoating. The baffle and hood shall completely enclose the spinner on both sides to the front and to the rear to prevent throwing materials onto vehicles. PORTER DRIVE : Air-cooled gasoline engine of not less than 18 H.P. shall ailve both conveyor and spinner. Engine shall be equipped with 12-volt el.ectri.cal system and include starter, alternator, battery and battery m0unt,ammeter , ignition switch starter switch , gasoline tank., and integral clutch reduction unit. Clutch shall be of the positive over center type, operating in oil, and not less than 4 1/2" diameter. Reduction shall be engine manufacturer 's standard, fully-enclosed and running in oil. Engine to be left front mount.�t qine'to `have protective hood. ` .n . CONTROLS : Complete remote control shall be furnished, including engine throttle,ignition switch, starter switch, ammeter, and vacuum clutch control with all-weather breakaway plug in line between cab and spreader. SCREENS OVER HOPPER: Sectional screens shall be hinged to a 3 1/2" O.D. hetvy duty ni:pe running longitudinally the full length of Spreader hopper. Screen sections to have a 3/8" x 2" frame with 3/8" rods laced through 1/4" x 1 1/2 " flat staril forming opcninrtn of 2 1/2 " x 2 1/2 " . %-rnr,nri :-halI not in ,rnmrio ovor-mll hoirthV of nprru„Irr more than A " down -onto. CA'1I,W''Xfi :_ ;1hn11. be provided for right and lett side of sF: reader. They shall. he of. heavy tread plate, channel formed on outer edge and supported ic' bolted to heavy angles bolted to each body side support. They be full length of spreader hopper and approximately 18" wide. New wavy dY'JhP . ...µwY Wprcy raFah!'MTrtNY +L'^wTi4*♦'Tpe"h 1NlNu.yT^'meq n.rvY�.'.a+?r0+.. ••.... ,--"-�I r r: :.......�. ....•.«w.w.wv rMnwrww.uu+w'nY.wa,wwm:w+�:++rw.+..ra:. ,,.cw.d w+nra.,wvr.. �: ,....,,i�1. MISCELLANEOUS : An instruction manual and parts list shall be furnished .. _ - -- _- --- with unit. .-«.uvY.rii:.n'rvr.n.W:r�Nmn::$w.YM1v4b.WFUN+wM'.Yki�NN'IYrYWWM" �W+W f4»x./..n.w.t �..r ....'r .wMr.Mt��M�W.�TMw.v4YwMNMWnYNs J�Tii':cE /�'fksr i.v�1 �.86 i.vsryt- -IL .4rCA' • N SPECIFICATIONS FOR HEAVY-DUTY SELF-CONTAINED HOPPER TYPE SPREADER CF°NERAI.: The Spreader required under these specifications shall be self- cgntaine�7c , hopper-type , designed to be mounted on a chassis now the prop- erty of the Town of Southold. The unit shall consist of a steel body, feted conveyor, spinner disc, power drive , and all components necessary to make a complete operating unit. It shall be capable of spreading uniformly sand, cinders, salt, calcium chloride, or mixtures up to a width of 40 feet. Bidders must submit with their bid complete speci- fications on the unit they propose to furnish. Bids with exceptions to these specifications shall be considered informal. BODY: Bodv shall be of all-welded 10 gauge steel construction and not Bass than 5 .6 cubic yards struck capacity. Body dimensions shall be as follows: Length ( Inside ) - Not less than 10 , Over-all height _ Not greater than 50 1/2" Width ( Inside ) Not less than 78" (Over-all height shall be measured from bottom of support channels to the top of hopper ) Body sides shall have not less than forty-five degree (450) pitch to insure free flow of materials to conveyor. The body shall be rigidly constructed and the entire top of the body is to be channel-formed for additional support. Body sills shall be of at least #10 gauge steel with longitudinal flanges supported on 3" , 4 . 1# structural steel channels. There shall be an adequate number of "Z"-type, 1.2 gauge body side supports rigidly tying in the structural steel channels with the body sides to give the highest degree of resistance to warping or twisting under heavy loads. The body shall be provided with four lifting hooks. CONVEYOR: The conveyor system shall be of the #4 belt over chain type it ruririing Tongitudinally with the body, feeding materials to the distributor disc. The minimum width of the conveyor shall be 24" . The conveyor chain' shall be all-steel, 2 5/16" pitch, riveted roller chain consisting of 7/8" diameter rollers and side bars with a 1/4 r. 1 cross section. Chain bar flights shall have a cross section of 3/8" x 1 1/2" , the flights being positioned on approximately 4 1/7." centers . Each chain roller link assembly n'hnll have a minimum tonsilo strength of 38 , 000 lbs. Pi.ntlo type chain wi.11. not be nceeptahl.e. The conveyor cionr cneno shall, have a 50 : 1. reduction anal aoneli.nt ef, n hnrdvne)d and pol.ishod worm rlenr. , driving a cant: aluminum Isonzo ctoar mountecl to stool, hub. Conveyor drive sprockets shall be 8- tooth drop forged steel , keyed to a 1 3/4 " (minimum) SAE 1045 alloy steel shaft mounted in tapered roller bearings . Two heavy-spring loaded cadmium- plated adjustment screws with a minimum of 3" -travel shall be provided to maintain proper conveyor tension. Removable and replaceable conveyor chain shields shall be provided, properly formed and of sufficient strength to resist binding. There shall be an inverted Vee above conveyor belt to reduce the load pressure onto conveyor. An oiler shall be provided for conveyor chain. DISCHARGE. nATE : An adjustable discharge gate of the screw jack type "aha-lam 1i6_ T6iiaCt­eW at the body rear to properly adjust the flow of material to the spinner. Maximum feedgate opening shall be 11" high x 18" wide. II I. continued: Page - 2 - SPECIFICATIONS FOR HEAVY-DUTY SELF-CONTAINED HOPPER TYPE- SPREADER. DIVERTER CHUTE: Deflector baffle within distributor hopper to allow discliardinq of material from spreader without striking spinner for stock piling. DISTRIBUTOR DISC AND DRIVE : The distributor disc shall be 20" in dia- meter of abrasion resistant steel , equipped with six removable fins de- signed to obtain a controlled spread of four feet to forty feet. Material shall be guided from the conveyor end to the distributor disc by means of a tapered hopper, equipped with a dust-free tubular housing in which a sealed cartridge-type ball bearing supports the distributor disc drive shaft. Adjustable internal deflectors shall be ;provided to control di- rection and evenness of spread. RAFFLE : The baffle shall be of four-section type, hinged and complete with hood, easily adjustable and positively locked without the use of tools to control direction and width of spread for ice control and/or' sealcoating. The baffle and hood shall completely enclose the spinner on both sides to the front and to the rear to prevent throwing materials onto vehicles. POWER DRIVE : Air-cooled gasoline engine of not less than 18 H.P. shall drive—both- conveyor and spinner. Engine shall be equipped with 12-Volt electrical system and include starter, alternator, battery and battery mount,ammeter, ignition switch starter switch, gasoline tank., and integral clutch reduction unit. Clutch shall be of the positive over center type, operating in oil, and not less than 4 1/2" diameter. Reduction shall be engine manufacturer 's standard, fully-enclosed and running in oil. Engine to be left front mount' rpngine ,to `have PkOtective'"hood. ' CONTROLS : Complete remote control shall be furnished, including engine tEhibttye ,, ignition switch, starter switch, ammeter, and vacuum clutch control with all-weather breakaway plug in line between cab and spreader. SCREENS OVER I-TOPPER: Sectional screens shall be hinged to a 3 1/2" O.D. Heavy duty p�.po running longitudinajly the .full length of Spreader hopper. :croon sections to have a 3/8" x 2" frame with 3/8" rods laced through 1/'4" x 1. 