HomeMy WebLinkAboutSix Police Vehicles Special � ` �, •'moi. ,,., _ ..�.
C=
Town Hall, 53095 Main Road
®�- P.O. Box 1179
"'✓� ; `�� Southold, New York 11971
JUDITH T. TERRY TELEPHONE.
TOWN CLERK (516)765-1801
REGISTRAR OF VITAL STATISTICS OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
June 3, 1987
Richard F. Mullen, Jr. , Vice President
Mullen Motors, Inc.
East Main Street
Southold, New York 11971
Dear Dick:
It has come to my attention that the Police Department has taken
delivery of the six' (6) new marked policed vehicles. I am, therefore,
returning herewith your $100. 00 bid deposit check.
Very truly yours,
Judith T. Terry
Southold Town Clerk
:
H. DANIEL WINTERS
CHIEF OF POLICE
POLICE DEPARTMENT, TOWN OF SOUTHOLD
PECONIC, NEW YORK, 11958
TELEPHONE
EMERGENCY DIAL 911
ADMINISTRATIVE: 516 765-2600 ( C �, 1 V E D
516 734.6022 June 2,1987
JUN 3 1987
Southold Town Clerk
Stype Insurance Inc.
Route 25
Mattituck,N.Y. 11952
Att: Fred Kaelin
Dear Fred:
Mullen Motors has delivered our six (6) new marked police vehicles.
We will be gradually taking some of the older cars_off the road and trading
them into Mullen. When we are finished with the trade-ins I will adivse you
which ones to delete from the insurance policy.
Following is a list of the vehicles delivered on June 1,1987 and their V.I.N. 's.
6-1987 Gran-Fury 4 door sedans
1P3BB26S2HW109964
1P3BB26S4HW109965
1P3BB26S6HW109966
1P3BB26S8HW109967
1P3BB26SXHW109968
1P3BB26S1HW109969
Note: These six are in addition to the 1987 Plymouth Gran Fury you insured
on 5/28/87- Vin. # on that one is 1P3BB26P3HW113887.
The confusing factor is that we received 1987 vehicles two years in a
row. If you have any questions please call me.
cc: Southold Town Clerk Veryly yours,
s
zf
H D Winters,Chief
Town Hall, 53095 Main Road
�O
�- P.O. Box 1 179
Southold, New York 11971
JUDITH T. TERRY TELEPHONE,
TOWN CLERK (516)765-1801
REGISTRAR OF VITAL STATISTICS OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
February 10, -1987
Richard F. Mullen, Jr., Vice President
Mullen Motors, Inc.
East Main Street
Southold, New York 1.1971
Dear Dick:
The Southold Town Board, at a special' meeting held on February
10, 1987, accepted your bids for the following vehicles:
One 1987 12 Passenger Wagon at a bid` price of $13,677- 00.
One 1987 Four Wheel Drive Pick Up at a bidprice of $13,899. 00.
k_-9,ix ,1987 Special Police Type Sedans at a total price of $71,980. 00.
Upon delivery of the above vehicles your $100. 00 bid: checks which were
included with each bid will be returned to you.
Very truly yours,
dl—�
�- Y—
Judith T. Terry
Southold Town Clerk
cc: Chief Winters
w Town Hall 53095 Main Road
v` P.O. Box 728
Southold New York 11971
JUDITH T.TERRY TELEPHONE
Town CLERK (516)765-1801
REGISTRAR OF VITAL STATISTICS OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
March 11, 1987
Dear Mr. Hei nisch:
Your letter of February 20, 1987 concerning Police Vehicle bids was transmitted
to the Town Board members and Chief Winters.
Attached is the response I received from Chief Winters and is 'forwarded for
your information.
w-
.a'
POLICE ;✓PA hMENT,TOWOF SOUTHOLD
DATE 3-11-87
From the Office of the Chief of Police
COPY FOR "UR
To:Judy: INFORMATION
Attached please find letter that should have gone
to you.
Based on the letter from Bernard Heinisch, I checked
over the form submitted by Mullen and indeed it did
state a two barrel carburetor which I knew to be a
11typoll
I called Mullen and had him submit a corrected
spec sheet.
I know the carburetors on the marked police vehicles
are 4 bbl .
i
H.D.W.
RECEIVED
MAR 1 1987
Town Cto.tf CnuthoW
❑ Take appropriate action . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
ZO ❑ Initial and return
H ❑ For information only
Q ❑ File
0 Reply required -due on
s.J
COLT
cm
EAST MAIN STREET SOUTHOLD, NEW YORK 11971 TELEPHONE (516) 765-3564
COPY FOR YOUR
IKFORMATION
RECEIVED
March 9, 1987 MAR i 1987
Tnwn CIor4 1;00hold
Office of Town Clerk
Southold Town
Town Hall
Main Road,Southold N.Y.
To Whom It May Concern#
Enclosed please find corrected copy of the police
Vehicle Specification auestionnaire. The origional that was
submitted with our bid for six police cars contained an typogra-
phical error in regard to the carbuerator type.
Yours truly
Mullen Motors Inc..
Ric rd F. Mullen Jr.
RFMjrlsj Vice President
encl.
i 1
• POLICE VEHICLE SPECIFICATION QUESTIONNAIRE
Attachment to: Bid by Mullen Motors Inc.
(Dealer Name)
East Main ;z)treet,Southold, New York 11971
(Dealer Address)
FOR POLICE VEHICLES SPECIFIED BY THE POLICE DEPARTMENT, TOWN OF SOUTHOU
Make of vehicle gymouth Model Gran Fury 4 DR
Wheelbase (inches) 112.7 Overall length (inches) 205.7 Overall width (inches) 74.2
Style or Series 41R Engine C.I.D. 318 Carbuerator type 4 Barrel.
SAE Net H .P. 165 @ R.P.M. 3000 Cooling system Capacity (Qts.) 15.5
Exhaust system type Single Transmission type Automatic 3 Speed
Rear Axle ratio 2.2 to 1 Brake type Hydraulic Disc front
Wheel size 15"x 7.0 Tire size 205/75/R15 Tire type All Weather
Tire manufacturer Goodyear Battery (amps) 500
Alternator make Chrysler Amps 7$ Fuel tank capacity 18
(gallons)
Crankcase capacity (including filter - qts.) 5
Front compartment leg room (inches) 42.5 Headroom (inches) 39.3
Rear- compartment leg room (inches)- 36.6 Headroom (inches) 37.7
Luggage compartment capacity (cu. ft.) 15.6
We do ( ], do not [ ] meet all requirements listed in this specification. List all
exceptions on an attachment with dealer* letterhead.
The vehicles bid on this specification shall meet all the requirements as outlined.
Should it be determined that upon delivery the vehicles are deficient in any respect,
the dealer and/or the manufacturer will; at no expense to the department correct the
deficiencies.
* If the bidding dealer is not located within twenty-five (25) highway miles (by the
most direct route from Peconic, New York, the location of service and repair facilities
to be provided by bidder will be:
Date: Feb42,1987 -�
ealer Authorized Signature)
Box 204
RfaIVED Southold,NY 11971
February 20, 1987
FEB
E B t 197
Town of Southold ,�
Town Board mold
Main Street
Southold,NY 11971
Gentlemen:
I recently viewed the bid on Police Vehicles and saw where they
awarded the bid to Mullen Motors, the lowest bidder. I noticed also that
Mullen Motors specification sheet stated that they meet all the requirements
listed in the specifications. If you look at your specs you will notice that a
four(4) barrel carburetor or fuel injector is called for and they are bidding a
two (2) barrel carburetor. They are not meeting specifications. Perhaps when you
analyzed the bid, this fact was overlooked. This award could be challenged as being
illegal.
Upon making inquiry at the Town Clerks office to see if they compared the low bid
to the current State Contract price on Police, Law Enforcement passenger cars,they
did not seem to be aware of any such state bids. They suggested I inquire at the
Town Supervisors office. The supervisors office assured me they were aware of the
state contract system and have purchased office supplies on state contract. The
young ladies were not aware that other items could be purchased, ie: autos, trucks,
tires, batteries and hundreds of other items. They had no information available.
I am enclosing a copy of the state specificiations for Law Enforcement vehicles
and the award sheets. I believe the specifications are equal and the delivery price
is lower than the local vendor. Perhaps the town could bid the Surplus Vehicles under
another bid and save the taxpayers thousands of dollars.
Southold town is growing at a rapid pace. I would like to believe that the town
is keeping in step with the growth by providing knowledgeable and informed personnel
with information on the most fiscally responsible purchasing procedures, under the
State Municipal Laws. The personnel in the supervisors office seemed eager for any
information on purchasing. I hope it is made available to them.
Very trul yours, r ;
t1d�3
Bernard A. Heini
sch
enc: 3
STATE OISW YORK - EXECUTIVE DEPARTMENT
OFFICE OF GENERAL SERVICES
STANDARDS AND PURCHASE
1 ti CORNING TOWER BUILDING
9 _ THE GOVERNOR NELSON A. ROCKEFELLER EMPIRE ;
ALBANY, NY 12242
Western Union Telex No. 145-468
Answer Back - OGS S P ALB
TWX No. 710-441-8254
Answer Back - NYS OFC GS ALB
NOTICE OF CONTRACT AWARD for PROPOSAL NUMBER 1497
GROUP NUMBER AND COMMODITY: 40500 - SMALL TRUCKS
CONTRACT PERIOD:
Purchase Request No. 97,064
BIDS OPENED:
December 1, 1985 through the termination of October 11, 1985
vehicle production for the 1986 model year.
SPECIFICATION SPEC-342 dated August 30, 1985
REFERENCE (Supersedes SPEC-323 dated August 20, 1984)
DATE ISSUED: ADDRESS INQUIRIES TO: TEAM # 1
Purchasing Officer I: W.F. Germain, Jr.**
December 30, 1985 Telephone Number: 518/474-8676
Cash Discount, If Shown, Should be Given Special Attention.
INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR PAYMENT.
AGENCIES SHOULD NOTIFY THE DIVISION OF PURCHASING PROMPTLY IF THE CONTRACTOR FAILS TO
MEET THE DELIVERY TERMS OF THIS CONTRACT. DELIVERED ITEMS WHICH DO NOT COMPLY WITH THE
SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO
THE DIVISION OF PURCHASING.
FOR TAX FREE TRANSACTIONS UNDER THE INTERNAL REVENUE CODE, THE NEW YORK STATE
REGISTRATION NUMBER IS 14740026K.
**ADDRESS INQUIRIES From Non-State Agencies To:
Lily Delphey, Non-State Agency Coordinator
(518-474-6717)
PRICE:
Price is net F.O.B. including delivery to any point in the State of New York.
Prices are subject to decrease by the amount of any general decrease in the
wholesale prices established by the manufacturer by deducting from the quoted price
the difference between the established manufacturer's wholesale prices on the date
equipment is shipped from the factory.
*NOTE TO AGENCIES:
The letters SB listed under the Contract Number indicate the contractor is a
self-identified small business.
CONTRACT NO. CONTRACTOR & ADDRESS TELEPHONE NO. FED. IDENT. NO.
P 23265 ACTION CHEVROLET 518-438-8461 141657371
*SB 795 HOOSICK ROAD 518-279-1741
TROY NY 12180 Jack Robertson
(continued)
1074S/hf
• ,
�gpUp 40500 - SMALL TRUCKS
AWARD PAGE 2
CONTRACT NO. CONTRACTOR & ADDRESS
TELEPHONE NO. FED. (DENT. N0• ,
P
23266 AMC/JEEP OF HUNTINGTON, INC. 516-427-0270 112456918 1220 B. JERICHO TURNPIKE John Storck' Jr.
HUNTINGTON NY 11743
23267 CANANDAIGUA MOTORS, INC. 716-394-3440 160723841
P
*SB 2591 ROCHESTER ROAD C. Fred Moore
CANANDAIGUA NY 14424
P
23268 COUNTRY CLUB CHEVROLET, INC. 607-432-6190 150623594
*SB 70 ONEIDA ST. Scott C. Davis
ONEONTA NY 13820
-JOINT VENTURE- 315-942-5555 161230125
p 23269 DAVIDSON CHEVROLET, INC. -
*SB D CHEVROLET. INC. - FAMILY MOTORS Roy Short
P.O. BOX 271
ROME NY 13440
`3270 KELLER CHEVROLET INC. 716-633-5000 160798599
P Peter Csaba
*SB 3600 GENESEE ST.
CHEEKTOWAGA NY 14225
716-896-3200 160767190
P 23271 MAIER-SCHULE GMC, INC. Martin L. Modaffari
*SB 1745 WALDEN AVE.
BUFFALO NY 14225
WARNOCK-DODGE-FORD-CHEVROLET, INC. 201-884-2Warnock
00 V222111012
P 23272
258 RT. 10 Donald W.
EAST HANOVER NJ 07936
CONTRACT PAYMENTS:
sed by State facilities until the contract items have
Payments cannot be proces
been delivered in satisfactory condition. Payment will be based on any invoice used
in the supplier's satisfnormalactory
of business, however, such invoice must contain
t limited to Contract No. , description of material,
sufficient data including but no
t as well as Federal Identification Number.
quantity, unit and 'price per uni
State facilities are required to forward properly completed vouchers to the
Office of the State Comptroller for audit and payment. All facilities are urged to
process every completed voucher expeditiously giving particular attention to those
involving cash discounts.
ate political subdivisions and others authorized by
If the contract terms indic
law are allowed to participate, they are required to make payments directly to the
contractor. Prior to processing such payment the contractor may be required to
complete the ordering non-State agency's own voucher form.
(continued)
1074S/hf
GROUP 40500 - SMALL TRUCKS AWARD PAGE 3
ASSIGNMENT OF MONIES:
Approval of the Commissioner is not required for the assignment of monies due
for contract deliveries. On deliveries made to State agencies, such assignments
should be filed by the contractor directly with the Office of the State
Comptroller. For political subdivisions and other non State facilities authorized
by law to participate in State contracts, the contractor must notify these ordering
facilities directly of any assignment of monies due.
Copies of any assignment of monies notification should also be sent by the
contractor to the N.Y.S. Office of General Services, Standards & Purchase Group.
DELIVERY:
Equipment is required as soon as possible.
Delivery is expressed in number of calendar days required to make delivery
after receipt of a purchase order.
SERVICE:
Service by authorized representatives of the vehicle and equipment
manufacturers must be available within New York State. Prior to delivery, each
vehicle shall be completely serviced by the contractor or by an authorized dealer of
the manufacturer in a modern, properly equipped service shop in New York State.
Service shall include not less than the following: Lubrication; wash; engine
tune-up; wheel alignment; N.Y. State Inspection; body condition and all other checks
and adjustments required for proper complete servicing of a new vehicle. Particular
attention shall be given to door alignment, weather stripping, hardware, paint
condition and tagging of cooling system. It shall be the contractor's
responsibility to insure at that time that all components and accessories specified
have been properly installed.
GUARANTEE:
The vehicle shall be of new and of current production. Any combination of
options and colors, as ordered, must be available as a factory order. Delivery of
dealer stocked trucks will not be accepted. The manufacturer's standard warranty
shall apply to the vehicle and warranty service shall be gratis at any dealers shop
anywhere within New York State. The contractor shall guarantee all equipment
furnished for a period of one (1) year from date of delivery if such equipment is
not included in the vehicle manufacturer's standard warranty. This guarantee shall
include defective materials and workmanship. If, during this period, repairs and/or
parts replacement become necessary due to defective materials and workmanship, all
labor and material shall be furnished by the contractor at no cost to the State.
PRE-DELIVERY INSPECTION:
At the discretion of the Commissioner of General Services, and whether or not
so stated in the proposal, the contractor may be required to present a vehicle for
pre-delivery inspection at such location as may be designated. When so required,
the contractor shall make no delivery of it or similar contract units without
written approval of the vehicle from the Commissioner of General Services.
PAYMENT:
Because of constantly increasing finance charges and other costs to the
contractor it is imperative that ordering agencies make every effort to process the
vouchers for payment by the Comptroller, within a reasonable period of time.
However, if there are any problems which will delay payment, the contractor should
be notified.
(continued)
1014S/hf
G 406W, - SMALL TRUCKS AWARD PAGE 4 ,
PA MENT: (Cont'd)
When. awvehicle is delivered the agency may process the voucher for the full
amount of the contract price if, in its opinion, the vehicle is in compliance with
the specifications. However, if poor workmanship and/or minor deviations exist, the
agency may withhold: up. to 20% of the contract price upon delivery and delay payment
of the% balance until the contractor has made all necessary corrections. The Agency
may withhold the full amount of the contract price if, in its opinion, the vehicle
contains major deviations from specification.
PAYMENTS OF INTEREST:
The payment of interest on certain payments due and owed by a State agency may
be made in accordance with the criteria established by Chapter 153, Laws of 1984
(Article 11A of New York State Finance Law) and the Comptroller's Bulletin No.
A-91.
The terms of Chapter 153 apply only to procurements by and the consequent
payment obligations of State agencies. Neither expressly nor by any implication is
the new statute applicable to non-State agency purchasers. Nor, of course, is the
Office of General Services or the Office of the State Comptroller responsible for
payments (see General Specification Clause 69) on any purchases made by a
participating political subdivision or other authorized entity.
NOTE:
In the event a specified manufacturer's commodity listed herein becomes
unavailable or cannot be supplied to the State by the contractor for any other
reason (except as provided for in the Savings Clause of the General Specification) a
product deemed by the Office of General Services to the equal of the specified
commodity must be substituted by the contractor.
DELIVERY CONDITION:
Vehicle must be delivered strictly in accordance with specifications. If
vehicle is delivered with deviations or improper servicing, the contractor must
arrange to have the necessary work done within five (5) days (exclusive of
Saturdays, Sundays, and Holidays) after receipt of written notification from the
agency and/or the Office of General Services. Otherwise, the State may have the
corrections made at contractor's expense.
NOTE:
Contractor shall secure a signed receipt from agency certifying to delivery of
truck. Special attention should be given to such items as: spare rim; wheel lug
wrench; reflective kit; bill of materials (Type E 6 Up) and one set of manuals for
accessory equipment. In the event deficiencies are later noted and a properly
signed receipt is not available, contractor will be responsible.
