Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Purchase of Road Equipment
A.C. 143-T.If.20. 1966 70 :Suggested Form of Resolution For Town Highway Equipment Purchases Exceeding $1,000 Resolution by (Justice of Peace) (Town Councilman) Seconded by (Justice of Peace) (Town Coancilman) ............. ......................................... Whereas, the Town Superintendent of Highways did, on the .. ........ day of January............................ ..... 1970' , duly recommend the purchase of certain equipment pursuant to the provisions of Section 142 of the Highway Law, Now, Therefore, Be It Resolved that pursuant to Section 142 of the HighwaY Law the Town Superintendent of High- ways is hereby authorized to purchase, in accordance with the provisions of Article 5-A of the General Municipal Law, with the approval of the County Superintendent of Highways, the following: ......One„New 1970 International Pickup, Model 1100D ............. .................................................................................................... .... ................................................................................................................................................................................................................. ....(SHH..AITA(:E=..SPECI P.ICAT IONS).............................................................................................................................................. ...................................................................................................................................................................................................................... for a maximum price oTWA...tklauSaTid..A.Cxe.Ll..X1I1fI.drC.d...f�.£�Y.�e�br�lt...$G...00/�:pO....:...T... .-..-...�...-..-....:....:..... Dollars ($ ..2,758..•00............. ), delivered at .......P.e.GQAC.C.,...(`.I....Xa............................................................................................... , N. and to be delivered on or about .................MaLCh.,.31........................... 19 70 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 S1.9.008.00: ....................................................................................................................................................................................................I..........I...... ...................................................................................................................................................................................................................... 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) $ ...1.9.75.Q.0.0............. 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) 1 fn;,) ......Albert..Me..Ma,Lto.CChia.................................................................. Supervisor A e Justice of Peace Vote of Town Board ...........( r ) Rift) .......L(?u;L'5.nemAxe�t................................................................ I Vote of Town Board •.......••.• (Aye) jt�y) ,,,,,,Howard Valentine (LXX . ............................................................................................. i Town Councilman Vote of Town Board ............ (Aye) plY.ay) ....... Suter Justice of Peace . ............................................................................................. 1F._9W&TK?PFx Vote of Town Board ............ (Aye) ter) .P9f:'FPbI�x......James...Ri,chs...Jro.............................................................. Town Councilman Type or write .in names of Town Board members and indicate how they voted. (The 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 should he changed, where necessary, to fit the circumstances.) J .- TEL. YAPHANK 4.3451 . 3452 COUNTY OF SUFFOLK DEPARTMENT OF PUBLIC WORKS R. M. KAMMERER, COMMISSIONER YAPHANK, NEW YORK, 11980 LESTER C. ECKART WILLIAMS. MATSUNAYE. JR. DEPUTY COMMISSIONER CHIEF ENGINEER February 24, 1970 Mr. Albert W. Richmond, Town Cleric Town of Southold Main Road Southold, New York - 11971 Dear Mr. Richmond: We are enclosing two approved copies of Contract and Specifications for the Purchase of Road Equipment for the Town of Southold, covering the purchase of one (1) New 1970 Model 1100D International Pickup, as specified. Please deliver one copy to vendor. The extra copy is being mailed to Superintendent Raymond C. Dean. We are also enclosing one copy of the Resolution for Town Highway Equipment Purchases. Very truly yours, � R. M. Kammer Commissioner of Public Works RMK:nmv Encls: cc: Supt. Raymond C. Dean ,Pll➢�3(�� � Y ,,J� � in i i ��I�f i iu, � . n, r CHEVROLET OLDSMO©ILE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . �I E. MAIN STREET ON ROUTE 25 - P'' - EAD, NEW YORK _ PHONE PARK.