Loading...
HomeMy WebLinkAboutBackhoe-Loader & Street Sweeper 1 COUNTY OF SUFFOLK DEPARTMENT OF PUBLIC WORKS R.M.KAMMERER, P.E., L.S. BARNEY A. EVANS, P.E., L.S. COMMISSIONER CHIEF DEPUTY COMMISSIONER May 18, 1981 Judith T. Tmy Southotd Town UeAk Main Road Southotd, New York 11971 Dean M.6. Tetvr.y: _ Find enclosed cont act and .spec iication.6 covehi.ng the purchase of one new ztAeet sweeper (Modek TB-4 Mobil Sweeper) and contAact and sped jicationa covexi.ng the purchase ob one new backhoe- Zoader (190 Series Three Dyna.hoe Backhoe/Loader) and repsotutionb ob the Town Board coveting .game. These have been approved by me tw date. One copy ob each contract -us being tkanzmitted to upeni xendent Raymond Dean. Very Au.�y yo utus, R. M. Kammerer Commizsdoner RMK:wb ence: cc: Supetuintendent Raymond Dean YAPHANK AVENUE ■ YAPHANK.N.Y.1 1980 ■ (516)924-4300 oc��fcfrOLK�� � K JUDITH T.TERRY TELEPHONE TOWN CLERK (516) 765-1801 REGISTRAR OF VITAL STATISTICS Southold, L. I., N. Y. 11971 DATE / g Received this date from Judith T. Terry, Southold Town Clerk, bid deposit checks in the amount of $2, 600. 00 and $3,500. 00 placed as deposits in connection with bids on Backhoe/Loader and Street Sweeper. or George Malvese & Co. , Inc. t Uy AEN4470108 BOND NO..................................... HARTFORD ACCIDENT AND INDEMNITY COMPANY Hartford Plaza Hartford, Connecticut 06115 PERFORMANCE BOND E (NOTE: THIS BOND IS ISSUED SIMULTANEOUSLY WITH PAYMENT BOND ON PAGE 2, IN FAVOR OF THE OWNER CONDITIONED FOR THE PAYMENT OF LABOR AND MATERIAL.) KNOW ALL MEN BY THESE PRESENTS: GEORGE MALVESE AND CO.', INC 530 Old Country Road, Hicksville New York That................................. ..................... ................................................ ......t.................................................. (Here insert the name and address,or legal title,of the Contractor) as Principal, hereinafter called Contractor, and the HARTFORD ACCIDENT AND INDEMNITY COMPANY, a corporation organized and existing under the laws of the State of Connecticut, with its principal office in the City of t Southold Hartford, Connecticut, as Surety, hereinafter called Surety, are held and firmly bound unto..Town of.......................................:........ New York (Here insert the name and address,or legal title,of the Owner) Fit as Obligee, hereinafter called Owner, in the amount of...ONE HUNDRED TWENTY ONE THOUSAND AND 00/100 F ..........................._..........._........................._................. -------------------------------------------------------------- ($....121.t,000.00 000 00 .........................................................................................................................................Dollars ....... ....... .....................), for the payment whereof..Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. - Whereas, Contractor has by written agreement dated............................................................................................................ c entered into a contract with Owner for.......$uppl.ytA9...one..dynal%Qg...tractor...And..1...Mobi.1.e...sweeper................... � .......................................................................................................................................................................................7............................ 1 in accordance with drawings and specifications prepared by................................................................................ f (Here insert full name,title and address) .................................................................................................................................................................................................................... F which contract is by reference made a part hereof, and is hereinafter referred to as the CONTRACT. Now, Therefore, the condition of this obligation is such that, if Contractor shall promptly and faithfully perform said CONTRACT, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the CONTRACT, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly (1) Complete the CONTRACT in accordance with its terms and conditions, or (2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as Work progresses (even though there should be a default or a succession of defaults under the con- tract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final pay- ment under the CONTRACT falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors of the Owner. E Signed and sealed this 29th day of April A. D. 19 81 GEORGE MALVE SE AND C 0. INC. l Witness..,..... ....................................... .... .... ... .............. .... ...... ...... ......................................(Seal) - (I ividua pal) Att st.. ,..:.aa .. ... .. .. . ...... ... ......... BY: 1 ......... --- '�`/2 eal) Corporation) (Title) (Seal) HARTFORD ACCIDENT AND INDEMNITY COMPANY Attest................................................................................ B y�f .........................lee.... Seal Mary Bu ke-Attorney In Fact (Tit ) R Form S-3213-4 Page 1. Printed in U.S.A. 12-'70 (A.I.A.Form—Document No.A-311,February,1970 Edition Approved by The American Institute of Architects) 1 , NN"70108 BONDNO............................................ HARTFORD ACCIDENT AND INDEMNITY COMPANY Hartford Plaza Hartford, Connecticut 06115 LABOR AND MATERIAL PAYMENT BOND (NOTE: THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND ON PAGE 1, IN FAVOR OF THE OWNER CONDITIONED FOR THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT.) KNOW ALL MEN BY THESE PRESENTS: GEORGE MALVESE AND CO. INC. 530 Old County Road Hicksville New That..... .............. . ..........,.. ................................................X.... ......t...........................� York ................................................ (Here insert the name and address,or legal title,of the Contractor) as Principal, hereinafter called Principal, and the HARTFORD ACCIDENT AND INDEMNITY COMPANY, a corporation organized and existing under the laws of the State of Connecticut, with its principal office in the City of Hartford, Connecticut, as Surety, hereinafter called Surety, are held and firmly bound unto.Town. of,..Southold.._......... New York .................................................................. ................................................................ (Here insert the name and address,or legal title,of the Owner) as Ob1' a herein ft r called Owner for the use rid benefit of claimants.as hereinbelow defined, in the amount of ONE DnD TW7E ITY ONE THOUSAND AND Ot /100------- --------------------------------- - ....... ......... .... ....: ......... . ... :,._... ..................... ..,......., .............:......,..................................................................... (Here insert a sum equal to at least one-half of the contract price) ----------------------------------------------------------- 121,000 00 ......................................................................................................I.............................................Dollars ($............................................ for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. Whereas, Principal has by written agreement dated................................................................................................................ entered into a contract with Owner for........sup.ply,,,one.,dynahoe..trac.tor..and„.one,.mobile,.,sweeper.................. r .................................................................................................................................................................................................................... F in accordance with drawings and specifications prepared by............................................................................................................ 6 r (Here insert full name,title and address) - which contract is by reference made a part hereof, and is hereinafter referred to as the CONTRACT. Now, therefore, the condition of this obligation is such that,if the Principal shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the CONTRACT, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: 1. A claimant is defined as one having a direct contract with the Principal or with a sub-contractor of the Prin- cipal for labor, material, or both, used or reasonably required for use in the performance of the contract, labor and material being construed to include that part of water, gas, poxes, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the CONTRACT. 2. The above named Principal and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. 3. No suit or action shall be commenced hereunder by any claimant, (a) Unless claimant, other than one having a direct contract with the Principal, shall have given written notice to any two of the following: The Principal, the Owner, or the Surety above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made,stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Principal,Owner or Surety, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. (b) After the expiration of one (1) year following the date on which Principal ceased work on said CONTRACT, it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof,such limitation shall be deemed to be amended so as to be equal to the minimum period of limita- tion permitted by such law. (c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project,or any part thereof, is situated,or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. 4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. Signed and sealed this 29th day of April A. D. 19 81 Witness.............................................................................. ................MALVESE AND CO.'...INC. .(Seal) 42-rip�oration tint. .......... ..............................AtBY:) /.. ....... .��� (Title) ......................................................................................................(Seal) HARTFORD ACCIDENT AND INDEMNITY COMPANY = Attest................................................................................ By..... ,,,,.....................................(Seal) Mary Bu a-At t orne In Fact (Title) Form S-3213-4 Page 2. Printed in U.S.A. 12-'70 y e (A.I.A.Form—Document No.A-311,February,1970 Edition Approved by The American Institute of Architects) •..". :,•.. .S•fl@' e t edau u aaameeau•au�uaa>; V' .... 'k0•Ii JYar 1.9u i i r u aY{YIIY�i Wu tiu utat W. mu4 am a. a IUY _ 1 i Y P..11 Y YIOi9Y YulOHWY®1 LYYeWa•Y.Y7�yLL B tlya Wd mau 111 YiM uY YYWy��'l9iy��4m iii�auSlOa'�nvluo:alYii®6f�6 r3YC WSW�JulY Y•6LIY01G iW da� a ilLq_We M,Yp'p,}kW q_. .-.YI I, !ik Y. Y�._.a —W_.W +. :. P x. � rUl.�, i PERFORMANCE BOND AND J LABOR AND MATERIAL r- PAYMENT BOND BOND NO. 1 ` HARTFORD ACCIDENT -` AND _ INDEMNITY COMPANY = Hartford Plaza _ Hartford, Connecticut 06115 1 _ _ c On Behalf of = 1 t;' C _ Principal ' i Y '1• In Favor of a r. .......... ................................................................................. Obligee Amount Performance Bond, $...................................... Amognt Payment Bond, ............................................ 1 Date;Issued...................................................................... i CORPORATION ACKNOWLEDGMENT Stateof......"t. ............ ............................................. ss.: County of..... .. ................ Onthe......................... "......................day r!'!'77:77�.............. y of................... ............... ...........................................19...(F/ before ...I .......7...to me known, who being by me duly me personally came...... 11)�w..... . ......... sworn, did depose and say: that he resides in... ..... ...... 't 66iGi N"A�LVESEAND CO., IN/. thathe is the............................................................................President of the...................................................................... the corporation described in and which executed the above instrument, that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the board of directors of said corporation, and that he signed his name thereto by like order. Form S-3480 Printed in U.S.A. 5-'53 TERESA M. VARVARO NOTARY PUBLIC, State Of Now Yoril No. 200-45'!C-947 (Qualified In Nass.lu County Commission Ezpi.cs NI-1-01 Hartford Accident and Indemnity Company Hartford, Connecticut Financial Statement, December 31, 1979 (Cents Omitted) ASSETS LIABILITIES U. S. Government Bonds . $ 66,258,841 l:eserve for Claims Bonds of other Governments 141,931,163 and Claims Expense . . . . $1,210,277,479 State, County, Municipal and Reserve for Unearned Premiums 442,654,760 Miscellaneous Bonds . . . 1,626,384,530 Reserve for Taxes . 22,952,069 Stocks . . . . . . . . 384,111,744 Miscellaneous Liabilities . . . 94,710,432 $2,218,686,278 Total Liabilities . . . . . $1,770,594,740 Capital Paid In . $ 40,000,000 Real Estate $ 2,375,686 Surplus . . . 496,469,674 Cash in Offices and Banks . . . 589,758 Agents' Balances (Under 90 Days) 0 Surplus as regards Policyholders $ 536,469,674 Sundry Assets 85,412,692 Total Liabilities, Capital Stock Total Admitted Assets . . . $2,307,064,414 and Surplus . . . . $2,307,064,414 STATE OF CONNECTICUT, ss. COUN"rY OF HARTFORD, D. C. Thomas, President of the Hartford Accident and Indemnity Company, being duly sworn, does hereby certify that the foregoing is a correct statement of the assets and liabilities of the said Company as of December 31, 1979 and in witness whereof said President has hereunto signed and caused the corporate seal to be affixed hereto. Acknowledged and sworn to before me this 5th day of March 1980 n DeRoc C. Thomas. Prrsidl rd J,e- pizu< y `fi R • :votary Public Attest: My conrnrission expires April 1, 1983 Form CS•l9 H A&l Printed in U.S.A. lice President and Group Comptroller HARTFOR?ACCIDENT AND INDEMNITY COMPANY Hartford,Connecticut POWER OF ATTORNEY Know all men by these Presents, That the HARTFORD ACCIDENT AND INDEMNITY COM- PANY,a corporation duly organized under the laws of the State of Connecticut,and having its principal office in the City of Hartford, County of Hartford, State of Connecticut, does hereby make, constitute and appoint RICHARD J. COPPOIA, ROBERT K. CIAUSEN, MARY BURKE, and JOSEPH CARFORA, of WOODBURY, NEW YORK its true and lawful Attomey(s)An-Fact,with full power and authority to each of said Attomey(s)-in-Fact,in their separate capacity if more than one is named above,to sign,execute and acknowledge any and all bonds and undertakings and other writings obligatory in the nature thereof on behalf of the company in its business of guaranteeing the fidelity of persons holding places of public or private trust;guaranteeing the performance of contracts other than insurance poli- cies;guaranteeing the performance of insurance contracts where surety bonds are accepted by states and municipal- ities, and executing or guaranteeing bonds and undertakings required or permitted in all actions or proceedings or by law allowed, and to bind the HARTFORD ACCIDENT AND INDEMNITY COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the HARTFORD ACCIDENT AND INDEMNITY COMPANY and sealed and attested by one other of such Officers, and hereby ratifies and confirms all that its said Attomey(s)-in-Fact may do in pursuance hereof. This power of attorney is granted by and under authority of the following provisions: (1)By-Laws adopted by the Stockholders of the HARTFORD ACCIDENT AND INDEMNITY COMPANY at a meet- ing duly called and held on the 10th day of February, 1943. ARTICLE IV SECTION 8. The President or any Vice-President,acting with any Secretary or Assistant Secretary,shell have power and authority to appoint, for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,one or more Resident Vice-Presidents,Resident Assistant Secretaries and Attomeys-in-Fact and at any time to remove any such Resident Vice-President,Resident Assis- tant Secretary,or Attorney-in-Fad,and revoke the power and authority given to him. SECTION 11. Atomeys-in-Fad shall have power and authority,subject to the terms and limitations of the power of attorney issued to them,to execute and deliver on behalf of the Company and to attach the seal of the Company thereto any and all bonds and undertakings,and other writings obligatory in the nature thereof,and any such instrument executed by any such Atortey-in-Fad shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested by one other of such Officers. (2) Excerpt from the Minutes of a meeting of the Board of Directors of the HARTFORD ACCIDENT AND INDEM- NITY COMPANY duly called and held on the 11th day of June, 1976: RESOLVED:Robert N.H. Sener,Assistant Vice-President and Thomas F.Delaney,Assistant Vice-President,shall each have as long as he holds such office the same power as any Vice-President under Sections 8,7 and 8 of Article IV of the fay-Laws of the Company. This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Directors of the HARTFORD ACCIDENT AND INDEMNITY COMPANY at a meeting duly called and held on the 6th day of August, 1976. RESOLVED,That,whereas Robert N.H.Senor,Assistant Vice-President and Thomas F. Delaney,Assistant Vice-President,acting with any Secretary or Assistant Secretary,each have the power and authority,as long as he holds such office,o appoint by a power of attorney,for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, one or more Resident Vice-Presi- dents,Assistant Secretaries and Attorneys-in-Fact; Now,therefore,the signatures of such Officers and the seal of the Company may be affixed to any such power of atomey or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon r the Company in the future with respect to any bond or undertaking to which it is attached. In Witness Whereof,the HARTFORD ACCIDENT AND INDEMNITY COMPANY has caused these presents to be signed by its Assistant Vice-President,and its corporate seal to be hereto affixed,duly attested by its Secretary,this 9th day of August, 1976. Attest: HARTFORD ACCIDENT AND INDEMNITY COMPANY �� ��,/►!may?; ,� WDouglas H.Geer.Secretary Thomas F.Delaney STATE OF CONNECTICUT, Assistant vice-President COUNTY OF HARTFORD, ss., On this 9th day of August,A.D. 1976,before me personally came Thomas F. Delaney,to me known,who being by me duly swom, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice-President of the HARTFORD ACCIDENT AND INDEMNITY COMPANY,the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. STATE OF CONNECTICUT, , ;" Gloria Mazotas,Notary Pubh'c t COUNTY OF HARTFORD, IS. CERTIFICATE My Commission Expires March 31, 1978 ) I, the undersigned. Assistant Secretary of the HARTFORD ACCIDENT AND INDEMNITY COMPANY, a Connecti- cut Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked;and furthermore,that Article IV, Sections 8 and 11,of the By-Laws of the Company,and the Resolutions of the Board of Directors, set forth in the Power of Attorney, are now in force. Signed and sealed at the City of Hartford. Dated the 29th day of April 19 81 S :Y',,'1 Form 53507-9 Printed.n U.S.A. John E.Lukens �., SEE REVE SIDE Assistant secretary STATE OF NEW YORK ) SS. COUNTY OF Nassau) on April 29th, 1981, before me personally cans Mary Burke , to me known, who, being by me duly sworn, did depose and may that he resides in Mineola, New York ; that he is the attorney-in- fact of the HARTFORD ACCIDENT AND INDEMNITY COMPANY the corporation described in and which executed the within instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that he signed his name thereto by like order; and that the Superintendent of Insurance of the State of New York has, pursuant to Chapter 33 of the Laws of the State of New York for the year 1909, as amended, constituting Chapter 30 of Cahill's Consolidated Laws of the State of New York, as amended, issued to the HARTFORD ACCIDENT AND INDEMNITY COMPANY his certificate that said Company is qualified to become and be accepted as surety or guarantor on all bonds, under- takings, and other obligations or guarantees, as provided by the Insurance Law of the State of New York and all laws amendatory thereof and supplementary thereto; and that such certificate has not been revoked. Lg_ s iot ry P70A 3OSEp1tfiUKA $Y 1U4!'3C0' S+aie of Nbw York , No -482Ob31 Qaehfled in Nassau Coun+y Obmm}:tion Expires March 30, 19 -1 — it i s THE HARTFORD Hartford Plaza Hartford, Connecticut 06115 GEORGE MALVESE & CO. INC . TOWN OF SOUTHOLD, NEW YORK PERFORMANCE & PAYMENT BOND in U.S.A. i ti STATE OF NEW YORK COUNTY OF SUFFOLK ss: This is to certify that I, Judith T. Terry, Clerk of the Town of Southold, in tj Office of the Clerk of the TOWN OF SOU Clerk of t the said County of Suffolk, have compared the foregoing copy of resolution with the original resolution now on file in this office, and which was passed by the Town Board of the town of Southold in said County of Suffolk, on (SEAL) the ..,21st day of ........Apri 1 1981..., and that the same is a correct and true transcript of such original resolution and the whole thereof. In Witness Whereof, I have hereunto set my hand and affixed the seal of said Town this ..23rd day of .........April................... 1981... Clerk of the Town Board, Town of Southold, County of Suf olk, N. Y A.C. 143 (Rev. 1970) • T r Suggested Form of Resolution For Town Highway Equipment Purchases Exceeding $1,000 Resolution by .. Councilman Lawrence Murdock, Jr. ................................................_ ............................................................................................,................................ Seconded by Councilman John J. Nickles ........................................................................................................................................................................... Whereas, the Town Superintendent of Highways did, on the 21st day of ,,.,.April ......... ........ 19..8.1 duly recommend the purchase of certain equipment pursuant to the provisions of Section 142 of the Highway Law, Now, Therefore, Be It Resolved that the Town Superi itendent of Highways is authorized to purchase, in accordance with the provisions of Articlq 5-A of the General Municipal Law, and with the approval of the County Superintendent of . Highways, the following: One new Backhoe-Loader (190 Series Three Dynahoe Backhoe/Loader ) ........................................................................................................................................................................................................................... ................................. ....................................................................................................................................................................................... �as...pe,r attached specifications) ................................................ ............ . ................................................................................................ .......................................................................................................................................................................................................................... for a maximum price of Seventy-eight thousand, four hundred and no/100---------- Dollars ...... ..... ... .. ... .. ... ..... ..... *... ..... ($78, 400. 00 ), delivered at ,Highway Department.,.,..Pecon.ic._.Lane.,...,Peconic N. Y ........... ... ., by .....................May...22................r 198.11 .The Town Superintendent of Highways is authorized (subject to the approval,of the County Superintendent of Highways if value exceeds $1,000.00) to surrender to the vendor the following equipment of an agreed trade-in value of $ 8 ........................ One Town owned Ford Backhoe and one Town owned 1965 Hough Payloader ...................................................................................................................................................................................................... ........................................................................................................................................................................................................................ A contract for the item purchased shall be duly executed in triplicate between the Town Superintendent of Highways and such vendor, and when approved by the County Superintendent of Highways, it shall become effective. When the con- tract has been executed and approved, and upon delivery of the item(ss) purchased, the supervisor shall pay the following amounts as specified: (1) s „2„rJ�222 46 from budgetary appropriation for purchase of equipment. (2) $ . 