CONTRACT PERIOD:
Contract shall be from date of issuance of contract award to termination of
production of 1986 models or depletion of all stocks whichever is last. Contractor
shall notify the Office of General Services, Division of Purchasing, in writing at
least two (2) weeks in advance of the final date for placing orders.
(continued)
1074S/hf
GROUP 40500 - SMALL TRUCKS AWARD PAGE 5
QUANTITIES:
The quantities listed are estimated only. However, each contract shall be for
the quantities actually ordered during the contract period.
It should be noted that the extension of this contract to certain non-profit
independent colleges and universities and non-profit, non-public elementary and
secondary schools, voluntary ambulance services museums, historical societies,
zoological gardens, aquariums, botanical gardens, arboreta and others authorized by
law, may cause the estimated quantities to vary considerably. However, the
contractor must furnish all quantities actually ordered.
The State reserves the right to advertise, during the contract period,
requirements of twenty five (25) or more trucks of any type described herein, at the
discretion of the Commissioner of General Services.
RESERVATION:
The State reserves the right to negotiate lower pricing, or to advertise for
bids, any unanticipated excessive purchase. An "unanticipated excessive purchase"
is defined as an unexpected order for a contract item(s) totaling more than 25
units.
State agencies must submit a purchase request (Proc 41) for any total
requirement during a 60 day period which exceeds the above limitation. No order is
to be released by the agency in excess of this amount unless it contains the
approval stamps of both Standards and Purchase and the Office of the State
Comptroller. Further, contractors are instructed not to act upon any order, which
exceeds the limitations, unless it contains such approvals.
VENDOR'S REPORT OF CONTRACT PURCHASES:
Contractor shall furnish these reports to the Office of General Services,
Division of Purchasing, 38th Floor, Tower Bldg. , Empire State Plaza, Albany NY
12242, no later than the 15th of the month following the close of a contract
quarter. These reports shall show the number of trucks purchased under each item
and the total dollar volume. Also, purchases by political subdivisions shall be
reported separately. FAILURE TO SUBMIT THESE REPORTS MAY RESULT IN DISQUALIFICATION
OF YOUR FIRM FOR FUTURE CONTRACTS.
ACKNOWLEDGEMENT OF ORDERS:
Contractors will be required to send an acknowledgement of orders received to
the ordering agency within five (5) days after receipt of order.
EXTENSION OF PRICE:
Political subdivisions and others authorized by law including certain
non-profit independent post secondary, secondary and elementary educational
institutions may participate in contracts resulting from this bid opening.
MANUALS:
One (1) copy of maintenance and operational manual and parts list for
mechanical and hydraulic equipment such as pumps, hoist, liftgates, winches, etc. ,
shall be delivered to the agency with the vehicle.
(continued)
1074S/hf
AWJP 49M - SMALL TRUCKS AWARD PAGE 6
Estimated Unit
Item Description Quantity Price
1. Pickup Truck, 4 x 2, Type A-1, with 7-1/3' body,
380 CCA battery, 40 amp alternator, 3860 GVWR
5-speed manual transmission, 122 CID engine,
P195/75R14SL tires, 2200 lb. front/2700 lb. rear
axles, 114" W.B. , power brakes. 125 $5,893.80
OPTIONAL EQUIPMENT
(10) Automatic Transmission 75 $ 271.00
(22) Rear Step Bumper 30 N/C
(23) Power Steering 75 221.00
'Make and Model of Truck: Ford Ranger
Guaranteed Delivery: 90-180 Days
CONTRACTOR ITEM 1: WARNOCK-DODGE-FORD-CHEVROLET
2. Pickup Truck, 4 x 2, Type A-2, with 8' body,
4900 1bs. .GVWR, 3-speed manual transmission,
262 CID engine, P195/75R15 all season tires,
2950 lb. front/3750 lbs. rear axle, 131.5" W.B. ,
power brakes, power steering. 100 $6530.67
OPTIONAL EQUIPMENT
( 7) Extended Cab * N/A
( 8) V-305 C.I.U. Engine 45 $ 381.30
( 9) Increased GVWR (5600 lbs. ) 45 45.10
(10) Automatic Transmission 70 482.16
(11) Non-Spin Differential * 195.16
(12) H.D. Cooling (with standard
transmission only) 15 43.46
(21) Amber Revolving Light (Signal Stat 350) 15 75.00
(22) Rear Step Bumper 70 N/C
SEE "OPTIONS IN DETAIL"
Make and Model of Truck: Chev. CC10903
Guaranteed Delivery: About 45 Days
CONTRACTOR ITEM 2: DAVIDSON CHEVROLET INC. , D. CHEVROLET, INC. ,
AND FAMILY MOTORS
(continued)
1074S/hf
0
GROUP 40500 - SMALL TRUCKS AWARD RAGE 7
Estimated Unit
Item Description Quantity Price
3. Pickup Truck, 4 x 4, Type A-3 with 6' body,
4-speed manual transmission, 2 speed transfer
cage, 6100 lbs. GVWR, 262 C.I.D. engine,
P235/75R15 tires, 3700 front/3750 rear axles,
515 C.C.A. battery, 66 amp alternator, 117.5"
W.B. , power brakes, power steering. 25 $8186.00
OPTIONAL EQUIPMENT
(8) V-305 C.I.D. Engine 15 $ 381.30
(10) Automatic Transmission 10 482.16
(11) Non-Spin Differential
(rear only) 10 195.16
(12) H.D. Cooling (with standard
transmission only) 15 43.46
(13) Heavy Duty Battery 20 NC
(16) Flotation Tires (a) 9.50-16.5 * NA
(b) 10-16.5 * NA
(c) 10-15 * NA
(18) Snow Plow, 7-1/2 foot, power
reverse, with heavy duty cooling
and heavy duty battery (not
available with winch) (Western TS75FTS) 8 1275.00
(20) Electric Winch, with heavy duty
battery (not available with snow
Plow) (OX #2107) 4 750.00
(21) Amber Revolving Light (Signal Stat 350) 8 75.00
(22) Rear Step Bumper 15 NC
SEE "OPTIONS IN DETAIL"
Make and Model of Truck: Chev. CK10703
Guaranteed Delivery: About 45 Days
CONTRACTOR ITEM 3: DAVIDSON CHEVROLET INC. , D. CHEVROLET, INC. ,
AND FAMILY MOTORS
1074S/hf (continued)
f819YP 40800 - SMALL TRUCKS AWARD PAGE 8
Estimated Unit
Item Description Quantity Price
4. Pickup Truck, 4 x 4, Type A-3 with 8' body, _.
6100 lbs. GVWR, 4-speed manual transmission, _
2 speed transfer case, 962 C..I.D. engine,
P235/75R15 tires, 3700 lb. front/3750 lb. rear
axle, 515 CCA battery, 66 amp alternator, 131.5"
W.B. , power brakes, power steering. 60 $8333.40
OPTIONAL EQUIPMENT
(7) Extended Cab * $ NA
(8) V-305 C.I.D. Engine 40 8 1-30
(10) Automatic Transmission 40 "1.36
(11) Non-Spin Differential
(rear only)only) 20 195.16
(12) H.D. Cooling (with standard
transmission only) 20 43.46
(13) Heavy Duty Battery 40 1�- �
(16) Flotation Tires (a) 9.50-16.5 * NA
(b) 10-16.5 * NA
(c) 10-15 * NA
(18) Snow Plow, 7-1/2 foot, power
reverse, with heavy duty cooling
and heavy duty battery (not.
available with winch) (Western TS75FT) 30 1275.00
(20) Electric Winch, with heavy duty -------._--
battery (not available with
snow plow) (OX #2107) 6 750.00
(21) Amber Revolving Light (Signal Stat 350) 20 75.00
(22) Rear Step Bumper 30 NC
SEE "OPTIONS IN DETAIL"
Make and Model of Truck: Chev. CK10903
Guaranteed Delivery: About 45 Days
CONTRACTOR ITEM 4: DAVIDSON CHEVROLET INC. , D. CHEVROLET, INC. ,
AND FAMILY MOTORS
(continued)
L074S/hf
GROUP 40500 - SMALL TRUCKS AWARD •
PAGE 9
Estimated Unit
Item Description Quantity Price
5. Pickup Truck, 4 x 2, Type A-4 with standard cab
and 8' body, 7200 lbs. GVWR, 4 speed manual
transmission, 305 C.I.D. engine, 131.5" W.B.,
LT235/85R16 C front/D rear tires, 3800 lbs.
front/5700 lbs. rear axles, 405 C.C.A. battery,
66 amp alternator, power steering, power brakes. 50 $8130.00
OPTIONAL EQUIPMENT
(8) V-305 C.I.D. Engine 20 Std.
(10) Automatic Transmission 25 $ 570.00
(11) Non-Spin Differential 30 196.00
(12) H.D. Cooling (with standard
transmission only) 10 44.00
X21) Amber Revolving Light (Signal Stat 350A) 15 60.00
(22) Rear Step Bumper 30 No Chrg.
SEE "OPTIONS IN DETAIL"
Make and Model of Truck: Chevrolet CC20903 E63
Guaranteed Delivery: Approx. 75 days A/R/O
CONTRACTOR ITEM 5: COUNTRY CLUB CHEVROLET, INC.
6. Cab-Chassis, 4 x 2, Type A-4 with standard cab,
131.5" W.B. , 8600 lb. GVWR, 4-speed manual
transmission, LT235/85R16E tires, 3800 lb. front/
6000 lbs. rear axles, 405 CCA battery, 66 amp.
alternator, power brakes, power steering. 15 $7876.00
OPTIONAL EQUIPMENT
(1) Stake Body, Type ST-8 (Morrison M101-W) 3 $ 994.00
(4) Service Utility Body,
Type SU-7-1/2 (Morrison M960B) 8 1639.00
(8) V-305 C.I.D. Engine 8 550.00
(10) Automatic Transmission (w/option 8 only) 8 487.00
(11) Non-Spin Differential 8 196.00
(12) H.D. Cooling (with standard
transmission only) 8 44.00
(21) Amber Revolving Light (Signal Stat 350A) 3 72.00
SEE "OPTIONS IN DETAIL"
Make and Model of Cab-Chassis: Chevrolet CC20903-2W9
Guaranteed Delivery: 90-150 Days A/R/O
CONTRACTOR ITEM 6: KELLER CHEVROLET INC.
(continued)
1674S/hf
MOPP 40600 - SMALL TRUCKS AWARD RAGE 10 "
Estimated Unit
ltes Description QjLantit Price
7. Pickup Truck, 4 x 2, Type A-4 with 6-man cab and
8' body, 164.5` W.B. , 8600 lbs. GVWR, 292 CID
engine, 4-speed manual transmission, LT235/85R16
D front/E rear tires, 3800 lb. front/7500 lb. rear
axles, 405 CCA battery, 66 amp alternator, power
brakes, power steering. 35 $8883.00
OPTIONAL EQUIPMENT
(8) V-350 C.I.D. Engine 20 $ 381.30
(10) Automatic Transmission 20 487.08
(11) Non-Spin Differential 15 195.16
(12) H.D. Cooling (with standard
transmission only) 12 43.46
(21) Amber Revolving Light (Dietz 7-40004) 12 150.00
(22) Rear Step Bumper 25 13.94
SEE 'OPTIONS IN DETAIL"
Make and Model of Truck: Chevrolet CC20943
Guaranteed Delivery: 60-90 Days
CONTRACTOR ITEM 7: ACTION CHEVROLET, INC.
(continued)
10745/hf
• GROUP 40500 - SMALL TRUCKS AWARD PAGE 11
Estimated Unit
Item Description Quantity Price
8. 4 x 4 Pickup Truck, Type A-5 with standard cab,
8400 lb. GVW, 3-speed automatic transmission,
2-speed transfer case, 360 CID engine, 9.60 x 16.5
D tires, 3500 lbs. front/5500 lbs. rear axle, 452
CCA battery, 85 amp alternator, 130.8" W.B., power
brakes, power steering. 85 $8997.00
_.....
OPTIONAL EQUIPMENT
(7) Extended Cab * $ NA
(8) V-360 C.I.D. Engine 45 STD
(10) Automatic Transmission 30 STD
(11) Non-Spin Differential
(rear only) 25 220.00
(12) H.D. Cooling (with standard
transmission only) 35 STD
(13) Heavy Duty Battery 35 STD
(16) Flotation Tires (a) 9.50-16.5 * STD
(b) 10-16.5 * NA
(c) 10-15 * NA
(18) Snow Plow, 7-1/2' Power Reverse,
with heavy duty cooling and heavy
duty battery (not available with
winch) (Meyer ST90) 35 1495.00
(20) Electric Winch, with heavy duty
battery (not available with
snow plow) (Ramsey REP 800) 5 895.00
(21) Amber Revolving Light 40 148.00
(22) Rear Step Bumper 40 120.00
SEE "OPTIONS IN DETAIL"
Make and Model of Truck: Jeep - Model J20
Guaranteed Delivery: 60-90 Days A/R/O
CONTRACTOR ITEM 8: AMC/JEEP OF HUNTINGTON, INC.
(continued)
1074S/hf
MW 40500 - SMALL TRUCKS AWARD PAGE 12
Estimated Unit
Item Description Quantity Price
9. 4 x 4 Cab-Chasai.s, Type A-5 with standard cab,
3-speed automatic transmission, 2-speed transfer
case, 8400 lbs. GVWR, 3500 lb. front/5500 lb. rear
axles, 360 CID engine, 9.60 x 16.5 D tires, 452 CCA
battery, 85 amp alternator, power steering, power
brakes. 20 $8997.00
OPTIONAL EQUIPMENT
(1) Stake Body, Type ST-8 (Knapheid 8' ) 3 $1295.00
(7) Extended Cab * NA
(8) V-360 C.I.D. Engine 10 STD
(10) Automatic Transmission 8 STD
(11) Non-Spin Differential
(rear only) 8 STD
(12) H.D. Cooling (with standard
transmission only) g STD
(13) Heavy Duty Battery 10 STD
(16) Flotation Tires (a) 9.50-16.5 * STD
(b) 10-16.5 * NA
(c) 10-15 * NA
(18) Snow Plow, 7-1/2' Power Reverse,
with heavy duty cooling and heavy
duty battery (not available with
winch) (Meyer ST90) 10 1495.00
(20) Electric Winch, with heavy duty
battery (not available with snow
plow) (Ramsey REP 800) 3 895.00
(21) Amber Revolving Light 10 148.00
SEE "OPTIONS IN DETAIL"
Make and Model of Cab-Chassis: Jeep - Model J20
Guaranteed Delivery: 60-90 Days A/R/O
CONTRACTOR ITEM 9: AMC/JEEP OF HUNTINGTON, INC.
(continued)
10745/hf
GROUP 40600 - SMALL TRUCKS AWARD PACE 13
Item Description Estimated UnitQuantity Price
10. Cab-Chassis, 4 x 2, Type A-6, with standard cab,
135.5" W.B., 10,000 lbs. GVWR, 4-speed manual
transmission, 292 CID engine, 7.50 x 16C tires,
3800 lbs. front/7500 lbs. rear axle, 405 CCA
battery, 66 amp alternator, power brakes, power
steering.
55 $7914.00
OPTIONAL EQUIPMENT
(2) Stake Body, Type ST-9 (Morrison MD113-W) 15 $1014.00
(3) Stake Body Hoist 8 1273.00
(5) Service/Utility Body, Type SU-9
(Morrison M1080DB) 8 1907.00
(6) Dump Body (Galion 83M) 25 2460.00
(8) V-350 C.I.D. Engine 30 549.40
(10) Automatic Transmission (not
available with stake body hoist
and dump body) 15 438.70
(11) Non-Spin Differential 20 195.16
(12) H.D. Cooling (with standard
transmission only) 15 43.46
(13) Heavy Duty battery (515 CCA) 15 43.46
(15) Power Tailgate (w/option 3 only-
not available with option 4) (Waltco K-16) 5 1250.00
(19) Snow Plow, 8-foot, power reverse,
includes heavy duty cooling and
heavy duty battery (not available
with winch) (Meyer C-8) 15 1363.00
(20) Electric Winch, with heavy duty
battery (not available with
snow plow) (Ramsey REP 8000) 3 782.00
(21) Amber Revolving Light (Signal Stat 350A) 15 72.00
SEE "OPTIONS IN DETAIL"
Make and Model of Cab-Chassis: 1986 GMC TC31003
Guaranteed Delivery: 60-120 Days
CONTRACTOR ITEM 10: MAIER-SCHULE GMC, INC.
1074S/hf (continued)
t
MW 40600 - SMALL TRUCKS AWARD PAGE 14
/
Estimated Unit
Item Description Quantity Price
11. Truck, 4 x 2, Type B-1, full hardtop, driver,
and passenger front seating and rear seat, 101.4"
W.B. , 5-speed manual transmission, 2500 lb. front/
2700 lb. rear axles, 4341 GVWR, 173 CID engine,
P195/75R15 B tires, 390 CCA battery, 56 amp
alternator, power steering, power brakes. 50 $8447.00
OPTIONAL EQUIPMENT
(8) V-302 C.I.D. Engine * NA
(10) Automatic Transmission 20 $ 600.00
(11) Non-Spin Differential 15 220.00
(21) Amber Revolving Light 10 148.00
SEE "OPTIONS IN DETAIL"
Make and Model of Truck: Model 73 Cherokee
Guaranteed Delivery: 60-90 Days A/R/O
CONTRACTOR ITEM 11: AMC/JEEP OF HUNTINGTON, INC.
12. 4 x 4 Truck, Type B-2, 105" W.B. , 6000 lbs.