1/2" flat stool forming opcningn of 2 1/2" x 2 1/21' . ?crnnnn ni n.1l not incrnnso over-n1l hoirlht of nproode,r, more thnn 4 " clown cn.ntor. . CA"PWALKS : Shall bo p.rovidno for right ano lc%tt side of spreader. They :-hall be'of heavy tread plate, channel formed on outer edge and supported In- and bolted to heavy angles bolted to each body side support. They be full Length of spreader hopper and approximately 18" wide. C7" . �. krt.. .'F!°fsn'^m""�'v*T^viw?+G�w4•nm^so=.,...-.��..'Cr`hY".n">"=+ ,«.,.r .:�v -., � w�aww.+A w�eeWiWwyv+ wir:xwr}wu+.wd+w� � MISCELLANEOUS : An instruction manual and parts list shall be furnished wit unit. lrv+..,�aNa�� i.,wn.�.,�.,r nuAt+niM;:f^?e'hro 1mt"+4?!My.F'a•rinr,+^u'!wW iv ......w•.�...w �r.,v �11�RXI�IM111WYAYWw1Yy�1nM+YMi'Nh'wWiWYw/M1MFn_�^nu\Yn'n'W1WM MM v�,, w��. ..e...... icE /►�I4fT / ,veLv.D .6 /AO'X �',44 n4rso_v l e�w Av `7 v cA A.C:142 - T.H.19 . 1966 CONTRACT AND SPECIFICATIONS FOR THE PURCHASE OF ROAD EQUIPMENT This is a contract to purchase the following road equipment One (1) New Hopper Type ,Spreader >BH ATIT[CAED SPECIFICATIONS (Set forth herein or attach detail specifications upon which bids were based) entered into this 12th day of Octobers 19 71 , between the Town Superintendent of Highways of the Town of Southold , in the County of -%1MJ k New York, and —TSiuss_lne. the Vendor, Whose principal office ix located nt 369 Duffy /1VQ�s_H�CkByi�,]�Q for a total price of Two thousand seven hundred thirty & 00/100 - — on -_ Dollars ($ 2x730.00 ). This contract has been awarded to the aforesaid Vendor who was the lowest, responsible bidder determined by receipt of sealed bids which were publicly opened and read at the time and place stipulated previously in a publicadvertisement for such bids in accord- ance with the provisions of Article 5-A of the General Municipal Law. A resolution authorizing the purchase of the above-named equipment was passed by the Town Board at a meeting held Settsmber 7s , 19SJ,. The resolution further directed that when this contract has been signed by the Town Superintendent of Highways, the Vendor or his agent, and approved by the County Superintendent of Highways, of the above county,it becomes effective and that upon delivery of the equipment named and its acceptance by the Town Superintendent of Highways, the Supervisor shall pay for it in the following manner: (1) By delivery to the Vendor, as a trade-in, the equipment described at the agreed value of: (2) By payment from current appropriations 2.730.00 (3) By payment from proceeds of obligations TOTAL E 2,730.00 It is agreed that the title to said trade-in equipment mentioned at "(1)" above shall remain in the Town until delivered to the Vendor at the time mentioned, and further that .said equipment may be used by the Town until delivered to the Vendor and at such time it will then be accepted by the Vendor at the value mentioned providing that it is in as good condition as at present, normal wear, tear and usage excepted. (Strike out(1) and this paragraph if not applicable). The Vendor guarantees the above described equipment purchased under this contract against defects of workmanship and material for a period of _ 90 days and that it will be delivered in first class condition at Peeoniey_-Noo y- not later than the lxtday of Dece.uber , 19 The Vendor hereby agrees to the provisions of Section 103-a of the General Municipal Law which requires that upon the refusal of a person, when called before a grand jury to testify concerning any transaction or contract had with the state, any political sub- division thereof, a public authority or with any public department, agency or official of the state of of any political subdivision thereof or of a public authority, to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question con- cerning such transaction or contract, (a) such person, and any firm, partnership or corporation of which he is a member, partner, director or officer shall be dis. qualified from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any municipal corporation or any public department, agency or official thereof, for goods, work or services, for a period of five years after such refusal, and (b) any and all contracts made with any municipal corporation or any public department, agency or official thereof, since the effective date of this law, by such person, and by any firm, partnership, or corporation of which he is a member, partner, director or officer may be cancelled or terminated by the municipal corporation without incurring any penalty or damages on account of such cancellation or termination, but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid. The Vendor hereby agrees not to assign, transfer, convey or otherwise dispose of this contract, of his right, title, or interest therein, or his power to execute the same, to any other person or corporation without the previous consent, in writing, of the Town Superintendent of Highways. The Vendor hereby certifies that there we no Federal or State taxes included in the above purchase price and that he is the only intermediary between the manufacturer and the purchaser. This contract comprises the entire contract between the parties and supersedes any and all other agreements respecting the prop- erty her cribed. Trius, Inc. –Town Superintendent o/Nfgbways T- to (Vendor) APPROVED- � r0: Its Vire Presidene oanry Superintendent o/ ighways (Indicate whether officer or agent) IIII'',Il 4 pE: This contract is for use when the purchase price of the equipment is over$1,000. It must be executed in triplicate and de. (.VV ave red to the county superintendent of highways. If approved by the comfy superintendent, he shall file one copy in his office and it An ten days of the date of his approval file two copies with the town clerk. The town clerk shall file one copy and deliver one py to the Vendor. WHERE APPLICATION IS MADE PURSUANT TO SECTION 104.10, SUBDIVISION 3, OF THE LOCAL FINANCE LAW, A COPY OF THfS FORM MUST BE FILED WITH THE STATE COMPTROLLER. SPECIFICATIONS FOR HEAVY-DUTY SELF-CONTAINED HOPPER TYPE SPREADER GENERAL: The Spreader required under these specifications shall be self- c&Xiine3, hopper-type , designed to be mounted en a chassis now the prop- erty of the Town of Southold. The unit shall consist of a steel body, feed conveyor, spinner disc, power drive , and all components necessary to make a complete operating unit. It shall be capable of spreading uniformly sand, cinders, salt, calcium chloride,, or mixtures up to a width of 40 feet. Bidders must submit with their bid complete speci- fications on the unit they propose to furnish. Bids with exceptions to these specifications shall be considered informal. BODY: Body shall be of all-welded 10 gauge steel construction and not less than 5.6 cubic yards struck