44., ...... from the proceeds of obligations issued pursuant to the Local Finance Law. (Issuance of such obligations will be authorized by a separate resolution) Vote of Town Board (Aye) „Willi.am...R..........P...e..ll,....III.................................. Supervisor..... Vote of Town Board (Aye) t ) „Henry W. Drum p�7}�img .......................................................................................... Town Councilman Vote of Town Board John J. Nickles (X-MW]dxl4kX Town Councilman Vote of Town Board ) Lawrence Murdock, Jr, IWK34KatX .......... (Aye) ............................................................................................................ Town Councilman Vote of Town Board (Aye) ( FrariCls J. Murphy j KAMkK ..... ...................................................................................................... Town Councilman Type or write in names of Town Board members and indicate how they voted. (The foregoing Is o suggested form of resolution to be used at a town board meeting in connection with the purchase of town highway equipment under Section 142 of the Highway low. It does not have to be followed in the exact language used but should be changed, where necessary, to fit circum- stances.) 1 r • • 1/80 SPECIPICATIONS n DYNAHOE Model 190 Series Three Heavy-,Duty Hydraulic Backhoe Loader Unit 1. GENBR.IL The rubber-tired backhoe-loader to be furnished under these specifications must be of the integral type. The frame of the tractor (Prime Mover) must be rectangular ail-welded box type or formed steel plate type frame which incorporates the backhoe, loader and stabilizer mounting points, Units offered having backhoe components of the "add-on" or "attachment type" will not be considered as meeting essential re- quirements of these specifications, The unit shall provides proper weight distribution for operation at maximum capacity without additional counterweiphting. Ease of operation, operator comfort and safety are essential requirements 2, TRACTOR (PRIME MOVER) shall be two-wheel drive. Tractor shall have a minimum of 88" wheelbase. Outside tread shall not be less than 78 inches in front and 85 inches in rear. 3. ENGINE shall be Diesel with 159 cu. in. piston displacement, ?, cycle type, Gross maximum horsepower shall be at least 101 at 2800 RPM. A larger dry, type air cleaner shall be supplied. Gauges: engine temper- ature, engine oil pressure, tachometer, hourmeter, ammeter, fuel gauge, visual pre-cleaner gauge, 4. PUHL_ TANK shall have capacity of not less than 35 gallons and be rubber mounted, 5, ELECTRIC SYSTEM shall be 12 volt and include starter, alternator,, voltage regulator, headlights, rear lights, combination stop and tail- lights, Directionals. 69 REAR AXLE shall be heavy-duty outboard planetary drive type with final drive in the wheel hub and torque proportioning differential, Rated load capacity shall be at least 17,200 lbs. 7. PROW A)Q,E shall be heavy-duty box construction steel main member with load capacity at ySeld 70,000 lbs. 8, HYDRAULIC POWER STEERING shall be supplied. Turning radius shall not exceed 15', 9. BRAKES shall be hydraulic power assist shoe type service brakes with 204 square inch surface with a seperate pakking brake. 10. TIRES shall be not less than 14x17.5, 10-ply duplex transport on front and 16.9x24, 10-ply all traction utility on the rear. li. TOWNE CONVERTER shall be single stage with mul Aplication ratio of at least 2,1.5 to 1. Converter temperature gauge. 4 1 • • Page 2 t Model 190 e 12. TRANSMISSION shall be a hydraulic power shift directional transmission with a 4 speed synchromesh range transmission. 13. SPEED range shall be approximately 0-18 MPH forward and minimum 0-22 MPH reverse. 14. SINGLE SEAT shall be upholstered type with at least fore and aft adjust- meets. Must be 360 degrees swivel t•►pe to permit operation of backhoe and loader from same seat. Safety belt. 35e HYDRAULIC SYSTEM shall include: a. Hydraulic system must have 10 micron full flow oil filter and heat exchanger (oil cooler) with a minimum capacity of 700 B.T.Uo's per minute. Cooler shall have two heat exchangers. One for transmission-converter and one for backhoe operation. Hydraulic oil temperature gauge. b. Reservoir capacity of at least 26 gallons. co Main hydraulic pump capacity shall be 57 GPM at 2500 RPM and becoupled with dual life time universal driveso d. Backhoe hydraulic cylinder sizes: single boom at least 6 inches ID, swing at least 4 inches ID, bucket at least 4 inches ID, dipperstick at least 524 inches ID, and stabilizer 4 inches ID, loader hydraulic cylinder sizes: Lift at least 5 inches ID, bucket at least 3 inches ID. t6a BACKEOE shall be heavy-duty, hydraulic, designed for use in production digging. It shall include a heavy-duty 30 inch digging bucket 12.1. with yd, teeth and and hydraulic stabilizers. Backhoe mrninting shall be an integral part of main frame. Oirrent production shall be applied. A 41, 120 lb. lifting capacity with boom and dipper fully extended and a 8,700 lb. lifting opacity with borne raised using dipperstick cylinder and with- out using any boom locks. Lift ring on Ii link. Big Thumb Attachment to be installed. 17. BAM10E DdSIGN Atm CONSTRtTG`rTON FEATURES required ares a. At least 19 foot rated digging depth, incorporating super charged cireut. b. At least 12. 9" loading height. c. Minimum swing arc 180 degrees with rivbber swing stops. do Reach (from CA swing axis bucket teeth at ground level) at least 21.3". eo Hydraulically operated stabilizers with at least 12'5" spread at ground level and reach below wheel level of approximately 24 inches. Check valve on locked in both positions. Street pads. Stabilizer cylinder rod dards. f• Pully heavy-duty construction boxed boom & dipperstick with generous gussets at stress points, large pins & bearing areas at pivot points. , t • Page 3 flode1 190 18t FRIM' LOADER shall be hydraulically operated, complete with at least 1-5/8 cu, ydo heavy duty bucket with a"lift ring. Rocket shall be self- leveling. 29. FRONT LOADER DESIGN ASID CONSTRTYM- ON FEATURES required ares a. Bucket SAE capacity rating shall be at least 1-5 cue yd. b. Rated lift capacity to full height shall be at least 7,000 lbs. c. Rated breakout force shall be at least 14,500 lbs. d. Rated carry capacity shall be at least 99000 lbs, e, Dump height 89141. 20. Pins should all be blocked-bossed to reduce wear points. All moving points should be bushed and lubricated with zerk fittings and be cot:ntersunk at all vulnerable poimts, 210 FULLY ENCLOSED ROPS CAR with rubber maints, also heater and defroster an shall be furnished. 22. WEIGHT of machine as specified shall be not legs than 19,000 lbs. 23. STANDARD ACCESSORIES shall be tool box, cigar lighter, rain cap, instrument panel cover, rear view mirror, reflectors, slow moving vehicle decal, license plate bracket with taillight, back-up alarm, cab mounted rotating flasher and directional signals with hazzard switch. 24. Machine to be painted standard Dynahoe yellow, A.C. 142 (Rev. 1970) CONTRACT 4)R PURCHASE OF ROAD EQJ0MENT -This is a contract to purchase the following road equipment One new Backhoe-Loader (190 Series Three Dynahoe Backhoe/Loader (set forth herein or attach detail specifications upon which bids were based) (as per attached-specifications) entered into this 1 St day of May , 19 81 , between the Town Superintendent of Highways of the Town of Southold Suffolk in the County of , New York, and George Malvese & Co. , Inc. the Vendor, whose principal office is located at 530 Old Country Road, Hicksville, New York 11802 I Seventy-eight (P. 0. Address) for a total price of thousand, four hundred and -no/100 Dollars ($ 78 ,400. 00 ), This contract has been awarded to the Vendor in accordance with the provisions of Article 5-A of the General Municipal Law. A resolution authorizing the purchase of this a uipment was adopted bar the Town Board on April 21 19 81 The resolution directed that when this contract hos been signed brp the Town Superintendent o�Ty ways, t s endor or fiT2 agent, and approved by the County Superintendent of Highways, it becomes effective and that upon delivery of the equipment named and its accept- ance by the Town Superintendent of Highways, the Supervisor shell pay for it in the following manner: (1) By delivery to the Vendor, as a trod*-in, the equipment described at the agreed value of: One Town owned Ford Backhoe and one Town $ 8, 500. 00 ownea 19135 . Hougny oa er (2) By payment from current appropriations ..........:.......................................... 25,222.46 (3) By payment from proceeds of obligations .... 44, 677. 54 TOTAL i 78 ,400. 00 i It is agreed that the title to said trade-in equipment mentioned at,,"(1)" above shall remain in the Town until delivered to the Vendor at the time mentioned, and further that said equipment may be used by the Town until delivered to the Vendor and at such time it will then be accepted by the Vendor at the value mentioned providing that it is in as good condition as at present, normal wear, tear and usage excepted. (Strike out(1) and this paragraph if not applicabi*). The Vendor guarantees the equipment purchased under this contract against defects of workmanship and material for a period of One Year day: and that it will be delivered in first class condition at Southold Town Highway Department, Peconic Lane, Peconic, N.Y. by May 22 The Vendor hereby agrees to the provisions of Section 103-a of the General Municipal Law which requires that upon the refusal of a person, when called before a grand jury to testify concerning any transaction or contract hod with the state, any political subdivision thereof, a public authority or with any public department, agency or official of the state or of any political subdivision thereof or of a public authority, to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning such transaction or contract, (a) such PPerson, and any firm, partnership or corporation of which he is a member, partner, director or officer shall be disqualified from t!►ereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any municipal corpor- otion or any public department, agency or official thereof, for goods, work or services, for a period of five years after such refusal, and (b) any and all contracts made with any municipal corporation or any public department, agency or official thereof, since the effec. tive dote of this low, by such person, and by any firm, rartnership, or corporation of which he is a member, partner, director or officer may be cancelled or terminated by the municipo corporation without incurring any penalty or damages on account of such cancellation or termination, but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid. The Vendor hereby agrees not to assign this contract,, or his right therein, to any other person or corporation without the previous consent, in writing, of the Town Superintendent of Highways. The Vendor hereby certifies that there are no Federal or State taxes included in the above purchase price and that he is the only intermediary taLween the manufacturer and the purchaser. Th�-comprjles the entire c tr ween the parties and supersedes any and all other agreements respecting the property de- scrib eorge Malvese & Co. , Inc. own Superin endent of Highways (Vendor) D: VIP Chief Deputy By Title aunty erinten ent o g ways NOTE: Use this contract when the purchase price of equipment is over $l 000. It must be executed in triplicate and given to the county superintendent of highways. If approved by the county superintendent, he shall keep one copy and within ten days of the date of his approval file two copies with the town clerk. The town clerk shall file one copy and deliver one copy to the Vender. WHERE APPLICATION IS MADE PURSUANT TO SECTION 104.10, SUBDIVISION 3, OF THE LOCAL FINANCE LAW, A COPY OF THIS FORM MUST BE FILED WITH THE STATE COMPTROLLER. M 1/80 * SPECIPICATIONS r DYNAHOE Model, 190 Series Three Heavy-Duty Hydraulic Backhoe Loader Unit 1, GENEUL The rubber-tired backhoe-loader to be furnished under these specifications must be of the integral type. The frame of the tractor (Prime Mover) must be rectangular ail-welded box type or formed steel Plate type frame which incorporates the backhoe, loader and stabilizer mounting points. Units offered having backhoe components of the "add-on" or "attachment type" will not be considered as meeting essential re- quirements of these specifications, The unit shall provides proper weight distribution for operation at maximum capacity without additional counterweighting, Base of operation, operator comfort and safety are essential requirements 2. TRACTOR (PRIME MOVIE shall be two-wheel drive. Tractor shall have a minimum of 88" wheelbasea Outside tread shall not be less than 78 inches in front and 85 inches in rear. 3. ENGINE shall be Diesel with 159 cue in, piston displacement, 2 cycle type. Gross maximum horsepower shall be at least 101 at 2800 RPM, A larger dry type air cleaner shall be supplied, Gauges: engine temper- ature, engine oil pressure, tachometer, hourmeter, ammeter, fuel gauge, visual pre-cleaner gauge, 4. FUEL TANK shall have capacity of not less than 35 gallons and be rubber mounted* 5. ELECTRIC SYSTEM shall be 12 volt and include starter, alternator,, voltage regulator, headlights, rear lights, combination stop and tail- lights. Directionals. 6. REAR AXLE shall be heavy-duty outboard planetary drive type with final drive in the wheel hub and torque proportioning differential. Rated load capacity shall be at least 17,200 lbs. 7. FROM AXLE shall be heavy-duty box construction steel main member with load capacity at yield 70,000 lbs, 8. HYDRAULIC POWER STEMUNG shall be supplied, Turning radius shall not exceed 150. 9. BRAKES shall be hydraulic power assist shoe type service brakes with 204 square inch surface with a seperate parking brake. 10. TIRES shall be not less than 14x17.5, 10-ply duplex transport on front and 16.9x24, 10-ply all traction utility on the rear, 11. TORQUE CONVERTER shall be single stage with mul :ipiication ratio of at least 2.15 to 1. Converter temperature gauge. • • Page 2 Model 190 12. TRANSMISSION shall be a hydraulic power shift directional transmission with a 4 speed synchromesh range transmission. 13. S`PEM range shall be approximately 0-18 MPH forward and minimum 0-22 MPH reverse. 14. SINGLE SEAT shall be upholstered type with at least fore and nft adjust- ments, Must be 360 degrees swivel type to permit operation of backhoe and loader from same seat. Safety belt. 15. HYDROUJILIC SYSTEM shall include: a. Hydraulic system must have 10 micron full flow oil filter and heat exchanger (oil cooler) with a minimum capacity of 700 B.T.Uo's per minute. Cooler shall have two heat exchangers. One for transmission-converter and one for backhoe operation. Hydraulic oil temperature gauge, b. Reservoir capacity of at least 26 gallons, c. Main hydraulic pump capacity shall be 57 GAM at 2500 RPM and becoupled with dual life time universal drives, d. Backhoe hydraulic cylinder sizes: single boom at least 6 inches ID, swing at least 4 inches ID, bucket at least 4 inches ID, dipperstick at least 5% inches ID, and stabilizer 4 inches ID, loader hydraulic cylinder sizes: Lift at least 5 inches ID, bucket at least 3 inches ID, t6. BAClaiOB shall be heavy-duty, hydraulic, designed for use in production digging. It shall include a heavy-duty 30 inch digging bucket 12.v. with yd, teeth and and hydraulic stabilizers. Backhoe mounting shall be an Integral part of main frame. C1irrent production shall be applied, A 40 120 lb, lifting capacity with boom and dipper fully extended and a 8,700 ib. lifting capacity with borne raised using dipperstick cylinder and with- out using any boom locks, Lift ring on H link. Big Thumb Attachment to be installed, 17. BAChI)OE DfiSIM4 AND CONSTRU•CrION FBA11IRBS recstired are: a. At least 19 foot rated digging depth, incorporating super charged circut. b. At least 12' 9" loading height, c. Minimum swing arc 180 degrees with r»bber awing stomps. d. Reach (from CA swing axis bucket teeth at ground levet) at least 2103". e, Hydraulically operated stabilizers with at least 12'5" spread at ground level and reach below wheel level of approximately 24 inches. Check valve on locked in both positions, Street pads, Stabilizer cylinder rod g<iards, f. Fully heavy-duty construction boxed boom & dipperstick with generous gussets at stress points, large pins & bearing areas at pivot points. • r' Page 3 P.Iodel 190 1 18. FRCINT LOADER shall be hydrwilically operated, complete with at least 1-5/8 cue yd* heavy duty txicket with a"lift ring. Placket shall be self- leveling. 19. FRONT LOADER DESIGN mm CONSTRTT'TION FEATURES required are: a. Bucket SAE capacity rating shall be at least 1-5 cue yd. b. Rated lift capacity to full height shall be at least 7,000 lbs. c. Rated breakout force shall be at least 14,500 lbs. d. Rated carry capacity shall be at least 99000 lbs. e. Dump height 801". 20. Pins should all be blocked-bossed to reduce wear points. All moving points should be bushed and lubricated with zerk fittings and be co::ntersunk at all vulnerable points. 21. FULLY MICLOSED ROPS CAR with rubber mamts, also heater and defroster an shall be furnished. 22. WEIGHT of machine as specified shall be not less than 199000 lbs. 23. STANDARD ACCESSORMS shall be tool box, cigar lighter, rain cap, instrument panel cover, rear view mirror, reflectors, slow moving vehicle decal, license plate bracket with taillight, back-up alarm, cab mounted rotating flasher and directional signals with hazzard switch. 24a Machine to be painted standard Dynahoe yellow, h STATE OF NEW YORK COUNTY OF SUFFOLK ss: This is to certify that I, Judith T. Terry, Clerk of the Town of Southold, in Office of the Clerk of the a TOWN OF SOUTHOLD the said County of Suffolk, have compared the foregoing copy of resolution with the original resolution now on file in this office, and which was passed by the Town Board of the town of Southold in said County of Suffolk, on (REAL) the ...21st... day of ....... pril................„ 19.§!..., and that the some is a correct and true transcript of such original resolution and the whole thereof. In Witness Whereof, I have hereunto set my hand and affixed the seal of said Town this ..23rd.... day of .......April.................... 1981 GE, ....�..:.s. . .. ... ........ Clerk of the Town Board, own of Southold, County of Suffo , N. Y A.C. 143.(Rev. 1970) . Suggested Form of Resolution For Town Highway Equipment Purchases Exceeding $1,000 Resolution by ...Councilman John J. Nickles ............................................................................................................................................................................. Seconded by „_Councilman Henry W. Drum .................................................................................................................................................................................... Whereas, the Town Superintendent of Highways did, on the 21St day of ,.,...,Aril ..... ......................... . . 19.81, duly recommend the purchase of certain equipment pursuant to the provisions of Section 142 of the Highway Law, Now, Therefore, Be It Resolved that the Town Superintendent of Highways is authorized to purchase, in accordance with the provisions of Articlq 5-A of the General Municipal Law, and with the approval of the County Superintendent of Highways, the following: One new Street Sweeper (Model TE-4 Mobil Sweeper) ................................................................:......................................................................................................................................................... .......................................................................................................................................................................................................................... (as per attached specifications) .......................................................................................................................................................................................................................... .......................................................................................................................................................................................................................... for a maximum price of Fifty-three thousand, seven hundred eighty-seven and no/106 ... ..:........... ....... . ..... .... ....... ..... ($ 53, 787. 00 ) delivered at HighwayDepartment, Peconic Lane, Peconic N. ., ., by ......................Ma.y...22.............., .The Town Superintendent of Highways is outhorized,(subject to the approval of the County Superintendent of Highways if value exceeds $1,000.00) to surrender to the vendor the following equipment of an agreed trade-in value of $2, 200. 00 ................... ..............O................................................................................ne Town owned 1968 Mobil Sweeper........................................................................................................... ........................................................................................................................................................................................................................ A contract for the item(io purchased shall be duly executed in triplicate between the Town Superintendent of Highways and such vendor, and when approved by the County Superintendent of Highways, it shall become effective. When the con- tract has been executed and approved, and upon delivery of the item(s-i purchased, the supervisor shall pay the following amounts as st%cified: (1) Sl1H,,264: 54 from budgetary appropriation for purchase of equipment. (2) a33., 322:.46........... from the proceeds of obligations issued pursuant to the Local Finance Law. (Issuance of such obligations will be authorized by a separate resolution) Vote of Town Board .......... (Aye) ffl4j,) Wi.l.liam R. Pell,.., III1.I.j..................................................................... Supervisor Vote of Town Board (Aye) CLU10 Henry W. Drum Town Councilman John J. Nickles :TXWjKjM14ft Voteof Town Board .......... (Aye) (NWrT ............................................................................................................. Town Councilman , ( I Vote of Town Board .......... (Aye) (� ....................Lawrence....MurdockJr ..................................................................................... I jux ot 1 Town Councilman Vote of Town Board (Aye) (( Francis J. Murphy { Town Councilman Type or write in names of Town Board members and indicate how they voted. t(The foregoing is a suggested form of resolution to be used at a town board meeting in connection with the purchase of town highway equipment under 'Section 142 of the Highway Low, It does not have to be followed in the exact language used but should be changed, where necessary, to fit circum- stances.) T Specifications - ITE4 FOUR-WFiHEL SELF-PROPELLED PICKUP STREET SWEEPER SINGLE CUTTER BROOM GENERAL. SPECIFICATIONS The steeet sweeper to be furnished under these specifications shall be a four-4dibel, self-propelled engine drive with auxiliary engine to power pickup broom, gutter broom, elevator system and water spray system pump, shall have a minimum of 4 cubic yard (self-load) hopper capacity;' shall be regularly listed as manufacturer's current' model, and shall comply with standard specifications for the model offered with eceptions and additions as contained herein, DRIVE (PROPUL�SIOON) ENGINE Gasoline - not less than 300 cubic inch displacement and 130 Inter- mittent BHP at governed 3300 RPM (SAE J-245); replaceable full flow oil filter, replaceable fuel filter, heavy duty dry type DONALDSON "C,CI.OPAC" air cleaner, two stage, with pre-cleaner, safety element and cab mounted restriction indicator; minimum thirty (30) gallon fuel tank; anti-freeze to -34 degrees Fo FHotirmeter, In cane of rear engine failure fromt engine must be capable of raising the p=cktep broom and gutter broom to enable machine to returni.to garage, HYDRAULIC SYSTEM (PROPULSION ENGINE) Gear pump to supply power to broom lift/lower, extend/retract hydraulically and hopper gate open/close functions independent of broogi and elevator rotation funtinns; priority valve for sweeper steering; system relief; 33 micron return line filter and reservoir with temperature and capacity sight Uaugeo TRANSMISSION Automatic transmission, 3 bpeed forward and 1 reverse speed with provisions for locking in first gear; equipped with water to oil cooler, Transmission shall be heavy duty truck typee AUTOMOTIVE TYPE TRANSMISSION NOT ACCEPTABLE, AUXILIARY ENGINE To supply power to brooms and elevator, independent of sweeper pro- fpulsion speed. To be located at rear of sweeper for easy ground level access for maintenance and service, Four cylinder, water cooled gasoline engine, not less than 140 cubic inch displacement and 38,2 intermittent BHP at recommended 180n RPM (SAF, J-X245); full flow re- placeable oil filter, heavy duty dry type DONALDSON"CYC..OPAC' air cleaner with safety element, governor, manual choke, oil filter and crankcase breather filter to prevent dust from entering engine; 12 volt starter and ignition system, but no alternator or batteryo Minimum twenty (20) gRIlon capacity fuel tank; anti-freeze protection to -34 degrees F, Donaldson pre-cleaner, fiYDRAULIC SYSTEM (Auxiliary ENGINE) Dual pump drive driven directly off flywheel. Tandem gear type pump for rear broom and elevator functions, Separate high pressure relief valve and 3 position solenoid valve for each function, Two 100 mesh suction filter and 10 micron return filter with lift our element and oil cooler, Hydraulic motors for elevator 9 pickup broom and gutter broom, Specifications - ITE4 Page 2 shall be of same type, size and manufacturer for interchangeability. . Sight gauge indication hydraulic oil capacity and temperature shall be PtTvided. FRONT AXLE Full width 68 inch track, heavy duty "I" beam truck type, not less than 79000 ibs, load rating capacity. Axle loading shall not exceed manufacturers rated capacity, REAR..AXLE Full width# mb%inwm 80 inch track heavy duty hypoid-helical double reduction to provide travel speeds up to 55MPH and a load rating capacity of not less than 17,000 lbs, Axle loading shall not exceed manufacturer*s rated capacity, Two Speed - 12,64:19 low range, 6.75:19 Ugh range. Wf?IEELS Heavy duty truck disc type, Front to have 6 stud holes. Rear to have IO stud holes, TIES Front - 7 ,50X209 8 ply ratin Rear - 10,00x20,'_12 ply rating All tires to include self-balancing, puncture sealing Silicones sTEERrNG Full power; cam and lever type; single right hand control, 7hvning radius minimum 18 feet, CHASSIS Completely and wholly fabricated and assembled for street sweepers, a safety factor of 4o Standard or modified truck chassis not acceptable* Overall length of sweeper not to exceed 21 feet* Maximo overhand behind centerline of rear axle not to exceed 92 inches, Built-in Jack pads, on each side of machine frame to be provided. PROW BUM)ER Full width heavy duty steel, boltdd to frame with two holes each side, Bumper shall not be a counterweight for wcight distribution of sweeper 9 Front towing hooks to be mounted directly to chassis. Rear towing eyes to be mounted on chassis, Specifications - ITE4 Page 3 FRONT FENDERS AND HOOD Reinforced fiberglass and forward tilting for easy access to engine compartment for maintenance, Boltwon removable fenders for drive engine access not acceptable. CAB All steel, full width cab ::ith adjustable Bostrom bucket seat, with seat belt, Single right hand steering and single Athf hand controls. Shatterproof tinted glass throughtout, full vision doors with split glass vertical sliding windais, fresh air two speed heater and defroster, separate air flow and temperature controls, sun visor, dual electric 2 speed windshield wiper, .:ahers, doors to be hinged at rear so sweeper may be operatcd with door ^pcn,'::hcn desired, All instruments and controls shall be located in cab within easy reach and vision from operator position; 6" x 16" !Fest Coast type rear view mirror with adjustable bottom convex section, mounted on each side on front fenders, Highest point of machine shall be top of cab ?