GVWR, 4-speed manual transmission, 2 speed
transfer case, 302 CID engine, P235/75R15
XL tires, 3550 lb. front axles, 3750 lbs. rear
axles, 380 CCA batteries, 60 amp alternator,
power brakes, power steering. 55 $10187.64
OPTIONAL EQUIPMENT
(8) V-302 C.I.D. Engine 35 $ STD
(10) Automatic 'Transmission 40 647.00
(11) Non-Spin Differential (rear only) 20 195.20
(12) H.D. Cooling (with manual
transmission only) 10 79.00
(13) Heavy Duty Battery (535 CCA) 20 43.50
(17) Snow Plow, 7-foot, power reverse,
includes hetavy duty cooling (Meyers ST84) 8 1595.50
(20) Electric Winch (not available
with snow plow) (Warn 8274) 8 856.50
(21) Amber Revolving Light (Federal 14) 20 65.00
SEE "OPTIONS IN DETAIL"
Make and Model of Truck: Ford Bronco
Guaranteed Delivery: 90-180 Days
CONTRACTOR ITEM 12: WARNOCK-DODGE-FORD-CHEVROLET, INC.
(continued)
10745/hf
GROUP 40500 - SMALL TRUCKS AWARD PAGE 15
------------
Estimated Unit
Item Description Quantity Price
13. Forward-control truck with integral cab van body
of sedan door design, Type C-1, 109.6" W.B.,
225 CID engine, 5000 lbs. GVWR, 4-speed, manual
transmission, P195/75R15 tires, 3300 lb. front/
3850 lb. rear axles, 400 CCA battery, 60 amp
alternator, power steering, power brakes. 30 $7758.00
OPTIONAL EQUIPMENT
(7) V-318 C.I.D. Engine 15 $ 385.00
(9) Increased GVWR (5300 lbs. ) 10 110.00
(10) Automatic Transmission 20 447.00
(11) Non-Spin Differential * 209.00
(12) H.D. Cooling (with standard
transmission only) 5 55.00
SEE "OPTIONS IN DETAIL"
Make and Model of Truck: Dodge Ram Van B-150
Guaranteed Delivery: 90-120 Days
CONTRACTOR ITEM 13: CANANDAIGUA MOTORS, INC.
14. Forward-control truck with integral cab van
body of sedan door design, Type C-2, 127.6"
W.B., 225 CID engine, 6400 lbs. GVWR, 4-speed
manual transmission, P235/75R15XL tires, 3300
lb. front/3850 lb. rear axles, 400 CCA battery,
60 amp alternator, power brakes, power steering. 100 $7911.00
OPTIONAL EQUIPMENT
(8) V-318 C.I.D. Engine 70 $ 385.00
(10) Automatic Transmission 70 447.00
(11) Non-Spin Differential 30 209.00
(12) H.D. Cooling (with standard
transmission only) 20 55.00
SEE "OPTIONS IN DETAIL"
Make and Model of Truck: Dodge Ram Van B-250
Guaranteed Delivery: 90-120 Days
CONTRACTOR ITEM 14: CANANDAIGUA MOTORS, INC.
The final serving, preparation, and New York State inspection for items 1 and 12
will be done at the following New York State location:
Royal Motors (Ford)
Route 17C West
Owego, N.Y. 13827
(continued)
10745/hf
GROUP 40600 - SMALL TRUCKS AWARD PAGE 16
f
OPTIONS IN DETAIL
(1) STAKE BODY, TYPS ST-8: as described in Referenced Specification.
(2) STAKE BODY, TYPE ST-9: as described in Referenced Specification.
(3) STAKE BODY, HOIST: as described in Referenced Specification, except shall be
powered by either a P.T.O. driven hydraulic pump or an electric/hydraulic
pump
(4) SERVICE/UTILITY BODY, TYPE SU-7-1/2: as described in Referenced
Specification,.
(5) SERVICE/UTILITY, BODY, TYPE SU-9: As described in Referenced Specification.
(6) DUMP BODY: The body shall be approximately 8' in length with 1-1/2 cu. yds.
capacity, equal to Perfection "Yardmaster", Galion 83M, or Heil "Yardbird",
complete with a transmission P.T.O. driven hydraulic pump. Controls shall be
durably mounted in the cab, as recommended by the manufacturer. Cable type
controls shall be fully enclosed, with stainless steel control wire and means
for lubrication.
(7) EXTENDED CAB: As described in Reference Specification.
(8) V-302 C.I.D. ENGINE: A V-type, gasoline powered engine of not less than 302
cubic inch displacement.
(9) INCREASED GVWR: GVWR of at. least 5300 lbs. (Type A-2 and C-1 only).
(10) AUTOMATIC TRANSMISSION: 3-speed, automatic transmission, including increased
capacity cooling.
(11) NON-SPIN DIFFERENTIAL: Automatically operated limited slip, positive
traction or power locking rear axle drive.
(12) HEAVY DUTY COOLING: Manufacturer's optional increased capacity engine
cooling system.
(13) HEAVY DUTY BATTERY: Storage battery of not less than 430 C.C.A. rating.
(14) ELECTRIC/HYDRAULIC LIFTGATE: As described in the referenced specification
except shall be minimum 800 pounds capacity, manual or power close, with
platform 26" front-to-rear, 54" wide for body width up to 56", and 62" wide for
body width over 56". Shall be Peabody Galion G-8 Series, Woodbine "Tommy"
1000, Perfection RTW-1-E Series, or equal.
(15) ELECTRIC/HYDRAULIC LIFTGATE: As described in the referenced specification
except shall have a lifting capacity of at least 1400 lbs. and a platform
approximately 72" x 28" plus a ramp edge.
(continued)
1074S/hf
GROUP 40600 - SMALL TRUCKS AWARD PAGE 17
OPTIONS IN DETAIL (Cont'd)
(16) FLOTATION TIRES; Shall be 9.50 x 16.5 or 10 x 16.5 or 10 x 15 for operation
on fine beach sand and furnished in lieu of standard tires. (If more than one
of the sizes listed are available, the bidder shall quote the price, per set of
four for each size).
(17) SNOW PLOW, 7-FOOT NOMINAL LENGTH, POWER REVERSE: Construction shall be equal
to Western, Fisher or Meyer and shall be complete with electric/hydraulic pump,
cab-controls and sealed. beam plow lights with turn signals, controlled by a
two-position dash-mounted switch. Optional (heavy-duty/increased capacity)
front springs, heavy duty cooling (standard or automatic transmission) and H.D.
battery shall be furnished.
(18) SNOW PLOW, 7-1/2-FOOT, POWER REVERSE: Same as Option (17) except for length
of mold-board.
(19) SNOW PLOW, 8-FOOT, POWER REVERSE: Same as Option (17) except for length of
mold-board.
(20) ELECTRIC WINCH: The winch shall be a front-mounted, 12-volt, 8,000 pound
capacity electric winch with 4-roller fairlead, 100 feet of 5/16 inch cable,
cable hook, and 3-position remote control switch with extension for
outside-of-cab control. Heavy duty battery shall be furnished. (Not available
with snow plow).
(21) AMBER REVOLVING LIGHT: The warning light shall be cab-roof-mounted dual
sealed beam type, Dietz 7-40004 or equal, controlled by means of a fused,
dash-mounted switch with pilot light.
(22) REAR STEP BUMPER: (in lieu of standard bumper) Full width rear bumper with
rounded ends, full length diamond tread top plate, recessed license plate mount
with light, and a heavy steel plate with hole for trailer ball mounting (with
pickup bodies only).
(23) POWER STEERING: Integral, hydraulic power assist.
1074S/hf
STATE OFIkW YORK - EXECUTIVE DEPARTMENT
OFFICE ONERAL SERVICES
w
.. STANDARDS AND PURCHASE
CORNING TOWER BUILDING
THE GOVERNOR NELSON A. ROCKEFELLER EMPIRE STATE PLAZA
ALBANY, NY 12242
Western Union Telex No. 145-468
Answer Back - OGS S P ALB
TWX No. 710-441-8254
Answer Back - NYS OFC GS ALB
NOTICE OF CONTRACT AWARD for INVITATION FOR BIDS NUMBER 1272
GROUP NUMBER AND COMMODITY: 40400 - PASSENGER CARS (Law Enforcement)
(State & Municipalities)
Purchase Request No. 97,805
CONTRACT PERIOD: BIDS OPENED:
See "Contract Period" Clause October 27, 1986
SPECIFICATION SPEC-403 dated September 24, 1986
REFERENCE (Supersedes 396 dated 9/20/85)
DATE ISSUED: ADDRESS INQUIRIES TO: TEAM # 1
February 2, 1987 Purchasing Officer I: William R. Van Slyke**
Telephone Number: 518/474-4733
Cash Discount, If Shown, Should be Given Special Attention.
Invoices Must Be Sent Directly To The Ordering Agency For Payment.
AGENCIES SHOULD NOTIFY THE DIVISION OF PURCHASING PROMPTLY IF THE CONTRACTOR FAILS TO
MEET THE DELIVERY TERMS OF THIS CONTRACT. DELIVERED ITEMS WHICH DO NOT COMPLY WITH THE
SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO
THE DIVISION OF PURCHASING.
FOR TAX FREE TRANSACTIONS UNDER THE INTERNAL REVENUE CODE, THE NEW YORK STATE
REGISTRATION NUMBER IS 14740026K.
**ADDRESS INQUIRIES From Non-State Agencies To:
Lily Delphey, Non-State Agency Coordinator
(518-474-6717)
PRICE:
See "PRICE" Clause.
*NOTE TO AGENCIES:
The letters SB listed under the Contract Number indicate the contractor is a
self-identified small business.
CONTRACT NO. CONTRACTOR & ADDRESS TELEPHONE NO. FED. IDENT. NO.
P 27205 ARMORY GARAGE INC. 518-482-3381 14-1295534
*SB 926 CENTRAL AVE. James Clark
ALBANY NY 12205
(continued)
1719S/jl
QWW 40400 - PNM CARS (Lawn Eaf orcwwt) A11NkR0 PW 2
(State & NU04C i e I i t WS)
WNTRACT NO. COK'MACTOR & ADDRESS TELEPHONE NO. FED. (DENT. NO.
P 27206 DONOMM DODGE CORP. :315/699-2711 161002296
*SB ROUTE 11 Zvonko Klaplan
CICERO, NY 13039
P 27207 SOUTHSHORE MOTORS CORP. 516/563-3500 111824338
*SB DBA. SAYVILLE FORD Paul Llobell
62-0 JOHNSON AVE.
BOHEMIA NY 11716
I' 27208 R. I. SURESKY & SON 914-294-5177 14-1403983
*SB ROUTE 17A BOX 209 Rickard Murphy
GOSHEN NY 110924 Daniel Mills
I' 272.09 WEBSTER CHRYSLER-PLYMOUTH INC. 716-671-1660 16-0848955
*SB 2111 EMPIRE BLVD. Marie Adams
P.O. BOX 8010
WEBSTER NY 14580
CONTRACT PAYMENTS:
Payments•cannot be processed by State facilities until the contract items have
been delivered in satisfactory condition. Payment will be based on any invoice used
in the supplier's normal course of business, however, such invoice must contain
sufficient data including but not limited to Contract No. , description of material,
quantity, unit and price per unit as well as ]Federal Identification Number.
State facilities are required to forward properly completed vouchers to the
Office of the State Comptroller for audit and payment. All facilities are urged to
process every completed voucher expeditiously giving particular attention to those
involving cash discounts.
If the contract terms indicate political subdivisions and others authorized by
law are allowed to participate, they are required to make payments directly to the
contractor. Prior to processing such payment the contractor may be required to
complete the ordering non-State agency's own voucher form.
Voucher forms should be obtained directly from the ordering agency.
_NOTE TO BIDDERS:
The contract to be entered into as a result of this bid letting may be financed
through a separate agreement with a third financing party, and the Contractor agrees
and acknowledges if such third party financing; is utilized, in whole or in part, by
the State that its payments, in whole or in part, may be made by such third party
subject to the terms of this contract and at the direction of the State.
CONTRACTPERIOD:
The contract shall commence on the date of award and will terminate with the
manufacturers production cut"--off date or depletion of all stocks, whichever occurs
last. Contractors will notify the Office of General Services, in writing, the final
date for accepting orders. SL.-h notification must be submitted at least two weeks
prior to this final (late.
(continued)
1.719S/jl
GROUP 46400 - PASSENGER CARS (Lalftn forcement) PAGE 3
(State and Nunici ties) SPECIFICATION
RTi
GENERAL INFORMATION (Cont'd)
LIQUIDATED DAMAGES: (Cont'd)
Five ($5.00) dollars per day per vehicle to compensate for dela
losses, detriments and inconveniences to the State attendant upon such delayther from
the end of the grace period commencing from the time delivery was due under the
contract. A grace period of seven (7) calendar days commencing on and including the
contract date for delivery shall be extended to the vendor prior to the State's
assessment of such liquidated damages. Notice is hereby given to the vendor that
despite the State's extensions of the grace period herein specified - TIME SHALL BE
AND IS OF THE ESSENCE IN REGARD TO DELIVERY OF THE VEHICLES.
Furthermore, notwithstanding the above, where the delay in delivery is directly
attributable to the manufacturer of the vehicle, which must be independently
verified by the vendor in writing, the vendor shall not be responsible for and the
State shall not assess such liquidated damages. Such manufacturer based delay in
delivery beyond 30 days may constitute, however, grounds for the State to terminate
for its convenience the contract at no expense or cost to the State.
Liquidated damages, if assessed, shall be deducted by the State from the
purchase order price for each vehicle delivered against each purchase order.
DISTRICTS:
Districts are composed of Counties as follows:
A B C D
AlleganyBroome E
Albany Dutchess Bronx
Cattaragus Cayuga Clinton Orange
Erie Chenan o g Kings
g Columbia Putnam Nassau
Genesee Chemung Delaware Rockland
Livingston Cortland Essex New York
Monroe Sullivan Queens
Jefferson Franklin Ulster Richmond
Niagara Lewis Fulton Westchester
Ontario MadisonGreene Suffolk
Orleans Oneida Hamilton
Steuben Onondaga Herkimer
Wyoming Oswego Montgomery
Yates St. Lawrence Otsego
Schuyler Rensselaer
Seneca Saratoga
Tioga Schenectady
Tompkins Schoharie
Wayne Warren
Washington
QUALIFICATION OF BIDDER:
Bids will be accepted only from established manufacturers or their authorized
dealers. In the event a bid is submitted by a dealer, the dealer hereby guarantees
that he is an authorized dealer of the manufacturer and that the manufacturer has
agreed to supply the dealer with all quantities of items to be ordered by the dealer
pursuant to any resulting contract with the State and agrees further to provide the
State with a certificate from the manufacturer acknowledging same, if requested.
If bidding in districts other than their own, bidders must provide the name and
address of an authorized dealer to serve as a pick-up point in the district.
0084S/mis (Cont'd)
GROUP 40400 - PAMOR CARS (Law Enforcement) OGE 4 SPECIFICATION
(State and Municipalities)
GENERAL INFORMATION (Cont'd)
REPORT OF CONTRACT PURCHASES:
Contractor shall furnish reports of purchases on forms provided by the Division
of. Purchasing and submit them to the Office of General Services, Division of
Purchasing, Tower Bldg. , Empire State Plaza, Albany NY 12242, no later than the 15th
of the month following the close of each contract quarter. Failure to submit these
reports may result in disqualification of your firm for future contracts
Contractors shall also include quantities of optional accessories.
PILOT MODEL:
If it is so requested by the Office of General Services, Division of
Purchasing, the contractor shall deliver, as directed, a pilot model vehicle for
inspection. The contractor shall make no other deliveries under the contract until
notified, in writing that the pilot model is approved.
ACKNOWLEDGEMENT OF PURCHASE ORDERS:
Contractors will acknowledge receipt of purchase order within five (5) days.
If the ordering agency has not received any acknowledgement within this time the
contractor should be contacted. Contractors will also advise the ordering agencies
of any delays in delivery.
PURCHASE ORDERS:
Purchase orders shall be effective and binding upon the contractor when placed
in the mail addressed to the contractor at the address shown on the schedule award.
RESERVATION:
The State reserves the right to negotiate lower pricing, or to advertise for
bids, any unanticipated excessive purchase. An "unanticipated excessive purchase"
is defined as an unexpected order for a contract item(s) totaling more than 300
unit.
EXTENSION OF PRICES: (Applicable to Items 5 & 6 Only)
Political subdivisions and others authorized by law including certain
non-profit independent post secondary, secondary and elementary educational
institutions may participate in contracts resulting from this bid opening.
Effective October 29, 1985, certain charitable organizations and federations of
charitable organizations located in Onondaga County are also eligible to participate
in such contracts.
Upon request, all eligible non-State agencies must furnish contractors with the
proper tax exemption certificates.
ORDERING NOTE:
All purchase orders must be placed with the contractor in the proper district.
Political Subdivisions and State Agencies authorized by the Commissioner may place
orders with contractors outside their district only if the contract for their
district has terminated.
The vehicles described in this specification are equipped with components and
accessories suitable for State agency purposes. Political Subdivisions may add or
delete accessory items to obtain a vehicle best suited for their needs.
(Cont'd)
00845/mis
GROUP 40400 - PASSENGER CARS Uawoforcement) AWARD* PAGE 5
(State & Municipalities)
PILOT MODEL:
If it is so requested by the Office of General Services, Division of
Purchasing, the contractor shall deliver, as directed, a pilot model vehicle for
inspection. The contractor shall make no other deliveries under the contract until
notified, in writing that the pilot model is approved.
ACKNOWLEDGEMENT OF PURCHASE ORDERS:
Contractors will acknowledge receipt of purchase order within five (5) days.
If the ordering agency has not received any acknowledgement within this time the
contractor should be contacted. Contractors will also advise the ordering agencies
of any delays in delivery.
PURCHASE ORDERS:
Purchase orders shall be effective and binding upon the contractor when placed
in the mail addressed to the contractor at the address shown on the schedule award.
RESERVATION:
The State reserves the right to negotiate lower pricing, or to advertise for
bids, any unanticipated excessive purchase. An "unanticipated excessive purchase"
is defined as an unexpected order for a contract item(s) totaling more than 300
unit.
EXTENSION OF PRICES: (Applicable to Items 5 & 6 Only)
Political subdivisions and others authorized by law including certain
non-profit independent post secondary, secondary and elementary educational
institutions may participate in contracts resulting from this bid opening.
Effective October 29, 1985, certain charitable organizations and federations of
charitable organizations located in Onondaga County are also eligible to participate
in such contracts.
Upon request, all eligible non-State agencies must furnish contractors with the
proper tax exemption certificates.