capacity. Body dimensions shall be as follows: ` Length ( Inside ) - Not less than 10 ' Over-all height - Not greater than 50 1/2" Width ( Inside ) - Not less than 78" (Over-all height shall be measured from bottom of support channels to the top of hopper ) Body sides shall have not less than forty-five degree (45•) pitch to insure free flow of materials to conveyor. The body shall be rigidly constructed and the entire top of the body is to be channel-formed for additional support. Body sills shall be of at :least #10 gauge steel with longitudinal flanges supported on 3" , 4 .1# structural steel channels. There shall be an adequate number of 112"-type, 12 gauge body side supports rigidly tying in the structural steel channels with the body sides to give the highest degree of resistance to warping or twisting under heavy loads. The body shall be provided with four lifting hooks . CONVEYOR! The conveyor system shall be of the #4 belt over chain type runniiiq Tongitudinally with the body, feeding materials to the distributor disc. The minimum width of the conveyor shall be 24" . The conveyor chain' shall be all-steel , 2 5/16" pitch, riveted roller chain consisting of 7/8" diameter rollers and side bars with a 1/4 r. 1 cross section. Chain bar flights shall have a cross section of 3/8" x 1 1/2" , the flights being positionod on approximately 4 1/2" centers . Each chain roller lin),, assembly n11n3.3. have a minimum tonsilo strcnnth of. 38 , 000 lbs. Pintlo typo chain will. noL Ln necoptahle, 'rho convo,yor cinnr cnnn mhnl.l. have a SO : I. reduction nml ronsint or n harc'lannd and pol.ishod worm ctnnr, clriv:i.ng a cant: aluminum 111-Onzo goal' :riounLed to ntaol, hub. Conveyor drive sprocicats shall be 8- tooth drop forged stool , keyed to a 1 3/4 " (minimum) SAT: 1045 alloy steel shaft mounted in tapered roller bearings . Two heavy-spring loaded cadmium- plated adjustment screws with a minimum of 3" •gravel shall be provided to maintain proper conveyor tension. Removable and replaceable conveyor chain shields shall be provided, properly formed and of sufficient strength 'to resist binding. There shall be an inverted Vee above, conveyor belt to reduce the load pressure onto conveyor. An oiler shall be provided for conveyor chain. DISCItARGF. GATE : An adjustable discharge gate of the screw jack type shat `ba looateil at the body rear to properly adjust the flow of material to the spinner. Maximum feedgate opening shall be 11" high x 18" wide. II 1 , continueds Page - $ • SPECIFICATIONS FOR HEAVY-DUTY SELF-CONTAINED HOPPER TYPE• SPREADER DIVERTER CHUTE : Deflector baffle within distributor hopper to allow discharr g ot—material from spreader without striking spinner for stock piling. DISTRIP,UTOR DI5C AND DRIVE : The distributor disc shall be 20" in die- - meter oi'�absasion resistant steel, equipper] with six removable fins de- signed to obtain a controlled spread of four feet to forty feet. Material shall be guided from the conveyor end to the distributor disc by means of a tapered hopper, equipped with a dust-free tubular housing in which a sealed cartridge-type ball bearing supports the distributor disc drive shaft. Adjustable internal deflectors shall be provided to control di- rection and evenness of spread. I BAFFLE: The baffle shall be of four-section type , hinged and complete wi'Eh• Wiood, easily adjustable and positively locked without the use of tools to control direction and width of spread for ice control and/or sealcoating. The baffle and hood shall completely enclose the spinner on both sides to the front and to the rear to prevent throwing materials ., onto vehicles. POWER DRIVE : Air-cooled gasoline engine of notless than 18 H.P. shall drivo_bothconveyor and spinner. Engine shall be equipped with 12-Volt electrical system and include starter, alternator, battery and battery mount,ammeter, ignition switch starter switch, gasoline tank,, and integral clutch reduction unit. Clutch shall be of the positive over center type. - - operating in oil, and not less than 4 1/2" diameter. Red�rction shall be engine manufacturer's standard, fully-enclosed and running in oil. Engine to be loft front' mouslt rRhq•ihelto `havo protectiv4'"h6o4. ' CONTROLS : Complete remote eontroloshall be furnished, including engine throttTe ,, ignition switch, starter switch, ammeter, and vacuum clutch I control with all-weather breakaway plug in line between cab and spreader. SC'REFNS OVER POPPER.- Sectional screens shall be hinged to a 3 1/2" O.D.' licrivy i9uty pf-pe "running longitudinagly the full length of Spreader hopper. ;croon nectionn to have A 3/8" x 2" frame with 3,/8" rods laced through 1/4" x 1. 1/2" IIaL• steal Forming oroninryn of 2 1,/2" x 2 1/211 . ^crnrnn niin] 1 not incrnnnn ovor-rill hoiryht of nrrnr*di�r, morn t:hnn 4" clown contor. . CA^TWALI(Si Shall, bo r.rovis1nd for right and lett side of spreader. They nhall be`of' heavy tread Plato, channel formed on outer edge and supported by and boltod to heavy angles bolted to each body side support. They be full length of spreader hopper and approximately 18" wider [y. 'WOY\YhC.MI'�?r'M�AMn T ��M .'RH}!1vM�WMNIN�*��evy.�yr,',��Y^l9lrPwnrv+«e I:n-M -,t° N'M!4+ ruWAMY�YBaIY�wMM�iuW. I�YhYAUdMf4Y11f.X�' MISCELLANEOUS : An instruction manual and parts list shall be 'furnished '' wit75'unit; _ nn"w ,PpO°! �+M'"M�4N+f4parin, �'�d1�MIMwW'i�f Mwe+w'i'r �wvnwYw�q�,w•�!�**k�zzzz�+!.wi„„y .. ., , •, ' c6 u' �V C A.C.1412+ T.H.19. 1966 CONTRACT AND SPECIFICATIONS FOR THE PURCHASE OF ROAD EQUIPMENT This is a contract to purchase the following road equipment One (1 ) now Reversible. Snow PION SA_$ ATTACHnn SPP(:TATrATTONS (Set forth herein or attach detail specifications upon which bids were based) entered into this 1()th day of_ SethGmbAr r 197_, between the Town Superintendent of Highways of the Town of Seblthe}d in the County of Snffellc New York, and te....;,.; Bhine£y CO Tnc s the Vendor, whose principal office is located at Geram, New ¢ass for a total price of TWO thousand thirty—five & 00/100 — — — — — _ ._ — _ Dollars (S 2,035.00 ), This contract has been awarded to the aforesaid Vendor who was the lowest, responsible bidder determined by receipt of sealed bids which were publicly opened and read at the time and place stipulated previously in a public advertisement for such bids in accord- ance with the provisions of Article 5-A of the General Municipal Law. A resolution authorizing the purchase of the above-named equipment was passed by the Town Board at a meeting held _ September 7, 1911. The resolution further directed that whsn this contract has been signed by the Town Superintendent of Highways, the Vendor or his agent, and approved by the County Superintendent of Highways, of the above county,it becomes effective and that upon delivery of the equipment named and its acceptance by the Town Superintendent of Highways, the Supervisor shall pay for it in the following manner. (1) By delivery to the Vendor, as a trade-in, the equipment described at the agreed value of: _ a (2) By payment from current appropriations 2T r,$5 OB (3) By payment from proceeds of obligations TOTAL 5 2 035 nn It is agreed that the title to said trade-in equipment mentioned at "(1)" above shall remain in the Town until delivered to the Vendor at the time mentioned, and further that said equipment may be used by the Town until delivered to the Vendor and at such time it will then be accepted by the Vendor at the value mentioned providing that it is in as flood condition as at present, normal wear, tear and usage excepted. (Strike out(1) and this paragraph if not applicable). The Vendor guarantees the above described equipment purchased under this contract against defects of workmanship and material for a period of 90 days and that it will be delivered in first class condition at --Pacouis-' New York not later than the 1 5th day of _ Heeeltlhe r, . 