*7- 1100 4, 1970 r` R ` Town Of Southold Department of Highways Peconic , New York We are pleased to submit our bid on: i 1-A'ew 1.970 Chevrolet Half-Ton Pickup s with the following optional equipment : , Heavy Duty Rear Springs Painted Rear Bumper Jr. West Coast Mirrors Heavy Duty Battery Radio one Paint Paint (color #531 replaces #537 ) x+ k The net cost to you with one 1966 Tnternational !! Pickup as trade-in and less State and Pederal taxes would be. . .. .. . . 000$2000,00 { l r Sincerely, i it OR BECKWITH J . cLESMA,N O�KGE�E CHEVROLET-OLDS . INC . �} i. // � 2�� mil/u� •'�, Y A.C. 141--1.11.201- 1966 , �y 10 Suggested Form of Resolution For Town Highway Equipment Purchases Exceeding $1,000 Resolution by (justice of Peace) Martin Suter ...................................................................................................................... Seconded by "%T4`$N€)PWAX) (Town Councilman) Howard Valentine ........................................................................................................I............. Whereas, the Town Superintendent of Highways did, on the 31St. day of March ........ . ............................I........................... , 19 70 , 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) New 1970 Backhoe - ...................................................................................................................................................................................................................... .................. ................................................................................................................................................................................................... .......SEE.,ATTACHED„SPECI..... ONS)............................................................................................................................................ ...................................................................................................................................................................................................................... for a maximum price of Thi,rt,egyX..th9u.sand„pin,,e,,,hundrgd„,apd„00/lOQ...:- - - 7!..:n..77- - -_.-7777.. Dollars ...77... ........77.......... ($13.1.KQ.QQ'.............. ), delivered at ...............PecO.(li.G.r.................................................................................................... , N. and to be delivered on or about _........................May...25 x...................., 1970.. 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 $..................: ..... ................................................................................................................................................................................................I............... ...................................................................................................................................................................................................................... A contract for the items) purchased shall be duly executed in triplicate between the Town Superintendent of Highways andsuch 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 items) purchased, the supervisor shall pay the following amounts as specified: (I) $ 131900.00 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) (Xx9O ......Albert...M....MartocGhia.............................................7.7.77................ Supervisor Louis Demarest justice of Peace Voteof Town Board ............(Aye) (1X.. . .............................................................................................. T7&YQ1)OU9aM1®Sn Mar Vote of Town Board ............ (Aye) (bt3gQ ..............t....in.....Sut ..........er justice of Peace....................................................................... { �'MxxXYdI0lAE3�ilix Vote of Town Board ............ (Aye) ($K) ......Howard Valentine ( jOr9¢feFDW�c$][ddec Town Councilman ,,�J . Vote of Town Board ............ (Aye) ( Y) .........James............HRich.............. Jr ..L.......................................................... i`O"Xxm `X...... { Town Councilman I' pe or write in names of Town Board members and indicate bow they voted. Cfhe 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 should be changed, where necessary, to fit the circumstances.) Date of delivery may be a determinirg factor in the award of this bid. Each bidder shall submit manufacturer's detailed description and all specifications of equipment offered under this bid. Attached specifications are to be considered at all times as part of this official bid form. Under bidder comparison specifications, in the attached specifications, each bidder must note specifically what is offered as compared to specifications. Exact dimensions and complete descriptions must be noted. The words "as specified" - "equal to" - "equivalent" will not be cinsidered satisfactory. Bids failing to comply, may be, declared informal as a result. SPECIFICATIONS BIDDERS COMPARISON SPECIFICATIONS General Description: 1 . 1970 Integrated Backhoe - loader modrl 140 Dynahoe or equal without'thc use of mounting bolts. 2 One piece steel frame weighing no less than 2500 pounds. Engine: 1. 3 cylinder, two cycle diesel 2. 97 H.P. @ 2800 R.P.M. 3. 202 net torque foor pounds @ 1200 R.P.M. A. 12 volt electrical system 5. Dry type air cleaner.. 6. 27 fuel gallons tank Transmission° 1. Powershift, synchromesh, 2. Three speeds forward 0 to 17.2 M.P.H. 3. Three Speeds reverse 0 to 21.8 M.P.H. i Torque Converter: 1. Single stage 2. Separate oil to air heat exchanger 3. Temperature gauge Rear Axle: 1. Planetary drive 2. Torque proportioning differential , having power transfer of 24% to the wheel with better footing. Front Axle: 1. Wishbone, cast steel main member. 2. 42,600 lb, load capacity. Tires: 1. Front - at least 11:00x16 - 12 ply rib. 2. Rear - at least 16.9x24 - 10 ply utility. Brakes: 1. Hydraulic, shoe type 2. Individually applied 3. Mechanical parking brake on drive sahft. 4. Not less than a14 square in. Hydraulic System: 1. Sealed 32 gallon system 2. 25 micron full flow filter 3. Vane type replaceable cartridge pump having a capacity of 55 G.P.M. at 2,500 RPM. 4. Separate oil to air heat exchanger to main- tain system temperature 500above ambient. 5 Hydraulic temperature gauge. Loader: 1. Bucket not less than 83" wide, having a S.A.E, rated capacity of 1-1/4 cu, yards. 2. Lift: capacity to full height not less than 5,300 lbs. 3. Carrying capacity not less than 6,950 pounds (based on 50% of tipping). 4. Breakout force not less than 9500 lbs. 5. Dumping clearance under bucket cutting edge at full height not less than 8'6" 6. Hooks to be mounted on rear center of spill guard. PAGE 1 • ..+ :.�. ia '> v;. :�tiil�Uiti 51'L1,1. Backhoe: 1. Max, digging depth not less than 14"0" 2. 24" wide, 3/8 cubic yards capacity heavy duty bucket with heavy duty replaceable tip , teeth and hook. 3. Reach from rear axle not less than 22"0" 4. Dumping height not less than 14'3". 5. Stabilizer width on ground not less than 12'5". 6 Stabilizer reach below wheel level not less than 2'4". 7. Lifting capacity not less than 2250 lbs, (boom and dipper fully extended) using boom cylinder. 8. Lifting capacity not less than 5,000 pounds (boom partially raised) using dipper cylindrer. I I Eydraulic Cylinders: Cylinsers and piston rods shall not be less than the following diameters: 1. B.H. boom cyl. 4-1/2", double acting, piston rod 2-1/2". 2. B.H. dipper cyl. 4-1/2", double acting, Piston rod 2-1/2". 3. B.H. bucket cyl. 3-1/2", double acting, piston rod 2-1/2". 4. B.H. stabilizers cyl . 4", double acting piston rod 2-1/2". 5. B.H. swing cyls. 4", single acting, piston rod 6. Loader left cyls. 4", double acting piston rod 2-1/2". 7. Loader bucket cyls. 3", double acting piston rod 2". Standard Equipment: Accessories: 1. Hydraulic stabilizers with grousers and rubber street pads. 2. Power steering. 3. Muffler with rain cap. 4. Rear fenders. 5. Neutral safety starting switch. 6. Cigarette lighter. 7. Loader bucket level indicator. 8. Parking brake. 10. Tool box. 11. Anti-vandalism instrument panel cover, 12. Engine hood sides. 13. 3600 rotating upholstered operator's seat with seat belts. 14. Engine temperature and oil pressure gauges. 15. Tachometer, hourmeter, ammeter & fuel gauge. 16. Converter & hydraulic oil temperature gauge . 17. Fully enclosed cab with self-storing rear windshield mounted on nylon rollers. 18. Twin skylight windows. 19. Doors with outside holdback catches. 20. Safety glass throughout. 21. Windshield wipers. 22. Two side mirrors. 24. Reflectors. 25. Federal Sign #184 cab mounted rotating flasher. 26. Directional signals with four-way hazard flasher switch. 