ORDERING NOTE:
All purchase orders must be placed with the contractor in the proper district.
Political Subdivisions and State Agencies authorized by the Commissioner may place
orders with contractors outside their district only if the contract for their
district has terminated.
The vehicles described in this specification are equipped with components and
accessories suitable for State agency purposes. Political Subdivisions may add or
delete accessory items to obtain a vehicle best suited for their needs.
EXTENSION OF CONTRACT:
The State reserves the right to extend the contract under the same terms and
conditions for a one (1) year period from date of expiration provided such extension
is mutually agreeable to both the State and the contractor.
(continued)
1719S/jl
GROUP 4o400 - PASSOMER CARS (Law Enforcement) AWARD PACE- Cs,
(State & Municipalities)
CONDITION ON DELIVERY:
Each vehicle shall be completely serviced. The servicing program shall include
not less than the- following operations: engine tune-up, lubrication, wheel
alignment, front wheel balancing, wiring check, body conditioning and all other
inspections and tests normally performed on a new automobile. Parts of this
servicing program- may be performed at the manufacturer's assembly plant if proper
facilities are- available there. However, final servicing check-up, including final
body conditions, wheel alignment, wheel balancing and cleanup mast be made in
contractor's own shop or an authorized dealer in the district.
If a vehicle is delivered with minor deviations or improper servicing, the
contractor must arrange to have the necessary work done within 48 hours (exclusive
of Saturdays, Sundays and Holidays) after receipt of written notification from the
agency aad/or the Office of General Services. Otherwise, the corrections will be
made at contractor's expense.
Each vehicle shall be protected with permanent type antifreeze to not less than
-20°F. The cooling system shall be tagged to indicate the make and type of
anti-freeze used and the degree of protection provided.
The fuel tank shall be at least 1/4 full with recommended fuel.
No name other than the manufacturer's shall appear on the vehicle.
At the time of delivery or pick-up the vehicle odometer reading shall not
exceed 100 miles. Any vehicles with more than 100 miles on the odometer will be
charged $.50 for each mile up to 200 miles and $1.00 per mile for each mile
exceeding 200 miles. This charge- shall be deducted from the purchase order for each
vehicle delivered against each purchase order. Vehicles with more than 400 miles on
the odometer may be rejected.
TRAINING (OGS PERSONNEL ONLY):
To insure that all repairs, as well as warranty work, are preformed in
accordance with the manufacturer's approved procedures, it will be the
responsibility of the manufacturer to provide in-house training and instruction of
agency personnel. Such training will be at no charge and will be conducted on OGS
premises or within ten (10) mile radiis.
OPERATORS MANUAL:
The contractor, shall furnish at least one operator's manual with each vehicle.
EMISSION CONTROLS:
Vehicles and engines shall comply with the regulations of the Environmental
Protection Agency governing Control of Air Pollution from New Motor Vehicles and New
Motor Vehicle Engines in effect on the date of manufacture.
MOTOR VEHICLE REGULATIONS:
Each vehicle delivered shall comply with all applicable rules and regulations
of the New York State Department Df Motor Vehicles and the 'National Highway Traffic
Safety Administration in effect on the date of manufacture.
(continued)
1719S/jl
GROUP 40400 - PASSENGER CARS (LibEnforcement) AWAY PAGE 7
(State & Municipalities)
_ PRICE:
Prices are net and include all costs f.o.b. points of destination indicated.
Prices are firm for the entire contract period.
For Items 1 and 2 dealer preparation is not included in price. For all other
items, the price includes dealer preparation as indicated in the Condition on
Delivery Clause.
Political Subdivisions and Others Authorized by Law - Price is F.O.B.
contractors dealership or pick-up point in the district.
New York State OGS - Fleet Mgmt. - Price is F.O.B. delivered to: Bldg. 18 -
State Garage, Albany, NY.
WARRANTY:
STANDARD - 12,000 miles or 12 months (Parts & Labor).
EXTENDED - 12,000 - 25,000 miles (Parts & Labor).
25,001 - 50,000 miles (Engine & Drive Train - Parts Only).
(Contact, dealer for specific warranty details)
The starting date of warranty for each vehicle shall be the date the vehicle is
placed into actual service, not the date when it is delivered by the vendor.
Contractor will be advised the date vehicle is placed in service.
Except that, where cars develop chronic failures during the warranty period,
contractor shall extend the warranty period for an equal period of time as indicated
in the original warranty..
Chronic shall mean that the same assemblies, i.e. , alternators, front-end
assemblies, steering components, chassis, etc. , develop malfunctions and/or
breakdowns in five percent (5%) or more of the cars purchased under this contract.
SERVICE MANUALS (State Police & Thruway Only):
MUST BE DELIVERED WITH FIRST SHIPMENT OF VEHICLES.
The contractor shall be required to furnish at no cost, 10 service manuals to
the State Police and 9 manuals to THruway Authority. All technical service
bulletins for the vehicle receiving the bid award will be furnished when issued by
the vehicle manufacturer (10 copies St. Pol. - 9 Thruway).
PICK-UP POINTS
CONTRACTOR: SOUTHSHORE MOTORS
District A - Rainbow Ford, Niagara Falls NY
B - Northrope Motor Co. , Watertown NY
C - Orange Motors Co. , Albany NY
D - Vee Moor Sales, Middletown NY
CONTRACTOR: R. I. SURESKY & SON INC.
DISTRICT E - Riverhead Dodge, Riverhead NY
SHOP MANUALS:
CONTRACTOR MAINTENANCE PARTS
Armory $35.00 $110.00 w/o Revisions
Donoghue 50.00 50.00
Sayville 35.00 25.00
Suresky 35.00 60.00
Webster 37.50 37.50
(continued)
1719S/jl
GROUP 40400 - PASSEWAM CARS (Law Enforcement) AWW PAG 8
(State & Manici iities.) —
ITEM 1 SEDAN, 4 DOOR-, (MARDED), as per detailed specif ications.
NEW YORK STATE POLICE
Estimated Unit
DELIVERY POINT'S Quantity Price
Troop A, Batavia NY 25 $12,469.00
Troop B, Raybrook NY 25
Troop C, Sidney NY 25 of
it
Troop D, Oneida NY 25
Troop E, Canandaigua NY 2.5
Troop F, Middletown NY 25
Troop G, Loudonville NY 25
Troop K, Millbrook NY 25
Troop L, E. Farmingdale NY 10 12,269.00
Make & Model Number of Car: Ford Crown Victoria S P72/55A
Engine: 8 cyl. 5.8 liter
Tires: P225/7ORxl5 Eagle GT
Delivery: 60 - 90 Days A/R/O
CONTRACTOR: ITEM 1: SOUTHSHORE MOTORS
ITEM 2 - SEDAN, 4 DOOR, (C.I.), as per detailed specifications.
NEW YORK STATE POLICE
DELIVERY POINTS
Troop A, Batavia NY 6 $12,156.00
Troop B, Raybrook NY 6
Troop C, Sidney NY 6
Troop D, Oneida NY 6
Troop E, Canandaigua NY 6
Troop F, Middletown NY 6
Troop G, Loudonville NY 6
Troop K, Millbrook NY 6
Troop L, E. Farmingdale NY 2 11,956.00
Make & Model Number of Car: Same as Item 1
Engine: Some as Item 1
Tires: Size & Load Range: Same as Item 1
Delivery: 60 - 90 Days A/R/O
Price Additional for Spotlight: $`+3.00
CONTRACTOR: ITEM 2: SOUTHSHORE MOTORS
(continued)
1719S/jl
GROUP 40400 - PASSENGER CARS (Laiftforceeent) AWARJO PAGE 9
(State & Municipalities)
ITEM 3 - SEDAN, 4 DOOR, (Marked) as per detailed specifications.
NEW YORK STATE THRUWAY AUTHORITY
Estimated Unit
DELIVERY POINTS Quantity Price
Albany NY 90 $12,377.00
Make & Model Number of Car: Ford P72/55A
Engine: 8 cyl. 5.8 liter
Tires: Size & Load Range: P225/7ORxl5 Eagle GT
Delivery: 60 - 90 Days A/R/O
CONTRACTOR: ITEM 3: SOUTHSHORE MOTORS
ITEM 4 - SEDAN, 4 DOOR, (C.I. ) as per detailed specifications.
NEW YORK STATE THRUWAY AUTHORITY
DELIVERY POINTS
Albany NY 15 $12,069.00
Make & Model Number of Car: Same as Item 3
Engine: Same as Item 3
Tires: Size & Load Range: Same as Item 3
Delivery: 60 - 90 Days A/R/O
CONTRACTOR: ITEM 4: SOUTHSHORE MOTORS
(continued)
1719S/jl
GROUP 40400 - pASSEmGER CARS (Law Enforcement) AWARD RAGE 10
(States & Nun i c hpe i ties) _
Estimated Unit
Item Quantity Price
5. SEDAN,. 4,�,,. CV—PASSENGER.
Asp per detailed aRecifications.
Districts
A 100 $12,4.14.00
B 100 12,.414.00
C 200 12,414.00
D 100 11_,414.00
E 100 12,414.00
Make and Model Number of Car: Ford Crown Victoria S P72/55A
Engine: 8 cyl. 5.8 liter
Tires: Type & Siwe: P225/70R15 Eagle GT
Delivery: 60 - 90 days A/R/O
_PRICE DEDUCT FOR:
Air Conditioning, Manual $ 646.00
Wiring, (8) Roof Wires (No Hole) 46.75
Wiring, 1, 2, 4, 5 206.00
PRICE ADDITIONAL FOR:
Exterior Color, Two-tone (Mfr. std. colors & Break) $ N/A
Special Paint .50.00
CONTRACTOR: ITEM 5: SOUTHSHORE MOTORS
(continued)
17195/jl
GROUP 40400 - PASSENGER CARS ( nforcement) AWNS PAGE 11
(State & Munici lilies)
Estimated Unit
Item Quantity Price Contractor
6 SEDAN, 4-DOOR, SMALL
As per detailed specifications.
Districts
A 10 $ 9,555.70 Webster
B 10 9,865.50 Donoghue
C 30 9,884.00 Armory
D 10 9,661.00 Suresky
E 10 9,786.00 Suresky
DISTRICTS
B A, C, D, D
Manufacturer: Dodge Plymouth
Model No. : Aries KDM 41 Reliant KPM 41
Engine: 4 cyl. 2.5 ltr. 4 cyl. 2.5 ltr.
Tires: P185/70 HR 14 (TJE) P185/70 HR 14 (TJE)
Delivery: 90 days 90 days
DISTRICTS
PRICE DEDUCT FOR: A B C D, E
Air Conditioning $300.00 $N/A $348.00 $200.00
PRICE ADDITIONAL FOR:
Exterior Color Two-Tone 224.40 324.40 218.00 224.40
Special Paint 107.95 107.95 105.00 107.95
Wiring, Roof Light, Mfr's. Std. (No Hole) 32.30 N/C 32.00 38.00
1719S/jl
} uPchasing
Number: Award No. 1272
Date: January 28, 1987
Subject: Group 40400 - Passenger Cars Please address inquiries to:
(Law Enforcement) Lily Delphey
Purchase Coordinator
for State Political
Subdivisions
TO POLITICAL SUBDIVISIONS AND OTHER AUTHORIZED BY LAW:
We are pleased to send you ceavailable rannual
award n passenger cars (Law
Enforcement) . Only Items 5 and o a
You may place you order directly with the contractor in accordance with
the following instructions:
1 . Please refer to paragraph np which entitled youare"Districts1 ocated . on You must order
4 to
ascertain the dist
from the contractor for your district.
addre
2. Please refer to pagers 1 and hePurchacomplete
se ename ordersamust be scent
of
the contractor for your district.
there, accompanied by a tax exemption certificate.
3. Please be sure to read carefully "Price" clause on page 7 .
act
4. Your particular attention is We suggested to the that you placeryourPorders as
page 2 of the awayd
early as possible.
Please contact this office if you have any questions regarding this
award.
LD:ks
1303
ALBANY,NY 12242
STANDARDS AND PURCHASE CORNING TOWER,EMPIRE STATE PLAZA
IROC't IT 14/set
ti STATE OF N YORK
s EXECUTIVE IWARTMENT
OFFICE OF GENERAL SERVICES
STANDARDS AND PURCHASE
CORNING TOWER BUILDING
' GOV. NELSON A. ROCKEFELLER EMPIRE STATE PLAZA
ALBANY, NY 12242
GROUP SPECIFICATION
COMMODITY GROUP 40400 - DATE OF ISSUE September 24, 1986
PASSENGER CARS
(Law Enforcement) NO. OF PAGES 13
(State and Municipalities) ____
SPECIFICATION N0. 403
(Supersedes SPEC-396 dated 9/20/85)
BIDDERS ARE REQUESTED TO RETAIN THIS SPECIFICATION FOR FUTURE REFERENCE
GENERAL INFORMATION
NOTE TO BIDDERS:
The contract to be entered into as a result of this bid letting may be financed
through a separate agreement with a third financing party, and the Contractor agrees
and acknowledges if such third party financing is utilized, in whole or in part, by
the State that its payments, in whole or in part, may be made by such third party
subject to the terms of this contract and at the direction of the State.
The Commissioner reserves the right to make awards within sixty (60) days after
the date of the bid opening, during which period, bids shall not be withdrawn unless
the bidder distinctly states in the bid that acceptance thereof must be made within
a shorter specified time. If, however, an award is not effected within the sixty
(60) day period, a bid shall remain firm until such later time as either a contract
is awarded by the State or the bidder delivers to the Commissioner written notice of
the withdrawal of his bid.
CONTRACT PERIOD:
The contract shall commence on the date of award and will terminate with the
manufacturers production cut-off date or depletion of all stocks, whichever occurs
last. Contractors will notify the Office of General Services, in writing, the
manufacturers production build-out date. Such notification must be submitted at
least two weeks prior to this final date.
QUANTITIES:
The quantities listed are estimated only. However, each contract shall be for
the quantities actually ordered during the contract period.
It should be noted that the extension of this contract to certain non-profit,
independent colleges and universities, non-profit, non-public elementary and
secondary schools, voluntary ambulance services, museums, historical societies,
zoological gardens, aquariums, botanical gardens, arboreta and others authorized by
law, may cause the estimated quantities to vary considerably. However, the
contractor must furnish all quantities actually ordered.
(Cont'd)
00845/mis
' t Y
ON
(Law or' ent) *GE2 SPECIFICAT'I'ON
GROUP 40400 PASS�� • .
(State and Hun IcipaFitieS) — --
GENERAL INFORMATION (Cont'd)
NOTE:
Bidders are responsible for the accuracy of their bid prices and for compliance
with the requirements of the specification. All exceptions and deviations must be
noted on the bid. Failure to comply with this requirement may result in rejection
of bid.
DELIVERY:
Bidders will indicate the number of days required to make delivery, after
receipt of a purchase order.
Delivery may be considered in making award. Furthermore, delivery terms in
excess of ninety (90) days may be grounds for rejection.
PAYMENTS OF INTEREST:
The payment of interest on certain payments due and owed by a State agency may
be made in accordance with the criteria established by Chapter 153, Laws of 1984
(Article 11A of New York State Finance Law) and the Comptroller's Bulletin No.
A-91.
The terms of Chapter 153 apply only to procurements by and the consequent
payment obligations of State agencies. Neither expressly nor by any implication is
the new statute applicable to non-State agency purchasers. Nor, of course, is the
Office of General Services or the Office of the State Comptroller responsible for
payments (see General Specification Clause 69) on any purchases made by a
participating political subdivision or other authorized entity.
ASSIGNMENT OF MONIES:
Approval of the Commissioner is not required for the assignment of monies due
for contract deliveries. On deliveries made to State agencies, such assignments
should be filed by the contractor directly with the Office of the State
Comptroller. For political subdivisions and other non State facilities authorized
by law to participate in State contracts, the contractor must notify these ordering
facilities directly of any assignment of monies due.
Copies of any assignment of monies notification should also be sent by the
contractor to the N.Y.S. Office of General Services, Standards & Purchase Group.
DEFAULT ON DELIVERY:
If during the contract period, the car(s) become unavailable or cannot be
supplied for any reason (except as provided for in the Savings Clause of the General
Specifications), a vehicle deemed by Office of General Services, Division of
Purchasing to be equal, must be supplied. If a substitute is not available or
acceptable, then a similar vehicle from the next model year will be supplied at the
same price. If time does not permit this, the order may be cancelled, the vehicle
purchased from other sources, and the contractor will reimburse the agency for all
excess costs over the contract price. The defaulting contractor will also be
removed from the Mailing List.
LIQUIDATED DAMAGES:
In the event of a delay or default in any delivery, providing such delay or
default is not directly attributable to a material fault of the State, the State
shall be entitled to and shall assess against the vendor as liquidated damages and
not by way of penalty a sum calculated as follows:
(Cont'd)
0084S/mis
•
GROUP 40400 - PASSENGER CARS (Law forcoent) AWARD PAGE G 3
(State & Nwiicipalsties)
QUANTITIES:
The quantities listed are estimated only. However, each contract shall be for
the quantities actually ordered during the contract period.
It should be noted that the extension of this contract to certain non-profit,
independent colleges and universities, non-profit, non-public elementary and
secondary schools, voluntary ambulance services, museums, historical societies,
zoological gardens, aquariums, botanical gardens, arboreta and others authorized by
law, may cause the estimated quantities to vary considerably. However, the
contractor must furnish all quantities actually ordered.
PAYMENTS OF INTEREST:
The payment of interest on certain payments due and owed by a State agency may
be made in accordance with the criteria established by Chapter 153, Laws of 1984
(Article 11A of New York State Finance Law) and the Comptroller's Bulletin No.
A-91.
The terms of Chapter 153 apply only to procurements by and the consequent
payment obligations of State agencies. Neither expressly nor by any implication is
the new statute applicable to non-State agency purchasers. Nor, of course, is the
Office of General Services or the Office of the State Comptroller responsible for
payments (see General Specification Clause 69) on any purchases made by a
participating political subdivision or other authorized entity.