19—71• The Vendor hereby agrees to the provisions of Section 103-a of the General Municipal Law which requires that upon the refusal of a person, when called before a grand jury to testify concerning any transaction or contract had with the state, any political sub- division thereof, a public authority or with any public department, agency or official of the state or of any political subdivision thereof or of a public authority, to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question con- cerning such transaction or contract, (a) such person, and any firm, partnership or corporation of which he is a member, partner, director or officer shall be dis- qualified from thereafter selling to or submitting bids to or receiving awards from of entering into any contracts with any municipal corporation or any public department, agency or official thereof, for goods, work or services, for a period of five years after such refusal, and (b) any and all contracts made with any municipal corporation or any public department, agency or official thereof, since the effective date of this law, by such person, and by any firm, partnership, or corporation of which he is a member, partner, director or officer may be cancelled or terminated by the municipal corporation without incurring any penalty or damages on account of such cancellation or termination, but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid. The Vendor hereby agrees not to assign, transfer, convey or otherwise dispose of this contract, or his right, title, or interest therein, or his power to execute the same, to any other person or corporation without the previous consent, in writing, of the Town Superintendent of highways. The Vendor hereby certifies that there me no Federal or State taxes included in the above purchase price and that he is the only intermediary between the manufacturer and the purchaser. This contract comprises the entire contract between the parties and supersedes any and all other agreements respecting the prop- erty her ribed. MUNICIPAL MACHINERY CO. , INC. own Superintendent o iggbways �/'�Ve�nd APPROVE\t.,i� Its 777 'resident County Superintendent f Highways (Indicate whether officer or agent) NOTE: This contract is for use when the purchase price of the equipment is over$1,1000. It must be executed in triplicate and de- livered to the county superintendent of highways. If approved by the county superintendent, he shall file one copy in his office and with n ten duyn o! the r ot, of hill Approval file two copien will] the town clerk. The town clerk shall file one cupy nud deliver one to 'I - Vendor. W E APPLICATION IS MADE PURSUANT TO SECTION 104.10, SUBDIVISION 3, OF THE LOCAL FINANCE LAW, A COPY OF III,'_ RM MUST BE FILED WITH THE STATE COMPTROLLER. SPECIFICATIONS SNOW PLOW Good Roads, or equal, with moldboard 11 ' x 3611, having eight (8) x 3" vertical ribs with 2 horizontal stiffeners and an integrally formed channel top full length. Bottom edge shall have a reinforcing "Z" bar 1/2" x 3" x 3". Moldboard shall be smooth rolled and 3/16 of an inch thick with outside hinge points centers of 116" and 5 push connections. There shall be variable adjustments for tilting the moldboard. Gutting edge shall be standard i" x 6" high carbon steel. Moldboard shall have 5 plowing widths — 28 degrees, 35 degrees, left and right and bulldoze positions, to be equipped with curb bumpers. Main semicircle push shall have 5 push points, to be constructed of i" x 3 " x 34" angle with radius angle of the same size. 1/4" formed reinforcing channels welded to the radius angle and 1/4" formed triangle or gussets connect radius at main angle. Semicircle shall be equipped with 2 heavy duty 8" diameter cast steel caster wheels with 2j" polyurethane face running on taper roller bearings, spring cushioned and full swiveling operation on machined Hilly lubricated cast steel stems adjustable for height. A threaded positive locking machined adjustable stem also determines ground clearance of cutting edge. Wheels to be alemite lubricated. i Plow to have single fully enclosed dual telescopic trip springs fully lubricated and be adjustable trunnion mounted with a spring cushioned shock absorber, each spring enclosed in a separate tube. Push frame to be of,all welded steel construction with 3/8" formed side channels and channel braces. With steel swivelling latch pin ana adjustable attaching shackles on 21" centers. Lift chain to be 3/811 cadmium plated with adjustable cast steel chain block. i ! Plow hitch to be custom made heavy duty type with necessary heavy 1/2" side plates and lift device to be installed without removing the bumper. Hitch specifically engineered for this truck constructed of 4" H beam upright members, 6" channel top and bottom gusseted and 1/2" x 3" cross bracing. Plow to be equipped with power hydraulic reversing mechanism incorporated into the push frame having 2 large hydraulic rams to do the reversing. Reversing to be controlled by single lever from truck cab and be designed to function whether the plow is raised or on the ground. To be so constructed when the plow is latched Into a position that there is no load on the hydraulic rams. Lifting of plow to be accomplished by the same hydraulic circuit with till rams. Complete plow, hitch, electric lift and power reversing kit to be mounted on y the truck. :a A. 143-1'.IL 20-1966 Suggested Form of Resolution For Town Highway Equipment Purchases Exceeding $1,000 Resolution by ($xxritmi4fc$RRR§dx*I§LW§t*kKoxidcmax) ...Aj:�CX.t...M?xt.9 C.c.�lx.aa... uDC�'.Viso.r.............................................. Seconded by (Town Councilman) ....Howard...V.ai.entine............................................................................ Whereas, the Town Superintendent of Highways did, on the .. 7th,.,,.,,,.,, day of $fPtfnll)eSr 19,,71 , duly recommend the purchase of certain equipment pursuant to the provisions of Section 142 of the Highway Law, Now, Therefore, Be It Resolved that pursuant to Section 142 of the Highway Law the Town Superintendent of High- ways is hereby authorized to purchase, in accordance with`the provisions of Article 5-A of the General Municipal Law, with the approval of the County Superintendent of Highways, the following: .........Onec 1.).....new..Reversible..Snow..Plow......................................................... ........................................................................ ...................................................................................................................................................................................................................... .........SE.S..AW.4 Q-M..,SP.F,CS.FIGATS0NS............................................................................................................................................. ...................................................................................................................................................................................................................... for a maximum price of ...Two...thousand..thi.r.ty.,five..&..QO%LOO........ .. ...... ....,..,.,.. ... .... .. .. ... ... .. ...... Dollars ($ ..2,435.01}............. ), delivered at ......P.ecanic.............................................................................................................. , N. and to be delivered on or about .De.cember...15.................................... 19 .7.1.. The Town Superintendent of Highways is authorized (subject to the approval of the County Superintendent of Highways if value exceeds $1,000.00) to surrender to the vendor the following equipment at an agreed trade-in value of $..................: ...................................................................................................................................................................................................................... ...................................................................................................................................................................................................................... A contract for the item(s) purchased shall be duly executed in triplicate between the Town Superintendent of Highways and such vendor, and when approved by the County Superintendent of Highways, it shall become effective. When the con- tract has been executed and approved, and upon delivery of the item(s) purchased, the supervisor shall pay the following amounts as specified: (1) $ Z,.O35. . ...06 from current appropriations (Item 3) ....... . .. . . . (2) $ from the proceeds of obligations issued pursuant to the Local Finance Law, (Issuance of sucb obligations will be autborized by a separate resolution.) Vote of Town Board ............ (Ave) (k") ....Albert..Dlartocchia............................................................................ Supervisor Justice of Peace Vote of Town Board ............(Aye) OkX6p ...1.ouia-Demareat................................................................... ici7ea7 Xid=Cen Vote of Town Board ............ (Aye) ()is ....Howard...V.al.ent.ina.............................................................. J j Town Councilman Vote of Town Board ............ (Aye) (1*9,y) ...1lartin..3ut.er........................................................................ {( Justice of Peace l( �R�R,�yt9tiN£f��A Vote of Town Board (A ye James R,',c, r { ' � ............ (Aye) ...... . .......} 'i...x ..n..............................,.................................. ( Town Councilman I'ype or write in names of Town Board members and indicate how they voted. (Thc foregoing is a suggested form of resolution to be used at a town board meeting in connection with the purchase of town highway equipment under Section 142 of the Highway Law. It does not have to be followed in the exact language used. If it is followed, it +hould be changed, where necessary, to fit the circumstances.) I f SPECIFICATIONS SNOW PLOW Good. Roads, or equal, with moldboard 11 ' x 3611, having eight (8) ill x 3" vertical ribs with 2 horizontal stiffeners and an integrally formed channel top full length. Bottom edge shall have a reinforcing "Z" bar 1/2" x 3" x 3". Moldboard shall be smooth rolled and 3/16 of an inch thick with outside hinge points centers of 116" and 5 push connections. There shall be variable adjustments for tilting the moldboard. Gutting edge shall be standard ill x 6" high carbon steel. Moldboard shall have 5 plowing widths - 28 degrees, 35 degrees, left and right and bulldoze positions, to be equipped with curb bumpers. Main semicircle push shall have 5 push points, to be constructed of ill x *1 x *11 angle with radius angle of the same size. 1/4" formed reinforcing channels welded to the radius angle and 1/4" formed triangle or gussets connect radius at main angle. Semicircle shall be equipped with 2 heavy duty 8" diameter cast steel caster wheels with 2i" polyurethane face running on taper roller bearings, spring cushioned and full swiveling operation on machinaifully lubricated cast steel stems adjustable for height. A threaded positive locking machined adjustable stem also determines ground clearance of cutting edge. Wheels to be alemite lubricated. j Plow to have single Hilly enclosed dual telescopic trip springs fully lubricated and be adjustable trunnion mounted with a spring cushioned shock absorber, each spring enclosed in a separate tube. Push frame to be of all welded steel construction with 3/8" formed side channels and channel braces. With steel swivelling latch pin ana adjustable attaching shackles on 21" centers. i Lift chain to be 3/8" cadmium plated with adjustable cast steel chain block. Plow hitch to be custom made heavy duty type with necessary heavy 1/2" side plates and lift device to be installed without removing the bumper. Hitch specifically engineered for this truck constructed of Q" H beam upright members, 6" channel top and bottom gusseted and 1/2" x 3" cross bracing. Plow to be equipped with power hydraulic reversing mechanism incorporated into ^, the push frame having 2 large hydraulic rams to do the reversing. Reversing to be controlled by single lever from truck cab and be designed to function whether 'g the plow is raised or on the ground. To be so constructed when the plow is latched into a position that there is no load on the hydraulic rams. Lifting of plow to be accomplished by the same hydraulic circuit with 2ill rams. 1 Complete plow, hitch, electric lift and power reversing kit to be mounted on ,t the truck* t d f A.C.142 - T.H.19 - 1966 CONTRACT AND SPECIFICATIONS n11 FOR THE PURCHASE OF ROAD EQUIPMENT This is a contract to purchase the following road equipment Two (2) Good Roads Model E-2 engine driven_ _Jet Hopper type Spreaders (Set forth herein or attach detail specifications upon which bids were based) entered into this 20 day of April , 19 71 , between the Town Superintendent of Highways of the Town of_ Southold , in the County of Suffolk New York, and Municipal Machinery Company the Vendor, whose principal office is located at Coram New York ress for a total price of Eime thousand seven h tidr d ninety-four R 00110n - Dollars ($ 5-794_00 ). This contract has been awarded to the aforesaid Vendor who was the lowest, responsible bidder determined by receipt of sealed bids which were publicly opened and read at the time and place stipulated previously in a public advertisement for such bids in accord- ance with the provisions of Article 5-A of the General Municipal Law. A resolution authorizing the purchase of the above-named equipment was passed by the Town Board at a meeting held