27. Front & rear license plate brackets w/ligjtd Paint: Dupont Duluxe Enamel #93-78387 Blue Weight: Not less than 14,400 pounds. i Production: Model bid at least 3 years, Listing: List present users in Suffolk Courty. PAGE 2 - i A.0.142 - 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 1970 Ford Backhoe, Model 5500 (SEE ATTACHED SPECIFICATIONS) (Set forth herein or attach detail specifications upon which bids were based) entered into this 23rd day of_ April, , 1970 , between the Town Superintendent of Highways of the Town of_ Southold , in the County of Suffolk New York, and Island Ford Tractor Sales. Inc _ the Vendor, whose principal office is located at Route 25, Mattituck, New York 0. ir.s for a total price ofThirteen thousand nine hundred & 00/100 - - - - - Dollars ($ 13)900.00 ) 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 it 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 March 31, , 19 70 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 _ 13,900.00_ (3) By payment from proceeds of obligations TOTAL $13,900.00 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 12 months s and that it will be delivered in first class condition at -Peconic, New York not later than the 25th day of May , 19 70. 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, partner, director or officer may be cancelled or terminated by the municipal corporation without incurring any penalty or damsges 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 withoutthe 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. 'Phis contract comprises the entir o-htract between the parties and supersedes any and all other agreements respecting the prop- er[/, ter describe1d�. i&,40 TR Ht fG2 SAtu+ �+✓t r Town Superintendent of Highways (Vendor) > / By "Y',: A PRO OR\\ ✓— Its �tLlt County uperintendent of Highways (Indicate whether officer or agent) E Onunj.6loner of Public Works 0H 1 (' : 4'1 l' 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- livered to the county superintendent of highways. If approved by the county superintendent, he shall file one copy in his office and within 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 THIS FORM MUST BE FILED WITH THE STATE COMPTROLLER. Date of delivery may be a determining factor in ti:e award of this bid. Each bidder shall submit manufacturer's detailed escri:ption and all specifications of equipment offered under this b'u. Attached specifications are to be considered at all times as part of this official bid form. Under bidder comparison specifications, in the attached specifications, each bidder must note specifically what is offer„d as compared to specifications. Exact dimensions and complete descriptions must be noted. The words "as specified" - "equal to" - "equival3rt" will not be cinsidered satisfactory. Bids failing to comply, may beideclared informal as a result. General Description: 1. 1970 Integrated Backhoe - loader model 140 Dynahoe or equal withoutathe use of mounting bolts. 2 One piece steel frame weighing no less than 2500 pounds. I Engine: 1. 3 cylinder, two cycle diesel 2. 97 H.P. @ 2800 R.P.M. 3. 202 net torque foor pounds @ 1200 R.P.M. 4. 12 volt electrical system 5. Dry type air cleaner. 6. 27 fuel gallons tank Transmission9 1. Powershift, synchromesh. 2. Three speeds forward 0 to 17.2 M.P.H. 3. Three Speeds reverse 0 to 21,8 M.P.H. Torque Converter: i, Single stage 2. Separate oil to air heat exchanger 3. Temperature gauge Rear Axle: 1, Planetary drive 2. Torque proportioning differential , having power transfer of 24% to the wheel with better footing. Front Axle: 1. Wishbone, cast steel main member. 2, 42,600 lb, load capacity. Tires: 1. Front - at least ll :OOxl6 - 12 ply rib. 2. Rear - at least 16.9x24 - 10 ply utility. Brakes: 1. Hydraulic, shoe type 2. Individually applied 3. Mechanical parking brake on drive sahft. 4. Not less than a14 square in. Hydraulic System: 1. Sealed 32 gallon system 2. 25 micron full flow filter 3. Vane type replaceable cartridge pump having a capacity of 55 G.P.M. at 2,500 RPM. 4. Separate oil to air heat exchanger to main- tain system temperature 500above ambient, 5 Hydraulic temperature gauge. Loader: 1. Bucket not less than 83" wide, having a S.A.E. rated capacity of 1-1/4 cu, yards. 2. Lift capacity to full height not less than 5,300 lbs, 3. Carrying capacity not less than 6,950 pounds (based on 50%, of tipping). 4. Breakout force not less than 9500 lbs. 5. Dumping clearance under bucket cutting edge at full height not less than 8'6" 6, Hooks to be mounted on rear center of spill guard. PAGE 1 - Backhoe: 1. Max, digging depth not less than 14"0" 2. 