ASSIGNMENT OF MONIES:
Approval of the Commissioner is not required for the assignment of monies due
for contract deliveries. On deliveries made to State agencies, such assignments
should be filed by the contractor directly with the Office of the State
Comptroller. For political subdivisions and other non State facilities authorized
by law to participate in State contracts, the contractor must notify these ordering
facilities directly of any assignment of monies due.
Copies of any assignment of monies notification should also be sent by the
contractor to the N.Y.S. Office of General Services, Standards & Purchase Group.
DEFAULT ON DELIVERY:
If during the contract period, the car(s) become unavailable or cannot be
supplied for any reason (except as provided for in the Savings Clause of the General
Specifications), a vehicle deemed by Office of General Services, Division of
Purchasing to be equal, must be supplied. If a substitute is not available or
acceptable, then a similar vehicle from the next model year will be supplied at the
same price. If time does not permit this, the order may be cancelled, the vehicle
purchased from other sources, and the contractor will reimburse the agency for all
excess costs over the contract price. The defaulting contractor will also be
removed from the Mailing List.
LIQUIDATED DAMAGES:
In the event of a delay or default in any delivery, providing such delay or
default is not directly attributable to a material fault of the State, the State
shall be entitled to and shall assess against the vendor as liquidated damages and
not by way of penalty a sum calculated as follows:
17195/jl (continued)
GROUP 40400 - RAS CARS (Lae~. Enfort) Alli? PAU 4
( ale & MWicip@tities)
LIQUIDATED DAMAGES: (Cont'd)
Five ($5.00) dollars per day per vehicle to compensate for delay, and other
losses, detriments and inconveniences to the State attendant upon such delay from
the end of the grace period commencing from the time delivery was due under the
contract. A grace period of seven (7) calendar days cotencing on and including the
contract date fQr d�l.ivery shall be extended to the vendor prior to the State's
assessment of ai*ch liquidated damages. Notice is hereby given to the vendor that
despite the State's extensions of the grace Beriod herein specified - TIME SHALL BE
AND IS OF TRE E. ENQE IN REGARD TO DELIVERY OF THE VEHICLES..
Furthermore, notwithstanding the above, where the delay in delivery is directly
attributable to the manufacturer of the vehicle, which must be independently
verified by the vendor in writing, the vendor shall not be responsible for and the
State shall not assess such liquidated damages. Such manufacturer based delay in
delivery beyond 30 days may constitute, however, grpunds for the State to terminate
for its convenience the contract at no expense or cost to the State.
Liquidated damages, if assessed, shall be deducted by the State from the
purchase order price for each vehicle delivered against each purchase order.
DISTRICTS:
Districts are composed of Counties as follows:
A B C D E
Allegany Broome Albany Dutchess Bronx
Cattaragus Cayuga Clinton Orange Kings
Erie Chenango Columbia Putnam Nassau
Genesee Chemung Delaware Rockland New York
Livingston Cortland Essex Sullivan Queens
Monroe Jefferson Franklin Ulster Richmond
Niagara Lewis Fulton Westchester Suffolk
Ontario Madison Greene
Orleans Oneida Hamilton
Steuben Onondaga Herkimer .
Wyoming Oswego Montgomery
Yates St. Lawrence Otseo
Schuyler Rensselaer
Seneca Saratoga
Tioga Schenectady
Tompkins Schoharie
Wayne Warren
Washington
REPORT OF CONTRACT PURCHASES:
Contractor shall furnish reports of purchases on forms provided by the Division
of Purchasing and submit them to the Office of General Services, Division of
Purchasing, Tower Bldg. , Empire State Plaza, Albany NY 12242, no later than the 15th
of the month following the close of each contract quarter. Failure to submit these
reports may result in disqualification of your firm for future contracts.
Contractors shall also include quantities of optional accessories.
(continued)
17195/jl
GROUP 40400 - PASSENGER CARS (Lawifforcement) PAGE 5 SPECIFICATION
(State and Municipalities)
GENERAL INFORMATION (Cont'd)
TELEGRAPHIC BIDS:
Telegraphic bids fully governed by conditions outlined herein will be
considered if received prior to time of bid opening specified. Telegraphic bid must
outline in sufficient detail the commodity offered including where applicable, such
specifics as its make and model number, individual pricing, and shall provide other
information required by the bid documents. Confirmation of the telegraphic bid must
be submitted on the bid form and be received in this office within six calendar days
following the bid opening.
EXTENSION OF CONTRACT:
The State reserves the right to extend the contract under the same terms and
conditions for a one (1) year period from date of expiration provided such extension
is mutually agreeable to both the State and the contractor.
CONDITION ON DELIVERY:
Each vehicle shall be completely serviced. The servicing program shall include
not less than the following operations: engine tune-up, lubrication, wheel
alignment, front wheel balancing, wiring check, body conditioning and all other
inspections and tests normally performed on a new automobile. Parts of this
servicing program may be performed at the manufacturer's assembly plant if proper
facilities are available there. However, final servicing check-up, including final
body conditions, wheel alignment, wheel balancing and cleanup must be made in
contractor's own shop or an authorized dealer in the district.
If a vehicle is delivered with minor deviations or improper servicing, the
contractor must arrange to have the necessary work done within 48 hours (exclusive
of Saturdays, Sundays and Holidays) after receipt of written notification from the
agency and/or the Office of General Services. Otherwise, the corrections will be
made at contractor's expense.
Each vehicle shall be protected with permanent type antifreeze to not less than
-20°F. The cooling system shall be tagged to indicate the make and type of
anti-freeze used and the degree of protection provided.
The fuel tank shall be at least 1/4 full with recommended fuel.
No name other than the manufacturer's shall appear on the vehicle.
At the time of delivery or pick-up the vehicle odometer reading shall not
exceed 100 miles. Any vehicles with more than 100 miles on the odometer will be
charged $.50 for each mile up to 200 miles and $1.00 per mile for each mile
exceeding 200 miles. This charge shall be deducted from the purchase order for each
vehicle delivered against each purchase order. Vehicles with more than 400 miles on
the odometer may be rejected.
TRAINING (OGS PERSONNEL ONLY):
To insure that all repairs, as well as warranty work, are preformed in
accordance with the manufacturer's approved procedures, it will be the
responsibility of the manufacturer to provide in-house training and instruction of
agency personnel. Such training will be at no charge and will be conducted on OGS
premises or within ten (10) mile radius.
OPERATORS MANUAL:
The contractor shall furnish at least one operator's manual with each vehicle.
00845/mis (Cont'd)
i
GROUP 40400 - PAS CAR& (Law Enforcement) qLIE'6 SPECIFICATION
(State and Municipalities)
GENERAL INFORMATION (Cont'd)
EMISSION CONTROLS:
Vehicles and engines shall comply with the regulations of the Environmental
Protection Agency governing Control of Air Pollution from New Motor Vehicles and New
Motor Vehicle Engines in effect on the date of manufacture.
MOTOR VEHICLE REGULATIONS:
Each vehicle delivered shall comply with all applicable rules and regulations
of the New York State Department of Motor Vehicles and the National Highway Traffic
Safety Administration in effect on the date of manufacture.
METHOD OF AWARD:
Items 1 & 2 - Award shall be made on the Grand Total.
Items 3 & 4 - Award shall be made by Item.
Items 5 & 6 - Award shall be made by District.
PRICE:
Prices shall be net and shall include all costs f.o.b. points of destination
indicated. Prices are firm for the entire contract period.
For Items 1 and 2 dealer preparation will not be included in price. For all
other items, the price shall include deal.er preparation as indicated in the
Condition on Delivery Clause.
Political Subdivisions and Others Authorized by Law - Price- is F.O.B.
contractors dealership or pick-up point in the district.
New York State OGS - Fleet Mgmt. - Price is F.O.B. delivered to: Bldg. 18 -
State Garage, Albany, NY.
WARRANTY (Minimum):
STANDARD - 12,000 miles or 12 months (Parts & Labor):.
EXTENDED - 12,000 - 25,000 miles (Parts & Labor).
25,001 - 50,000 miles (Engine & Drive Train - Parts Only).
The starting date of warranty for each vehicle shall be the date the vehicle is
placed into actual service, not the date when it is delivered by the vendor.
Contractor will be advised the date vehicle is placed in service.
Except that, where cars develop chronic failures during the warranty period,
contractor shall extend the warranty period for an equal period of time as indicated
in the original warranty.
Chronic shall mean that the same assemblies, i.e. , alternators, front-end
assemblies, steering components, chassis, etc. , develop malfunctions and/or
breakdowns in five percent (5%) or more of the cars purchased under this contract.
SERVICE MANUALS (State Police & Thruway Only):
MUST BE DELIVERED WITH FIRST SHIPMENT OF VEHICLES.
The contractor shall be required to furnish at no cost, 10 service manuals to
the State Police and 9 manuals to THruway Authority. All technical service
bulletins for the vehicle receiving the bid award will be furnished when issued by
the vehicle manufacturer (10 copies St. Pol. - 9 Thruway).
(Cont'd)
00845/mis
GROUP 40400 - PASSENGER CARS (Law morcement)
PAGE 7 SPECIFICATION
(State and Municipalities)
DETAILED SPECIFICATIONS
It is the purpose of these specifications to describe a vehicle to be used in
Law Enforcement Work. The vehicle will be operated for long periods of time at
normal traffic speeds, with frequent periods of idling. However, the vehicle must
also be capable of fast acceleration and high speed performance. For this reason
the vehicle must have an outstanding cooling system, braking system, and handling
characteristics.
The manufacturer in the selection and engineering of components will use
materials and design practices that will produce the best vehicle for the type of
operation to which the vehicle is to be subject. Component parts and design shall
be of the quality that will give maximum performance, durability and safety, and not
merely meet minimum requirements of this specification.
The vehicles shall in all respects meet or exceed all requirements of the
Federal Government and the State for the model year bid. The vehicle shall include
all standard equipment normally sold and marketed to the retail public, unless
specifically deleted.
NOTE: All equipment and accessories shall be factory installed, as permitted by DOT
regulations.
ITEM 1:
SEDAN: 4 door, 6 passenger
WHEELBASE:
112" min.
ENGINE:
8 cylinder, single, 4 bbl. carburetor. Engine shall be largest available,
heavy duty, high performance type for police work with External Crankcase oil cooler.
TRANSMISSION: (HD)
Automatic, 3 speed, low gear lockout, auxiliary transmission oil cooler
required.
REAR AXLE RATIO:
Shall be at least 2.7 to 1.
POWER STEERING (Oil cooler required) Police - Firm Type.
TILT STEERING WHEEL
POWER BRAKES:
Heavy duty, front disc, rear drum. Semi-metallic front pads.
LIMITED SLIP DIFFERENTIAL
TIRES:
215/70R15 Police Radial - BSW, load range B, mounted on 15" diameter safety
rims. 7" min. rim width. Tires, must be certified for police use up to 125 MPH
(sustained speed) by tire and auto manufacturer. Must be Goodyear Eagle GT/Hr,
Steel Belted. Full size spare tire and wheel required.
0084S/mis (Cont'd)
GROUP 40400 - PASSEL CARS. (L.a �fs►rcew, ) ; 8, SPEC I F I CATION
(State: and Munic.ipal,it#es)
DETAILED. SPECIFICATIONS (Cont'd)
ITEM 1: (Cont'd)
GREASE FITTINGS IN LIEU OF PLUGS
LOCKING HAND THROTTLE:
Handle to be mounted in a convenient location on or under dash.
HORN: Dual horns.
POWER WINDOWS:
Manufacturer's standard, however, the rear side door windows shall be activated
from the drivers master switches only.
POWER OPERATED DOOR LOCKS
REAR WINDOW DEFROSTER - ELECTRIC WIRE
REMOTE CONTROL OUTSIDE REAR VIEW MIRROR:
Left and Right side.
TINTED GLASS - All windows
LIGHT GROUP:
To include, but not limited to: glove box light, engine compartment light,
truck light, map light, ash tray Light.
AM RADIO
HALOGEN HEADLIGHT SYSTEM - HIGH AND LOW BEAM
POLICE BONDING STRAP PACKAGE
Exhaust System
Hood to Body
Deck Lid to Body
Trans. to Chassis
Engine to Chassis
Engine to Body
SPOTLIGHT:
Mounted on drivers side. Unity Model 225 with #H7635 Halogen Bulb.
WINDSHIELD WIPER:
Electric, Intermittent wipe.
FRESH AIR HEATER & DEFROSTER - Integral
SILICONE HOSES & SPECIAL STAINLESS STEEL CLAMPS - Heater, radiator & by-pass
(Cont'd)
0084S/mis
r r 1
GROUP 40400 - PASSENGER CARS (Law orcement) PAGE 9
(State and Municipalities) SPECIFICATION
DETAILED SPECIFICATIONS (Cont'd)
ITEM 1• (Cont'd)
AIR CONDITIONING:
Manual Type - with automatic high pressure cut-off switch.
LIGHTS: Dome Light - Interior:
An additional domeit ght shall be furnished and mounted approximately 2" to 6"
from center of windshield. Light shall be operated only by switch mounted on or
near light housing. Dome lights to be wired so they will not illuminate when car
doors are opened. To be controlled by manual switches only.
Emergency Lights:
Two red lights, single face (Dietz 4-70201 or equal) shall be mounted on inside
rear deck and shall be completely visible through the rear window. (See wiring
instructions. ).
TRUNK LOCK:
Remote, electric operated, to permit opening of trunk from drivers seat. Wired
to operate independently of ignition, directly to switch on dash.
POLICE PACKAGE: To include, but not limited to:
Radio Interference Suppression Kit
Alternator - 100 amp. min. - Heavy duty
Battery - 500 amp, min. - long life (Heat shield required)
Gauges: Ammeter;
Oil Pressure Gauge - Electric, direct reading;
Water Temp. Gauge.
All gauges shall be illuminated and mounted in an accessible location as
approved by the ordering agency.
SUSPENSION:
Maximum handling package designed to limit body roll, allow flat cornering,
limit dive on sever braking and limit squat on fast acceleration to provide optimum
handling. The following items are to be included:
Extra control front & rear shock absorbers.
Extra heavy duty front & rear springs (or equal components). Front stabilizer
bar. Heavy duty frame or frame member reinforcing on unit frame.
CALIBRATED SPEEDOMETER - Min. 120 with 2 MPH increments.
HEAVY DUTY, VARIABLE LOAD TURN SIGNAL FLASHER
PARKING BRAKE WARNING LIGHT
CIGAR LIGHTER - STANDARD
HEAVY DUTY RUBBER FLOOR COVERING - Front & Rear
NON-GLARE DAY NIGHT INTERIOR REAR VIEW MIRROR
0084S/mis (Cont'd)
GROUP 40400 - PASR OARS (Law Enforcement) *AGE 10 SPECIFICATION
(State and Municipal ities) —=-----
DETAILED SPECIFICATIONS (Cont'd)
ITEM 1: (Cont'd)
COOLING SYSTEM:
Maximum capacity radiator with coolant recovery system (surge tank) with slip
clutch or flex fan drive.
UPHOLSTERY - Cloth & Vinyl (H.D.)
INTERIOR COLOR:
To blend with vehicle color.
SEAT: Heavy Duty Front Seat including upholstery - 50/50 or 60/40 split bench.
INSIDE HOOD RELEASE
KEYS: Single key for all locks ignition, doors, glove compartment and trunk.
COLOR, EXTERIOR:
Dark Blue, Ditzler #3146 or DuPont #B8589, or equal.
WIRING:
Wiring arrangement shown below is preferred, however, modifications or
deviations will be considered. Bidders will indicate, in bid, the type of wiring
offered.
Unless otherwise specified, all wires described below shall start from a point
under the center of the dash with five (5) foot of wire left coiled. All wires
shall be color coded. Where ever wire pass through metal parts, holes shall be
properly grommeted to insulate and seal.
(1) Main Power Supply:
1 - 10 gauge wire to starter solenoid or positive battery post. Protected
by a fuseable link with 70 amp. capability and 30 amp. circuit breaker.
(2) Ignition Control Power Supply:
1 - 16 gauge to fuse block underdash connected to two (2) relays and
circuit breakers with 20 amp capacity each. Relays to be located in an
accessible place under dash. Relays to be wired into main power supply
wire. 1-12 gauge wire attached to each relay terminating under center of
dash as per above paragraph.
(3) Negative Ground Wire:
1 - 12 gauge wire securely fastened to suitable ground.
(4) Horn Circuit:
1 - 16 gauge wire to horn ring.
1 - 16 gauge wire to horn
NOTE: Wires to be connected at center dash area with quick connector.
(5) Headlight Flasher:
1 - 16 gauge wire to middle of left front inner fender area (not
connected).
(Cont'd)
0084S/mis
GROUP 40400 - 'PASSENGER CARS (Law Erlacement) PAGE 11 SPECIFICATION
• (State and Municipalities)
DETAILED SPECIFICATIONS (Cont'd)
ITEM 1: (Cont'd)
WARNING: (Cont'd)
(6) Grille Lights:
1 - 16 gauge wire to #537 alternating signal flasher to be mounted on or
near left front inner fender.
2 - 16 gauge wires from flasher to area behind grille with at least 12
inches extra wire left in coil.
(7) Rear Deck Lights:
2 - 16 gauge wire to lights (1 to each light)
1 - 16 gauge wire to left rear turn signal wire.
1 - 16 gauge wire to right rear turn signal wire.
Wires to be connected at center dash area with quick connectors.
(8) Roof Wires:
1 - 12 gauge, grounded to suitable chassis ground in lieu of coiled under
dash.
5 - 12 gauge wires.
2 - 16 gauge wires. All wires shall extend through grommeted hole in roof
on right side of vehicle near B pillar. Leave at least 24 inches of wire
extending outside roof. Agency to advise exact location of hole when
award is made.
ITEM 2 - SEDAN, 4 door, 6 passenger
Shall be the same as item 1 with the following exceptions:
DELETE: Spotlight and Rear Deck Lights.
DELETE: Heavy duty rubber floor covering - front & rear
ADD: Protective Body Side Moldings.
FLOOR COVERING - Mfg. standard carpeting
EXTERIOR COLOR:
Shall be from the manufacturers standard colors for the vehicle
offered. Selections as indicated on purchase order.