• -5" (without flasher) for clearance under low hanging branches, etc, Cab pressurizer, mud flaps, undercoating, slow moving vehicle decal and back-up V arm. Arm rest to be included, FNSUldENTS 'pater tenpn: 4ye, oil pressure and gasoline gauges for both engines, ammeter, speedometer-odometer for propulcion engine, tachometer and engine hour deter for auxiliary engine, and high beam ireicater., All instruments to be located on dash of cab, centrally located for good vision from operator positiono Behind operator installation not acceptable. GAS TANKS Capacity for approximately 8 hours of normal operation Propulsion engine gasoline tante - 30 U,So gallons Auxiliary engine gasoline tank - 20 U.S. gallons BRAKES Hydraulic service brakes all four wheels with hydrovac booster and total lining arca of not less than 430 square inches; mechanical emergency brake on drive line with orscheln lcvcr and not less than 60 square inches lining area, ELECTRICAL SYSTEM 13 volt, 90 amp dual pulley drive alternator, with 35 amp output at 590 engine idle speed, and 12 volt, 90 amp hour capacity battery, Ail cirs"Its protected by cab-mounted centrally located -fuses, Wing harness to be color coded and n"nbcred with quick disconnect couplings and shall be accessible for maintenance, firing harness installer! Inside frame not acceptable, ti Specifications ITE4 Page 44 LrGHTT SYSTEM!' Dual front head lights with high-.Ior: beai, t-,-.o combination tail and stop lights; one spotlight over gutter broom and one on rear for Pic-k'-'P brooms Self-cancelling direction signals with four-way flasher hazard switch, autom tic bac!up light, interior cab dome light and Federal Safety Standards clearance lights. Rear license Plate bracket with light and reflectors• Dietz rotating light, Model 7-400, DIRT HOPm-ER Four (4) cubic yard (self-load) capacity minimum, located between front and rear axles for equal weight distribution when loaded, Gravity dump, hydraulically operated gate controlled from cab, Grab handles, safety steps, and access doors. A hopper full load indicator light shall be provided in cab - dadh mounted, Direct access to main gas tank and auxiliary gas tank sending units for back of. hopper;. Indepen�?ent hopper pivoting so t-.heels always maintain contact with ground. SPRAY SYSTEM Minimum water tank capacity, 280 totally useable gallons, with tank gauge, a--V r. 15•-0" full hose attached, with 2 NSR female coupling on hydrant end. Shut-tuff cock located between water tank and spray system, with strainer in an easily accessible pokition bettIecn water tank and water pumps Nine brass spray nozzles located across front of sweeper and 2 over gutter broom. Water spray to be controlled from cabs 200' x 30" bolt-down manhole to be provided, with inside of tank coated with "Plexo-Black"s Shut-off valves shall be provided so that left side sprW nozzles can be shut off (if desired), extending water supply. Cold weather drain (external) shall be Provided* WATER SYSTEM Beit driven centrifugal type pump, with brass impeller capable of running without water in system without damage to pumps Water system not to be used for hydraulic cooling. Hydrant flow valve to be furnished, with wrench. i DIRT OONVBYOR Hydraulically driven and reversible; non-clogging, replaceable rubber squeegee type, 9 flights, using steel drive chains (2-3/8" aide) and rubber sprockets (2-3/16" wide); a relief valve to prevent damage from impassalbe objects. T<,c (3) piece abrasive resistant (A.R.) elevator botoom plate, bolt-in type, for easy replacement and 'ong rear. An elevator overload (buzzer) shall be installed in cab indicating to operator when elevator is overloaded or jammed. DRAG STIOES Full floating suspension with both vertical and lateral movement. Specifications - ITE4 Page s PICK UP BROOM danline 36" diamater and 58" in length;4 full floating by means of springs and shock absorbers. CASTER SHEELS NOT ACCEPTABLE, Drive to be hydraulic; self-aligning anti-friction bearings. Constant forward speed controlled by RPM of auxiliary engine; hydraulic lift with controls in cab, Rear broom cover safety striped. Broom shall remain still while dirt conveyor is in reverse for safety safety, Center dirt board shall be fully protected when pick-up broom is retracted, GUTTER BROOM 42" diameter, with seven segment aluminum, using 26" standard gutter broom wire, mounted on steel disc with wearing edge should curb be contacted* free floating with full sideway oscillation and adjustable for broom pressure and wear, Hydraulic drive. Constant forward or reverse speed hydraulically driven and controlled by RPM of auxiliary engine* Hydraulic lift controls in cab. Gutter broom to be visible by operator without use of mirrors, and be hydraulically retractable to 8 feet for travel* Gutter broom shall clear tires at all time (sweeping or traveling position) PAINT Standard manufacturers single color, DuPont Dulux or equal* State brand and paint number* WARRANTY Sweeper shall be warranted for a period of six (6) months or 5,000 miles of operation from date of delivery* The elevator chains and sprockets shall be warranted on a pro-rata basis for twenty-four (24) months or-twelve thousand (122000) miles, whichever period shall expire first* A.C. 142 (Rev. 1970) CONTRACTOR PURCHASE .-OF ROAD POPMENT 0— TKts is a contract to purchase the follcwlnq rood equipment One new Street Sweeper (Model TE-4 Mobil Sweeper) (set forth herein or attach detail specifications upon which bids were based) (as per attached specifications) entered Into this 1 St day of may 11981 between the Town Superintendent of Highways of the Town of SoutholdSuf folk to the County of New York, and George Malvese & Co. , Inc. the Vendor, whose principal office is located at 530 Old Country Road, Hicksville, New York 11802 Fifty-t ree thousand seven hundred eighty-sevendand) n0/100 for a total price of Dollars ($ 53, 787. 00 ). This contract has been awarded to the Vendor in accordance with the provisions of Article 5-A of the General Municipal Law. A resolution authorizing the purchase of this equipment was adopted by the Town Board an April 21 ' 19 81 The resolution directed that when this contract has been signed b the Town Superintendent of Highways, t e TVendor or firs agent, and approved by the County Superintendent of Highways, it becomes effective and that upon delivery of the equipment named and its accept- ance by the Town Superintendent of Highways, the Supervisor shall pay for it in the following manner: (1)- By delivery to the Vendor, as a trade-in, the equipment described at the agreed value of: One Town owned 1968 Mobil Sweeper 5 2 ,200. 00 (2) By payment from current appropriations ..........:........................................... 18, 264. 54 (3) By payment from proceeds of obligations .................................................. 33, 322. 46 TOTAL X53, 787. 00 It is agreed that the title to said trade-in equipment mentioned at ,"(1)" above shall remain in the Town until delivered to the Vendor at the time mentioned, and further that said equipment may be used by the Town until delivered to the Vendor and at such time it will then be accepted by the Vendor of the value mentioned providing that it is in as good condition as at present, normal wear, tear and usage excepted. (Strike out(1) and this paragraph if not applicable). The Vendor guarantees the equipment purchased under this contract against defects of workmanship and material for a period of One Year days and that it will be delivered in first class condition at Southold Town Highway Department, Peconi.c Lane, Peconic, N.Y, by May 22 The Vendor hereby agrees to the provisions of Section 103-o of the General Municipal Law which requires that upon the refusal of a person, when called before a grand jury to testify concerning any transaction or contract had with the state, any political subdivision thereof, a public authority or with any public department, agency or official of the state or of any political subdivision thereof or of a public authority, to sign a waiver of immunity against subsequent criminal prosecution ->r to answer any relevant question concerning such transaction or contract, (a) such person, and any firm, partnership or corporation of which he is a member, partner, director or officer shall be disqualified from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any municipal corpor- ation or any public department, agency or official thereof, for goods, work or services, for a period of five years after such refusal, and (b) any and all contracts made with any municipal corporation or any public department, agency or official thereof, since the effec- tive date of this law, by such person, and by any firm, Portnership, or corporation of which he is a member, partner, director or officer may be cancelled or terminated by the municipal corporation without incurring any penalty or damages on account of such cancellation or termination, but any monies owing by the municipal corporation for goods delivered or work done prior So the cancellation or termination shall be paid. The Vendor hereby agrees not to assign this contract, or his right therein, to any other person or corporation without the previous consent, in writing, of the Town Superintendent of Highways. The Vendor hereby certifies that there are no Federal or State taxes included in the above purchase price and that he is the only intermediary between the manufacturer and the purchaser. scri Thi am ises the entire contr betwee the parties and supersedes any and all other agreements respecting the property de- -r eorge Malvese & Co. , ince. own Superintendent of H1 ways (Vendor) A D: By Chief Deputy Title aunty rinten ant o ig ways NOTE: Use his contract when the purchase price of equipment is over $1 t000. It must be executed in triplicate and given to the county Superintendent of highways. If approved by the county superintendent, he shall keep one copyand within tan days of the date of his approval file two copies with the town clerk. The town clerk shall file one copy and deliver *no copy to the Vendor. WHERE APPLICATION IS MADE PURSUANT TO SECTION 104.10, SUBDIVISION 3. OF THE LOCAL FINANCE LAW, A COPY OF THIS FORM MUST BE FILED WITH THE STATE COMPTROLLER. 0 • .Specifications - ITE4 FOUR-WHEEL SELF-PROPELLED PICKUP STREET SWEEPER SINGLE CUTTER BROOM GENERAL SPECIFICATIONS The steeet sweeper to be furnished under these specifications shall be a four-4ffi�!e1, self-propelled engine drive with auxiliary engine to po;rer pickup broom, gutter broom' elevator system and water spray system pump, shall have a minimum of 4 cubic yard (self-load) hopper capacity',•' shall be regularly listed as mat:ufacturer•s current' model, and shall comply with standard specifications for the model offered with eceptions and additions as contained herein, DRIVE (PROPULSION) ENGINE Gasoline - not less than 300 cubic inch displacement and 130 inter- mittent BHP at governed 3300 RPM (SAE J-245); replaceable full flow oil filter, replaceable fuel filter, heavy duty dry type DONALDSON "CLCLOPAC" air cleaner, two stage, with pre-cleaner, safety element and cab mounted restriction indicator; minimum thirty (30) gallon fuel tank; anti-freeze to -34 degrees Fo Hotirmeter, In case of rear engine failure fromt engine must be capable of raising the pickup br,)om and gutter broom to enable machine to'returei.to garaged HYDRAULIC SYSTS1 (PROPULSION ENGINE) Gear pump to supply power to broom lift/lower, extend/retract hydraulically and hopper gate open/close functions independent of brooT and elevator rotation funtinns; priority valve for sweeper steering; system relief; 33 micron return line filter and reservoir with temperattire and capacity sight gauged TRANSMISSION Automatic transmission, 3 Speed forward and 1 reverse speed with provisions for locking in first gear; equipped with water to oil coolers Transmission shall be heavy duty truck typed ATPTOMOTIVE TYPE TRANSMISSION NOT ACCEPTABLE, ATiXILIARY ENGINE To supply power to brooms and elevator, independent of sweeper pro- pulsion speed. To be located at rear of sweeper for easy ground level access for maintenance and services Four cylinder, water cooled gasoline engine, not less than 140 cubic inch displacemOnt and 38,2 Intermittent BHP at recommended 180n RPM (SAT? J-245); full flow re- placeable oil filter, heavy duty dry type DONALDSON"CYCLOPAC' air cleaner with safety element, governor, manual choke, oil filter and crankcase breather filter to prevent dust from entering engine; 12 volt starter and ignition system, but no alternator or battery. Minimum twenty (20) gallon capacity fuel tank; anti-freeze protection to -34 degrees F, Donaldson pre-cleaner. HYDRAULIC SYSTEM (Auxiliary ENGINE) Dual pump drive driven directly off flywheel. Tandem gear type pump for rens broom and elevator functions, Separate high pressure relief valve and 3 position solenoid valve for each functions TWO 100 mesh suction filter and 10 micron return filter with lift our element and oil coolers Hydraulic motors for elevator , Pickup broom and gutter, broom, Specifications - ITE4 Page 2 shall be of same types size and manufacturee-_for interchangeability, Sight gauge indication hydraulic oil capacity and temperature shall be Orgvidede PRdNT AXLE Pull width 68 inch track, heavy duty "I" beam truck types not less than 7,000 ibse load rating capacity- Axle loading shall not exceed manufacturer's rated capacity* REAR AXLE Full widths minimum 80 inch track heavy duty hypoid-helical double reduction to provide travel speeds up to SSMPH and a load rating capacity of not less than 17,000 ibse Axle loading shall not exceed manufacturer's rated capacity, Two Speed - 12,64:1., low range, 6,75:1s high range, W112ELS Heavy duty truck disc type, front to have 6 stud holese Rear to have 10 stud holes* TIRES Front - 7,50x200 8 ply ratin Rear - 10,00x20-'12 ply rating All tires to include self-balancing, puncture sealing Silicone. STEERING Full power; can and lever type; single right hand control* 7hvning radius minimum 18 feet, 0qASSIS Completely and wholly fabricated and assembled for street sweepers, a safety factor of 4, Standard or modified truck chassis not acceptable, Overall length of sweeper not to exceed 21 feet. Maxim m overhang behind centerline of rear axle not to exceed 92 inches* Built-in Jack pads- on each side of machine frame to be provided, PRONT BUMPER Full width heavy duty steel, bolted to frame with two holes each side. Bumper shall not be a counterweight for ucigit distribution of sweeper s Front towing hooks to be mounted directly to chassis. Rear towing eyes to be mounted on chassis, Specifications - ITE4 Wage 3 FRONT FE!MERS AND HOOD Reinforced fiberglass and forward tilting for easy access to engine compartment for maintenance, Bolt-on removable fender3 for drive -�nginc access not acceptable. CAB All steel, full width cab rich adjustable Bostrom bucket seat, with seat belt. Single right hand steering and single tftht hand controls. Shattcr-proof tinted glass threughtout, full vision doors with split glass vcrtic-1 sliding windows, fresh air two speed heater and defroster, separate air floe and temperature controls, sun visor, dual electric 2 speed windshield e:iper, ::ahcrs, door„ to be hinged at rear so sweeper m; be operztcd with deer ^p-n, ::hcn desired, All instruments and controls shall be located in cab t:ithin easy reach and vision from operator position; 6" x 16" '.Fest Coast type rear view mirror with adjustable bottom convex section, mounted on each side on front fenders, Highcst point of machine shall be top of cab 79 -5" (without flasher) for clearance ander law hanging branches, etc. Cab pressurizer, mud Flaps, undercoating, slow moving vehicle decal and back--up alarm. Arm rest to be included, INrFRL?MN TS Water temp; are, oil pressure and gasoline gauger for both engines, ammeter, speedometer-odometer for propulsion engine, tachometer and c^.dine hour meter for ^..xiliary engine, and high bean ireieatar., All instrunents to be located on dash of cab, centrally located for good vision from operator positiono Behind operator in3tallation not acceptable. GAS TANKS Capacity for approximately 8 hours of normal operation Propulsion engine gasoline tank - 30 U,S, gallons Auxiliary ergine gasoline tank - 'x0 U.S. gallons BR,4IG'S Hydraulic service brakes all four ::heels with hydrovac booster and total lining area of not less than 430 square inches; mechanical emergency brake on drive line with orscheln lever and not Less than 60 square, inches lining area. ELECTRICAL SYSTEM 13 volt, 90 amp dual pulley drive alternator, with 35 amp output at 550 engine idle speed, and 11, volt, 90 amp hour capacity battery. All cirraits protected by cob-mounted centrally located fuses, Wilting harness to be color coded and numbered ;.Ath quick disconnect couplings and shall. be accessible for maintenance. 11irin; harness installed inside frarz not acceptable. e Specifications - IM Page 4 LrGHTING SYSTEM' Dual front head lights with high-loc: beam, two combination tail and stop lights; one spotlight over gutter broom and one on rear for Pickup broom, Self-cancelling direction signals with four-way flasher hazard switch, autos^tic backup light, interior cab dome light and Federal Safety Standards clearance lights. Rear license Plate bracket with light and reflectors* Dietz rotating light, Model 7—Mg DIRT HOPPER Pour (4) cubic yard (self-load) capacity minimum, located between front and rear axles for equal weight distribution when loaded, Gravity dump, hydraulically operated gate controlled from cab, Grab handles, safety steps, and access doors, A hopper full load indicator light shall be provided in cab - g dadh mounted, Direct access to main gas tank and auxiliary gas tank sending units for back of. hopper. "Independent hopper pivoting so 1:hcels allrays maintain contact with ground, SPRAY SYSTEM Minimum tater tank capacity, 280 totally usca.ble gallons, with tank gauge, 214" x 1S•-0" full hose attached, with 2% NSR female coupling on hydrant end. Shut-Toff cock located between water tank and spray system, with strainer in an easily accessible potition between water tank and water pump, Nine brass spray nozzles located across front of weeper and 2 over gutter broom. Water spray to be controlled from cab, 20" x 30" bolt-down manhole to be provided, with inside of tans; coated with "Plexo-Black". Shut-off valves shall be provided so that left side SPM nozzles can be shut off (if desired), extending water supply, Cold weather drain (external) shall be provided. WATER SYSTEM Beit driven centrifugal type pump, with brass impeller capable of running without water in system without damage to pumps Water system not to be esed for hydraulic cooling. Hydrant flo;r valve to be furnished, with wrench. DIRT CONVEYOR Hydraulically striven and reversible; non-clogging, replaceable rubber squeegee type, 9 flights, using steel drive chains (2.3/8" gide) and rubber sprockets (2-3/16" wide); a relief valve to prevent dar.�age from impassalbe objects. 7V-o (2) piece abrasive resistant (A.R.) elevator botoom plate, bolt-in type, for easy replacement and long wear. An elevator overload (buzzer) shall be installed in cab indicating to operator when elevator is overloaded or. janned. DRAG SHOES Full floating suspension with both vertical and lateral movement. .Specifications - 1TE4 Page 5 PICK UP BROOM danline 71 36" diamater and 58" in length;4 full floating by means of springs and shock absorbers. CASTER SHEELS NOT ACCEPTABLE. Drive to be hydraulic; self-aligning anti-friction bearings. Constant forward speed controlled by RPM of auxiliary engine; hydraulic lift with controls in cab* Rear broom cover safety striped. Broom, shall remain still while dirt conveyor is in reverse for safety safetye Center dirt board shall be fully protected when pick-up broom is retracted. GUTTER BROOM 42" diameter, with seven segment aluminum, using 26" standard gutter broom wire, mounted on steel disc with wearing edge should curb be contacted, free floating with full sideway oscillation and adjustable for broom pressure and wear, Hydraulic drive. Constant forward or reverse speed hydraulically driven and controlled by RPM of auxiliary engine. Hydraulic lift controls in cab. Gutter broom to'be visible by operator without use of mirrors, and be hydraulically retractable to 8 feet for travel. Gutter broom shall clear tires at all time (sweeping or traveling position) PA INT Standard manufacture='s single color, DuPont Dulux or equal. State brand and paint number. WARRANTY Sweeper shall be warranted for a period of six (6) months or 5,000 miles of operation from date of delivery, The elevator chains and sprockets shall be warranted on a pro-rata basis for twenty-four (24) months or-twelve thousand (12,000) miles, whichever period shall expire first. AGREEMENT made this 22nd day of April 1981, between GEORGE MALVESE & CO. , INC. with its principal office and place of business at 530 Old Country Road, Hicksville, New York 11802 , hereinafter called the Seller, and the TOWN OF SOUTHOLD, a municipal corporation of the State of New York with offices at Main Road, Southold, Suffolk County, New York, hereinafter called the Town. WITNESSETH, that the Seller has agreed to sell and hereby does sell, and the Town has agreed to purchase and does hereby purchase from the Seller, the following: One new Backhoe-Loader (190 Series Three Dynahoe Backhoe/Loader), all in accordance with the specifications. , (a) Furnish and deliver one new Backhoe-Loader - $78,400. 