24" wide, 3/8 cubic yards capacity heavy duty bucket with heavy duty replaceable tip teeth nd hook. 3. Reach from rear axle not less than 22"0" 4. Dumping height not less than 14'3". S. Stabilizer width on ground not less than 1 12'5". 6 Stabilizer reach below wheel level not less than 2'4". 7, Lifting capacity not less than 2250 lbs, (boom and dipper fully extended) using boom cylinder. 8. Lifting capacity not less than 5,000 pounds (boom partially raised) using dipper cylindrer. Hydraulic Cylinders: Cylinsers and piston rods shall not be less than the following diameters: 1. B.H. boom cyl. 4-1/2", double acting, Piston rod 2-1/2". i 2. B.H. dipper cyl. 4-1/2", double acting, Piston rod 2-1/2". 3, B.H. bucket cyl, 3-1/2", double acting, piston rod 2-1/2". 4. B.H. stabilizers cyl. 4", double acting piston rod 2-1/2". 5. B.H. swing cyls. 4", single acting, piston rod 1-1/2", 6, Loader left cyls. 4", double acting piston :rod 2-1/2". 7. Loader bucket cyls. 3", double acting piston rod 2", Standard Equipment: Accessories: 1. Hydraulic stabilizers with grousers and rubber street pads. 2. Power steering. 3. Muffler with rain cap, 4. Rear fenders. 5. Neutral safety starting switch. 6. Cigarette lighter. 7. Loader bucket level indicator. 8. Parking brake, 10. Tool box. 11. Anti-vandalism instrument.panel cover, 12. Engine hood sides. 13, 3600 rotating upholstered operator's seat with seat belts. 14. Engine temperature and oil pressure gauges. 15. Tachometer, hourmeter, ammeter & fuel gauge 16. Converter & hydraulic oil temperature gauge;. 17. Fully enclosed cab with self-storing rear windshield mounted on nylon rollers, 18. Twin skylight windows. 19. Doors with outside holdback catches. 20. Safety glass throughout, 21. Windshield wipers. 22. Two side mirrors. 24. Etflectors. 25. Federal Sign #184 cab mounted rotating flasher, 26. Directional signals with four-way hazard flasher switch. 27. Front & rear license plate brackets w/ligjti Paint: Dupont Duluxe Enamel #93-78387 Blue Weight: Not less than 14,400 pounds. Production: Model bid at least 3 years. Listing: List present users in Suffolk County. PAGE 2 - .. '' TEL. YAPHANK 4-3451 -/345 COUNTY OF SUFFOLK DEPARTMENT OF PUBLIC WORKS R. M. KAMMERER, COMMISSIONER YAPHANK, NEW YORK, 11980 LESTER C. ECKART WILLIAMS, MATSUNAYE. JR. DEPUTY COMMISSIONER CHIEF ENGINEER March 25, 1970 Mr. Albert W. Richmond, Town Clerk Town of Southold Main Road Southold, New York 1194/# Dear Sir: We are enclosing two approved copies of Contract and Specifications for the Purchase of Road Equipment for the Town of Southold, covering the purchase of one (1) New 1970 Pontiac Executive 4-dr. Hardtop, as specified. Please deliver one copy to vendor. The extra copy is being sent to Supt. Raymond Dean. Very truly yours, K R. M. Kammerer Commissioner of Public Works h1 encs. cc. Supt. Raymond Dean w s n.C. 113'-T.11.20' 1966 Suggested Form of Resolution For T®--t., Highwvv 7quipment Purchases Exceeding $1,000 Resolution by (Justice of Peace) Mart l.n $;!ter ...................................................................................................................... Seconded by (Justice of Peace) (TxxxxC3nuoXi6T¢ea.) _.....Jame^.. ::Ch.e..JI�............................................................................ Whereas, the Town Superintendent of Highways die', on the i 1: day of FCl7,ivary .............. . . ... ...................., 19 7 duly recommend the purchase of certain Q, eui-r)ent pursannt to the provisions of'Section 142 of the highway Law, Now, Therefore, Be It Resolved that pursuant tc Section 142 of the Highway Law the Town Superintendent of High- ways is hereby authorized to purchase, in accordance with the provisions of Article 5-A of the General Municipal Law, with the approval of the County Superintendent of ilipLways, the foilov ing: New 1970 four door Sedan ................................................................................................................................................................................................ ........................ ............................ .. .._. ....,............. . ..._ .............................................,............................. .,............. ....MIII...A'Cz'('7M...up'apWATIQN,s)............._ ................. ...................................................................................................... ............................................................................................................................................................................................I......................... for a maximum price of ...FQUX..'