WIRING:
DELETE: (7) Rear Deck Lights and (8) Roof Wires.
ADD: Speaker Wires behind grille. 2-16 gauge wires to area
behind grille with at least 12" extra wire.
ITEM 3 - SEDAN, 4 door, 6 passenger
Shall be the same as Item 1 except limited slip differential is not required.
ITEM 4 - SEDAN, 4 door, 6 passenger
Shall be the same as Item 2 except limited slip differential is not required.
(Cont'd)
0084S/mis
GROUP 40400 - PAAR CARS (Law 'Enforceaerlt) 0 PAGE 12 SPEC I F I CATION
(State and Nunicipalities)
DETAILED SPECIFICATIONS (Cont'd)
ITEM 5 - SEDAN, 4-Door, 6 Passenger
Shall be the same as Item 1 with the following exceptions:
EXTERIOR COLOR: Delete special dark blue and substitute manufacturers standard
colors for the vehicle offered. Selections as indicated on purchase order.
n 4-Door, 5 Passenger
ITEM 6 Sedan,
i
WHEELBASE:
100" min.
I
ENGINE: 4 or 6 cylinder, max. c.i.d. for type offered with police package.
TRANSMISSION:
Automatic - first gear lockout (transmission oil cooler if required).
POWER STEERING
POWER BRAKES:
Front disc, rear drum.
TIRES:
Steel Belted Radial Ply, mounted on 14" diameter H.D. wheels. 5" min. rim
width, BSW. Certified for Police Pursuit use by tire manufacturer. Conventional
spare tire, mounted in trunk with jack and tools.
ALTERNATOR:
Heavy Duty, with transistorized regulator.
BATTERY:
Maintenance free.
SPOTLIGHT:
6", Pillar Mtd.
RADIO, AM
REAR WINDOW DEFROSTER:
Electric Wire Type.
REMOTE CONTROL OUTSIDE REAR VIEW MIRROR:
Installed on left and right side.
TINTED GLASS (All)
NON-GLARE DAY/NIGHT, INTERIOR REAR VIEW MIRROR
HEADLIGHTS:
Halogen type.
WINDSHIELD WIPER/WASHER:
Electric, min. 2 speed.
(Cont'd)
00845/mis
CROUP 40400 - PASSENGER CARS (Law6orceaeno PAGE 13 . SPECIFICATION
•a` (State and Municipaiities)
DETAILED SPECIFICATIONS (Cont'd)
ITEM 6: (Cont'd)
FRESH AIR HEATER & DEFROSTER
AIR CONDITIONING, MANUAL
LIGHTS: Dome Light:
An additional dome light shall be furnished and mounted approximately 2" to 6"
from center of windshield. Light shall be operated only by switch mounted on or
near light housing. Dome lights to be wired so they will not illuminate when car
doors are opened. To be controlled by manual switches only.
Rear Deck Lights:
Two red lights, single face (Dietz 4-70201 or equal) mounted on inside of rear
shelf and completely visible through the rear window. Wired to operate with stop
lights and directional lights.
TRUNK LOCK:
Remote, electrically operated, to permit opening of trunk from drivers seat.
INSIDE HOOD RELEASE
GAUGES: Ammeter or voltmeter.
Oil Pressure Gauge.
Water Temp. Gauge.
RADIO INTERFERENCE SUPPRESSION PACKAGE
CALIBRATED SPEEDOMETER
SUSPENSION SYSTEM:
Heavy duty front & rear shock absorbers, heavy duty front and rear springs (or
equal components), front and rear stabilizer bars.
COOLING SYSTEM:
Maximum capacity radiator with coolant recovery system. Shall also include
H.D. radiator.
UPHOLSTERY - Cloth and vinyl (mfrs. standard colors).
SEATS: Heavy Duty Front Bench type.
RUBBER FLOOR COVERING: FRONT, REAR
KEYS:
All locks keyed alike. Three keys with each car. Different key with each
car.
EXTERIOR COLOR:
Shall be manufacturer's standard solid colors.
THE END
0084S/mis
Q�Oc�vFFOL,�`oliy
z
Town Hall, 53095 Main Road
O P.O. Box 1179
Southold, New York 11971
JUDITH T. TERRY TELEPHONE.
TOWN CLERK (516)765-1801
REGISTRAR OF VITAL STATISTICS OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
February 10, 1987
Vice President, Riverhead Motors, Inc.
Route 58
Riverhead, New York 11901
Dear Sir:
The Southold Town Board, at a meeting held on February 10,
1987, accepted the bid of Mullen Motors, Inc. , Southold, for supplying
the Town with six' (6) 11987 Special Police Type Sedans at a total price
of $71',980. 00.
Thank you for submitting your bidfor these vehicles. Your $100.00
bid deposit 'check is returned herewith.
Very truly yours,
Judith T. Terry
o�o5�FF0(,��OG
z
Ln Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
JUDITH T. TERRY TELEPHONE
TOWN CLERK (516) 765-1801
REGISTRAR OF VITAL STATISTICS OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
February 10, 1987
Vice President, Kinney Motors, Inc.
P. O. Box 728
Riverhead, New York 11901
Dear Sir:
The Southold Town Board, at their meeting held on February 10,
:1987, accepted the bid of Mullen Motors, Inc. , Southold, for supplying
the Town with six {6) :1987 Special' Police Type Sedans at a total price
of :$71:,980.00.
Thank you for submitting your bid for these vehicles. Your $100.00
bid deposit check is returned herewith.
Very truly yours,
t
SOUTHOLD TOWN POLICE BID FORM
Cost of Six ( 60, 1987 police vehicle $96,980.00
Less 5 trade-ins 25000.00
NEW COST $ 71,980.00
Dealer ' s Signature
POLICE VEHICLE SPECIFICATION QUESTIONNAIRE
Attachment to: Bid by Mullen Motors Inc..
(Dealer Name)
Easy. Main Street,Southold, New York 11971
(Dealer Address)
FOR POLICE VEHICLES SPECIFIED BY THE POLICE DEPARTMENT, TOWN OF SOUTHOLI
Make of vehicle Plymouth Model Gran Fury 4 DR
Wheelbase (inches) 112.7 Overall length (inches) 205.7 Overall width (inches) 74.2
Style or Series 41F Engine C. I.D. 318 Carbuerator type 2 Barrel
SAE Net H.P. 165 @ R.P.M. 3000 Cooling system Capacity (Qts.) 15.5
Exhaust system type Single Transmission type Automatic 3 Speed
Rear Axle ratio 2.2 to 1 Brake type Hydrolic Disc Front
Wheel size 15" x 7.0 Tire size 205/75/R15 Tire type All feather
Tire manufacturer Goodyear Battery (amps) 500
Alternator make Chrysler Amps 78 Fuel tank capacity 18
(gallons)
Crankcase capacity (including filter - qts.) 5
Front compartment leg room (inches) 42.5 Headroom (inches) 39.3
Rear- compartment leg room (inches) 36.6 Headroom (inches) 37.7
Luggage compartment capacity (cu. ft.) 15.6
We do W, do not ( ] meet all requirements listed in this specification. List all
exceptions on an attachment with dealer* letterhead.
The vehicles bid on this specification shall meet all the requirements as outlined.
Should it be determined that upon delivery the vehicles are deficient in any respect,
the dealer and/or the manufacturer will.' at no expense to the department correct the
deficiencies.
* If the bidding dealer is not located within twenty-five (25) highway miles (by the
most direct route from Peconic, New York, the locati6n of service and repair facilities
to be provided by bidder will be:
Date: Feb.2,1987
Dea er Authorized Signature)
c
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at
by the bidder independently and has been submitted without collusion
with any other vendor of materials, supplies or equipment of the type
described in the invitation for bids, and the contents of this bid have
not been communicated by the bidder, nor, to its best knowledge and
belief, by any of its employees or agents, to any person not an
employee or agent of the bidder or its surety on any bond furnished
herewith prior to the official opening of the bid.
(Signed)
_�L
(Corporate Title)
(if any) Vice President
Bid on Six Police Cars
i r
SOUTHOLD TOWN POLICE BID FORM
Cost of Six ( 64 ), 1987 police vehicle_2q, p2Q , z-
Less 5 trade-ins
NEW COST
c�
Dealer ' s Signature
f "
t
POLICE VEHICLE SPECIFICATION QUESTIONNAIRE
Attachment to: Bid by 1610 )9
(Dea er Name)
x, _�2 o6yf LU-j,- i)go y
(baler Address)
FOR POLICE VEHICLES SPECIFIED BY THE POLICE DEPARTMENT, TOWN OF SOUTHOLE
Make of vehicle C 40LCT- Model epf44 CF,
Wheelbase (inches) Overall length (inches) 212. Z-Overall width (inches) 7S,
Style or Series 14D Engine C. I.D. ESQ Carbuerator type___JBe-
SAE Net H.P. R.P.M. Cooling system Capacity (Qts.)_
Exhaust system type 1ff�V4-jC Transmission type y S'a
Rear Axle ratio 3. O s, Brake type - 100w60e >Isc
Wheel size it Tire size P22J�/7A} iQjs'Tire type $
Tire manufacturer Gt1Dt-YFA = Battery (amps) �J9
Alternator make 'PEL-CDI"A) Amps (D9 Fuel tank capacity ZS
(gallons)
Crankcase capacity (including filter - qts.)
Front compartment leg room (inches) Headroom (inches) �9
Rear- compartment leg room (inches)- - Headroom (inches) 3P -2-
Luggage
Luggage compartment capacity (cu. ft.) o2pe �F
We do ( ), do not [meet all requirements listed in this specification. List all
exceptions on an attachment with dealer* letterhead.
The vehicles bid on this specification shall meet all the requirements as outlined.
Should it be determined that upon delivery the vehicles are deficient in any respect,
the dealer and/or the manufacturer will; at no expense to the department correct the
deficiencies.
* If the bidding dealer- is not located within twenty-five (25) highway miles (by the
most direct route from Peconic, New York, the locatidn of service and repair facilities
to be provided by bidder will be:
Date: '6
(Dea er Author aSignature)
•
M
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at
by the bidder independently and has been submitted without collusion
with any other vendor of materials, supplies or equipment of the type
described in the invitation for bids, and the contents of this bid have
not been communicated by the bidder, nor, to its best knowledge and
belief, by any of its employees or agents, to any person not an
employee or agent of the bidder or its surety on any bond furnished
herewith prior to the official opening of the bid.
(Signed)
(Corporate Title)
(if any)
Bid on
KINNEV
�o�oRs INC.
P.O. Box 728 Route 25,Riverhead,New York 11901
Sales (516) 727-1100 Service (516) 727-5555
e,x C e,DT v&D �R I lb t:�O 2 L Core S z
S pr >A-I L "L t�1 Dip s Ti�r91\j'S 1'n ISS 1 0 A�
(,o,CDC)
2 <
3 _ 5���� ,=� ��►ion �� - c.Fr��-� �
i10 (3 t 14`fI o J
Pr
"Serving the public with pride for over 60 years"
SOUTHOLD TOWN POLICE BID FORM
7-7cf_7oZc� ®
Cost of Six ( 60, i 1987 police vehicle s
Less 5 trade-ins
NEW COST
Dealer ' s Signature
POLICE VEHICLE SPECIFICATION QUESTIONNAIRE
Attachment to: Bid by In.,
_ (L)ea er Name)
(Dealer Address)
FOR POLICE VEHICLES SPECIFIED BY THE POLICE DEPARTMENT,, TOWN OF SOUTHOLE
Make of vehicle ,rn 2 D , Model—/-TO CAwg-) O c-,
Wheelbase (inches) j Overall length (inches) U Overall width (inches) "7Tj
Style or Series Engine C. I.D._t7l)a_Carbuerator type
SAE Net H.P. @ R.P.M Cooling system Capacity (Qts.) .IC
Exhaust system type 5; , �� Transmission type
Rear Axle ratio V Brake type DIS 'Z Ac �S(tr.��C
Wheel size /15 ° l Tire size ?,)as �Qle (Sr Tire type 1 �L
yQEsS.
Tire manufacturer 71 Battery (amps)
Alternator makeI�07�D�024 Amps �� Fuel tank capacity
(gallons)
Crankcase capacity (including filter - qts.)__-6
Front compartment leg room (inches) 3• �'� Headroom (inches) .7
Rear- compartment leg room (inches) (9 Headroom (inches) 37 c
Luggage compartment capacity (cu. ft.)
We do [A, do not [ J meet all requirements listed in this specification. List all
exceptions on an attachment with dealer* letterhead.
The vehicles bid on this specification shall meet all the requirements as outlined.
Should it be determined that upon delivery the vehicles are deficient in' any respect,
the dealer and/or the manufacturer will; at no expense to the department correct the
deficiencies.
* If the bidding dealer is not located within twenty-five (25) highway miles (by the
most direct route from Peconic, New York, the locatidn of service and repair facilities
to be provided by bidder will be:
Date: o"?
(Dea er Authorized Signature)
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid' has been arrived at
by the bidder independently and has been submitted without collusion
with any other vendor of materials, supplies or equipment of the type
described in the invitation for bids, and the contents of this bid have
not been communicated by the bidder, nor, to its best knowledge and
belief, by any of its employees or agents, to any person not an
employee or agent of the bidder or its surety on any bond furnished
herewith prior to the official opening of the bid.
(Signed)I�'
(Corporate Title)
(if any)
— y P
Bid on
BIDS - SIX (6) NEW SPECIAL POLICE VEHICLES
Bid'opening: 11:00 A.M. , February 5, 1987.
r/<-/.''7
2.
4.
5.
6.
7.
8.
9.
10.
LEGAL NOTICE
NOTICE TO BIDDERS
NOTICE IS HEREBY GIV
EN in accordance with the pro- COUNTY OF SUFFOLK
visions of Section 103 of the STATE OF NEW YORK ss:
General Municipal Law, that
sealed bids will be received by
the Town Clerk of the Town of
Southold,Suffolk County,New
York, at the Southold Town Patricia Wood, being duly sworn, says that she is the
Clerk's Office, Southold Town Editor, of THE LONG ISLAND TRAVELER-WATCHMAN,
Hall, Main Road, Southold,
New York, until 11:00 A.M., a public newspaper printed at Southold, in Suffolk County;
Thursday, February 5, 1987, at and that the notice of which the annexed is a printed copy,
which time they will be publicly has been published in said Long Island Traveler-Watchman
opened and read aloud, for the
furnishing to the Town of once each week for . . . . . . . . . . . . . . . . . . . . . . . . . . weeks
Southold the following:
AUTOMOBILES- Six (6) �S zz
new 1987 Special 'Police Type successively, commencing on the . . . . . . . . . . . . . . . . . . . . . .
four door pillared-sedans with
a wheelbase'mmiit uin of 1f21ti- a o f . . . . . . . '` . . . . . . 19
ch'es;' '205 inches` miniiitlllh
overall length and 73 inches
minimum width. Specifications
for the above cars may be ob-
tained by interested bidders at
the Southold Town Clerk's Of-
fice,Southold Town Hall,Main
Road, Southold, New York
11971.Since the vehicles are for Sworn to before me this . . . . . . . . ... . . . . . . . . . day of
police emergency use,the bidder
must provide service and repair
facilities within twenty-five(25) • • • • • . • • • • • • . , 19
miles from Peconic, New York,
by the most direct highway
route.
All bids must include trade- ,
in allowance for five(5)vehicles `'
presently owned by the Town of . . . . . . . . . . . . . . . • >.. .._.. . . .. . . . . . . . . . . . . . .
Southold (less special equip- Notary Public
ment on said cars,such as''two-
way radios, P.A./Siren systems ".
and speakers, fire fighting '= :r
equipment,roof warning lights,
etc.). These vehicles maybe in- '
spected at'Police Headquarters
by appointment.VIN'S for,these
vehicles and descriptive infor-
mation is included in the
specifications.
The delivery date must he
specified to be between May 1
and May 20, 1987,and each bid
must be accompanied by a cer-
tified check made payable to the
order of the Supervisor,Town of
Southold, in the sum of one
hundred ($100.00) dollars. All
deposits except that of the suc-
cessful bidder will be returned.
j Upon acceptance of his bid, if
the successful bidder fails to
enter into a contract pursuant to
the requirements of the Town
Board, the check deposited as
aforesaid and.'the requirements
standing to the credit of the
same shall be forfeited to the
Town of Southold as liquidated
damages. If the successful bid-
der enters into a contract and
delivers the automobiles pur-
suant thereto,the deposit will be
returned.
The Southold Town Board
reserves the right to reject any
and all bids and waive any
defect or informality in any bid
should it be deemed in the best
interest of the Town of Southold
to do so.
ALLbids must be marked"Bid
for Police Cars;' and must be
signed and sealed in envelopes
plainly addressed to the Town
Clerk, Town of Southold,
Southold Town Hall, Main
Road, Southold, New York
11971.Envelope exterior should
also contain the words"Bid for
Police Cars:'
DATED: January 6, 1987
JUDITH T. TERRY
SOUTHOLD TOWN CLERK
1T-1/15/87(10)
• I
COUNTY OF SUFFOLK t`
STATE OF NEW YORK ss: r
l
k
f
Patricia Wood, being duly sworn, says that she is the iE
Editor, of THE LONG ISLAND TRAVELER-WATCHMAN,
a public newspaper printed at Southold, in Suffolk County;
and that the notice of which the annexed is a printed copy,
has been published in said Long Island Traveler-Watchman
once each week for . . . . . . . . . . . . . . . . . . ./. . . . . . . weeks
successively, commencing on the �S�
i
a of . . . . . . . . . . . ., 19 . .
c
. . . . . . . . . . . . . . . . . . . . . . 1 W.
ft
f
Sworn to before me this . . . . . . . . lc,"°. . . . . . . . . . day of
19 �. .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Notary Public
F.A_R B ARA. F BES
Notary t�. ;.i -i ;�
�Vew York
No. 4"Q4ri
Quaiificd ha Couigty
Co.nmissivn Expires a7
3/ 19 d r
on said cars, such as two-way velope exterior should also con- E
COS radios, P.A./Siren systems and tain the words "Bid for Police
speakers, fire fighting equip- Cars".
ment, roof warning lights,etc.). DATED:January 6,1987.