00 (b) Less trade-in allowance for Town owned Ford Backhoe and 1965 Hough Payloader - $ 8, 500. 00 (c) Net Price (a minus b) - $69, 900. 00 The above specified equipment shall be fully equipped and delivered to the Town at the Southold Town Highway Department at Peconic in said Town on or before the .W4 • 22nd day of May 1981. This contract has been awarded to the aforesaid Seller who was the lowest respon- sible bidder complying with the specifications determined by receipt of sealed bids received by the Town pursuant to public advertisement pursuant to the provisions of Article 5A of the General Municipal Law. A resolution authorizing the purchase of the above specified equipment was adopted by the Town Board of the Town of Southold at a meeting held on the 2.1 day of April , 1981. Upon delivery of the above specified equipment and its acceptance by the Town of Southold, the Supervisor of the Town of Southold shall pay the total price of Sixty- nine thousand nine hundred and no/100----------------- Dollars ($690900. 00 ) The Seller warrants the above described equipment against defective workmanship and material for the period of one (1) year, and the Seller further agrees that it will supply to the Town, free of charge, one parts book, one service and repair manual, and one operator's manual, and will also, upon the delivery of the aforesaid equipment, provide qualified persons to instruct the Town employees designated by the Highway Superin- tendent of the Town with respect to complete instructions for the operation and main- tenance of said equipment. The Seller hereby agrees not to assign, transfer, convey or otherwise dispose of this contract or its right, title or interest therein or its power to execute the same to any person or corporation without the previous consent, in writing, of the Purchaser. Risk of loss or damage to said equipment by any cause whatsoever until the same is delivered to the Town as hereinbefore provided, shall be upon the Seller, and in the event of any such loss or damage, this contract shall be deemed rescinded. -2- The Seller hereby certifies that there are no Federal or State taxes included in the above purchase price. It is further agreed between the parties hereto that in the event that the Seller fails to deliver said equipment on the date hereinbefore provided, a penalty of twenty- five Dollars ($25. 00) for each day shall be imposed, which amount shall be deducted by the Town from .the purchase price hereinbefore set forth. This contract comprises the entire contract between the parties and supersedes any and all other agreements respecting the equipment herein described. IN WITNESS WHEREOF, the parties hereto have set their hands and seals, in r duplicate, the day and year first above written. By f� TOWN OF SOUTHOLD By Town Supervisor STATE OF NEW YORK) ss: COUNTY OF/1M-5A-Q ) 'On the �y '=� day of 0g10X k 1981, before me personally came to me known, who, being by me duly sworn, did depose and say that he resides at ow, -vPw %o.vK. Paye that he is the the corporation described in and which executed the foregoing instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporatiou,and that he signed his name thereto by like order. Notary Public TERESA M. VARVARO NOTARY PU[3LtC, State of New York f�0. 3,C_rG 0947 Qualified in Nassa nt STATE OF NEW YORK .�'S: commf,,;on " coy y s f�1ar�h 30, 19,�'� COUNTY OF SUFFOLK') On the 22nd day of April 1981, before me personally came William R. Pell III, to me knowny who, being by me duly sworn, did depose and say that he resides at 530 Angler Road, Greenport, New York; that he is the Supervisor of the TOWN OF SOUTHOLD, the corporation described in and which executed the fore- going instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Town Board of said corporation, and that he signed his name thereto by like order. Notary Public. _ JUDITH T TERRY NOTARY PUBLIC, State of New York No. 52-0344963 Suffolk Count Commisslon Expires March 30, -4- AGREEMENT made this 22nd day of April 1981, between GEORGE MALVESE & CO. , INC. with its principal office and place of business at 530 Old Country Road, Hicksville, New York 11802 , hereinafter called the Seller, and the TOWN OF SOUTHOLD, a municipal corporation of the State of New York with offices at Main Road, Southold, Suffolk County, New York, hereinafter called the Town. WITNESSETH, that the Seller has agreed to sell and hereby does sell, and the Town has agreed to purchase and does hereby purchase from the Seller, the following: One new Street Sweeper (Model TE-4 Mobil Sweeper), all in accordance with the specifications. (a) Furnish and deliver one new Street Sweeper - $53, 787. 00 (b) Less trade-in allowance for Town owned 1968 Mobil Sweeper - $ 2, 200. 00 (c) Net Price (a minus b) - $51, 587.0'0' The above specified equipment shall be fully equipped and delivered to the Town at the Southold Town Highway Department at Peconic in said Town on or before the x 22nd day of May 1981. This contract has been awarded to the aforesaid Seller who was the lowest respon- sible bidder complying with the specifications determined by receipt of sealed bids received by the Town pursuant to public advertisement pursuant to the provisions of Article 5A of the General Municipal Law. A resolution authorizing the purchase of the above specified equipment was adopted by the Town Board of the Town of Southold at a meeting held on the 21 day of April , 1981. Upon delivery of the above specified equipment and its acceptance by the Town of Southold, the Supervisor of the Town of Southold shall pay the total price of t Fifty-one thousand five hundred eighty-seven and no/lOODollars ($57, 587. 00 The Seller warrants the above described equipment against defective workmanship and material for the period of one (1) year, and the Seller further agrees that it will supply to the Town, free of charge, one parts book, one service and repair manual, and one operators manual, and will also, upon the delivery of the aforesaid equipment, provide qualified persons to instruct the Town employees designated by the Highway Superin- tendent of the Town with respect to complete instructions for the operation and main- tenance of said equipment. The Seller hereby agrees not to assign, transfer, convey or otherwise dispose of this contract or its right, title or interest therein or its power to execute the same to any person or corporation without the previous consent, in writing, of the Purchaser. Risk of loss or damage to said equipment by any cause whatsoever until the same is delivered to the Town as hereinbefore provided, shall be upon the Seller, and in the event of any such loss or damage, this contract shall be deemed rescinded. -2- The Seller hereby certifies that there are no Federal or State taxes included in the above purchase price. It is further agreed between the parties hereto that in the event that the Seller fails to deliver said equipment on the date hereinbefore provided, a penalty of twenty- five Dollars ($25. 00) for each day shall be imposed, which amount shall be deducted by the Town from the purchase price hereinbefore set forth. This contract comprises the entire contract between the parties and supersedes any and all other agreements respecting the equipment herein described. IN WITNESS WHEREOF, the parties hereto have set their hands and seals, in duplicate, the day and year first above written. By .-� TOWN OF SOUTHOLD BY -t.�.C.�iw Q Town Supervisor c STATE OF NEW YORK) ss: COUNTY OFIOL5SAI-1- ) On the ,?il± day of 60�41 1981, before me personally came /�q/q C G . /2"IA•C✓Pse , to me known, who, being by me duly sworn, did depose and say that he resides at that he is the lok-"Slof 6eo,e9� /Y1A/v�s� �`o•�1nI�. the corporation described in and which executed the foregoing instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation,and that he signed his name thereto by like order. Notary Public TERESA M. VARVARO NOTARY PUBLIC, Stale of New York fS0. .. q7 QuallfieC in ",,..c.:.,u :;aunty p STATE OF NEW YORK ) 'Commisslor. L.;.. ss: COUNTY OF SUFFOLK,) On the 22nd day of April 1981, before me personally came William R. Pell III, to me known, who, being by me duly sworn, did depose and say V. that he resides at 530 Angler Road, Greenport, New York; that he is the Supervisor of the TOWN OF SOUTHOLD, the corporation described in and which executed the fore- going instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Town Board of said corporation, and that he signed his name thereto by like order. Notary Public TERRYJUDITHT NOTARY PUBLIC, State of New York No. 52-0344963 Suffolk County —4— Commission Expires March 30,/_Z3 EXw rTIO:I Cirr,TIFICA71: FOR USE BY s IAT-LS, TEPRITOrIES, OR TOLITICAL SUBDIVISION T11i:rLnOfj OF TILE DISIFICT OP COLUMMIA. May 1 19 81 THE U;;DEr"IC1;F:A CERTIFIES T11ATg11E IS _-SOjjTHO� TOWNCLERK _ OF Town of Southold (S 1A fC, 11.1►1tITOR , Olt 1101,11 ICAL �UUvIV1SIqu� AND THAT HE IS AUTHORIZED TO L%F.CUTE' THIS CERTIFICATE ANP T1111T ,TAME ARTICLE OR ARTICLES SPT:CIFIED IN THE ACCOMPANY114P ORDgR,OIt + x l 1' VEME SIDE 1'1LL CXOF, ARE PURCILISED FROM George Malvese &•„Co Tnc FOR 711E EXCLUSIVE USE OF Town of .Southold (GQVEti+yN• g41L U1 $.` Town, of Southold (STATE, TERRITORY, OR POLITICAL SUEDIV1SIQN QS DISTRI T QCQ'tJl'IIiIA) ; r _ IT IS UNDERSTOOD T1W 111E E).EMPTION Fao,%i TAX Ila Tli)r CA81; OF SALES OF ARTICLES UI'DER THIS L1:EMPTION CE•RT1FICATE OF Tlik STATES, 1:Tc.` IS'LIt1ITgD TO THE SALE OF ARTICLES PURCIIASED FOR THEIR'EXCLUSIVE S • i ' USE, AIIA ZL IS +'1GRE1:D TlIAT' IF THE ARTICLES PURCHASED Ti►X FREE UjjDtr% TIIIS I:XEMPTIQN CERTIFICATE rARE USED OTIIER- S:ISE OR SOLD TO EMPOLYEES OR OTHERS, SUCH FACT WILL BE REPORTE pl3YME TO THE MANUFACTUI.Elt OF THE ARTICLE OR A1:TICLES COVEP,ED EY 711IS CERTIFICATE. IT IS ALSO UNDERSTOOD TIMT THE FRAUDULEIiT USE OF TitIS CEi;TIFIPATE TO SECURE EXEMPTION WILL SUBJECT THE UI:DERSIGNED AND ALL GUILTY PhRTIES TO A FINE OF NOT IIORE T7GAN $10,000.00, OR TO'I1•IPRISON'ME21T FOR NOS 1iQRE T114N FIVE YEARS, OR BOTH, TOCET111 R WITH COSTS OF PROSECUTION. t 'k SIGNATURE a, Judith' M, Terr SERIAL 1;0. 920-4-126 'Southold Town Clerk ��'ITLE QF OFFICER) MODEL 140• Sweeper - 1TI�4 ENGINE NO. JOB NO- P. O. #J-12 94 AMOUNT OF F.E.T. $3, 579. 81 TI.FI►SE SIGN ATEA RETURN IN DUTi.TCATE RECEIVED :. . MAY 7 1981 - Town Clerk SDtoold E x^:r T I o:4 C!r 1;T I F I G1 TE FOR USE BY S T,; ITS, TEGRITORIES, OR POLITICAL SUDDI V ISI0;1 THEP.EOF, OR TILE DIS1I:ICT OF COLU;;DIA. May 1 19 81 TILE UNDEI'.;IGNED CERTIFIES THAT31E IS Southold Town Clerk (TITL4 OF ol'FICPR) OF Town of Southo7 �1 . (S14IT, 11.I,lu'roR1, Olt VOL111CAL SUBI)IVI510I4, OR DISTRICT OF COLUMBIA) AND THAT IIE IS AUTIIO:;IZED TO EXECUTE 1'IIIS CERTIFICATE AND THAT TICE ARTICLE OR ARTTCLES SPr.CIrIED IN THE ACCOMPANYING ORDLR.Olt 0:4 THE REVEMSE SIDE TItL�,EOF, ARE PURC111SED FROM George Malvese & CO Inc . (NAI•IE OF ComPANY)•. FOR 711E EXCLUSIVE USE OF Town Of Southold Town- of Southold (ST11TE, TERRITORY, OR POLITICAL SUBDI,VIS19N+ OR pI • kY IT IS U1`DERSTOOD -IMT THE E?TMPTION FRO:i TA),_ IN piE CA I;, QF SALES OF ARTICLES UN MER TI1TS EXEMPTION CE•itTIFICATE OF THE STATE ISS L;MIT1:D TO THE SALE OF ARTICLES PURCHASED FOR THEIR EXCLUSIVE $• ��PC. IVF, USE, AIiA Ii I$ AG1tarEp THAT IF THE ARTICLES PURCHASED TAX FREE UNDER TIIIS EXEMPTION CERTIFICATE ARE USED OTHER- WISE OR SOLD TO EMPQLYEES OR OTHERS, SUCH FACT WILL BE nP0ItTZR 13Y ME TO THE 1•IAIjUFACTUItER OF THE ARTICLE OR A1:TICLE$ CQVi;P,Ep DY 711IS CERTIFICATE. IT IS ALSO UNDENSTOOD THAT THE FRAUDULENT USE OF THIS CERTIFICAT& TO SECURE EXEMPTION WILL SUBJECT THE UNDERSIGNED A141) ALL GUILTY PARTIESTQ A FI14E OF NOT MORE TIIAN $10,000.00, OR TO IMPRISONMENT FOR NOT pRE THAN FIVE YEAI S, ' OR BOTH, TOCETIU R WITH COSTS OF PROSECUTION. ° SICNATU ' ��Judi h T. Terry SERIAL 140. 8'20-4-1263 Southold Town Clerk MODEL 140. Sweeper - 1TE4 (TITLE OF OFFICER) E14CI14E 1%0. .IOD 140. P. O, #J-1294 AMOUNT OF F.E.T. $3 , 579. 81 PI.FIiSE STCN AND RrTURN TN DUM.TCATE Four OFICEO K �i0 O JUDITH T.TERRY F' TELEPHONE TowN CLERK t (516) 765-1801 REGISTRAR OF VITAL STATISTICS Southold, L. I., N. Y. 11971 April 22, 1981 Mr. Lee Laroche George Malvese & Co. , Inc. 530 Old Country Road Hicksville, New York 11802 Dear Mr. Laroche: The Southold Town Board at a regular meeting held on April 21, 1981 awarded the bid for supplying the Town of Southold with one new Backhoe-Loader and one new Street Sweeper to George Malvese & Co. , Inc. , all in accordance with their bid presented on April 16, 1981. Enclosed herewith are the necessary contracts for purchase of the aforementioned equipment. Please sign both contracts and return one copy of each to this office in the enclosed self addressed envelope. Very truly yours, Judith T. Terry Southold Town Clerk Enclosures } AGREEMENT made this 22nd day of April 1981, between GEORGE MALVESE & CO. , INC. with its principal office and place of business at 530 Old Country Road, Hicksville, New York 11802 , hereinafter called the Seller, and the TOWN OF SOUTHOLD, a municipal corporation of the State of New York with offices at Main Road, Southold, Suffolk County, New York, hereinafter called the Town. WITNESSETH, that the Seller has agreed to sell and hereby does sell, and the Town has agreed to purchase and does hereby purchase from the Seller, the following: One new Backhoe-Loader (190 Series Three Dynahoe Backhoe/Loader), all in accordance with the specifications. , (a) Furnish and deliver one new Backhoe-Loader - $78, 400. 00 (b) Less trade-in allowance for Town owned Ford Backhoe and 1965 Hough Payloader - $ 8, 500. 00 (c) Net Price (a minus b) - $69, 900. 00 The above specified equipment shall be fully equipped and delivered to the Town at the Southold Town Highway Department at Peconic in said Town on or before the t 22nd day of May 1981. This contract has been awarded to the aforesaid Seller who was the lowest respon- sible bidder complying with the specifications determined by receipt of sealed bids received by the Town pursuant to public advertisement pursuant to the provisions of Article 5A of the General Municipal Law. A resolution authorizing the purchase of the above specified equipment was adopted by the Town Board of the Town of Southold at a meeting held on the2.1 day of April 1981. Upon delivery of the above specified equipment and its acceptance by the Town of Southold, the Supervisor of the Town of Southold shall pay the total price of Sixty- nine thousand nine hundred and no/100----------------- Dollars ($69, 900.00 ) The Seller warrants the above described equipment against defective workmanship and material for the period of one (1) year, and the Seller further agrees that it will supply to the Town, free of charge, one parts book, one service and repair manual, and one operators manual, and will also, upon the delivery of the aforesaid equipment, provide qualified persons to instruct the Town employees designated by the Highway Superin- tendent of the.Town with respect to complete instructions for the operation and main- tenance of said equipment. The Seller hereby agrees not to assign, transfer, convey or otherwise dispose of this contract or its right, title or interest therein or its power to execute the same to any person or corporation without the previous consent, in writing, of the Purchaser. Risk of loss or damage to said equipment by any cause whatsoever until the same is delivered to the Town as hereinbefore provided, Shall be upon the Seller, and in the event of any such loss or damage, this contract shall be deemed rescinded. -2- i' • The Seller hereby certifies that there are no Federal or State taxes included in the above purchase price. It is further agreed between the parties hereto that in the event that the Seller fails to deliver said equipment on the date hereinbefore provided, a penalty of twenty- five Dollars ($25. 00) for each day shall be imposed, which amount shall be deducted by the Town from .the purchase price hereinbefore set forth. This contract comprises the entire contract between the parties and supersedes any and all other agreements respecting the equipment herein described. IN WITNESS WHEREOF, the parties hereto have set their hands and seals, in duplicate, the day and year first above written. BY TOWN OF SOUTHOLD BY ���. t7� Yom, Town Supervisor Y ' t STATE OF NEW YORK) ss: COUNTY OF ) On the day of 1981, before me personally came to me known, who, being by me duly sworn, did depose and say that he resides at that he is the of the corporation described in and which executed the foregoing instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation,and that he signed his name thereto by like order. Notary Public STATE OF NEW YORK ) ss: COUNTY OF SUFFOLK) On the 22nd day of April 1981, before me personally came William R. Pell III, to me known who, being by me duly sworn, did depose and say 0-) that he resides at 530 Angler Road, Greenport, New York; that he is the Supervisor of the TOWN OF SOUTHOLD, the corporation described in and which executed the fore- going instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Town Board of said corporation, and that he signed his name thereto by like order. Notary Public JUDITH T TERRY NOTARY PUBLIC, sstate of New York No, 52-0344953 Suffolk County, Commissrcn P p res Plarch 30. E e T AGREEMENT made this 22nd day of April 1981, between GEORGE MALVESE & CO. , INC. with its principal office and place of business at 530 Old Country Road, Hicksville, New York 11802 , hereinafter called the Seller, and the TOWN OF SOUTHOLD, a municipal corporation of the State of New York with offices at Main Road, Southold, Suffolk County, New York, hereinafter called the Town. WITNESSETH, that the Seller has agreed to sell and hereby does sell, and the Town has agreed to purchase and does hereby purchase from the Seller, the following: One new Street Sweeper (Model TE-4 Mobil Sweeper), all in accordance with the specifications. (a) Furnish and deliver one new Street Sweeper - $53, 787. 00 (b) Less trade-in allowance for Town owned 1968 Mobil Sweeper - $ 2, 200. 00 (c) Net Price (a minus b) - $51, 587.0'0' The above specified equipment shall be fully equipped and delivered to the Town at the Southold Town Highway Department at Peconic in said Town on or before the r 22nd day of May 1981. This contract has been awarded to the aforesaid Seller who was the lowest respon- sible bidder complying with the specifications determined by receipt of sealed bids received by the Town pursuant to public advertisement pursuant to the provisions of Article 5A of the General Municipal Law. A resolution authorizing the purchase of the above specified equipment was adopted by the Town Board of the Town of Southold at a meeting held on the 21 day of April 1981. Upon delivery of the above specified equipment and its acceptance by the Town of Southold, the Supervisor of the Town of Southold shall pay the total price of Fifty-one thousand five hundred eighty-seven and no/104Dollars ($57, 587. 00 ) The Seller warrants the above described equipment against defective workmanship and material for the period of one (1) year, and the Seller further agrees that it will supply to the Town, free of charge, one parts book, one service and repair manual, and one operators manual, and will also, upon the delivery of the aforesaid equipment, provide qualified persons to instruct the Town employees designated by the Highway Superin- tendent of the Town with respect to complete instructions for the operation and main- tenance of said equipment. The Seller hereby agrees not to assign, transfer, convey or otherwise dispose of this contract or its right, title or interest therein or its power to execute the same to any person or corporation without the previous consent, in writing, of the Purchaser. Risk of loss or damage to said equipment by any cause whatsoever until the same is delivered to the Town as hereinbefore provided, shall be upon the Seller, and in the event of any such loss or damage, this contract shall be deemed rescinded. -2- r The Seller hereby certifies that there are no Federal or State taxes included in the above purchase price. It is further agreed between the parties hereto that in the event that the Seller fails to deliver said equipment on the date hereinbefore provided, a penalty of twenty- five Dollars ($25. 00) for each day shall be imposed, which amount shall be deducted by the Town from .the purchase price hereinbefore set forth. This contract comprises the entire contract between the parties and supersedes any and all other agreements respecting the equipment herein described. IN WITNESS WHEREOF, the parties hereto have set their hands and seals, in duplicate, the day and year first above written. By TOWN OF SOUTHOLD By •1.� ✓w Town Supervisor Y STATE OF NEW YORK) ss: COUNTY OF ) On the day of 1981, before me personally came to me known, who, being by me duly sworn, did depose and say that he resides at that he is the of the corporation described in and which executed the foregoing instrument; that he knows the seal'of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation,and that he signed his name thereto by like order. Notary Public STATE OF NEW YORK ) ss: COUNTY OF SUFFOLK') On the 22nd day of April 1981, before me personally came William R. Pell III, to me known, who, being by me duly sworn, did depose and say q. that he resides at 530 Angler Road, Greenport, New York; that he is the Supervisor of the TOWN OF SOUTHOLD, the corporation described in and which executed the fore- going instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Town Board of said corporation, and that he signed his name thereto by like order. XNotary Public JUDITH T TERRY NOTARY PUBLIC, State of New York No. 52-0344963 Suffolk County�� -4-. Commission Expires March 30,Azo BID TO THE TOWN BOARD OF THE TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK FOR THE PURCHASE OF HIGHWAY EQUIPMENT BY THE TOWN OF SOUTHOLD The undersigned declares that he has carefully examined and fully understands the attached "Notice to Bidders", the "Information and Instructions to Bidders", and form of "Contract", and this bid form, and that the undersigned hereby proposes to sell to theTowxi of Southold the highway equipment set forth below in accordance with the Information and Instruction to Bidders, the Specifications, Form of Contract and Notice to Bidders, all of which are a part hereof, to such an extent as they relate so to govern the obligations herein proposed to be assumed at the following sums, to wit: I. (a) Furnish and deliver one new Backhoe-Loader all in accordance with the specifications at the price of Seventy eight thousand, four hundred ----------------------------- Dollars ($ 78,400.00 ) (b) Less trade-in allowance for Town owned Ford Backhoe and 1965 Hough Payloader of Eight thousand, five hundred ------ -------------------------------------------- Dollars ($ 8,500.00 ) Net Price (a minus b) of Sixty nine thousand, nine hundred- ------------------------------------ Dollars ($ 69,900.00) II. (a) Furnish and deliver one new Street Sweeper all in accordance with the specifications at the price of Fif ty three thousand, seven hundred eighty seven ------------------- Dollars ($ 53,787.00) (b) Less Trade-'in allowance for Town owned 1968 Mobil Sweeper Two thousand two hundred -------------------- Dollars ($ 2 ,200.00 ) t Net Price (a minus b) of Fifty one thousand, five hundred eighty seven ---------------------- Dollars ($51,587.00 ) The undersigned hereby agrees to enter into a contract, within ten (10) days from the date of acceptance of this bid. The equipment shall be delivered to the Town within 30 days after con- tract signing. In default of the performance of any .of these condit' on my part to be performed, $2 ,602.00 Bid #. the certified check in the amount of $ $3,500.00 Bid#l (5%a of net bid price), which • is herewith deposited with the Town Board shall be paid to the Town of Southold for the . benefit of said Town as liquidated damages for such default; otherwise, the certified check deposited herewith will be returned to the undersigned. The undersigned maintains service facilities at 530 Old Country Road, Hicksville, Long Island By submission of this bid or proposal, the bidder certifies that: (a) This bid or proposal has,been'independently arrived at without collusion with any other bidder or with any competitor; (b) This bid or proposal has not been knowingly disclosed and will not be knowingly disclosed, prior to the opening of bids or proposals for this project, to any other bidder, competitor or potential competitor; (c) No M , attempt has been or will be made to induce any other person, partnership or corpora- tion to submit or not to submit a bid or proposal; (d) The person signing this bid or , proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the penalties of perjury, affirms -2- the truth thereof, such penalties being applicable to the bidder as well as to the person signing in its behalf; (e) That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signator of this bid or proposal in behalf of the corporate bidder. ignatur Bidder Paul G. Malvese - President 530 Old Country Road Business Address of Bidder Hicksville, N.Y. 11802 CERTIFIED COPY OF RESOLUTION AUTHORIZING THE EXECUTION OF NON COLLUSIVE BIDDING CERTIFI- CATION IN BEHALF OF CORPORATE BIDDER RESOLVED THAT George Malvese & Co Inc (Name of Corporation) be authorized to sign and submit the bid or proposal of this corporation for the following project: For the furnishing of a new street sweeper and a new backhoe- loader to the Highway Department of the Town of Southold, Peconic, New York, and to include in such bid or proposal the certificate as to non-collusion required by Section 103-d of the General Municipal Law as the act and deed of such corpora- tion, and for any inaccuracies or misstatements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing copy is a true and correct copy of the resolution adopted by GPOYQ _ Mal �A�o cn ' Inc ^_Corporation at a meeting of its Board of Directors held on the 5th day of April 1981. Secretary (Seal of the Corporation) .