.tk1QL1.S&ASS..f,��.R.`-'....;�..'•`:'!1.Sed...t.h ?--"on.SY.Q..And..."4i4I�:Q.Q... ..C...-...�..�...�. Dollars (.$ .4.,53.2.26.............. ), delivered at ........Pecon=-c..t..... ................ .................................................................................... , N. and to be delivered on or about ...................Ap.,C.3t... ?.,. ......................., 1,) .7.0., 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 cvuipment at an agreed trade-in value of $.2049,.26 Ctr:e,...(1)...19.67..Oldsmobile...£nar...dao.x...�wc: 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 .:perintendent of Highways, it shall become effective. When the con- tract has been executed and approved, and upon deli•:cry of the item(s) purchased., the supervisor shall pay the following amounts as specified: (1) $ 2 48$000 from current appropr;rations (Item 3) (2) $ from the proceeds of obligations issued pursuant to the Local Finance Law, .................................. (Issuance of such obligations mill bo authorized by a separate resolution.) Vote of Town Board ............ (Aye) (bb* ......Alhc,-Z._.1YI.o...M ItoCgh :........................................I......................... Supervisor Vote of Town Board (Aye) (1Ssttj7lj ,,,,.,Louis Dcmarest ,Justice of Peace ............ ........................................................................................... tXR8df7FX`fiKr75X?FtY2SSX Vote of Town Board ......•••••• (Aye) (XXy9 HOtt•arr_' Valentine (>tJftlf;'€MxXYl%9arlte KX .................... ................................................................................... l Town Councilman Martin: ^cater ( justice of Peace Vote of Town Board ............ (Aye) (1�3 1 I ....................................................�............................... '3acttxf�tnesttitmxvoc Vote of Town Board (Aye) •.....Jatse; P.zehr Jr. iemtCm't06'CL�KKX'' ............ Y ) ( ....................................................................................... Town Councilman I' Joe or write in names of Town Board members and in-licate how th,i voted. (The foregoing is a suggested form of resolution to he ice• d at a town boa-d amoeting in connection with the purchase of town highway yuipmont under Section 142 of the Highway Law. It 41... = not have to ho followed in the exact language used. If it is (ollowed, it nhonld be changed, where necessary, to fit the eircurnwa, o .) car Overall length 223.9 inches Overall width 80.0 inches Wheel base 125.0 inches Tread front/rear 64/64 inches Weight 4,132 lbs. Fuel tank capacity 26 gals. Cooling system 18 qts. Engine _ V-8 400 cu. in. 4-barrel carb. premium £ue7. 330 h.p. Trunk Capacity 21„8 cu, in. Turbo-Hydramatic Power Steering Power disc brakes Power windows Vinyl Interior (Morrokide) Radio Electric Clock Positive traction differential Tire Size H78x15 Tinted windshield Color: Gray ^ V 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 M New 1970 Pontiac Executive 4-dr. Hardtop _ (SEE ATTACHED SPICIFICATIONS) (Set forth herein or attach detail specifications upon which bids were based) entered into this 12 day of March, 19 70, between the Town Superintendent of Highways of the Town of__ Southold in the County, of Suffolk New York, and Vail Brothers, Inc. the Vendor, whose principal office is located at Peconic. Ngw York rens fo,: a total price of Four thousand five hundred thirty-two and 26/100 - Dollars ($ 49 532.26 ), This contract has been awarded to the aforesaid Vendor who was the lowest, responsible bidder determined by receipt of sealed hills 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 _ March 24, , 19 70 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: One (1) 1967 Oldsmobile 4 dr. sedan $ 2,049.26 (2) By payment from current appropriations 2,483.00 (3) By payment from proceeds of obligations TOTAL $- 4,532.26 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 360 days and that it will be delivered in first class condition at Peeonic, New York not later than the 6th day of April, 19_]0 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, partner, director or officer may be cancelled or terminated by the municipal corporation without incurring any penalty or damages on account of such cancellation of 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, tide, 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 