These vehicles may be inspected JUDITH T.TERRY
LEGAL NOTICE at Police Headquarters by ap- SOUTHOLD TOWN CLERK
NOTICE TO BIDDERS pointment.VIN'S for these vehi- 1TJ15-5475
NOTICE IS HEREBY GIVEN cles and descriptive information
in accordance-with the provi- is included in the specifications.
k
sions of Section 103 of the Gen- The delivery date must be
eral Municipal Law,that sealed specified to be between May 1
bids will be received by the and May 20, 1987,and each bid
Town Clerk of the Town of must be accompanied by a certi-
Southold, Suffolk County, New fied check made payable to the STATE OF NEW YORK )
York, at the Southold Town order of the Supervisor,Town of ) SS:
Clerk's Office, Southold Town Southold, in the sum of one
Hall,Maim Road,Southold,New hundred ($100.00) dollars. All COUNTY OF SUFFOLK ) f
York, until 11:00 A.M., Thurs- deposits except that of the suc-
day;February 5, 1987,at which cessful-bidder will be returned.
time they will be publicly Upon acceptance of his bid,if the Carol Sqa r l a to of Greenport, In
opened and read aloud, for the successful bidder fails to enter
furnishing to the.Town of South- into a contract pursuant to the said County, being duly sworn,says that he/she is
old the following: requirements of the Town Principal Clerk of THE SUFFOLK TIMES,a Weekly
AUTOMOBILES-Six(6)new Board, the check deposited as
1987 Special Police Type four aforesaid and the requirements Newspaper, published at Greenport, in the Town
door pillared sedans with a standing to the credit of the
wheelbase minimum of 112 in- same shall.be forfeited to the Of Southold, County of Suffolk and State of Now
ches,205 inches minimum over- Town of Southold as liquidated York, and that the Notice of which the annexed is
all length and 73 inches damages.If the successful bidder
minimum width. Specifications enters into a contract and deliv- a printed copy, has been regularly published in
for the above cars may be ob- ers the automobiles pursuant said Newspaper Once each week for nne �.
tained by interested bidders at thereto, the deposit will be re-
the Southold Town Clerk's of- turned. weeks successively, commencing on the 15 _
fice, Southold Town Hall, Main The Southold Town Board re- day Of l9
Road, Southold, New York serves the right to reject-anaud — $�
11971.Since the vehicles are for all bids and to waive any defect
police emergency use,the bidder or informality in any bid should
must provide service and repair it be in the best interest of the � --�►--
facilities within twenty-five(25) Town of Southold to do so. �t
miles from Peconic, New York, ALL bids must be marked
by the most direct highway "Rid for Police Cars". and must ncip Clerk
route. be signed and, sealed in en-
ALL bids must include trade- velopes plainly addressed to the
in allowance for five(5)vehicles Town Clerk, Town of Southold, Sworn to b re me this lJ
presently owned by the Town of Southold Town Hall,Main Road,
ASouthold(less special equipment Southold, New York 11971.En- day Of 19 ARV K.DFGNAN
aasau.....aaa=..a...cw.-e.. s .. .. .a- . •s.a a.a.eay^e�a��r.s.a.a,sary
NOTARY P!1Ri�C sate o•New York
SuflolY run' `': 484a9��
Term Exu� e IOrUar
a
s
i
STATE OF NEW YORK:
'I
SS:
COUNTY OF SUFFOLK:
JUDITH T. TERRY, Town Clerk of the Town of Southold, New
i'
York, being duly sworn, says that she is over the age of twenty-one
years; that on the 9th day of January 19 87
she affixed a
1
notice of which the annexed printed notice is a true copy, in a proper
and substantial manner, in a most public place in the Town of Southold,
r
Suffolk County, New York, to wit:
Town <Clerk Bulletin Board, Southold Town Hall, Main Road,
Southold, New York 11971.
IILegal Notice, Notice to Bidders: Six (6) new 1987 Special' Police automobiles,
with trade-in'of five (5) vehicles, for Southold Town Police Department.
i Bid'opening: 11:00 A.M., February 5, 1987, Southold Town Hall.
r
l�
Judith,T. Terry
Southold Town Clerk
�I
Sworn to before me this
9th day of Januar 1987
yz
11 '
I
Notary Public
I LiZABETH ANN NEV11a
Ii3Stids Of Now York
-8 215880 Buffolk COMM
DOWN Odobw 31, 18 '
f
1
I
I
LEGAL NOTICE
NOTICE TO BIDDERS
NOTICE IS HEREBY GIVEN in accordance with the provisions of Section
103 of the General Municipal Law, that sealed bids will be received by the
Town Clerk of the Town of Southold, Suffolk County, New York, at the
Southold Town Clerk's Office, Southold Town Hall, Main Road, Southold, New
York, until 11 :00 A.M. , Thursday, February 5, 1987, at which time they will
be publicly opened and read aloud, for the furnishing to the Town of Southold
the following:
AUTOMOBILES - Six (6) new 1987 Special Police Type four door pillared
sedans with a wheelbase minimum of 112 inches, 205 inches minimum overall
length and 73 inches minimum width. Specifications for the above cars may
be obtained by interested bidders at the Southold Town Clerk's Office,
Southold Town Hall, Main Road, Southold, New York 11971. Since the
vehicles are for police emergency use, the bidder must provide service and
repair facilities within twenty-five (25) miles from Peconic, New York, by the
most direct highway route.
ALL bids must include trade-in allowance for five (5) vehicles presently
owned by the Town of Southold (less special equipment on said cars, such as
two-way radios., P.A. /Siren systems and speakers, fire fighting equipment,
roof warning lights, etc. ). These vehicles may be inspected at Police Head-
quarters by appointment. VIN's for these vehicles and descriptive information
is included in the specifications.
The delivery date must be specified to be between May 1 and May 20,
1987, and each bid must be accompanied by a certified check made payable to
the order of the Supervisor, Town of Southold, in the sum of one hundred
($100.00) dollars. All deposits except that of the successful bidder will be
returned. Upon acceptance of his bid, if the successful bidder fails to enter
into a contract pursuant to the requirements of the Town Board, the check
deposited as aforesaid and the requirements standing to the credit of the same
shall be forfeited to the Town of Southold as liquidated damages. I f the
successful bidder enters into a contract and delivers the automobiles pursuant
thereto, the deposit will be returned.
_ _ I
Page 2 - Bids - Oce automobiles •
The Southold Town Board reserves the right to reject any and all bids
and to waive any defect or informality in any bid should it be in the best
interest of the Town of Southold to do so.
ALL bids must be marked "Bid for Police Cars", and must be signed and
sealed in envelopes plainly addressed to the Town Clerk, Town of Southold,
Southold Town Hall, Main Road, Southold, New York 11971. Envelope exterior
should also contain the words "Bidfor Police Cars".
DATED : January 6, 1987.
JUDITH T. TERRY
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ONCE, JANUARY 15, 1987, AND FORWARD ONE (1)
AFFIDAVIT OF PUBLICATION TO JUDITH T . TERRY, TOWN CLERK,
TOWN HALL, MAIN ROAD, SOUTHOLD, NEW YORK 11971.
Copies to the following:
The Long Island Traveler-Watchman
The Suffolk Times
Town Board Members
Chief Winters
Dodge Reports
Town Clerk's Bulletin Board
i
rc
LEGAL NOTICE
NOTICE TO BIDDERS
NOTICE IS HEREBY GIVEN in accordance with the provisions of Section
103 of the General Municipal Law, that sealed bids will be received by the
Town Clerk of the Town of Southold, Suffolk County, New York, at the
Southold Town Clerk's Office, Southold Town Hall, Main Road, Southold, New
York, until 11 :00 A.M. , Thursday, February 5, 1987, at which time they will
be publicly opened and read aloud, for the furnishing to the Town of Southold
the following:
i
AUTOMOBILES - Six' (6) new 1987 Special Police Type four door pillared
sedans with a wheelbase minimum of 112 inches, 205 inches minimum overall
length and 73 inches minimum width. Specifications for the above cars may
i
be obtained by interested bidders at the Southold Town Clerk's Office,
Southold Town Hall, Main Road, Southold, New York 11971. Since the
vehicles are for police emergency use, the bidder must provide service and
i
�) repair`facilities within' twenty-five (25) miles from Peconic, New York, by the
i�
�I most direct highway route.
ALL bids must include trade-in allowance for five (5) vehicles presently
owned by the Town of Southold (less special equipment on said cars, such as
two-way radios.; P.A. /Siren systems and speakers, fire fighting equipment,
roof-warning lights, etc.). These vehicles may be inspected at Police Head-
quarters by appointment. VI.N's for these vehicles and descriptive information
is included in the specifications.
The delivery date must be specified to be between May 1 and May 20,
1987, and each bid must be accompanied by a certified check made payable to
the order of the Supervisor, Town of Southold, in the sum of one hundred
($100.00) dollars. All deposits except that of the successful bidder will' be
returned. Upon acceptance of his 'bid, if the successful bidder fails to enter
into a contract pursuant to the requirements of the Town Board, the check
deposited as aforesaid and the requirements standing to the credit 'of the same
shall be forfeited to the Town of Southold as liquidated damages. If the
successful bidder enters into a contract and delivers the automobiles pursuant
thereto, the deposit will be returned.
Page 2 Aids - Police automobiles •
The Southold Town Board reserves the right to reject any and all ;yids
and to waive any defect or informality in' any bid should it be in the best
interest of the Town of Southold to do so.
ALL bids must be marked "Bid' for Police Cars", and must be signed and
sealed in envelopes plainly addressed to the Town Clerk, Town of Southold,
Southold Town Hall, Main Road, Southold, New York 11971. Envelope exterior
should also contain the words "Bid' for Police Cars".
DATED : January 6, 1987.
UDITH T. TERRY
SOUTHOLD TOWN CLERK
i
II
�- PLEASE PUBLISH ONCE, JANUARY 15, 1987, AND FORWARD ONE (1)
!i AFFIDAVIT OF PUBLICATION TO JUDITH T . TERRY, TOWN CLERK,
TOWN HALL, MAIN ROAD, SOUTHOLD, NEW YORK 11971.
�i
Copies to the following:
The Long Island Traveler-Watchman
The Suffolk Times
Town Board Members
Chief Winters
Dodge Reports
Town Clerk's Bulletin Board
�JIlf-7
LEGAL NOTICE
NOTICE TO BIDDERS
NOTICE IS HEREBY GIVEN in' accordance with the provisions of Section
103 of the General Municipal Law, that sealed bids will be received by the
Town Clerk of the Town of Southold, Suffolk County, New York, at the
Southold Town Clerk's Office, Southold Town Hall, Main' Road, Southold, New
York, until 11 :00 A.M. , Thursday, February 5, 1987, at which time they will
be publicly opened and read aloud, for the furnishing to the Town of Southold
the following:
AUTOMOBILES - Six (6) new 1987 Special Police Type four door pilared
±� sedans with a wheelbase minimum of 112 inches, 205 inches minimum overall
length and 73 inches minimum width. Specifications for the above cars may i
be obtained by interested bidders at the Southold Town Clerk's Office,
I
!1 Southold Town Hall, Main Road, Southold, New York 11971. Since the
J vehicles are for police emergency use, the bidder must provide service and
i
repair facilities within' twenty-five (25) miles from Peconic, New York, by the
�j most direct highway route.
i
ALL bids must include trade-in allowance for five (5) vehicles presently
ii owned by the Town of Southold (less special equipment on said cars, such as
two-way radios, P.A. !Siren systems and speakers, fire fighting equipment,
roof-warning lights, etc. ). These vehicles may be inspected at Police Head-
quarters by appointment. VI.N's for these vehicles and descriptive information
is included in the specifications.
i� t
The delivery date must be specified to be between May 1 and May 20,
:1987, and each bid must be accompanied by a certified check made payable to
the order of the Supervisor, Town of Southold, in the sum of one hundred
;
($100.00) dollars. All deposits except that of the successful bidder will' be
returned. Upon acceptance of his 'bid, if 'the successful bidder fails to enter
into a contract pursuant to the requirements of the Town Board, the check
deposited as aforesaid and the requirements standing to the credit of the same
shall be forfeited to the Town of Southold as liquidated damages. If the
successful bidder enters into a contract and delivers the automobiles pursuant
thereto, the deposit will be returned.
Page 2 *ids - Police automobi les
The Southold Town Board reserves the right to reject any and all bids
and to waive any defect or informality in' any bid should it be in the best
interest of the Town of Southold to do so.
ALL bids must be marked "Bid' for Police Cars", and must be signed and
sealed in envelopes plainly addressed to the Town Clerk, Town of Southold,
Southold Town Hall, Main Road, Southold, New York 11971. Envelope exterior
should also contain the words "Bid' for Police Cars".
DATED : January 6, 1987.
JUDITH T. TERRY
SOUTHOLD TOWN CLERK
i
I
PLEASE PUBLISH ONCE, JANUARY 15, 1987, AND FORWARD ONE (1)
�. AFFIDAVIT OF PUBLICATION TO JUDITH T. TERRY, TOWN CLERK,
TOWN HALL, MAIN ROAD, SOUTHOLD, NEW YORK 11971.
�i
Copies to the following:
The Long Island Traveler-Watchman
The Suffolk Times
Town Board Members
Chief Winters
Dodge Reports
Town Clerk's Bulletin Board
•
r
POLICE DEPARTMENT, TOWN OF SOUTHOLD
January 6 , 1987
A. SPECIFICATIONS FOR POLICE VEHICLES FOR POLICE DEPARTMENT
Six new 1987 Special Police Type automobiles as per specifications .
Address bid reply to : Town Clerk, Town of Southold , Main Road,
Southold , New York, 11971 . Envelopes containing bids should contain
the words "Bid for Police Cars" plainly marked on its exteriof, front .
Bid should be signed and be accompanied by a certified check as
specified in the bid notice .
B. DESCRIPTION
1 . The vehicles shall in all respects meet or exceed all require-
ments of the Federal Government and the State of New York for
the model year bid . Vehicle is to be the manufacturer ' s latest
model of the type specified and shall be new and complete, ready
for use with the standard equipment , accessories and with extra
and special equipment as specified herein. All parts used in
the manufacture of these vehicles shall be parts made for the
specific model and shall be parts manufactured for use in the
current year vehicles . No vehicles shall be constructed,"withh1
any parts which differ in any way from parts of other vehicles
in this group except where previously authorized in writing from
the Town of Southold . Whenever , in these specifications , the
term "heavy duty" is used , it shall mean the heaviest duty
article made of the vehicle manufacturer for this particular
vehicle . The vehicle shall include all standard equipment
normally sold and marketed to the retail public unless specific-
ally deleted by request .
2. Definitions of terms relative to this specification and law en-
forcement vehicles are defined in "Terms and Definitions for
Police Patrol Cars" , Price Printing Office , Washington , D. C.
20402 . The term, where used , "SAE" refers to the Society of
Automotive Engineers .
C. WARRANTY '
Manufacturer ' s standard warranty to apply.
D. VEHICLE DESCTIPTION
1 . 1987 four door pillared sedan with a wheelbase minimum of 112
inches , 205" minimum overall length and 73" minimumm width.
E. ENGINE
1 . V-8 cylinder, minimum 300 C . I . D. , Four ( 4 ) barrel carburetor
or fuel injected .
2. Spin-on oil filter, air cleaner , and gas filter with disposable
elements matching for all vehicles in fleet .
Page 2
Y
F. TRANSMISSION
1 . Heavy Duty Automatic transmission designed for police
vehicle usage .
2. Low gear Lock-Out required
3 . Auxiliary Transmission Oil Cooler required
4 . Automatic overdrive transmission will not be acceptable
unless an extended Warranty of 36 months or 100 , 000 miles
is given on the transmission.
G. REAR AXLE
1 . Manufacturer to select axle ratio which will provide the
best overall performance and of the heaviest duty available
for this model .
H. COOLING SYSTEM
1 . To be equipped with the maximum cooling system available .
2 . Seven-blade fan (high capacity ) and fan shroud installed
with sufficient clearance so that fan does not contact
radiator under severe braking conditions .
3 . Install superior grade permanent type anti-freeze for a
setting of 15 degree Farenheit below zero F.
4 . Closed coolant recovery system required .
I . BRAKES
1 . Heavy duty police , fade-resistant brakes .
2 . Power disc front , power drum rear.
J . RADIO SUPPRESSION AND TERMINALS
1 . E . I . A . standards for two-way radio interference suppression
shall be met for 150- 174 mhz bands . Noises shall be
suffficiently attenuated to allow intelligible communications
with , . 5 microvolt signal input to front end of the receiver.
Radio suppression kits , bonding straps , condensers , chokes ,
filters or other suppression measures shall be provided
to eliminate ignition and static noises , alternator whine ,
either conducted or radiated , to prevent the injection
and static noises into the two-way radio or the electronic .
P. A. /Siren system amplified equipment . Spark plugs , dis-
tributor , alternator and any other suppression need shall
be supplied and provided if necessary to eliminate inter-
ference from any transistorized or standard two-way radio
or electronic P . A. / Siren system presently owned and in
use by the Police Department , Town of Southold .
K WHEELS
Heavy duty 15 inch diameter by 7 inch wide rim (Width is
minimum)
L. TIRES
1 . Fire GR 70x15 black sidewall nylon ( not steel ) belted
radial police special
2 . Tires must be certified for police use up to 120 mph
sustained speed by tire and auto manufacturer.
Page 3
M. SPEEDOMETER
Certified calibrated with two ( 2 ) MPH increments and geared
to the road with the most accurate pinion gear available . Face
to read-0 MPH to 120 MPH.
N. STEERING
Power steering with an independent power steering oil cooler
required .
0. SUSPENSION
1 . Maximum handling package designed to limit body roll , allow
flat cornering limit dive on harsh or severe braking and
limit squat on fast acceleration to provide optimum handling.
The following designated items to be included :
2. Extra control front and rear shock absorbers .
3 . Extra heavy duty front and rear springs (or equal components )
4 . Front stabilizer bar to provide optimum handling.