-, .- -n .. .. .�1., 4 w,P�CWr1K."Af.N:si`✓i'i iiR4�:^Y'!1'.2'Y'.c*f. i i NOTICE TO BIDDERS ;I NOTICE IS HEREBY GIVEN, that sealed bids are sought and � I requested for the purchase of one (1 ) new Backhoe-Loader, and one (1 ) new Street Sweeper by the Town of Southold. ! r; The sealed bids will be received by the Town Clerk, Town r of Southold at the Southold Town Hall, Main Road, Southold, New i pj York, until 3: 00 P.M. on April 16, 1981, at which time and place I. i they will be public opened and read aloud. Specifications, bid ii forms and form of contract can be examined and obtained from the f li I Town Clerk of the Town of Southold, Town Hall, Main Road, Southold, New York. Bids must be upon and in accordance with the bid forms i f I II prepared by the Town which bids shall be made and will be �i Ireceived upon the following conditions : ; Each bid must be accompanied by the deposit of a certified I check made payable to the order of. the Town of Southold in an amount of not less than Five (50) percentum of the net bid price, i �! conditioned that if the bid is accepted, the successful bidder I will enter into a contract for the work within ten (10) days from the date of the acceptance of the bid. j' All deposits except that of the successful bidder will be Ej i returned. i Upon the acceptance of his bid, if the successful bidder i I fails to enter into a contract pursuant to the requirements of the Town, then the check deposited with the bid and the moneys standing to the credit of the same, shall be forfeited to the I Town of Southold as liquidated damages. , The Town Board of the Town of Southold reserves the right to i reject any and all bids and to waive any and all informality in j (II any bid should it be deemed in the best interest of the Town of f Southold. I i i ! I I s I i 3 All bids must be signed and enclosed in sealed envelpPPs ! plainly marked "Bid for Highway E:quipme.nt" and addressed to I the Southold Town Clerk, Town Hall, Main Road, Southold, New York 11971. DATED: March 24, 1981. �k I !I II ! !� TOWN BOARD, TOWN OF SOUTHOLD JUDITH T. TERRY, TOWN CLERK j i ! i' i PLEASE PUBLISH ONCE, APRIL 2, 1981, AND FORWARD ONE AFFIDAVIT ! OF PUBLICATION TO JUDITH T. TERRY, TOWN CLERK, TOWN OF SOUTHOLD, { TOWN HALL, MAIN ROAD, SOUTHOLD,, NEW YORK 11971, j r I ! I� 1 Copies to the following on March 30, 1981: I� { i' The Suffolk_ Times f )i The Long Island Traveler-Watchman, Inc. ! Town Clerk Bulletin Board i Highway Superintendent Dean i i I v, { 1, f �f t I I I -2- I i I I E i I i I { I I f TOWN OF SOUTHOLD INFORMATION AND INSTRUCTIONS TO BIDDERS FOR HIGHWAY EQUIPMENT 1. It is the intention of these specifications to request bids for the purchase of a new Street Sweeper and a new Backhoe-Loader (hereinafter referred to as "equipment"), for the Highway Department of the Town of Southold, Suffolk County, New York, and to trade-in 3 pieces of used equipment as an off-set against the purchase price of the new equipment to be purchased. 2. Bidders are to furnish all items and perform all work not specifically set forth in the specifications, but which is essential to the proper operation of the new equipment intended to be furnished to the Town. 3. Where a particular item of equipment is specified by name, it is the intention of having that particular item supplied, or its equal. 4. Items that are not detailed specifically are left to the discretion of the bidder. 5. Each bidder must furnish details of the complete new equipment to be furnished whether or not such detail items are specified herein. 6. Any exceptions to or deviations from the specifications must be specified in writing in detail with reference to the page and section. Any such exceptions or deviations may be considered by the Town Board and accepted if deemed by the Board to be in the best interest of the Town of Southold. 7. Each bidder shall furnish a statement setting forth its service facilities and the location thereof. 8. Each bid must be accompanied with photographs and plans showing dimensions and averall construction of the equipment. 9. The entire equipment including engine, body, chassis, and all component parts shall be guaranteed by the bidder for a period of not less than one year from the date of delivery to and acceptance by the Town of Southold. Such guarantee shall require the bidder to furnish to the Town, without cost, including transportation, parts to replace parts that have failed under normal use, and said failure found to be attributable to defective material or inferior workmanship. The foregoing guarantee shall be in addition to any warranties which may be furnished by the manufacturer and/or supplier of any component assemblies incorporated into the complete equipment. 10. Each bidder must specify and guarantee a delivery date. 11. The bid price shall be F. O. B. Peconic, New York and shall include delivery to Peconic, New York and also shall include the services of qualified personnel to instruct in the operation and maintenance of the equipment to the complete satisfaction of the Superintendent of Highways of the Town of Southold. 12. Non-collusion Statement. Each bidder must execute a "Non-collusion Bidding Certificate" in the form attached hereto and attach the same to his bid form. 13. All bids must be in duplicate, enclosed in a sealed envelope plainly marked "Bid for Highway Equipment" and addressed to the Town of Southold, Superintendent of Highways, Peconic Lane, Peconic, New York 14. Each bid must be accompanied by a certified check made payable to the order of the Town of Southold in an amount equal to 516 of the net bid price ( price of the new equipment less trade-in allowance), conditioned that if the bid is accepted, the successful bidder will enter into a written contract in the form attached hereto, -2- to furnish said equipment within ten (10) days from the date of the acceptance of his bid. If the successful bidder fails to enter into a contract within the time limit herein, then the check deposited with the bid and the moneys standing to the credit of the same shall be forfeited to the Town of Southold as liquidated damages. 15. Separate Bids - The bidder shall submit a separate bid for each of the two items of equipment set forth in the specifications forming a part hereof. The Town Board, however, reserve the right to accept or reject the bid for each of such item of equipment. 16. Trade-in Allowance - Each separate bid shall include a trade-in allowance for Town owned used equipment, as follows: (a) The bid for the new backhoe -loader shall include a trade-in allowance for both a 1970 Ford, Model F 5000, backhoe (Ser. No. C221189), and a 1965 Hough, Model H90C, Payloader (Ser. No. 113CH1198). (b) The bid for the new street sweeper shall include a trade-in allowance for a 1968 Mobil, Model 2TE4 street sweeper (Ser. No. 15556F4KH). It shall be the responsibility of each Bidder to examine the equipment to be traded- in, to ascertain the condition thereof, it being understood that such equipment is to be traded-in in an "as is" condition, and that the Town makes no representations whatsoever as to the condition of such equipment. Such equipment may be inspected at the Highway Department at Peconic, New York, by appointment. 17. Within ten (10) days of the acceptance of bids, the successful bidder or bidders shall be required to furnish to the Town a performance bond in the full amount of his net bid, in the form satisfactory to the attorney for the Town, conditioned -3- that the successful bidder will faithfully and fully comply with all of the specifi- cations and other requirements relating thereto. 18. Within ten (10) days of the delivery of the equipment and the acceptance thereof by the Town and the full compliance by the successful bidder of all of the require- ments, the Town shall pay the successful bidder the total net price as set forth in his bid. 19. The Town Board of the Town of Southold reserves the right to reject any and all bids and to waive any and all informality in any bid should it be deemed in the best interest of the Town of Southold. Dated: March 1981 BY ORDER OF THE SOUTHOLD TOWN BOARD RAYMOND C. DEAN SUPERINTENDENT OF HIGHWAYS -4- 1/80 SPECIFICATIONS DYNAHOE Model 190 Series Three Heavy-Duty Hydraulic Backhoe Loader TYnit 1, GENERAL The rubber-tired backhoe-loader to be ftirnished under these specifications must be -f the integral type. The frame of the tractor (Prime Mover) must be rectangular all-welded box type or formed steel plate tyre Frame which incorporates the backhoe, loader and stabilizer motinting points. Units offered having backhoe components of the "add-on" or "attachment type" wilt not be considered as meeting essential re- quirements of these specifications. The unit shall provide: proper weight distribution for operation at maximum capacity without additional counterweighting. Rase of nperation, operator comfort and,safety arc essential requirements ?. TRACT`OR (PRIME MOVER) shall be two-wheel drive. Tractor shall have a minimum of 88" wheelbase. Outside tread shall not be less than 78 inches in front and 85 inches in rear. 3. ENGINR shall be Diesel with 159 cu. 3n. piston displacement, 2 cycle type. Gross maximum horsepower shalt be at least 101 at 2800 RPM. A larger dry type air cleaner shall be supplied. Gauges: engine temper- ature, engine oil pressure, tachometer, hourmeter, ammeter, fuel gauge, visual pre-cleaner gauge, 4. FUEL TANK shall have capacity of not less than 35 gallons and be rubber main—.,.�.�.. 5. ELECTRIC SYSTEM shall be 12 volt and include starter, alternator, voltage regulator, headlights, rear lights, combination stop and tail- lights, Directionals. 6. REAR AXLE shall be heavy-duty outboard planetary drive type with filial drive in the wheel hub and torque proportioning; differential. Rated load capacity shall be at least 17,200 lbs. 7. FRONT AXLE shall be heavy-duty box construction steel main member with loafs capacity at yield 70,000 lbs, 3. HYDRAULIC POKER STMING shall be supplied. Turning radius shall not exceed 154, 9. BRAIOrS shall be hydraulic power assist shoe type service brakes with 204 square inch surface with a seperate parking brake. 100 TIRES shall be not less than 14x17,5, 10-ply duplex transport on front and 16.9x24, 10-ply all traction utility on the rear. 11. TORQUE CONVERTER shall be single stage with mulliPlication ratio of at least 2,15 to 1, Converter temperature gauge. Page 2 c Model 190 12. TRANSMISSION ,shall be a hydratilic paver shift directional transmission with a 4 speed synchromesh range transmission. 13. SPEED range shall be approximately 0-18 MPH forward and minimum 0-22. MPH reverse. 1.4. SINGLE SEAT shall be upholstered type with at least fore and aft adjust- ments. Must be 360 degrees swivel type to permit operation of backhoe and loader from same seat. Safety belt. 15. HYDRATILIC SYSTEM shall include: a. Hydraulic system must have 10 micron full flow oil filter and heat exchanger (oil cooler) with a minitm.tm capacity of 700 B.T.Uo's per minute. Cooler shall have two heat exchangers. One for transmission-converter and one for backhoe operation. Hydraulic oil temperature gaugeo bo Reservoir capacity of at least 26 gallons. c. Main hydraulic pump capacity shall be 57 GPM at 2500 RPM and becoupled with dual life time universal drives. do Backhoe hydraulic cylinder sizes: single boom at least 6 inches IDg swing at least 4 inches IDj bucket at least 4 inches ID, dipperstick at least 5 a inches ID, and stabilizer 4 inches ID, loader hydraulic cylinder sizes: Lift at least 5 inches ID, bucket at least 3 inches Mo 1.A. BA0310H shall be heavy-duty, hydraulic, designed for use in production digging. It shall include a heavy-duty 30 inch digging bucket lzw. with yd. teeth and and hydraulic stabilizers. Backhoe mounting shall he an integral part of main frame. Qirrent production shall be applied. A 40 120 ib, lifting capacity with boom and dipper fully extended and a 8,700 lb, lifting capacity with boom raised using dipperstick cylinder end with- (mit using any boom locks. Lift ring on H link. Rig Thumb Attachment to be installed. 17. BACY110E DgSIGN AND CONSTRUCTION FBATURPTS recptired are: a. At least 19 foot rated digging depth, incorporating super charged circuto b. At least 12' 9" loading height. c. Minimum swing arc 180 degrees with robber swing stomps. do Reach (from CA swing axis bucket teeth at ground level) at least 21'3"o . e. Hydraulically operated stabilizers with at least 12'5" spread at ground level and reach below wheel level of approximately 24 inches. Check valve on locked in both positions. Street pads. Stabilizer cylinder rod guards. f. Fully heavy-auty construction boxed boom & dipperstick with generous gussets at stress points, large pins & bearing areas at pivot points. Page 3 ' e Model 190 18, FRONT WADER shall be hydraulically operated, complete with at least 1-518 cu. yd, heavy duty 1-packet with a-lift ring. J)ucket shall be self- leveling. 19. FRONT LOADER DF•STGN AND CONSTRUCTION AF.ATt1RES required ares a. Bucket SAE capacity rating shall be at least 1-5 cu, yd. b. Rated lift capacity to full height shall he at least 7,000 lbs. c. Rated breakout force shalt be at least 14,500 tbs. d. Rated carry capacity shall be at least 9,000 lbs. e• Dump height 8.1110 20. Ping should all be blocked bossed to reduce gear points. All moving points should be bushed and lubricated with zerk fittings and be countersunk at all vulnerable points. ?l. FULLY ENC10SED BOPS CAR with rubber moumts, also heater and defroster an shall be furnished. '_2„ WEIGHT of machine as specified shall be not less than 19,000 lbs. �3. STANDARD ACCESSORIES shall be tool box, cigar lighter, rain cap, instrument panel cover, rear view mirror, reflectors, slow moving vehicle decal, license plate bracket with taillight, back-up alarm, cab mounted rotating flasher and directional signals with hazzard switch. ?4. Machine to be painted standard Dynahoe yellow. R ukC;�GF 1�)i�t_VE�E & CO., INC. ROX 530 OLD COUNTRY RD. man 19 0 BUCYRUS-ERIE SERIES THREE 1536) OV I-TOf . (Z12) h� ? DYNAHOE® o BACKHOE/LOADER SPECIFICATIONS ENGINE: TIRES: Make .....................................G.M. Detroit Diesel Standard Model ...............................3-53, 4 valve, Series "N" Front .............................11.00 x 16, 8 ply rib type Gross maximum horsepower ................101 at 2800 R.P.M. Rear .................................16.9 x 24, 8 ply utility Gross horsepower at governed R.P.M. ......................95 Optional Governed R.P.M. ........................................2500 Front ............................11.00 x 16, 12 ply rib type Gross maximum torque ..................205 lbs.-ft. (26.3 kg-m) 14.00 x 17.5, 10 ply duplex R.P.M. of maximum torque ...............................1800 Rear ................................16.9 x 24, 10 ply utility Number of cylinders .......................................3 19.5L x 24, 12 ply wide base' Bore and stroke ................37/8"x 41/2" (98.4 mm x 114 mm) 'This tire gives a 28% increase in contact area over the standard Displacement ...........................159.2 cu. in. (2608 c.c.) 16.9 x 24, 8 ply tire. Air Cleaner ........................................Dry Type. LOADER: ELECTRICAL SYSTEM: Raise ...........................................Self-leveling Voltage ..................................................12 Bucket width ..................................83" (2110 mm) Alternator ams 42 SAE rated capacity .......................1/2 cu. yd. (1.15 m3) Ground Neg. Carry capacity, 50% tipping load ...........9000 lbs. (4080 kg) Batter am hr. rating •.............................(2) 95 ea. Lift capacity at full height ..................7000 lbs. (3170 kg) YP. g .............................. Breakout force-lift arm pivot ............14,500lbs. (6580 kg) Roll back at ground level .................................40° TORQUE CONVERTER: Dumping angle 45° Type ...........................................Single Stage Dumping clearance ...........................8'-1" (2460 mm) Torque multiplication at stall .........................2.15 to 1 Dumping reach ................................2'-8" (810 mm) TRANSMISSION: BACKHOE: Direction selection .................................Power shift Maximum digging depth ......................19'-0" (5790 mm) Speed range selection ...........................Synchromesh Reach from rear axle ........................24'-8" (7520 mm) Speed ranges 4 Reach from swing bracket ....................21'-3" (6480 mm) Dump height12'-9" (3890 mm) Stabilizer width on ground .... ............12'-5" (3780 mm) SPEEDS: Forward Reverse Stabilizer reach below wheel level2'-0" (610 mm) .............. First ..................... 0- 2.6 mph 0- 3.6 mph (0- 4.6 km/hr) (0- 5.8 km/hr) BACKHOE LIFTING CAPACITY: Second ................... 0. 5.8 mph 0- 7.4 mph At Bucket Hinge Pin (0- 9.4 km/hr) (0-11.9 km/hr) Boom and dipperstick extended, using boom cylinder Third .................... 0-10.7 mph 0-13.6 mph (0-17.2 km/hr) (0-21.9 km/hr) 100% of hydraulic lift farce ..............4120 lbs. (1870 kg) Fourth 0-18 mph 0-22.9 mph 87% of hydraulic lift force, per IEMC ....3580 lbs. (1620 kg) Boom raised, using ipperstic cylinder (0-29 km/hr) (0-36.8 km/hr) 100% of hydraulic lift force ..............8700 lbs. (3950 kg) 87% of hydraulic lift force, per IEMC .....7580 lbs. (3440 kg) REAR AXLE: Type .........................................Planetary drive HYDRAULIC SYSTEM: Differential ..............................Torque proportioning Maximum power transfer ..................... .. .....24% Type type...................... Vane rept ceabl c Sealed Tread width center to center 681/4" (1730 mm) Pump type ......................Vane-replaceable cartridge '''''''''''''''''' PumoutPM 1 p put at 2500 R. . . 57 gpm (216L/min.) Outside tire width 851/4" (2170 mm) '.'''..'.'.'' ' """'""""'""""""•"' Main relief valve setting .................2150 psi (151 kg/cm3) Filter-full flow .........................10 micron (.010 mm) FRONT AXLE: Oil cooler capacity .........700 BTU'S per min. (739,000 J/min.) Type ..............Fabricated steel box main member, pivoted Tread width center to center .....................66" (1670 mm) HYDRAULIC CYLINDERS: Outside tire width ..............................78" (1980 mm) Rod Load capacity at yield ..................70,000 lbs. (31,800 kg) Backhoe Bore Stroke Diameter Boom .................6" 501/2" 3" STEERING: (152 mm) (1283 mm) (76.2 mm) Type .........................................Full-time power Dipperstick ............51/4„ 48" 3" Steering (engine off) Manual (133 mm) (1220 mm) (76.2 mm) t ........................... (71. Bucket 4" 413/4„ 21/2„ Pump output at 2500 R.P.M. 19 gpm (71.9L/min.) •••••• Turning radius with brakes ...................15'-0" (4570 mm) (102 mm) (1060 mm) (63.5 mm) Turning radius over steer tires 18'-10" (5740 mm) Stabilizer (2) ..........4" 17" 21/2" Turningradius inside drive tires 10'-3" (3120 mm) (102 mm) ( 432 mm) (63.5 mm) Swing (2) 4" 211/2" 11/2" (102 mm) ( 546 mm) (38.1 mm) BRAKES: Loader Hydraulic power assisted ...........................Shoe type Lift (2) ................5" 221/2" 21/2" Operation ....................Individually applicable w/switch (127 mm) ( 572 mm) (63.5 mm) Brake size .........................17"x 3" (432 mm x 76.2 mm) Bucket (2) .............3" 331/8" 2" Parking brake .....................Mechanical, on drive shaft (76.2 mm) ( 841 mm) (50.8 mm) 0 DYNAHOE° BACK H /LOADER - - >> 0 C/ 111 (d0990 45* 1810 10.111, 12'9" 13330 mm) 13890 I (2460--1 i ' (1930 mm1 21'3" 3 5 0 E 16480 mml 11041 mm) 1 E _ 7'-9" 2 (2360 mm) 4' O 5' 67'1 I" 7' 12410 mm1 8' 9' 10' ---_°_ 11' 12' 13' 14' 15' � 16' 118, / 18' S —�" 19' (610 mm) 20' 1 2'-5" 24'23'22'21'20'19'18'17'16'15'14'13'12'11'10'9' 8' 7' 6' 5' 4' 3' 2' 1' 0' 1' 2' 3' 4' 5' 6' 7' 8' 9' 13780 mm) PIVOT PIN DIAMETERS: DIMENSIONS: Swing bracket pivots .............................3" (76.2 mm) Transport length .............................25'-0" (7620 mm) Backhoe boom pivot .............................3" (76.2 mm) Travel height ................................13'-5" (4090 mm) Stabilizer pivot ................................21/4" (57.2 mm) Wheel base .................................881/4" (2240 mm) Loader lift arm pivot ..........................21/4" (57.2 mm) Ground clearance ..............................1'-1" (330 mm) Loader lift cylinder pivot .......................21/4" (57.2 mm) Overall width (stabilizers raised) ..............7'-11" (2410 mm) Dipperstick pivot ..............................21/2" (63.5 mm) Bucket link pivot on dipperstick .................21/4" (57.2 mm) Dipperstick cylinder base ......................21/4" (57.2 mm) APPROXIMATE WEIGHT (with R.O.P.S. cab): Backhoe swing linkage ........................13/4" (44.4 mm) Total ....................19,600 lbs. (8890 kg) ....................................... All others 2" (50.8 mm) """""""" OPERATING TIMES: Loader STANDARD EQUIPMENT: Raising time, sec. ......................................4.0 Self-leveling loader bucket, stabilizers, power steering, muffler, Lowering time, sec. .....................................2.8 rear wheel fenders, neutral starting switch, cigar lighter, rain cap, Bucket—open, sec. ....................................1.7 loader bucket level indicator, headlights, rear lights, combination Bucket--close, sec. .....................................1.2 stop and taillights,parking brake, toolbox, instrument panel cover. Backhoe Instruments: Engine temperature, engine oil pressure, tachometer, hourmeter, ammeter, fuel, converter temperature, hydraulic oil Lift -ground level to full height fully extended, sec. ......2.8 temperature. Bucket--close to open, sec. .............................2.0 Bucket—open to close, sec. .............................2.8 Backhoe swing—180° extended, sec. ....................3.0 OPTIONAL EQUIPMENT: CAPACITIES: Various backhoe bucket widths, side dump loader bucket, rubber Fuel ...........................................35 gal. (132L) stabilizer street pads, various backhoe control lever arrangements, Cooling system .................................20 qt. (18.9L) backhoe ripper tooth, loader snow bucket, fully enclosed R.O.P.S. Transmission range unit ..........................4 qt. (3.79L) cab, R.O.P.S. cage, fully enclosed cab, Drott 4-in-1 loader bucket, Forward—reverse unit .........................16 qt. (15.11) cold weather starting kit, turn signals with hazard warning, audio- Engine Crankcase ...............................13 qt. (12.3L) visual backup alarm, rear view mirrors, seat belt, lock valves, Hydraulic system ................................48 gal. (182L) no-spin rear axle, rear wiper, revolving amber light, stabilizer Hydraulic reservoir ............................26 gal. (98.5L) cylinder rod guards. MEN BUCYRUS - ERIE COMPANY General Offices: South Milwaukee, Wisconsin, U.S.A. BUCYRUS-ERIE HY-DYNAMIC DIVISION Erie, Pennsylvania E:M It is the policy of Bucyrus-Erie Company to improve its products