February 23,. , 19 71. The resolution further directed that when this contract has been signed by the Town Superintendent of Highways, the Vendor or his agent, and approved by the County Superintendent of Highways, of the above county,it becomes effective and that upon delivery of the equipment named and its acceptance by the Town Superintendent of Highways, the Supervisor shall pay for it in the following manner: (1) By delivery to the Vendor, as a trade-in, the equipment described at the agreed %aloe of: 'hyo (2) Used Hi-Way box Spreaders 1,000.00 (2) By payment from current appropriations 41794.00 (3) By payment from proceeds of obligations TOTAL $_ 51794.00 v It is agreed that the title to said trade-in equipment mentioned at "(1)11 above shall remain in the Town until delivered to the Vendor at the time mentioned, and further that said equipment may be used by the Townuntil delivered to the Vendor and at such time it will then be accepted by the Vendor at the value mentioned providing that it is in as good condition as at present, normal wear, tear and usage excepted. (Strike out(1) and this paragraph if not applicable). The Vendor guarantees the above described equipment purchased under this contract against defects of workmanship and material for a period of 3CM 90 days and that it will be delivered in first class condition at FeCOni C. New York not later than thel5th day of July, , 19Z, The Vendor hereby agrees to the provisions of Section 103-a of the General Municipal Law which requires that upon the refusal of a person, when called before a grand jury to testify concerning any transaction or contract had with the state, any political sub- division thereof, a public authority or with any public department, agency or official of the state or of any political subdivision thereof or of a public authority, to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question con- cerning such transaction or contract, (a) such person, and any firm, partnership or corporation of which he is a member, partner, director of officer shall be dis- qualified from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any municipal corporation or any public department, agency or official thereof, for goods, work or services, for a period of five years after such refusal, and (b) any and all contracts made with any municipal corporation or any public department, agency or official thereof, since the effective date of this law, by such person, and by any firm, partnership, or corporation of which he is a member, partner, director or officer may be cancelled or terminated by the municipal corporation without incurring any penalty or damages on account of such cancellation or termination, but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid. The Vendor hereby agrees not to assign, transfer, convey or otherwise dispose of this contract, or his right, title, or interest therein, or his power to execute the same, to any other person or corporation without the previous consent, in writing, of the Town Superintendent of Highways. The Vendor hereby certifies that there are no Federal or State taxes included in the above purchase price and that he is the only intermediary between the manufacturer and the purchaser. This c tract comprises the entire contract between the parties and supersedes any and all other agreements respecting the prop- erty n scribed. MUNICIPALMACHINERY CO., INC Town Superinten tt of Highways /�,yV�ennddo��'Y_—_�)� B / x1IJL APPROVED: f/ Its President Coup uperinte ant of Highways (Indicate whether officer or agent) OTE: This contract is for use when the purchase price of the equipment is over$1,000• It must be executed in triplicate and de- rvered to the comfy superintendent of highways. If approved by the county superintendent, he shall file one copy in his office and 'thin ten days of the date of his approval file two copies with the town clerk. The town clerk shall file one copy and deliver one c py to the Vendor. WHERE APPLICATION IS MADE PURSUANT TO SECTION 104.10, SUBDIVISION 3, OF THE LOCAL FINANCE LAW, A COPY OF THIS FORM MUST BE FILED WITH THE STATE COMPTROLLER. A.C. 143-T H.20- 1966 Suggested Form of Resolution For Town Highway Equipment Purchases Exceeding $1,000 Resolution by (Town Councilman) Howard Valentine ...................................................................................................................... Seconded by QXS FSt5G22 tt4ScS) (Town Councilman) ....JameS...Ri.ch.,...J.ta............................................................................... Whereas, the "Town Superintendent of highways did, on the ...2.3............... day of Februarg..._,....__. _..._ ................... 19..7.1 , duly recommend the purchase of certain equipment pursuant to the provisions of Section 142 of the Highway Law, Now, Therefore, Be It Resolved that pursuant to Section 142 of the Highway Law the Town Superintendent of High- ways is hereby authorized to purchase, in accordance with the provisions of Article 5-A of the General Municipal Law, with the approval of the County Superintendent of Highways, the following: Wo (2) New 1971 Heavy duty Self contained Hopper type spreaders. . ........ ............. ... ............. ........ .. ........ ......... ...............................................................................................................................................................................................I...................... ......................................................................................................................................... ........................................................................ ..................................................... ....................................................................................... ..........................................I............................. for a maximum price of Five thousand seven hundred ninety-£our .& 00/100 - ..... - - - - Dollars ($ ............... ), delivered at .........Peconic................................................ ....... ......... N. and to be delivered on or aboutJune , 719 ...................................30.......19.......1.. The Town Superintendent of Highways is authorized (subject to the approval of the County Superintendent of Highways if value exceeds $1,000.00) to surrender to the vendor the following equipment at an agreed trade-in value of $.1,0.00..00 Wo (2) Used spreaders ...................................................................................................................................................................................................................... ...................................................................................................................................................................................................................... A contract for the item(s) purchased shall be duly executed in triplicate between the Town Superintendent of Highways and such vendor, and when approved by the County Superintendent of Highways, it shall become effective. When the con- tract has been executed and approved, and upon delivery of the item(s) purchased, the supervisor shall pay the following amounts as specified: �44j� (1) $ 51794.00 from current appropriations (Item 3) (2) $ from the proceeds of obligations issued pursuant to the Local Finance Law. (Issuance of such obligations will be authorized by a separate resolution.) Vote of Town Board ............ (Aye) (N Mi ....Albert,,,M,.,MaitOCChi3.................................................................... Supervisor fit'fi�Ytt k (NK* Vote of Town Board _..........(Aye) ( S�} ....HQWard..Valentine.............................................................. f((xTown Councilman Vote of Town Board . .......... (Aye) (NU51f . JameS Ri Ch JL. ......................... J� �* .... ......................s..... s ........................................ i Town Councilman Louis Demarest I Justice of Peace Vote of Town Board ............ (Ave) ................................................................................................ X.R�i>ftlkt�FiY,iSKPFA't1ffF Vooc of Town Board ............ (Aye) Ql&ay) „..Mart In„.Suter Justice of Peace Type or write in names of Town Board members and indicate how they voted. (The foregoing is a suggested forth of resolution to be used at a town board meeting in connection with the purchase of town highway equipment under Section 142 of the Highway Law. 1t does not have to be followed in the exact language used. If it is followed, it should be changed, where necessary, to fit the circumstances.) • A.C,lti2 • T.T.H.19. 1966 // • / CONTRACT AND SPECIFICATIONS FOR THE PURCHASE OF ROAD EQUIPMENT This is a contract to purchase the following road equipmentOne (1) new 1972 International dump truck SME AITACHPD SPECIFICATIONS (Set forth herein or attach detail specifications upon which bids were based) entered into this 30th day of September. 19 71 , between the Town Superintendent of Highways of the Town of_ Southold , in the County of Suffolk New York, and Tryac CO., Inc. , _ the Vendor, whone principal office Is located at ItivcrhegdNew York rcss for a total price of Ten thousand six hundred ninety-eight & 00/10 1 - - Dollars ($ 10,698.00 , ). This contract has been awarded to the aforesaid Vendor who was the lowest, responsible bidder determined by receipt of sealed bids which were publicly opened and read at the time and place stipulated previously in a publicadvertisement for such bids in accord- ance with the provisions of Article 5-A of the General Municipal Law. A resolution authorizing the purchase of the above-named equipment was passed by the Town Board at a meeting held _ 1971 . The resolution further directed that when this contract has been signed by the Town Superipn[en.le�en[ of Hig7tways, the Vendor or his agent, and approved by the County Superintendent of Highways, of the above county,it becomes effective and that upon delivery of the equipment named and its acceptance by the Town Superintendent of Highways, the Supervisor shall pay for it in the following manner: (1) By delivery to the Vendor, as a trade-in, the equipment described at the agreed value of: (2) By payment from current appropriations 10,698.00 (3) By payment from proceeds of obligations TOTAL- 8_14693.0-- It 10.698.00It is agreed that the title to said trade-in equipment mentioned at 4e(1)tt above shall remain in the Town until delivered to the Vendor at the time mentioned, and further that said equipment may be used by the Town until delivered to the Vendor and at such time it will then be accepted by the Vendor at the value mentioned providing that it is in as good condition as at present, normal wear, tear and usage excepted. (Strike out(1) and this paragraph if not applicable). The Vendor guarantees the above described equipment purchased under this contract against defects of workmanship and material for a period of -1 days and that it will be delivered in first class condition at Peconic, N V not later than the 1 e4 day of n�_m,-e,,,ber, 1 19-71 The Vendor hereby agrees to the provisions of Section 103•a of the General Municipal Law which requires that upon the refusal of a person, when called before a grand jury to testify concerning any transaction or contract had with the state, any political sub- division thereof, a public authority or with any public department, agency or official of the state or of any political subdivision thereof or of a public authority, to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question con- cerning such transaction or contract, (a) such person, and any firm, partnership or corporation of which he is a member, partner, director or officer shall be dis- qualified from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any municipal corporation or any public department, agency or official thereof, for goods, work or services, for a period of five years after such refusal, and (b) any and all contracts made with any municipal corporation or any public department, agency or official thereof, since the effective date of this law, by such person, and by any firm, partnership, or corporation of which he is a member, artner, , director or officer may be cancelled or terminated by the municipal corporation without incurring any penalty or 1pamages on account of such cancellation or termination, but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid. The Vendor hereby agrees not to assign, transfer, convey or otherwise dispose of this contract, or his right, title, or interest therein, or his power to execute the same, to any other person or corporation without the previous consent, in writing, of the Town Superintendent of Highways. The Vendor hereby certifies that there are no Federal or State taxes included in the above purchase price and that he is the only intermediary between the manufacturer and the purchaser. This contract comprises the entire c ract between the parties and supersedes any and all other agreements respecting the prop- erty herpiffinribed. s owro uperiatendent of Highways (Vendor) Byva/ (I ��ed APPROVED: , / - _ WW G Ito County Sup rintendent of Higfnuays (Indicate whether officer or agent) nOTE: This contract is for use when the purchase price of the equipment is over$1,000. It must be executed in triplicate and de- vered to the county superintendent of highways. If approved by the county superintendent, he shall file one copy in his office and irhin ten days of the date of his approval file two copies with the town clerk. The. town clerk shall file one copy and deliver one Copy to the Vendor. WHERE APPLICATION IS MADE PURSUANT TO SECTION 104.10, SUBDIVISION 3, OF THE LOCAL FINANCE LAW, A COPY OF TIfIS FORM MUST BE FILED WITH THE STATE COMPTROLLER. SPECIFICATIONS FOR (1) NEW 1972 INTERNATIONAL 2010A TRUCK WITH A GARWOOD GC-2 BODY ( OR EQUAL) GVW 26,000 lbs. 7,500 lb, front axle 18,500 lb. rear axle 6.50 - 8.87 ratio 2 front tow hooks 9,000 ib. front springs 23,000 lb. rear springs with auxiliaries M39 Sheppard power steering 12" x 4" DCM parking brake Bendix Westinghouse air brakes w/12 cu. ft. compressor Baton 16" x 24" "S" cam front brakes Timken 16'�" x 6" "S" cam rear brakes Horizontal muffler and tail pipe 12 volt electrical system 55 amp, alternator 70 amp, hr, battery N. Y. State lights 50 gal. right side mtd. fuel tank RD 450.99 cu. in, engine 6 cyl. valve in head 202 B.H.P. 0 3000 RPM 14" x 15 spring single plate clutch T-54 transmission 47.7 quart cooling system; 3 piece bolted radiator, 775 sq* in. frontal area Dual King size mirrors (6) 10.00 x 20 - 12-ply tires & tubes w/cast spoke wheels GAR WOOD DUMP BODY, MODEL GC-2: 9 'x7' - 4/6 yd capacity GAR WOOD HOIST, MODEL A-50 Body equipped as follows: 4/6 yard capacity 8 gauge sides and front 1/4 Cab Shield (8 gauge) Window cut out with heavy screen insert 3/16" steel floor and tailgate Steel mud shield - front of rear tires Mud flaps Federal Light Kit Mounted and Painted Control levers between seats - floor mount Body to be mounted to maintain 554" clearance from bottom of body floor to ground Clearance to be 10'g" from front of body to rear of cab. Paint: Southold Town Highway Blue with White top. A.C.'143-T.H.20. 