of State taxes included in the above purchase price and that he is the only intermediary between the manufacturer and the purchaser. This tract comprises the en 're tr�ct between the parties and supersedes any and all other agreements respecting the prop- erty,h€tein d scribed. / own Super intende t of Highways (Vendor) Its � ���l Q�]J/ County Superinten nt O� Highways (Indicate whether officer or agent) NOTE: This contract is for use when the purchase price of the equipment is over$1,000. It must be executed in triplicate and de- livered to the county superintendent of highways. If approved by the county superintendent, he shall file one copy in his office and within ten days of the date of his approval file two copies with the town clerk. The town clerk shall file one copy and deliver one copy to the Vendor. WHERE APPLICATION IS MAD17 PURSUANT TO SECTION 104.10, SUBDIVISION 3, OF THE LOCAL FINANCE LAW, A COPY OF THIS FORM MUST BE FILED WITH THE STATE COMPTROLLER. Irl �,..rlpOr IIstc(i� n) Car Overall length 223.9 inches Overall width 80.0 inches Wheel base 125.0 inches Tread front/rear 6464 inches 'sleight 4,132 lbs. Fuel tank capacity 26 gals. Cooling system 18 qts. Engine _ V-8 400 cu, in. 4-barrel Garb, premium £L:=1 330 h.p. Trunk Capacity 21.8 cu. in. Turbo-Hydramatic Power Steering Power disc brakes Power windows Vinyl Interior (Morrokide) Radio Electric Clock Positive traction differential Tire Size H78-C15 Tinted windshield Color: Gray f quo. . A.C.142 T.H.19 . 1966 CONTRACT AND SPECIFICATIONS FOR THE PURCHASE OF ROAD EQUIPMENT This is a contract to purchase the following road equipment One New 1970 Model 1100D International Pickup (SBE ATTACHED SPECIFICATIONS) (Set forth herein or attach detail specifications upon which bids were based) entered into this 10th day of_ February, 19_ 7 , between the Town Superintendent of Highways of the Town of Southold , in the County of Suffolk New York, and Tryac Trttrk A, Eqi,4 nment_jCa , InC r the Vendor, whose principal office is located a[ Riye'T'.1_ls'>♦d� New York �S�e for a total price ofltvo thousand seven hundred fifty—eieht & 00/100 ,_ Dollars ($ 2,758.00 ). 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 S-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 January 13, , 19 70 , 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 [rade-in, the equipment described at the agreed value of: _1966 Sntarnn*1nnal pickup $ 19008.00 (2) By payment from current appropriations 1,,750.00 (?I) By payment from proceeds of obligations 2,758.00 TOTAL $— It is agreed that the tide 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 365 days and that it will be delivered in first class condition at PeconieT_N.—Y. not V- not later than the _U8tday of March 19_ 70 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 personand any firm, partnership or corporation of which be is a member., partner, director or officer shall be dis- qualified fro,m 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, workorservices, 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 of 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 [axes included in the above purchase price and that he is the only intermediary between the manufacturer and the purchaser. This act comprises th/p contract between the parties and supersedes any and all other agreements respecting the prop- crtyh ein d cribed.� // i TRYAC 4'RUCK & EQUIPMENT CO., INC. own Super inten ant of Highways 7 Vendoe) APPA;OV �1 ��n@��^i���dC-f/\ ' � 7 �Ira TREASURER County Superinte dent of Highways (Indicate whether officer or agent) AT4':: This contract is for use when the purchase price of the equipment is over$1,000. It must be executed in triplicate and de. ered to the county superintendent of highways. If approved by the county superintendent, he shall file one copy in his office and within 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 THIS FORM MUST BE FILED WITH THE STATE COMPTROLLER. Ilk �u�Eruitez���ttt of ��ir�i�£uttp,� ZO(1311 of 'SouflfolD �Yecmlic, �1- "fi- SPECIFICATIONS FOR A NEW 1970 HALF-TON PICKUP STBPSIDB - V8 Engine - 307 Cu. in. displacement 200 H. P. 115" Wheelbase - (5) G78/15 Tires Deluxe Heater and Defroster Class 'A' Directional Signals Inside Mirror 2 - Junior West Coast Mirrors 2 Speed Windshield wiper Windshield washer 3 speed fully sunchronized column gear shift 1 Commercial Radio Heavy duty rear springs; standard rear bumper;, heavy duty Battery Colors 537AC Trade-int One (1) 1966 International Pickup