continually. The right is reserved to make changes in specifications or design which in the opinion of this Company are in accord with this policy, or which are ® necessitated by the unavailability of materials. The description herein is for the purpose of identifying the type of machine, and does not limit or extend the express warranty provisions to any contract of sale. Spec. No. 190-B/L-777 7.5M-HB Printed in U.S.A. i t Specifications - ,ITE4 FOUR-,.via SELF-PROPELLED PICKUP STREET SWEEPER S INGLE CUTTER BROOM GENERAL SPECIFICATIONS The street sweeper to be furnished under these specifications shall be a Four-Wht-e1, self-propelled engine drive with auxiliary engine to power pickup broom$ gtitter broom, elevator system and water spray system pump, shall have a minimum of 4 cubic yard (self-load) hopper capacity;' shall Ix-- regularly listed as manufacturer's current' model, and shall comply with standard specifications for the model offered with eceptions and additions as contained herein. DRIVE (PROPULSION) ENGINE Gasoline - not less than 300 cubic inch displacement and 130 inter- mittent BHP at governed 3300 RPM (SAE J-245); replaceable full flow oil filter, -replaceable fuel filter, heavy duty dry type DONALDSON "C.C.OPAC" air cleaner, two stage, with pre-cleaners safety element and cab mounted restriction indicator; minimum thirty (30) gallon fuel tank; anti-freeze to -34 degrees F, ;Hotirmetero In case of rear engine failure fromt engine must be capable of raising the pickup broom and gutter broom to enable machine to returnf.to garages HYDRA(.R.IC SYSTEM (PRORILSION ENGINE) Gear pump to supply power to broom lift/lower, extend/retract hydraulically and hopper gate open/close functions independent of broogn and elevator rotation funtions; priority valve for sweeper steering; system relief; 33 micron return line filter and reservoir riith temperature and capacity sight gauged TRANSMISSION Automatic transmission, 3 Sneed forward and 1 reverse speed with provisions for locking in first gear; equipped with water to oil cooler. Transmission shall be heavy dtity truck types AUTOMOTIVE TYPE TRANSMISSION NOT ACCEPTABLE, AUXILIARY ENGINE To supply poser to brooms and elevator, independent of sweeper pro- pulsion speed. To be located at rear of sweeper for easy ground level access for maintenance and service. Four cylinder, water cooled gasoline engine, not less than 140 cubic inch displacem*nt and 38.2 intermittent BHP at recommended 18rX) RPM (SAE J-245); fult flow re- pjaceable oil filter, heavy duty dry type DONALDSON"CYCLOPAC' air cleaner with safety element, governor, manual choke, oil filter and crankcase breather filter to prevent dust from entering engine; 12 volt stRrter and ignition system, but no alternator or battery, Minimum twenty (20) gallon capacity fuel tank; anti-freeze protection to -34 degrees F. Donaldson pre-cleaner. HYDRAULIC SYSTEM (Auxiliary ENGINE) Dual pump drive driven directly off flywheel. Tandem gear type pump for rear broom and elevator functions. Separate high pressure relief valve and 3 position solenoid valve for each function. Two 100 mesh suction filter and 10 micron return filter with lift our element and nil cooler. Hydraulic motors for elevator , pickup broom and mt++-- u____. Specifications rrB4 Page 2 shall be of Same type, size and manufacturer-for interchangeability. Sight gauge indication hydraulic oil capacity and temperature shall be prgvided. PRCNT AXLE Pull width 68 inch track, heavy duty "I" beam truck type, not leas than 7,000 Jlbso load rating capacity. Axle loading shall not exceed manufacturer"s rated capacity. REAR AXLE Pull width, minimum 80 inch track heavy duty hypoid-helical double reduction to provide travel speeds up to 55MPH and a load rating capacity of not less than 17,000 lbs. Axle loading shall not exceed manufacturer's rated capacity. Mio Speed - 12.64:1, low range, 6,75:1, high rune, WHEELS Heavy duty truck disc type. Front to have 6 stud holes. Rear to have 10 stud holes. TIRES Pront - 7.50x2O, 8 ply ratin Rear - 10.00x2097,12 ply rating All tires to include self-balancing, puncture sealing Silicone. sTHERrNG Pull power; cam and lever type; single right hand control. 7Uvning radius minim18 feet. CHASSIS Completely and wholly fabricated and assembled for street sweepers, a safety factor of 4. Standard or modified truck chassis not acceptable. Overall length of sweeper not to exceed 21 feet, Maximum overhang behind centerline of rear axle not to exceed 92 inches. Built-in ,jack pads, an each side of machine frame to be provided. PROArr BUMPER Pull width heavy duty steel, bolted to frame with two holes each side. Bumper shall not be a counterweight for imig"ht distribution of sweeper Front towing hooks to be mounted directly to chassis. Rcar towing eyes to be mounted on chassis. 0 Specifications ITE4 Page 3 FRONT FENDERS AND HOOD Reinforced fiberglass and forward tilting for easy access to engine compartment for maintenance. Bolt-on removable fenders for dri%-c engine access not acceptable. CAB All steel, full width cab ::ith adjustable Bestrom bucket seat, with seat belt. Single right hand steering and single ttthf hand controls. Shattcr-proof tinted glass throughtout, full vision doors with split glass vertical --Iiding windows, fresh air two speed heater and defroster, separate air floc; and temperature controls, sun visor, dual electric 2 speed windshicld u iper, ::ahcrs, doors to be hinged at rear so sweeper may be operated with door -,:,pen, ::hcn desired, All instruments and controls shall be located in cab ::"thin easy reach and vision from operator position; 6" x 16" !''ect Coast type rear view mirror with adjustable bottom convex section, mounted on each side on front fenders. Highest point of machine shall be top of cab ?• -5" (without flasher) for clearance under low hanging branches, etc. Cab pressurizer, mud flaps, undercoating, slow moving vehicle decal and back-jp alarm. Arm rest to be included, INSf'RINENTS Water temperture, oil pressure and gasoline gauges for both engines, ammeter, speedometer-odometer for prolnzlsion engine, tachometer and engine hour meter for auxiliary engine, and high be.^_rr, ineicator.. All instrument- to be located on dash of cab, centrally located for good vision from operator position. Behind operator installation not acceptable, GAS TANLS Capacity for approximately 8 hours of normal opeaation Propulsion engine gasoline tank - 30 U.S. gallons Auxiliary engine gasoline tank - 210 U.S, gallons BRAKES Hydraulic service bsakes all four u heels with hydrovac booster and total lining arra of not less than 430 square inches; mechanical emergency brake on drive line with orscheln lever and not iesc than 60 square inches lining area. I1.ECTRICAL SYMTM 12 volt, 90 amp dual pulley drive alternator, with 35 amp output at 550 engine idle speed, and 12 volt, 90 amp hour capacity battery, All circrits protected by cab-mounted centrally located fuses, wiring harness to be color coded and numbered with quick disconnect couplings and sha11 be accessible for maintenance. Wiring harncn3 ?nntallcd inside frarte not acceptable. e Specifications -,ITE4 Page 4 LIGHTTNG SYSTEM' Dual front held lights with high-Icn: beam, two combination tail and stop lights; one spotlight over ;utter broom and one on rear for pickup broom* Self-cancelling direction signals with four-way flasher hazard switch, automatic bnc'.:�tp light, interior cab dome light and Federal Safety Standards clearance lights. Rear license plate bracket with light and reflectors. Dietz rotating light, Model 7-400e DIRT HOPPER Pour (4) cubic yard (self-load) capacity minimum, located between front and rear axles for equal weight distribution schen loaded, Gravity dump, hydraulically operated gate controlled from cab. Grab handles, safety steps, and access doors, A hopper full load indicator light shall be prcn ided in cab - dadh mounted, Direct access to main gas tank and auxiliary gas tank sending units for back of hopper. Independent hopper pivoting so u-hcels always maintain contact with ground, SPRAY SYSTEM Minimum grater tank capacity, 280 totally useable gallons, with tank gauge, 24' x 15'-0" full hose attached, with ?% NSR female coupling on hydrant end. Shut-off cock located beh een water tank and spray system, with strainer in an easily accessible position between water tank and water pump, wine brass spray nozzles located across front of steeper and 2 over gutter broom. Water spray to be controlled from cab. 20" zs 30" bolt-49own manhole to be provided, with inside of tang: coated with "Plexo-Black". Shut-off valves shall be provided so that left side spr;r nozzles can be shut off (if desired), extending water supply. Coid weather drain (external) shall be provided. :NATER SYSTEM Belt driven centrifugal type pump, with brass impeller capable of running without water in system without danage to pump. Water system not to be used for hydraulic cooling. Hydrant flow valve to be furnished, with wrench. Specifications ITE4 Page 5 PICK UP BROOM danline 36" diamater and 58" in length 4 full floating by means of springs and shock absorbers. CASTER SHEELS NOT ACCEPTABLE. Drive to be hydraulic= self-aligning anti-friction bearings. Constant forward speed controlled by RPM of auxiliary engine; hydraulic lift with controls in cab. Rear broom cover safety striped. Broom shall remain still while dirt conveyor is in reverse for safety sa.£etye Center dirt board shall be fully protected when pick-up broom is retracted. GUTTER BROOM 42" diameter, with seven segment aluminum, using 26" standard gutter broom Mire, mounted on steel disc with wearing edge should curb be contacted, free floating with full sideway oscillation and adjustable for broom pressure and wear• Hydraulic drive. Constant forward or reverse speed hydraulically driven and controlled by RPM of auxiliary engine. Hydraulic lift controls in cab. Gutter broom to be visible by operator without use of mirrors, and be hydraulically retractable to 8 feet for travel. Gutter broom shall clear tires at all time (sweeping or traveling position) PAINT Standard manufacturers single color, DuPont Dulux or equal. State brand and paint number. DIRT CONVEYOR Hydraulically driven and reversible; non-clogging, replaceable rubber squeegee type, 9 flights, using steel drive chains (2-3/8" aide) and rubber sprockets (2-3/16" wide); a relief valve to prevent damage from impassalbe objects. Two (2) piece abrasive resistant (AXI) elevator botoom plate, bolt-in type, for easy replacement and long rear, An elevator overload (buzzer) shall be installed in cab indicating to operator when elevator is overloaded or jammed. DRAG SHOES Pull floating suspension with both vertical and lateral movement. S. , L AGREEMENT made this day of 1981, between with its principal office and place of business at , hereinafter called the Seller, and the TOWN OF SOUTHOLD, a municipal corporation of the State of New York with offices at Main Road, Southold, Suffolk County, New York, hereinafter called the Town. WITNESSETH, that the Seller has agreed to sell and hereby does sell, and the Town has agreed to purchase and does hereby purchase from the Seller, the following: The above specified equipment shall be fully equipped and delivered to the Town at the Southold Town Highway Department at Peconic in said Town on or before the day of 1981. This contract has been awarded to the aforesaid Seller who was the lowest respon- sible bidder complying with the specifications determined by receipt of sealed bids received by the Town pursuant to public advertisement pursuant to the provisions of Article 5A of the General Municipal Law. A resolution authorizing the purchase of the above specified equipment was adopted by the Town Board of the Town of Southold at a meeting held on the day of , 1981. Upon delivery of the above specified equipment and its acceptance by the Town of Southold, the Supervisor of the Town of Southold shall pay the total price of Dollars ($ ) The Seller warrants the above described equipment against defective workmanship and material for the period of one (1) year, and the Seller further agrees that it will supply to the Town, free of charge, one parts book, one service and repair manual, and one operator's manual, and will also, upon the delivery of the aforesaid equipment, provide qualified persons to instruct the Town employees designated by the Highway Superin- tendent of the Town with respect to complete instructions for the operation and main- tenance of said equipment. The Seller hereby agrees not to assign, transfer, convey or otherwise dispose of this contract or its right, title or interest therein or its power to execute the same to any person or corporation without the previous consent, in writing, of the Purchaser. Risk of loss or damage to said equipment by any cause whatsoever until the same is delivered to the Town as hereinbefore provided, shall be upon the Seller, and in the event of any such loss or damage, this contract shall be deemed rescinded. -2- IA •. The Seller hereby certifies that there are no Federal or State taxes included in the above purchase price. It is further agreed between the parties hereto that in the event that the Seller fails to deliver said equipment on the date hereinbefore provided, a penalty of twenty- five Dollars ($25. 00) for each day shall be imposed, which amount shall be deducted by the Town from the purchase price hereinbefore set forth. This contract comprises the entire contract between the parties and supersedes any and all other agreements respecting the equipment herein described. IN WITNESS WHEREOF, the parties hereto have set their hands and seals, in duplicate, the day and year first above written. By TOWN OF SOUTHOLD By Town Supervisor r t ' STATE OF NEW YORK) ss: COUNTY OF ) On the day of 1981, before me personally came to me known, who, being by me duly sworn, did depose and say that he resides at that he is the of the corporation described in and which executed the foregoing instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation,and that he signed his name thereto by like order. Notary Public STATE OF NEW YORK ) ss: COUNTY OF SUFFOLK') On the day of 1981, before me personally came William R. Pell III, to me known, who, being by me duly sworn, did depose and say that he resides at 530 Angler Road, Greenport, New'York; that he is the Supervisor of the TOWN OF SOUTHOLD, the corporation described in and which executed the fore- going instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Town Board of said corporation, and that he signed his name thereto by like order. Notary Public -4- i r OFFI E OF TO VN Q_ ERK T6FN OFiSOUTHOL JUDITH T.TERRY SUFFOLK' TY TELEPHONE TOWN CLERK (516) 765-1801 EGISTRAR OF VITAL STATISTICS Southold, L. I., N. Y. 11971 July 13, 1981 Mr. Donald Kempster Municipal Machinery Co. , Inc. Edwards Avenue Calverton, New York 11933 Dear Mr. Kempster: Returned herewith is your Bid or Proposal Bond which was deposited with the Town of Southold with your bid on a Street Sweeper. Very truly yours, ��5� Judith T. Terry Southold Town Clerk Enclosure leg UTICA MUTUAL INSURANCE COMPANY UTICA, NEW YORK Bond#SU28196-73 BID or PROPOSAL BOND Know all Men by these Presents: THAT WE, MUNICIPAL MACHINERY CO., INC. as principal, and the UTICA MUTUAL INSURANCE COMPANY, a corporation of the State of New York, having its principal place of business in the City of Utica, New York, as surety, are held and firmly bound unto Town Clerk Town of Southold as obligee, in the sum of 5% of Bid Amount DOLLARS, lawful money of the United States of America, for the payment of which, well and truly to be made, Ave bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. SIGNED, sealed and dated this 9th day of April 1981 WHEREAS, the said principal is herewith submitting its proposal for One New Street Sweeper THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that if the aforesaid principal shall be awarded the contract upon said proposal, and shall within.the required number of days after the notice of such award enter into a contract and give bond for the faithful perform- ance of the contract, then this obligation shall be null and void; otherwise the principal and surety will pay unto the obligee the difference in money between the amount of the bid of the said principal and the lowest amount for which the obligee may legally contract with another party to perform the said work if the latter amount be in excess of the former; but in no event shall the surety's liability exceed the penal sum hereof. MUNICIPAL MACHINERY CO., INC. ..�' F -- --------- ona lid Kempster, As istant Secy.--*X*o UTICA MUTUAL INSURANCE COMPANY By-4. , ----.. V' inia Migliaec' Attorney-in-Fact 8-1-69 Ed.1-68 11KNOWLEDGMENT OF SURETY Utica Mutual Insurance Company F ] Graphic Arts Mutual Insurance Company STATE OF......New-York--••-•-•- ss.: COUN'T'Y OF-_Suffolk____ _____ On this.................91h.....day of................April......................................... 19-81- before me personally came ...-----•----Vi1.9inia..Ri.gl,zs&.c o----------••----------------------------------•_--___......-.to me known, who, being by me duly sworn, did depose and say: that she resides in-._-..---•Smithtown ---------------------------- •................. ---------•--•-------------- ••---•----- that he is Attorney-in-Fact of the Corporation described in and .which executed the attached instrument; that he knows the seal of said Corporation, that the seal affixed to said instrument is such corporate seal;- that eal;that it was so affixed pursuant to power conferred on him by a Power of Attorney granted to him by said Corporation and that he signed said instrument as Attorney-in-Fact of said Corporation pursuant to such au& }rity. i� Y., iics.d, g is �: c' •. 't_....!�i�.:-ls.w,� Qy,j''j"lOn Expires hlarCh Zv,-5-' NOTARY PUBLIC PRINCIPAL'S INDIVIDUAL ACKNOWLEDGMENT STATEOF................................... ss.: COUNTY OF............................... On this..............................day of..........................................................................19.------ before me personally came .............................•-----......---...-....--......----.....------••----..-..-----...-...--•--•-•--------..•....---------------------•- to me known and known to me to be the individual described in and who executed the foregoing instrument,and he acknowledged to me that ,he executed the same. ---•-•------------•-•---------------------------------•-•---------------.-.-...•-------------..-..-.. NOTARY PUBLIC PRINCIPAL'S CO-PARTNERSHIP ACKNOWLEDGMENT STATE OF.................................... ss.: COUNTY OF------------------------------- On this..............................day of..........................................................................19......... before me personally,came ...•--------------••--•-••---...------------••---------------•----------------....------•------------•----------•-•-------------------• a member of the Co-partnership of ----•-------•--------------------•----•--------------------•----------------••-•---•--------------------------•-••----------•-••--•••---•••-•-- to me known and known to me to be the person who is described in the foregoing instrument and he acknowledges that he executed the same as and for the act and deed of the said Co-partnership. •----------•-----------------•-------------•---------------•--------•------------•-----------........ NOTARY PUBLIC PRINCIPAL'S CORPORATE ACKNOWLEDGMENT 3ARQARA A. S'tRANG Ne�7•.York.- ••-•--••••-- WTARY pUM.K.State of New York STATE OF.-----•-•:. ..-.. ... Na 4730093 QWified in 5utfoik :o�y COUNTY OF--Su.f_foZk............ ss.: Exp.Mawh30. )1.... On this-----=•-•-16th-----•----day of................................................Aril--------------19--3?= before me personally came ------•••--•---•----•---•••-...-.-.Donald Ker..pster-•----••-•••••--•-•--------••---------------•--•-•-•-•---••----------•. to me known,who,being by me duly sworn,did depose and say, that he resides in------ --Yor.'K.........................................................; Assistant Secretary Munici*aal �Iachiner Coo Inc, that he is -------------------•-----•------------------ of •--•--1 --•••--•-------� ---- Z , the Corporation described in and which executed the foregoing instrument; that he knows the Corporate Seal of said Corporation;and the Seal affixed to said instrument is such Corporate Seal; that it was so affixed by order of the Board of Directors of said Corporation,and that he signed his name thereto by like order. UTICA ML*UAL INSURANCE C MPANY NEW HARTFORD, NEW YORK No.—?4 4 --- POWER OF ATTORNEY Know all men by these Presents, the UTICA MUTUAL INSURANCE COMPANY, a New York Corporation, having its principal office in the Town of New Hartford, County of Oneida, State of New York, does hereby make, constitute and appoint Virzinia Migliacc io Dolores Flynn its true and lawful Attorneys)-in-fact in their separate capacity if more than one is named above to make, execute, sign.seal and deliver for and on its behalf as surety and as its act and deed(without power of redelegation) any and all bonds and undertakings and other writings obligatory in the nature thereof (except bonds guaranteeing the payment of princi al and interest of notes,mortgage bonds an;no�tRage Gprov. ed the amount of no one bond or undertaking excee _12 a.....,ancli-2.ti._..-x1S.U5 amd....an..........JJ�(11 ( ) t,ra L+, o � , ............Dollars ;....:,QLI.,.�.�'.Q....�.Q. The execution of such bonds and undertakings shall be as binding upon said UTICA MUTUAL INSURANCE COM- PANY as fully and to all intents and purposes as if the same had been duly executed and acknowledged by its regu- larly elected officers at its Home Office In New Hartford, New York. This Power of Attorney is granted under and by authority of the following resolution adopted by the Direc- tors of the UTICA MUTUAL INSURANCE COMPANY on the 27th day of November, 1961. "Resolved,that the President or any Vice-President,in conjunction with the Secretary or any Assistant Secretary, be and they are hereby authorized and empowered to appoint Attorneys-in-fact of the Company;in its name and as its acts,to execute and acknowledge for and on its behalf as Surety any and all bonds,recognizances.contracts of indemnity and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company.Any such writings so executed by such Attorneys-in-fact shall be as binding upon the Company as if they had been duly acknowledged by the regularly elected Officers of the Company in their own proper persons." Now Therefore, the signatures of such officers and the seal of the Company may be affixed to any such Power of Attornev by a facsimile, and any such Power of Attorney bearing such facsimile signatures or seal shall be valid and binding upon the Company. In Witness Whereof, the UTICA MUTUAL INSURANCE COMPANY has caused these presents to be signed by its Authorized Officers, this...... 12............... day of............4ugust............................. 19..4... UTICA MUTUAL INSURANCE COMPANY %NSA. Secretary 91{ >rn 4pi _....... ....................... ...................... ....._...... pro sident STATE OF NEW YORK LJ'1/1 * A�+ • COUNTY OF ONEWA I SS. 80 On this.....$th..............day of................-August , 19.... before me, a Notary Public in and for the State of New York, personally came J. B. RIFFLE and GEORGE L. RUTHERFORD to me known, who acknowledged execution of the preceding instrument and, being by me duly sworn, do depose and say, that they are President and Secretary pro tem respectively of UTICA MUTUAL INSURANCE COMPANY;that the seal affixed to said instrument is the corporate seal of UTICA MUTUAL INSURANCE COMPANY; that said corporate seal is affixed and their signatures sub- scribed to said instrument by authority and order of the Board of Directors of said Corporation. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at New Hartford, New York, the day and year first above written. t, A. ---.... .. ................. ................................ �O T A R Y os} Notary Public O 1914 n A. w �,3 it C s STATE OF NEW YORK L a %'PL d olds COUNTY OF ONEIDA J�!a * I•�+ �E Oi NE�y Richard G. Rust I. •-----•----•..................•-----...•--................----...................................---...-•-...........-------•----------••..Assistant Secretary of the UTICA MUTUAL INSURANCE COMPANY do hereby certify that the foregoing is a true and correct copy of a Power of Attorney, executed by said UTICA MUTUAL INSURANCE COMPANY,which is still in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the Seal of the said Corporation at New Hartford, NewYork, this----------------------------day of................................................. 19......... J ................ --- ------------ 8-B-2 REV. Ed.12-74 Anistant � UTICA MUTUAL INSURANCE COMPANY ' NEW HARTFORD, NEW YORK FINANCIAL STATEMENT AS OF DECEMBER 31, 1978 From Annual Report filed with New York Insurance Department ASSETS LIABILITIES AND SURPLUS U.S. Government Direct and Guaranteed Bonds. . . $ 28,135,035 Reserve for All Losses . . . . . . . . . . . . . . . . . . . $136,938,302 All Other Bonds . . . . . . . . . . . . . . . . . . . . . . . 232,991,449 Unearned Premiums. . . . . . . . . . . . . . . . . . . . . 70,911,860 Stocks. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 29,250,284 Reserve for Claim Expense . . . . . . . . . . . . . . . 21,177,260 Mortgages . . . . . . . . . . . . . . . . . . . . . . . . . . . 2,503 Dividends . . . . . . . . . . . . . . . . . . . . . . . . . . . 2,756,550 Cash. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2,335,356 Taxes Accrued . . . . . . . . . . . . . . . . . . . . . . . . 4,539,072 Equities & Deposits in Pools and Associations . . . . 751,477 Federal Income Tax . . . . . . . . . . . . . . . . . . . . . 3,600,000 Premiums in Course of Collection . . . . . . . . . . . . 19,204,184 Miscellaneous Accounts Payable. . . . . . . . . . . . . 19,885,491 Interest Due and Accrued . . . . . . . . . . . . . . . . . 5,434,611 Total Liabilities. . . . . . . . . . . . . . . . . . $259,778,535 Other Admitted Assets . . . . . . . . . . . . . . . . . . . 13,861,781 Total Admitted Assets . . . . . . . . . . . . . $331,966,680 Surplus Funds: Dividend Reserve . . . . . . . . . . .$ 1,684,994 General Voluntary Reserve . . . . . 1,500,000 Special Contingent Surplus . . . . . 1,300,000 Divisible Surplus. . . . . . . . . . . .$67,703,150 STATE OF NEW YORK Surplus as regards Policyholders. . . . . . . . . . . . . 72,188,144 ss.' . . . . $331,966,680 COUNTY OF ONEIDA Total. . . . . . . . . . . . . . . . . . . . . JACK B. RIFFLE, President and Chief Executive Officer of the UTICA MUTUAL INSURANCE COMPANY, New Hartford, New York, being duly sworn, says that he is the above described officer of said Corporation, and that on the 31st day of December, 1978, all of the assets shown above were the absolute property of the said Corporation, free and clear from all liens or claims thereon except as above stated, and that the foregoing statement is a full and true exhibit of all assets and liabilities of the said Corporation at the close of business December 31, 1978, according to the best of his knowledge, Information and belief. Subscribed and sworn to before me the 20th day of March, 1979 President Attest RICHARD H. HOFFMAN Secretary Notary Public, State of New York Qualified In Oneida County My Commission Expires March 30, 1980 8-B-50 Ed.3-79 . a JUDITH T.TERRY F TELEPHONE 1 TOWN CLERK (516) 765-1801 REGISTRAR OF VITAL STATISTICS Southold, L. I., N. Y. 11971 April 22, 1981 Mr. Donald Kempster Municipal Machinery Co. , Inc Edwards Avenue Calverton, New York 11933 Dear Mr. Kempster: The Southold Town Board at a regular meeting held on April 21, 1981 awarded the bid for supplying the Town of Southold with a Street Sweeper to George Malvese & Co. , Inc. at a net bid price of $51, 587. 00. Once a contract has been signed with Malvese, your bid deposit in the form of a Bid or Proposal Bond will be returned to you. Very truly yours, Judith. T. Terry Southold Town Clerk BID TO THE TOWN BOARD OF THE TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK FOR THE PURCHASE OF HIGHWAY EQUIPMENT BY THE TOWN OF SOUTHOLD The undersigned declares that he has carefully examined and fully understands the attached "Notice to Bidders", the "Information and Instructions to Bidders", and form of "Contract", and this bid form, and that the undersigned hereby proposes to sell to theTowri of Southold the highway equipment set forth below in accordance with the Information and Instruction to Bidders, the Specifications, Form of Contract and Notice to Bidders, all of which are a part hereof, to such an extent as they relate so to govern the obligations herein proposed to be assumed at the following sums, to wit: I. (a) Furnish and deliver one new Backhoe-Loader all in accordance with the specifications at the price of Dollars ($ ) (b) Less trade-in allowance for Town owned Ford Backhoe and 1965 Hough Payloader of Dollars ($ ) Net Price (a minus b) of Dollars ($ ) II. (a) Furnish and deliver one new Street Sweeper all in accordance See Letter attached which we request be made portion of this Bid. with the specifications at the price of Fifty-Six Thousand Seven Hundred Eighteen & No Cents Dollars ($ 56,718.00 ) (b) Less Trade-in allowance for Town owned 1968 Mobil Sweeper Five Thousand & No Cents Dollars ($ 5,000.00 ) Net Price (a minus b) of Fifty-one Thousand Seven Hundred Eighteen & No Cents Dollars ($51,718.00 ) The undersigned hereby agrees to enter into a contract, within ten (10) days from the date of acceptance of this bid. The equipment shall be delivered to the Town within 190 days after con- tract signing. In default of the performance of any of these conditions on my part to be performed, the certified check in the amount of $ Bid Bond Attached (516 of net bid price), which is herewith deposited with the Town Board shall be paid to the Town of Southold for the benefit of said Town as liquidated damages for such default; otherwise, the certified check deposited herewith will be returned to the undersigned. The undersigned maintains service facilities at Municipal Machinery Co. , Inc., Edwards Avenue, Calverton, New York. 11933 By submission of this bid or proposal, the bidder certifies that: (a) This bid or proposal has been independently arrived at without collusion with any other bidder or with any competitor; (b) This bid or proposal has not been knowingly disclosed and will not be knowingly disclosed, prior to the opening of bids or proposals for this project, to any other bidder, competitor or potential competitor; (c) No attempt has been or will be made to induce any other person, partnership or corpora- tion to submit or not to submit a bid or proposal; (d) The person signing this bid or proposal certifies that lie has fully informed himself regarding the accuracy of the statements contained in this certification, and under the penalties of perjury, affirms -2- the truth thereof, such penalties being applicable to the bidder as well as to the person signing in its behalf; (e) That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signator of this bid or proposal in behalf of the corporate bidde Signature of Bidder Donald Kempster Assistant Secretary Edwards Avenue Calverton, New York. 11933 Business Address of Bidder CERTIFIED COPY OF RESOLUTION AUTHORIZING THE EXECUTION OF NON -COLLUSIVE BIDDING CERTIFI- CATION IN BEHALF OF CORPORATE BIDDER RESOLVED THAT Municipal Machinery Co. , Inc. (Name of Corporation) be authorized to sign and submit the bid or proposal of this corporation for the following project: For the furnishing of a new street sweeper and a new backhoe- loader to the Highway Department of the Town of Southold, Peconic, New York, and to include in such bid or proposal the certificate as to non-collusion required by Section 103-d of the General Municipal Law as the act and deed of such corpora- tion, and for any inaccuracies or misstatements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing copy is a true and correct copy of the resolution adopted by Municipal Machinery Co. , Inc. Corporation at a meeting of its 1979 Board of Directors held on the 24th day of April ARAW A istant Secretary Donald Kempster (Seal of the Corporation) MUNICIPAL MACHINERY CO., INC. MUNICIPAL & CONTRACTORS EQUIPMENT SALES•SERVICE EDWARDS AVENUE (516) 369-1800 CALVERTON, NEW YORK 11933 April 16, 1981 Town Clerk Town of Southold Southold Town Hall Main Road Southold, New York. 11971 Subject: Bid for Highway Equipment, Item 2, Opening April 16, 1981 at 3 :00 PM Gentlemen: We have carefully analyzed your published Bid Specifications on the subject Bid and find that due to various manufacturers procedural differences in the assembly of equipment of this type we cannot totally meet your specification. We are pleased, however, at your invitation to offer the following which we feel meets the intent of your Bid: One (1) New M-B all Hydraulic Model RS-300 Four Wheel Sweeper of Single Engine Design requiring less maintenance, the Unit being powered by 8-cylinder overhead valve 370 cubic inch Engine offering 171 HP at 3600 RPM with Heavy Duty C6 3-speed automatic transmission with Air to Oil Cooler, complete with all standard equipment shown on Specification Form 2050 attached plus the following options: Heavy Duty Turbo-II Heavy Duty Air Cleaner; Restriction Indicator; Engine Hourmeter; Emergency DC Pump capable of raising the Pick-up and Gutter Broom to enable the Machine to return to the Garage in case of failure; Hydraulic Oil Temperature Gauge; Silicone in all four (4) Tires; Front Tow Hooks; Rear Tow Hooks; West Coast Mirrors; Hupp 425 Cab Pressurizer; Slow Moving Vehicle Decal; Bullard LCA-12V Electric Back-up Alarm; Right Hand Pick-up Broom Light; Deitz 7-21024 Amber Beacon; 22" x 15' coupled loading Hose; Hydrant Flow Control Valve; Hydrant Wrench; Rear Broom cov6r to be Safety Striped; complete unit to be undercoated and painted Highway Safety Yellow; unit to be Serviced, Delivered and Demonstrated. We wish to draw to your attention the Single Engine Design requiring less maintenance and less fuel consumption. Our Operators Cab offering full Front and Side Visibility. Continued-------- Town of Southold April 16, 1981 Bid for Highway Equipment, Item 2 page 2 Continued-------- Our Hydraulic Rear Dump which enables you to not have to walk all over the material being dumped. Our Casterless Contour Sweeping with the adjustable Air Suspension offering constant Broom to Road pressure and Shock Absorption which is Operator controlled for the variety of sweeping conditions encountered. We trust you will give this Bid of ours your favorable consideration and wish to thank you for this opportunity of bidding at this time. Very truly yours, MUNICIPAL MACHINERY CO., INC. DK:jas Donald Kempster Encls: Duplicate copies of Bid and Bid Bond cc: Lorraine Silberstein ,• a ' e .. .. ._ ., / ,. .l wYw?1F+3s.0 p..'v wS54fNfia'9Fji'!(:Y?.+t%/'iC a3\`n't✓1-kxy'': f 'I `i i NOTICE TO BIDDERS i n ii !� NOTICE IS HEREBY GIVEN, that sealed bids are sought and i I� requested for the purchase of one (1) new Backhoe-Loader, and 1 one (1) new Street Sweeper by the Town of Southold. �i The sealed bids will be received b the Town Clerk .Town Y , a of Southold at the Southold Town Hall, Main Road, Southold, New jYork, until 3: 00 P.M. on April 16, 1981, at which time and place they will be public opened and read aloud. Specifications, bid + forms and form of contract can be examined and obtained from the I f is Town Clerk of the Town of Southold, Town Hall, Main Road, Southold, New York. Bids must be upon and in accordance with the bid forms prepared by the Town which bids shall be made and will be 1 received upon the following conditions: �E i Each bid must be accompanied by the deposit of a certified. check made payable to the order of the Town of Southold in an I Ij amount of not less than Five (5%) percentum of the net bid price, , e conditioned that if the bid is accepted, the successful bidder �} will enter into a contract for the work within ten (10) days from ' I; ( ) Y the date of the acceptance of the bid. fAll deposits except that of the successful bidder will be it returned. i Upon the acceptance of his bid, if the successful bidder fails to enter into a contract pursuant to the requirements of the Town, then the check deposited with the bid and the moneys standing to the credit of the same, shall be forfeited to the i Town of Southold as liquidated damages. I� The Town Board of the Town of Southold reserves the right to ; reject any and all bids and to waive any and all informality in I� any bid should it be deemed in the best interest of the Town of Southold. t r' All bids must be signed and enclosed in sealed envelopes, plainly marked "Bid for Highway Equipment" and addressed to I the Southold Town Clerk, Town Hall, Main Road, Southold, New York: f 11971. t II 4� DATED: March 24, 1981. �f f TOWN BOARD, TOWN OF SOUTHOLD JUDITH T. TERRY', TOWN CLERK I Ij I. j PLEASE PUBLISH NCE 0 , APRIL 2, 1981, AND FORWARD ONE AFFLDA` IT OF PUBLICATION TO JUDITH T. TERRY, TOWN CLERK, TOWN OF SOUTHOLD, ! TOWN HALL, MAIN ROAD, SOUTHOLD, NEW YORK 71971. I! I� e' Copies to the following on March 30, 1981: 1 li The Suffolk_ Times The Long Island Traveler-Watchman, Inc. f' Town Clerk Bulletin Board Highway Superintendent Dean {{ i I ' r I; i I (r f I I j! -2- 1 I� II it I I I TOWN OF SOUTHOLD INFORMATION AND INSTRUCTIONS TO BIDDERS FOR HIGHWAY EQUIPMENT 1. It is the intention of these specifications to request bids for the purchase of a new Street Sweeper and a new Backhoe-Loader (hereinafter referred to as "equipment"), for the Highway Department of the Town of Southold, Suffolk County, New York, and to trade--in 3 pieces of used equipment as an off-set against the purchase price of the new equipment to be purchased. 2. Bidders are to furnish all items and perform all work not specifically set forth in the specifications, but which is essential to the proper operation of the new equipment intended to be furnished to the Town. 3. Where a particular item of equipment is specified by name, it is the intention of having that particular item supplied, or its equal. 4. Items that are not detailed specifically are left to the discretion of the bidder. 5. Each bidder must furnish details of the complete new equipment to be furnished whether or not such detail items are specified herein. 6. Any exceptions to or deviations from the specifications must be specified in writing in detail with reference to the page and section. Any such exceptions or deviations may be considered by the Town Board and accepted if deemed by the Board to be in the best interest of the Town of Southold. 7. Each bidder shall furnish a statement setting forth its service facilities and the location thereof. 8. Each bid must be accompanied with photographs and plans showing dimensions and overall construction of the equipment. 9. The entire equipment including engine, body, chassis, and all component parts shall be guaranteed by the bidder for a period of not less than one year from the date of delivery to and acceptance by the Town of Southold. Such guarantee shall require the bidder to furnish to the Town, without cost, including transportation, parts to replace parts that have failed under normal use, and said failure found to be attributable to defective material or inferior workmanship. The foregoing guarantee shall be in addition to any warranties which may be furnished by the manufacturer and/or supplier of any component assemblies incorporated into the complete equipment. 10. Each bidder must specify and guarantee a delivery date. 11. The bid price shall be F. O. B. Peconic, New York and shall include delivery to Peconic, New York and also shall include the services of qualified personnel to instruct in the operation and maintenance of the equipment to the complete satisfaction of the Superintendent of Highways of the Town of Southold. 12. Non-collusion Statement. Each bidder must execute a "Non-collusion Bidding Certificate" in the form attached hereto and attach the same to his bid form. 13. All bids must be in duplicate, enclosed in a sealed envelope plainly marked "Bid for Highway Equipment" and addressed to the Town of Southold, Superintendent of Highways, Peconic Lane, Peconic, New York 14. Each bid must be accompanied by a certified check made payable to the order. of the Town of Southold in an amount equal to 5% of the net bid price ( price of the new equipment less trade-in allowance), conditioned that if the bid is accepted, the successful bidder will enter into a written contract in the form attached hereto, -2- to furnish said equipment within ten (10) days from the date of the acceptance of his bid. If the successful bidder fails to enter into a contract within the time limit herein, then the check deposited with the bid and the moneys standing to the credit of the same shall be forfeited to the Town of Southold as liquidated damages. 15. Separate Bids - The bidder shall submit a separate bid for each of the two items of equipment set forth in the specifications forming a part hereof. The Town Board, however, reserve the right to accept or reject the bid for each of such item of equipment. 16. Trade-in Allowance - Each separate bid shall include a trade-in allowance for Town owned used equipment, as follows: (a) The bid for the new backhoe -loader shall include a trade-in allowance for both a 1970 Ford, Model F 5000, backhoe (Ser. No. C221189), and a 1965 Hough, Model H90C, Payloader (Ser. No. 113CH1198). (b) The bid for the new street sweeper shall include a trade-in allowance for a 1968 Mobil, Model 2TE4 street sweeper (Ser. No. 15556F4KH). It shall be the responsibility of each Bidder to examine the equipment to be traded- in, to ascertain the condition thereof, it being understood that such equipment is to be traded-in in an "as is" condition, and that the Town makes no representations whatsoever as to the condition of such equipment. Such equipment may be inspected at the Highway Department at Peconic, New York, by appointment. 17. Within ten (10) days of the acceptance of bids, the successful bidder or bidders shall be required to furnish to the Town a performance bond in the full amount of his net bid, in the form satisfactory to the attorney for the Town, conditioned -3- that the successful bidder will faithfully and fully comply with all of the specifi- cations and other requirements relating thereto. 18. Within ten (10) days of the delivery of the equipment and the acceptance thereof by the Town and the full compliance by the successful bidder of all of the require- ments, the Town shall pay the successful bidder the total net price as set forth in his bid. 19. The Town Board of the Town of Southold reserves the right to reject any and all bids and to waive any and all informality in any bid should it be deemed in the best interest of the Town of Southold. Dated: March.?-/, 1981 BY ORDER OF THE SOUTHOLD TOWN BOARD RAYMOND C. DEAN SUPERINTENDENT OF HIGHWAYS -4- ' 4` • 1/80 SPECIFICATIONS DYNAHOE Model 190 Series Three Heavy-Duty Hydraulic Backhoe Loader Unit 1, GENERAL The ribber-tired backhoe-loader to be furnished under these specifications must be of the integral type. The frame of the tractor (Prime Mover) must be rectangular all-welded box type or formed steel plate ty;�e frame which incorporates the backhoe, loader and stabilizer mounting points. Units offered having backhoe components of the "add-on" or "attachment type" will not be connidered as meeting essentlal re- quirements of these specifications. The unit shall provides proper weight distribution for operation at maximum capacity without. additional countereveip,hting. Ease of nperation0 operator comfort and,safety are essential requirements ?.. TRACTOR (PRIME MOVER) shall be two-wheel drive. Tractor shall have a minimum of 88" wheelbase. Outside tread shall not be less than 78 inches in front and 85 inches in rear. 3. ENGINE shall be Diesel with 159 cu. Ino piston displacement, 2 cycle type. Gross maximum horsepower shalt be at least 101 at 2800 RPM. A larger dry type air cleaner shall be supplied. Gauges- engine temper- ature, engine oil pressure, tachometer, hou rmeter, ammeter, fuel gauge, visual pre-cleaner gauge. 4. FUEL TANK shall have capacity of not less than 35 gallons and be rubber mounted. .59 ELECTRIC SYSTEM shall be 12 volt and include starter, alternator, voltage regulator, headlights, rear lights, combination stop and tail- lightso Directionals. 6. REAR AXLE shall be heavy-duty outboard planetary drive type with final drive in the wheel hub and torque proportioning differential. Rated load capacity shall be at least 17,200 lbso 7. PRONT AXLE shall be heavy-duty box construction steel main member with load capacity at yield 709000 lbs. 3. HYDRAULIC POKER STEERING shall be supplied. Turning radius shall not exceed 1509 9. BRAKES shall be hydraulic power assist shoe type service brakes with 204 square inch surface with a seperate parking brakes 10o TIRES shall be not less than 14x17.5, 10-ply duplex transport on front , and 16.9x24, 10-ply all traction utility on the rear. 11. TORQUE CONVERTER shall be single stage with multiplication ratio of at least 2915 to 1s Converter temperature gauge. Page 2 c Model 190 12. TRANSMISSION shall be a hydraulic parer shift directional transmission with a 4 speed synchromesh range transmission. 13. SPEED range shall be approximately 0-18 NIPH forward and minimum 0-22 MPH reverse. 14. SINGLE SEAT shall be upholstered type with at least fore and aft adjust- ments, Must be 360 degrees swivel type to permit operation of backhoe and loader from same seat. Safety belt. 1.5. HYDRAULIC SYSTEM shall include: a. Hydraulic system must have 10 micron full flow oil filter and heat exchanger (oil cooler) with a minimum capacity of 700 B.T.Uo's per minute. Cooler shall have two heat exchangers. One for transmission-converter and one for backhoe operation. Hydraulic oil temperature gauge. b. Reservoir capacity of at least 26 gallons* ce gain hydraulic pump rapacity shall be 57 GPM at 2500 RPM and becoupled with dual life time universal drives. d. Backhoe hydraulic cylinder sizes: single boom at least 6 inches Op swing; at least 4 inches ID, bucket at least 4 inches ID, dipperstick at least 5 inches ID, and stabilizer 4 inches ID, loader hydraulic cylinder sizes: Lift at least 5 inches ID, bucket at least 3 inches IA. 16. BAOUTOE shall be heavy-duty, hydraulic, designed for use in production digging. It shall include a heavy-duty 30 inch digging; bucket !,ZV. with yd. teeth and and hydraulic stabilizers. Backhoe mounting shall be an integral. part of main frame. Current prodtsction shall be applied. A 4, 120 lb. lifting capacity with boom and dipper fully extended and a 8,700 lb. lifting; capacity with boom raised using dipperstick cylinder and with- oat using any boom locks. Lift ring on H link. Big Thumb Attachment to be installed. 17. BACYBOE DESIGN AND CONSTRUCTION PEATURRS recri:ired are: a. At least 19 foot rated digging depth, incorporating super charged circut. b. At least 12' 9" loading height. co Minimum swing arc 180 degrees with rnibber swing stopso d. Reach (from CA swing; axis bucket teeth at [;round level) at least 21.3"o e. Hydraulically operated stabilizers with at least 1215" spread at ground level and reach below wheel level of approximately 24 inches. Check valve on locked in both positions. Street pads. Stabilizer cylinder rod guards. f. Fully heavy-duty construction boxed boom & dipperstick with g;enercmis gussets at stress points, large pins & bearing areas at pivot points. ' .�► Page 3 e Model 190 18, FRONT LOADER shall be hydraulically operated, complete with at least 1-5/8 cu. yde heavy duty ticket with a-lift ring. }k:cket shall be self- leveling. 19. FRONT LOADER DESIGN AND CONSTRITCTION PPATUTtP.S required ares a. Bucket SAE capacity rating shall be at Least 1-5 cu, yd. b. Rated lift capacity to full height shall be at least 7,000 lbs. C* Rated breakout force shall be at least 14,500 lbs. d. Rated carry capacity shall be at least 9,000 lbs. e. Dump height 8.1". 