1966 Suggested Form of Resolution For Town Highway Equipment Purchases Exceeding $1,000 Resolution by (SJxxommclsfcbexoaq (Town Councilman) ....Howard. . . ...Valenti. . . . . .ne,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,•.••......................... .... .... . . .. .... . .. . . .. . Seconded by (Jx9rsaaxac6cBxXX:4X (Town Councilman) ...Jargg.S..Rk.GY)a...tY.F.a.....................I......................................................... Whereas, the Town Superintendent of Highways did, on the „.,,,,7,th„.,,,,.day of „S.apt.eatler...........................................I 1971 , duly recommend the purchase of certain equipment pursuant to the provisions of'Section 142 of the Highway Law, Now, Therefore, Be It Resolved that pursuant to Section 142 of the Highway Law the Town Superintendent of High- ways is hereby authorized to purchase, in accordance with the provisions of Article 5•A of the General Municipal Law, with the approval of the County Superintendent of Highways, the following: ...,...tae..next..1.9.7.2..International..dump...truck..(ar...equal)............................................................................................ ... ................................................................................................................................................................................................................ ......SEH.,ATTACHED....SPECT.FZ.QAT..1QA1S............................................................................................................................................. ...................................................................................................................................................................................................................... for a maximum price of de.p...tY}.917S.tiiA!)...Sx.X..Yauadzed..sin.BtY•weight..&..00�(.1DA,.-..n...rt...e..tr...n...n..m..m..n..... Dollars (S .J.O.r 69.S..OQ........... ), delivered at ....P.econic.r............................................................................................................... . N. Y., and to be delivered on or about ...............AeC.eI4Y7.eX...14....................... 19.72'. The Town Superintendent of Highways is authorized (subject to the approval of the County Superintendent of Highways if value exceeds $1,000.00) to surrender to the vendor the following equipment at an agreed trade-in value of $.................a ...................................................................................................................................................................................................................... ...................................................................................................................................................................................................................... A contract for the item(s) purchased shall be duly executed in triplicate between the Town Superintendent of Highways and such vendor, and when approved by the County Superintendent of Highways, it shall become effective. When the con- tract has been executed and approved, and upon delivery of the item(s) purchased, the supervisor shall pay the following amounts as specified: (1) $ ..,b9.a.6.9.S.�.R9........., from current appropriations (Item 3) (2) $ from the proceeds of obligations issued pursuant to the Local Finance Law. .................................. (Issuance of such obligations will be authorized by a separate resolution.) Vote of Town Board ............ (Aye) (AEA' ....Albt:r.t...Martacchia........................................................................... Supervisor Justice of Peace Vote of Town Board ............(Aye) (NW) ....Louis..Def$arest................................................................... XkgtWVC fituA+RR9YRRx (Aye) ( ) ,,,Howard„Val,entine ( J9=XXxtx6c62XWXX Vote of Town Board ......•••••• A . ................................................................. Town Councilman Vote of Town Board ............ (Aye) Aye) *by) YlaXt.7ri...SNkeS........................................................................ Justice of Peace Tctas¢onf-iotatxthotatt Vote of Town Board ............ (Aye) James Rich, Jr. J�,f]FXx9t&RXMcXX 4') .................................................................................................. Town Councilman I ype or write in names of Town Board members and indicate horn they voted. 0 he foregoing is a suggested form of resolution to be used at a town board.gle,rut�4'in.connection'JANhe purchase of town highway equipment under Section 142 of the Highway Law. It does not have to be;Yojowed in wel exact langlluddagge used. If it is followed, it should be changed, where necessary, to fit the circumstances.) U ' ;;,j( C 1 130 IN U� SPECI'pICATIONS POR (1) NEW 1972 INTERNATIONAL 2010A TRUCK WITH A GARWOOD GC-2 BODY ( OR UAL) GVW 26,000 lbs. 7,500 ib. front axle 18,500 lb. rear axle 6.50 - 8.87 ratio 2 front tow hooks 9,000 lb. front springs 23,000 lb, rear springs with auxiliaries M39 Sheppard power steering 12" x 4" DCM parking brake Bendix Westinghouse air brakes w/12 cu. ft. compressor Eaton 16" x 24" "S" cam front brakes Timken 161x" x 6" "S" cam rear brakes Horizontal muffler and tail pipe 12 volt electrical system 55 amp. alternator 70 amp. hr. battery N. Y. State lights 50 gal. right side mtd. fuel tank RD 450.99 cu. in. engine 6 cylo valve in head 202 B.H.P. (n3000 RPM 14" x 15 spring single plate clutch T-54 transmission 47.7 quart cooling system; 3 piece bolted radiator, 775 sq. in, frontal area Dual King size mirrors (6) 10.00 x 20 - 12-ply tires & tubes w/cast spoke wheels GAR WOOD DUMP BODY, MODEL GC-2: 9 'x7' - 4/6 yd capacity GAR WOOD HOIST, MODEL A-50 Body equipped as follows: 4/6 yard capacity 8 gauge sides and front 1/4 Cab Shield (8 gauge) Window crit out with heavy screen insert 3/16" steel floor and tailgate Steel mud shield - front of rear tires Mud flaps Federal Light Kit Mounted and Painted Control levers between seats - floor mount Body to be mounted to maintain 554' clearance from bottom of body floor to ground Clearance to be 10'-x" from front of body to rear of cab. Paint: Southold Town Highway Blue with White top.