5 . Rear stabilizer bar to provide optimum handling
6 . Heavy duty police or taxi frame
P. ALTERNATOR AND REGULATOR
1 . Heavy duty 100 amp . alternator , or equal , with matching
regulator.
2. Alternator shall not be low mounted unless suitable
shieldings is provided to protect alternator from road
debris , sand and water spray .
Q. BATTERY
1 . Negative round , heavy duty 12 volt rated at not less
than 500 amp hours .
2. Battery heat shield required .
R . EXTERIOR COLOR
1 .Light blue metallic , including wheels . Color to be approved
by the Chief of Police . NOTE : No body side chrome strips
S. INTERIOR
1 . Blue cloth and Vinyl heavy duty
2 . Arm rests on both front doors
3 . Dual sunvisors
4 . Dual ash receiver
5 . 60/40 front seat with individual seat adjusters--cloth
& vinyl
Page 4
T. SPECIAL ELECTRICAL
1 . Electrical circuit from the horn relay to the horn button
will be broken and the wire to the horn button shall be
brought to a point below the center of the dashboard ; the
other horn wire shall also be brought to the same point ;
connected to a switch for the purpose of allowing the use
of the horn ring to activate either the horn or electronic
siren by changing the position of the switch .
NOTE : Switch for horn/siren shall be installed on the dash
and to the right of the steering column .
2. Back-up lights are to be controlled by reverse shifting and
are to operate ONLY when parking or headlamps are turned on .
U. OTHER REQUIREMENTS
1 . Fresh air heater and defroster--integral .
2 . Windshield wiper, two or more speeds , with time delay.
3 . Rear window defroster--wire type
4 . Single key locking system--individual car. Vendor to supply
four keys to each vehicle .
5 . Parking brake warning light . ,)
6 . Tinted glass--windshield only
7 . Additional dome or reading light center of windshield header .
Approximately 6" from windshield garnish moulding.
8. Luggage ( trunk ) compartment light-automatic
9 . Underhood or engine compartment light installed so that it
will light crankcase dipstick!,,tinea=-automatic, ON/OFF switch
10 . Cigar lighter
11 . Dual horns
12. Heavy duty rubber floor mats--front and rear
13. Non-glare day/night interior rear view mirror
14 . Left hand outside remote mirror
15 . Right hand outside remote mirror with control within arm ' s
length of driver when seated in upright position .
16 . Limited slip differential
17 . Remote deck lid release ( trunk ) , electric , control on driver ' s
side . Device will not be operable if ignition switch is turned
off. Control must be within arm ' s length of driver while he
is seated in driver ' s seat . It will not be located in glove
box .
18. Front bumper guards of such design to provide protection for
the grille with no portion of the bumper extending beyond
the bumper guards and extending above the bumper line suf-
ficient to prevent the bumper of another automobile from
riding over the guards and damaging the grille . Visible
portions of the bumper guards made of metal shall be heavy
chrome plated .
19 . Air conditioning, factory installed
20 . Disconnect door courtesy light switches , chimes/buzzer,
indicating front door open .
21 . Oil pressure gauge installed in instrument cluster.
22 . Water temperature gauge
23 . Ammeter suitable for installed alternator
24 . Hood release control on driver ' s side of vehicle interior.
Page 5 •
25 . Spotlight , sealed beam, at least 5 inches in diameter, shall
be mounted on the left side of vehicle through the left door
post and operable from the driver ' s seat with the controls
on the interior of the vehicle . CARE SHALL BE USED IN THE
INSTALLATION so that the control arm is level with and parallel
to the ground for correct alighnment of the light beam as head
is rotated .
26 . Lubrication fittings shall be installed at all points of the
suspension system universals , or other places requiring lubri-
cation,: "Permanent or sealed" lube fixtures are not accept-
able .
27 . Power side windows with driver controlled lock to disable all
but the driver ' s window control .
28. Chronometer
29 . Factory installed AM-FM Radio
30 . Vehicle will be undercoated
31 . Splash/gravel guards installed on four wheel wells .
V. MISCELLANEOUS
All bids must include trade-in allowance for 5 vehicles
presently owned by the Town of Southold , less special equip-
ment in said vehicles such as two-way radios , P . A . /Siren
systems and speakers , fire fighting equipment , roof warning
lights , etc . Vehicles are all four door sedans conforming
substantially to these specifications . VINS shall be made
available upon request from responsible bidders . Vehicles
may be inspected by appointment . Any questions should be
directed to the Chief of Police , Town of Southold , Route 25 ,
Peconic , N. Y. , 11958. Phone 516-765-2600
H. DANIEL WINTERS
CHIEF OF POLICE
TOWN OF SOUTHOLD
POLICE VEHICLE SPECIFICATION QUESTIONNAIRE
Attachment to: Bid by
(Dealer Name)
(Dealer Address)
FOR POLICE VEHICLES SPECIFIED BY THE POLICE DEPARTMENT, TOWN OF SOUTHOL
Make of vehicle Model
Wheelbase (inches) Overall length (inches) Overall width (inches)
Style or Series Engine C. I.D. Carbuerator type
SAE Net H.P. @ R.P.M. Cooling system Capacity (Qts.)
Exhaust system type Transmission type
Rear Axle ratio Brake type
Wheel size Tire size Tire type
Tire manufacturer Battery (amps)
Alternator make Amps Fuel tank capacity
(gallons)
Crankcase capacity (including filter - qts.)
Front compartment leg room (inches) Headroom (inches)
Rear- compartment leg room (inches) Headroom (inches)
Luggage compartment capacity (cu. ft.)
We do ( ], do not [ ] meet all requirements listed in this specification. List all
exceptions on an attachment with dealer* letterhead.
The vehicles bid on this specification shall meet all the requirements as outlined.
Should it be determined that upon delivery the vehicles are deficient in' any respect,
the dealer and/or the manufacturer will; at no expense to the department correct the
deficiencies.
* If the bidding dealer- is not located within twenty-five (25) highway miles (by the
most direct route from Peconic, New York, the locatidn of service and repair facilities
to be provided by bidder will be:
Date:
(Dealer Authorized Signature)
r
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at
by the bidder independently and has been submitted without collusion
with any other vendor of materials, supplies or equipment of the type
described in the invitation for bids, and the contents of this bid have
not been communicated by the bidder, nor, to its best knowledge and
belief, by any of its employees or agents, to any person not an
employee or agent of the bidder or its surety on any bond furnished
herewith prior to the official opening of the bid.
(Signed)
(Corporate Title)
(if any)
Bid on
SOUTHOLD TOWN POLICE BID FORM
Cost of Six ( 64 ) 1987 police vehicle
Less 5 trade-ins
NEW COST
Dealer ' s Signature
� o
RESOLUTION - JANUARY 6, 1987
RESOLVED that the Town Board of the Town of Southold hereby authorizes and
directs the Town Clerk to advertise for bids for the purchase of six (6) new 1987
Special Police automobiles, with_.a trade-in of five (5) vehicles, for the Southold
Town Police Department.
POLICE DEPARTMENT, TOWN OF SOUTHOLD
January 6 , 1987
A . SPECIFICATIONS FOR POLICE VEHICLES FOR POLICE DEPARTMENT
Six new 1987 Special Police Type automobiles as per specifications .
Address bid reply to : Town Clerk, Town of Southold , Main Road ,
Southold , New York , 11971 . Envelopes containing bids should contain
the words "Bid for Police Cars" plainly marked on its exterior front .
Bid should be signed and be accompanied by a certified check as
specified in the bid notice .
B. DESCRIPTION
1 . The vehicles shall in all respects meet or exceed all require-
ments of the Federal Government and the State of New York for
the model year bid . Vehicle is to be the manufacturer ' s latest
model of the type specified and shall be new and complete , ready
for use with the standard equipment , accessories and with extra
and special equipment as specified herein . All parts used in
the manufacture of these vehicles shall be parts made for the
specific model and shall be parts manufactured for use in the
current year vehicles . No vehicles shall be construct+td�'withh:,
any parts which differ in any way from parts of other vehicles
in this group except where previously authorized in writing from
the Town of Southold . Whenever , in these specifications , the
term "heavy duty" is used , it shall mean the heaviest duty
article made of the vehicle manufacturer for this particular
vehicle . The vehicle shall include all standard equipment
normally sold and marketed to the retail public unless specific-
ally deleted by request .
2 . Definitions of terms relative to this specification and law en-
forcement vehicles are defined in "Terms and Definitions for
Police Patrol Cars" , Price Printing Office , Washington , D . C .
20402 . The term, where used , "SAE" refers to the Society of
Automotive Engineers .
C. WARRANTY
Manufacturer ' s standard warranty to apply .
D. VEHICLE DESCTIPTION
1 . 1987 four door pillared sedan with a wheelbase minimum of 112
inches , 205" minimum overall length and 73" minimumm width.
E. ENGINE
1 . V-8 cylinder , minimum 300 C . I . D. , Four ( 4 ) barrel carburetor
or fuel injected .
2 . Spin-on oil filter, air cleaner , and gas filter with disposable
elements matching for all vehicles in fleet .
Page 2
F. TRANSMISSION
1 . Heavy Duty Automatic transmission designed for police
vehicle usage .
2 . Low gear Lock-Out required
3 . Auxiliary Transmission Oil Cooler required
4 . Automatic overdrive transmission will not be acceptable
unless an extended Warranty of 36 months or 100 , 000 miles
is given on the transmission .
G. REAR AXLE
1 . Manufacturer to select axle ratio which will provide the
best overall performance and of the heaviest duty available
for this model .
H. COOLING SYSTEM
1 . To be equipped with the maximum cooling system available .
2 . Seven-blade fan ( high capacity ) and fan shroud installed
with sufficient clearance so that fan does not contact
radiator under severe braking conditions .
3 . Install superior grade permanent type anti-freeze for a
setting of 15 degree Farenheit below zero F .
4 . Closed coolant recovery system required .
I . BRAKES
1 . Heavy duty police , fade-resistant brakes .
2 . Power disc front , power drum rear .
1
J . RADIO SUPPRESSION AND TERMINALS
1 . E . I . A. standards for two-way radio interference suppression
shall be met for 150- 174 mhz bands . Noises shall be
suffficiently attenuated to allow intelligible communications
with ) . 5 microvolt signal input to front end of the receiver .
Radio suppression kits , bonding straps , condensers , chokes ,
filters or other suppression measures shall be provided
to eliminate ignition and static noises , alternator whine ,
either conducted or radiated , to prevent the injection
and static noises into the two-way radio or the electt^onic
P . A . /Siren system amplified equipment . Spark plugs , dis-
tributor, alternator and any other suppression need shall
be supplied and provided if necessary to eliminate inter-
ference from any transistorized or standard two-way radio
or electronic P . A. / Siren system presently owned and in
use by the Police Department , Town of Southold .
K WHEELS
Heavy duty 15 inch diameter by 7 inch wide rim (Width is
minimum )
L. TIRES
1 . Fire GR 70x15 black sidewall nylon (not steel ) belted
radial police special
2 . Tires must be certified for police use up to 120 mph
sustained speed by tire and auto manufacturer .
Page 3
M. SPEEDOMETER
Certified calibrated with two ( 2 ) MPH increments and geared
to the road with the most accurate pinion gear available . Face
to read-0 MPH to 120 MPH.
N. STEERING
Power steering with an independent power steering oil cooler
required .
0. SUSPENSION
1 . Maximum handling package designed to limit body roll , allow
flat cornering limit dive on harsh or severe braking and
limit squat on fast acceleration to provide optimum handling.
The following designated items to be included :
2 . Extra control front and rear shock absorbers .
3 . Extra heavy duty front and rear springs ( or equal components )
4 . Front stabilizer bar to provide optimum handling.
5 . Rear stabilizer bar to provide optimum handling
6 . Heavy duty police or taxi frame
P . ALTERNATOR AND REGULATOR
1 . Heavy duty 100 amp . alternator, or equal , with matching
regulator.
2. Alternator shall not be low mounted unless suitable
shieldings is provided to protect alternator from road
debris , sand and water spray.
Q. BATTERY
1 . Negative round , heavy duty 12 volt rated at not less
than 500 amp hours .
2 . Battery heat shield required .
R . EXTERIOR COLOR
1 . Light blue metallic , including wheels . Color to be approved
by the Chief of Police . NOTE : No body side chrome strips
S. INTERIOR
1 . Blue cloth and Vinyl heavy duty
2 . Arm rests on both front doors
3 . Dual sunvisors
4 . Dual ash receiver
5 . 60/40 front seat with individual seat adjusters--cloth
& vinyl
Page 4
T. SPECIAL ELECTRICAL
1 . Electrical circuit from the horn relay to the horn button
will be broken and the wire to the horn button shall be
brought to a point below the center of the dashboard ; the
other horn wire shall also be brought to the same point ;
connected to a switch for the purpose of allowing the use
of the horn ring to activate either the horn or electronic
siren by changing the position of the switch .
NOTE : Switch for horn/siren shall be installed on the dash
and to the right of the steering column .
2 . Back-up lights are to be controlled by reverse shifting and
are to operate ONLY when parking or headlamps are turned on .
U. OTHER REQUIREMENTS
1 . Fresh air heater and defroster--integral .
2 . Windshield wiper , two or more speeds , with time delay.
3 . Rear window defroster--wire type
4 . Single key locking system--individual car . Vendor to supply
four keys to each vehicle .
5 . Parking brake warning light .;'
6 . Tinted glass--windshield only
7 • Additional dome or reading light center of windshield header .
Approximately 6" from windshield garnish moulding.
8 . Luggage ( trunk ) compartment light-automatic
9 • Underhood or engine compartment light installed so that it
will light crankcase dlpstickrtinea=-automatic, ON/OFF, dwitch
10 . Cigar lighter
11 . Dual horns
12 . Heavy duty rubber floor mats--front and rear
13 . Non-glare day/night interior rear view mirror
14 . Left hand outside remote mirror
15 . Right hand outside remote mirror with control within arm ' s
length of driver when seated in upright position .
16 . Limited slip differential
17 . Remote deck lid release ( trunk ) , electric , control on driver ' s
side . Device will not be operable if ignition switch is turned
off. Control must be within arm ' s length of driver while he
is seated in driver ' s seat . It will not be located in glove
box .
18. Front bumper guards of such design to provide protection for
the grille with no portion of the bumper extending beyond
the bumper guards and extending above the bumper line suf-
ficient to prevent the bumper of another automobile from
riding over the guards and damaging the grille . Visible
portions of the bumper guards made of metal shall be heavy
chrome plated .
19 . Air conditioning, factory installed
20 . Disconnect door courtesy light switches , chimes/buzzer ,
indicating front door open .
21 . Oil pressure gauge installed in instrument cluster .
22 . Water temperature gauge
23 . Ammeter suitable for installed alternator
24 . Hood release control on driver ' s side of vehicle interior.
Page 5
25 . Spotlight , sealed beam, at least 5 inches in diameter , shall
be mounted on the left side of vehicle through the left door
post and operable from the driver ' s seat with the controls
nn the interior of the vehicle . CARE SHALL BE USED IN THE
INSTALLATION so that the control arm is level with and parallel
to the ground for correct alighnment of the light beam as head
is rotated .
26 . Lubrication fittings shall be installed at all points of the
suspension system universals , or other places requiring lubri-
cation,. "Permanent or sealed" lube fixtures are not accept-
able .
27 . Power side windows with driver controlled lock to disable all
but the driver ' s window control .
28. Chronometer
29 . Factory installed AM-FM Radio
30 . Vehicle will be undercoated
31 . Splash/gravel guards installed on four wheel wells .
V. MISCELLANEOUS
All bids must include trade-in allowance for 5 vehicles
presently owned by the Town of Southold , less special equip-
ment in said vehicles such as two-way radios , P . A. /Siren
systems and speakers , fire fighting equipment , roof warning
lights , etc . Vehicles are all four door sedans conforming
substantially to these specifications . VINS shall be made
available upon request from responsible bidders . Vehicles
may be inspected by appointment . Any questions should be
directed to the Chief of Police , Town of Southold , Route 25 ,
Peconic , N. Y. , 11958 . Phone 516-765-2600
H. DANIEL WINTERS
CHIEF OF POLICE
TOWN OF SOUTHOLD
i . .
POLICE VEHICLE SPECIFICATION QUESTIONNAIRE
Attachment to: Bid by
(Dealer Name)
(Dealer Address)
FOR POLICE VEHICLES SPECIFIED BY THE POLICE DEPARTMENT, TOWN OF SOUTHOLE
Make of vehicle Model
Wheelbase (inches) Overall length (inches) Overall width (inches)
Style or Series Engine C.I.D. Carbuerator type
SAE Net H .P. @ R.P.M. Cooling system Capacity (Qts.)
Exhaust system type Transmission type
Rear Axle ratio Brake type
Wheel size Tire size Tire type
Tire manufacturer Battery (amps)
Alternator make Amps Fuel tank capacity
(gallons)
Crankcase capacity (including filter - qts.)
Front compartment leg room (inches) Headroom (inches)
Rear- compartment leg room (inches) Headroom (inches)
Luggage compartment capacity (cu. ft.)
We do ( ], do not [ ] meet all requirements listed in this specification. List all
exceptions on an attachment with dealer* letterhead.
The vehicles bid on this specification shall meet all the requirements as outlined.
Should it be determined that upon delivery the vehicles are deficient in any respect,
the dealer and/or the manufacturer will; at no expense to the department correct the
deficiencies.
* If the bidding dealer- is not located within twenty-five (25) highway miles (by the
most direct route from Peconic, New York, the locatidn of service and repair facilities
to be provided by bidder will be:
Date:
(Dealer Authorized Signature)
r
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at
by the bidder independently and has been submitted without collusion
with any other vendor of materials, supplies or equipment of the type
described in the invitation for bids, and the contents of this bid have
not been communicated by the bidder, nor, to its best knowledge and
belief, by any of its employees or agents, to any person not an
employee or agent of the bidder or its surety on any bond furnished
herewith prior to the official opening of the bid.
(Signed)
(Corporate Title)
(if any)
Bid on
SOUTHOLD TOWN POLICE BID FORM
Cost of Six ( W) 1987 police vehicle
Less 5 trade-ins
NEW COST
Dealer ' s Signature