20. Pins should all be blocked-bossed to reduce wear points. All moving points should be bushed and lubricated with zerk fittings -and be cotintersunk at all vulnerable paints. ?1. FULLY EN20SED ROPS CAR with rubber mounts, also heater and defroster an shall be urnished. '_2. WEIGHT of machine as specified shall be not less than 19,000 lbs. '3. STANDARD ACCESSORIHS shall be tool box, cigar lighter, rain cap, instrument panel cover, rear view mirror, reflectors, slow moving vehicle decal, license plate bracket with taillight, back-up alarm, cab mounted rotating flasher and directional signals with hazzard switch. ?4. Machine to be painted standard Dynahoe yellow. Specifications - ITE4 FOUR-WNREL SELF-PROPELLED PICKUP ,STREET SWEEPER SINGLE CUTTER BROOM GENERAL SPECIFICATIONS The street sweeper to be furnished under these specifications shall be a Four-M6e1, self-propelled engine drive with auxiliary engine to power pickup broom, ptitter broom, elevator system and water spray system pump, shall have a minimum of 4 cubic yard (self-load) hopper capacity;' shall be regularly listed as manufacturer's current' model, and shall comply with standard specifications for the model offered with eceptions and additions as contained herein, DRIVE (PROPULSION) ENGINE Gasoline - not less than 300 cubic inch displacement and 130 inter- mittent BHP at governed 3300 RPM (SAE J-245); replaceable full flow Oil filter, -replaceable fuel filter, heavy duty dry type DONALDSON "Cl.a.OPAC" air cleaner, two stage, with pre-cleaner, safety element and cab mounted restriction indicator; minimum thirty (30) gallon fuel tank; anti-freeze to -34 degrees Fo ,Hotirmetera In cage of rear engine failure fromt engine must be capable of raising the pickup broom and gutter broom to enable machine to returni.to garage, HYDRAm.IC SYSTEM (PROPULSION ENGINE) Gear primp to supply power to broom lift/lower, extend/retract hydraulically and hopper gate open/close functions independent of brooV and elevator rotation funtions; priority valve for sweeper steering; system relief; 33 micron return line filter and reservoir with temperattire and capacity sight gauged TRANSMISSION Automatic transmission, 3 Speed forward and 1 reverse speed with provisions for locking in first gear; equipped with water to oil cooiera Transmission shall be heavy ditty truck type, AUTOMOTIVE TYPE TRANSMISSION NOT ACCEPTABLE, ATIXILIARY ENGINE To supply power to brooms and elevator, independent of sweeper pro- pulsion speed. To be located at rear of avieeper for easy ground level access for maintenance and service. Pour cylinder, water cooled gasoline engine, not less than 110 cubic inch displacement and 38,2 intermittent BHP at recommended 180n RPM (SAE J-245); full flow re- pJaceable oil filter, heavy duty dry type DONALDSON"CYCLOPAC" air cleaner with safety element, governor, manual choke, oil filter and crankcase breather filter to prevent dust from entering engine; 12 volt starter and ignition system, but no alternator or battery. Minimaim twenty (20) gallon capacity fuel tank; anti-freeze protection to -34 degrees F, Donaldson pre-cleaner, HYDRAULIC SYSTEM (Auxiliary ENGINE) Dual pump drive driven directly off flywheel. Tandem gear type pump for rear broom and elevator functions. Separate high pressure relief valve and 3 position solenoid valve for each function, Two 100 mesh suction filter and 10 micron return filter with lift our element and nil cooler. ITydraulic motors for elevator , Pickup broom and vn,++o.. ..____. Specifications - XTE4 Page 2 shall be of same, types size and manufacturee..for interchangeability. Sight gauge indication hydraulic oil capacity and temperature shall be pxgvided. FRONT AXLE Pull width 68 Inch tracks heavy duty "I" beam truck type, not less than 7,000 lbse load rating capacity. Axle loading shall not exceed marnifacturer's rated capacity. REAP, AXLE Pull widths minimae* 80 inch track heavy duty hypoid-helical doaable reduction to provide travel speeds up to 55MPH and a load rating capacity of not less than 17,000 lbs. Axle loading shall not exceed manufacturers rated capacity* Two Speed - 12*64:1# iota range, 6.75:10 high runge. WHEELS Heavy duty truck disc type* Front to have 6 stud holes* Rear to have 10 stud holes* TIRES ............... Pront - 7.50x200 8 ply ratin Rear - 10.00x200712 ply rating All tires to include self-balancing, puncture sealing Silicone. ST ERrKG Full power; cam and lever type; single right hand control* Ttutning radius minimum 18 feet* CHASSLS Completely and wholly fabricated and assembled for street sweepers, a safety factor of 4* Standard or modified truck chassis not acceptable. Overall length of mmeper not to exceed 21 feet. Maximum overhang behind centerline of rear axle not to exceed 92 inches. Built-in ,hack pads# on each side of machine frame to be provided. FRONT BUMPER Pull width heavy duty steel, bolted to frame with two holes each side. Bumper shall not be a counterweight for weight distribution of sweeper Front towing hooks to be mounted directly to chassis* Rcar towing eyes to be mounted on chassis. Specifications - ITE4 Page•3 PRONT FENDPRS AND HOOD Reinforced fiberglass and forward tilting for easy access to engine compartment for maintenance. Bolt-on removable fenders for drive engine access not acceptable. CAB All steel, full :ridth cab ::ith adjustable Bestrom bucket seat, with seat belt. Single right hazed steering and single kftht hand controls. Shatter-proof tint--d glass threughtout, full vision doors with split ,-lass vertical sliding windays, fresh air two speed heater and defroster, separate air flow and temperature controls, sun visor, dual electric 2 speed windshicld triper :•rahers doors g at rear so sweeper may be operated with door^ c . cn to be i All instruments and controls shall be located incabwdesired, within and vision from operator position; 6" x 16" 11cot Coast type o! rear view mirror with adjustable bottom convex section, mtnted on each side on front fenders. highest point of machine shall be top of cab ?' -5" (without flasher) for clearance under low hanging branches, etc. Cab pressurizer, mud flaps, undercoating, slow moving vehicle decal and back-up alarm. Arm rest to be included, INSPRUI EWS Water tcmperture, oil pressure and gasoline gauges for both engines, ammeter, speedometer-odometer for proFnzlsi.on engine, tachometer and engine hour meter for auxiliary engine, and high be^.m irelcatror. All instruments to be located on dash nf cab, centrally located for good vision from operator position. Behind operator installation not acceptable. GAS TANKS Capacity for approximately 8 hours of normal operations Propulsion engine gasoline tank - 30 11.S. gallons Auxiliary engine gasoline tank - ',30 U.S. gallons BRAKES Hydraulic service brakes all four u hcels with hydrovac booster and total lining arca of not less than 430 square inches; mechanical emergency brake on drive line with orscheln lever and not lean than 60 square inches lining area. II.EC'MCAL SYSrr:M 13 volt, 90 amp dual pulley drive alternator, with 35 amp output at 550 engine idle speed, and 12 volt, 90 amp hour capacity battery. l l circrits protected by cab-mounted centrally located fuses, witing harness to be color coded and numb-red :rith quick disconnect ^_o!tplinds and shall be accessible for maintenance. harness _'nstallcd inside frame not acceptable. Specifications - ITS4 Page 4 LIGHTTNG SYSTEM' Dual front head lights with high-lotr bean, two combination tail and atop lights; one spotlight over gutter broom and one on rear for Pickup broom. Self-cancelling direction signals with four-way flasher hazard switch, automatic bncl7tp light, interior cab dome light and Pederal Safety Standards clearance lights. Rear license Plate bracket with light and reflectors. Dietz rotating light, Model 7-100. DIRT HOP-DER Pour (4) cubic yard (self-load) capacity minimum, located between front and rear axles for equal weight distribution when loaded* Gravity dump, hydraulically operated gate controlled from cab. Gr?b handles, safety steps, and access doors, A hopper fiill load indicator light shall be provided in cab dadh mounted, Direct access to main gas tank and auxiliary gas tank sending units for back of hopper Tndependent hopper pivoting so ".heels always maintain contact with ground* SPRAY SYSTEM Minimum "water tank capacity, 280 totally useable gallons, with tank gauge, 24" x 151-0" full hose Attached, with 2�- NSR female coupling on h;drant end. Shut-off cock located between water tank and spray system, with strainer in .m easily accessible poRition bet"vecn waatcr tank and water pump. Wine brass spray nozzles located across front of mz;'ceper and 2 over gutter broom. Water spray to be controlled from cum, 20" x 30" bolt-down manhole to be provided, with inside of tank coated with "Plexo-Black". Shut-off valves shall be provided so that left side spr;r nozzles can be shut off (if desired), extending water supply* Cold weather drain (external) shall be provided., :MATER SYSTEM Belt driven centrifugal type pump, with brass impeller capable of running without water in system without damage to pump. Water system not to be used for hydraulic cooling* Hydrant flow valve to be furnished, with wrench. 1 Specifications - ITE4 Page. 5 PICK UP BROOM danline 36" diamater and 58" in length 4 full floating by means of springs and shock absorbers, CASTER SHEELS NOT ACCEPTABLE. Drive to be hydraulic; self-aligning anti-friction bearings. Constant forward speed controlled by RPM of auxiliary engine; hydraulic lift with controls in cab, Rear broom cover safety striped. Broom shall remain still while dirt conveyor is in reverse for safety safety, Center dirt board shall be fully protected when pick-up broom is retracted. GI MR BROOM 42" diameter, with seven segment aluminum, using 26" standard gutter broom wire, mounted on steel disc with wearing edge should curb be contacted, free floating with full sideway oscillation and adjustable for broom pressure and wear, Hydraulic drives Constant forward or reverse speed hydraulically driven and controlled by RPM of auxiliary engine. Hydraulic lift controls in cabs Gutter broom to be visible by operator without use of mirrors, and be hydraulically retractable to 8 feet for travels Gutter broom shall clear tires at all time (sweeping or traveling position) PAINT Standard manufacturer's single colors DuPont Dulux or equals State brand And paint number. DIRT CONVEYOR Hydraulically driven and reversible; non-clogging, replaceable rubber squeegee type, 9 flights, using steel drive chains (2-3/8" wide) and rubber sprockets (2-3/16" wide); a relief valve to prevent damage from impassalbe objects. Two (2) piece abrasive resistant (A.R.) elevator botoom plate, bolt-in type, for easy replacement and long rear, An elevator overload (buzzer) shall be installed in cab indicating to operator when elevator is overloaded or jammed, DRAG SHOPS Pull floating suspension with both vertical and lateral movement. 'AGREEMENT made this day of 1981, between with its principal office and place of business at , hereinafter called the Seller, and the TOWN OF SOUTHOLD, a municipal corporation of the State of New York with offices at Main Road, Southold, Suffolk County, New York, hereinafter called the Town. WITNESSETH, that the Seller has agreed to sell and hereby does sell, and the Town has agreed to purchase and does hereby purchase from the Seller, the following: The above specified equipment shall be fully equipped and delivered to the Town at the Southold Town Highway Department at Peconic in said Town on or before the r , day of 19 81. This contract has been awarded to the aforesaid Seller who was the lowest respon- sible bidder complying with the specifications determined by receipt of sealed bids received by the Town pursuant to public advertisement pursuant to the provisions of Article 5A of the General Municipal Law. A resolution authorizing the purchase of the above specified equipment was adopted by the Town Board of the Town of Southold at a meeting held on the day of , 1981. Upon delivery of the above specified equipment and its acceptance by the Town of Southold, the Supervisor of the Town of Southold shall pay the total price of Dollars ($ ) The Seller warrants the above described equipment against defective workmanship and material for the period of one (1) year, and the Seller further agrees that it will supply to the Town, free of charge, one parts book, one service and repair manual, and one operator's manual, and will also, upon the delivery of the aforesaid equipment, provide qualified persons to instruct the Town employees designated by the Highway Superin- tendent of the Town with respect to complete instructions for the operation and main- tenance of said equipment. The Seller hereby agrees not to assign, transfer, convey or otherwise dispose of this contract or its right, title or interest therein or its power to execute the same to any person or corporation without the previous consent, in writing, of the Purchaser. Risk of loss or damage to said equipment by any cause whatsoever until the same is delivered to the Town as hereinbefore provided, shall be upon the Seller, and in the event of any such loss or damage, this contract shall be deemed rescinded. -2- The Seller hereby certifies that there are no Federal or State taxes included in -the above purchase price. It is further agreed between the parties hereto that in the event that the Seller fails to deliver said equipment on the date hereinbefore provided, a penalty of twenty- five Dollars ($25. 00) for each day shall be imposed, which amount shall be deducted by the Town from the purchase price hereinbefore set forth. This contract comprises the entire contract between the parties and supersedes any and all other agreements respecting the equipment herein described. IN WITNESS WHEREOF, the parties hereto have set their hands and seals, in duplicate, the day and year first above written. By TOWN OF SOUTHOLD By Town Supervisor STATE OF NEW YORK) ss: COUNTY OF ) On the day of 1981, before me personally came to me known, who, being by me duly sworn, did depose and say that he resides at that he is the of the corporation described in and which executed the foregoing instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporatiotl,and that he signed his name thereto by like order. Notary Public STATE OF NEW YORK ) ss: COUNTY OF SUFFOLK') On the day of 1981, before me personally came William R. Pell III, to me known, who, being by me duly sworn, did depose and say that he resides at 530 Angler Road, Greenport, New York; that he is the Supervisor of the TOWN OF SOUTHOLD, the corporation described in and which executed the fore- going instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Town Board of said corporation, and that he signed his name thereto by like order. Notary Public -4- , . Opal FF O SOWN CL' RK r 'TOWNO SOUT ,L JUDITH T.TERRY S FFgKyCOUN; TELEPHONE TowN CLERK (516) 765-1801 REGISTRAR OF VITAL STATISTICS Southold, L. I., N. Y. 11971 July 13, 1981 Mr. David Melamed, President Rodan Equipment Co. , Inc. 34-09 College Point Boulevard Flushing, New York 11352 Dear Mr. Melamed: Enclosed herewith is your bid deposit check in the amount of $2760. 00, deposited with the Town of Southold with your bid on a Street Sweeper. Very truly yours, Judith T. Terry Southold Town Clerk Enclosure � ',' OF't° O K JUDITH T.TERRY ICY` TELEPHONE TOWN CLERK (516) 765-1801 REGISTRAR OF VITAL STATISTICS Southold, L. L, N. Y. 11971 April 22, 1981 Mr. David Melamed, President Rodan Equipment Co. , Inc. 34-09 College Point Boulevard Flushing, New York 11352 Dear Mr. Melamed: The Southold Town Board at a regular meeting held on April 21, 1981 awarded the bid for supplying the Town of Southold with a Street Sweeper to-George Malvese & Co. .. Tnc. at a net bid price of $51,587. 00. Once a contract has been signed with Malvese, your bid deposit in the amount of $2, 760. 00 will be returned to you. Very truly yours, ✓s—J� Judith T. Terry Southold Town Clerk BID TO THE TOWN BOARD OF THE TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK FOR THE PURCHASE OF HIGHWAY EQUIPMENT BY THE TOWN OF SOUTHOLD The undersigned declares that he has carefully examined and fully understands the attached "Notice to Bidders", the "Information and Instructions to Bidders", and form of "Contract", and this bid form, and that the undersigned hereby proposes to sell to theTowri of Southold the highway equipment set forth below in accordance with the Information and Instruction to Bidders, the Specifications, Form of Contract and Notice to Bidders, all of which are a part hereof, to such an extent as they relate so to govern the obligations herein proposed to be assumed at the following sums, to wit: I. (a) Furnish and deliver one new Backhoe-Loader all in accordance with the specifications at the price of No 0(__ Dollars ($ NO iB'IA– ) (b) Less trade-in allowance for Town owned Ford Backhoe and 1965 Hough Payloader off J O -6 1 oc Dollars ($ Wo Net Price (a minus b) of Dollars ($ 0 )6 i Ck ) II. (a) Furnish and deliver one new Street Sweeper all in accordance with the specifications at the price of 0j ►lX� +L0 0 +60,SC�_"OL nn �— '�c 0u r �fl 1.1/Y1C ,r�� amend- O°�IOo�+-hs ---Dollars ($6,2,400 . oo) (b) Less Trade-in allowance for Town owned 1968 Mobil Sweeper SeV 2m+h0(,LSaAVCL -'w a h ut-n CLMot.an►cl0°/o&hDollars ($ 7,x00.00) Net Price (a minus b) of . FiV-}L,_-�'kV..e �o�a.,rJ_ -+too 00Dollars ($55aO©'OC) The undersigned hereby agrees to enter into a contract, within ten (10) days from the date of acceptance of this bid. The equipment shall be delivered to the Town within Idays after con- tract signing. In default of the performance of any of these conditions on my part to be performed, the certified check in the amount of $ a '7(00, 00 (5% of net bid price), which is herewith deposited with the Town Board shall be paid to the Town of Southold for the benefit of said Town as liquidated damages for such default; otherwise, the certified check deposited herewith will be returned to the undersigned. The undersigned maintains service facilities at ('o�l2� �O ►+1� U� By submission of this bid or proposal, the bidder certifies that-, (a) This bid or proposal has been independently arrived at without collusion with any other bidder or with any competitor; (b) This bid or proposal has not been knowingly disclosed and will not be knowingly disclosed, prior to the opening of bids or proposals for this project, to any other bidder, competitor or potential competitor; (c) No attempt has been or will be made to induce any other person, partnership or corpora- tion to submit or not to submit a bid or proposal; (d) The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the penalties of perjury, affirms -2- the truth thereof, such penalties being applicable to the bidder as well as to the person signing in its behalf; (e) That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate the signator of this bid or proposal in behalf of the corporate bidder. ure of Bidder R Ockam Eq tit prnemA 3�-o9 Code c. Pf t3tvd� . F1v-e king- NU Bu iness Address of BiddeY' ' CERTIFIED COPY OF RESOLUTION AUTHORIZING THE EXECUTION OF NON -COLLUSIVE BIDDING CERTIFI- CATION IN BEHALF OF CORPORATE BIDDER RESOLVED THAT Rod_a.•v, Eq u_. YYIenk Co _ e . (Name of Corporation be authorized to sign and submit the bid or proposal of this corporation for the following project: For the furnishing of a new street sweeper and a new backhoe- loader to the Highway Department of the Town of Southold, Peconic, New York, and to include in such bid or proposal the certificate as to non-collusion required by Section 103-d of the General Municipal Law as the act and deed of such corpora- tion, and for any inaccuracies or misstatements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing copy is a true and correct copy of the resolution adopted by ROA_a� -EA L-6,QMe4A N., � YT . Corporation at a meeting of its Board of Directors held on the day of 1981. Secretary (Seal of the Corporation) RODAN EQUIPMENT CO., INC. PHONE 212.539.1005 P.O. Box 232 April 15, 1981 34-09 College Point Blvd. Flushing, New York, 11352 Telex ITT: 426386 RODAN Town of Southold Telex WU: 146365 RODAN Town Clerk Town Hall Main Rd. Southold, N.Y. 11971 Gentlemen: The Murphy Sweeper that we have proposed is manufactured in Thornton, Illinois and the truck is a standard International S-Series 1724, equipped with an International Gas Engine Model V-392 that has a 390. 9 cubic inch displacement and a net H.P. of 185 at 3, 600 R.P.M. The transmission is an Allison Model AT545 with 4 forward and 1 reverse speed. The Auxiliary Engine is a 6 cylinder Gas Ford Industrial Model G.P. with a 200 cubic inch displacement, 104 . 5 BHP at 400 R.P.M. The Hydraulic system is one tandem gear pump used for all functions. Three-position valve for all functions manual, not solenoid. Rear Axle: 17,500 lbs. Two speed 9. 91: 1 low range, 7. 17:1 high range. Tires: 6 - 7. 50 x 20 8 ply tires (carrying capacity of these tires exceed specification) turning radius 22 feet. Cab: Right hand steering and controls, windows horizontal with crank, doors hinged at front to be supplied, rear hinged doors not approved by D.O.T. Gas Tanks: Propulsion Engine 30 U.S. Gallons Auxiliary Engine 30 U.S. Gallons Brakes: Total lining area, 612 square inches. Dirt Hopper: 4 cubic yards Spray system: 300 gallon water tank made of "Corten Steel" will not rust out and needs no painting. Hydraulic oil cooler is in the water tank for better cooling according to S.A.E. Reports. Pick-up Broom: has caster wheels for better pick-up of dirt, it follows the contour of the road. Paint: Du Pont Deluxe- you choose the color and number. cont. 2 RODAN EQUIPMENT CO., INC. PHONE 212.539.1005 P.O. Box 232 Pg- 2 34.09 College Point Blvd. Town of Southold Flushing, New York, 11352 Telex ITT: 426386 RODAN Telex WU: 146365 RODAN Enclosed Specifications: a. Murphy 4000 Series Sweeper. b. International S-Series 1724 Truck. c. U.S. Gasoline Engine Performance Data. d. Performance curve; 200 C.I.D. Gasoline Engine. If you have any questions, please do not hesitate to contact us. We thank you for the opportunity to Bid the Town of Southold and we hope that you will honor us with your order. Very truly Kd RODAN EQU , INC. David President DM:pap encs. t TOWN OF SOUTHOLD INFORMATION AND INSTRUCTIONS TO BIDDERS FOR HIGHWAY EQUIPMENT 1. It is the intention of these specifications to request bids for the purchase of a new Street Sweeper and a new Backhoe-Loader (hereinafter referred to as "equipment"), for the Highway Department of the Town of Southold, Suffolk County, New York, and to trade-in 3 pieces of used equipment as an off-set against the purchase price of the new equipment to be purchased. 2. Bidders are to furnish all items and perform all work not specifically set forth in the specifications, but which is essential to the proper operation of the new equipment intended to be furnished to the Town. 3. Where a particular item of equipment is specified by name, it is the intention of having that particular item supplied, �r its equal. 4. Items that are not detailed specifically are left to the discretion of the bidder. 5. Each bidder must furnish details of the complete new equipment to be furnished whether or not such detail items are specified herein. 6. Any exceptions to or deviations from the specifications must be specified in writing in detail with reference to the page and section. Any such exceptions or deviations may be considered by the Town Board and accepted if deemed by the Board to be in the best interest of the Town of Southold. 7. Each bidder shall furnish a statement setting forth its service facilities and the location thereof. 8. Each bid must be accompanied with photographs and plans showing dimensions and overall construction of the equipment. 9. The entire equipment including engine, body, chassis, and all component parts shall be guaranteed by the bidder for a period of not less than one year from the date of delivery to and acceptance by the Town of Southold. Such guarantee shall require the bidder to furnish to the Town, without cost, including transportation, parts to replace parts that have failed under normal use, and said failure found to be attributable to defective material or inferior workmanship. The foregoing guarantee shall be in addition to any warranties which may be furnished by the manufacturer and/or supplier of any component assemblies incorporated into the complete equipment. 10. Each bidder must specify and guarantee a delivery date. 11. The bid price shall be F. O. B. Peconic, New York and shall include delivery to Peconic, New York and also shall include the services of qualified personnel to instruct in the operation and maintenance of the equipment to the complete satisfaction of the Superintendent of Highways of the Town of Southold. 12. Non-collusion Statement. Each bidder must execute a "Non-collusion Bidding Certificate" in the form attached hereto and attach the same to his bid form. 13. All bids must be in duplicate, enclosed in a sealed envelope plainly marked "Bid for Highway Equipment" and addressed to the Town of Southold, Superintendent of Highways, Peconic Lane, Peconic, New York 14. Each bid must be accompanied by a certified check made payable to the order of the Town of Southold in an amount equal to 576 of the net bid price (price of the new equipment less trade-in allowance), conditioned that if the bid is accepted, the successful bidder will enter into a written contract in the form attached hereto, -2- t to furnish said equipment within ten (10) days from the date of the acceptance of his bid. If the successful bidder fails to enter into a contract within the time limit herein, then the check deposited with the bid and the moneys standing to the credit of the same shall be forfeited to the Town of Southold as liquidated damages. 15. Separate Bids - The bidder shall submit a separate bid for each of the two items of equipment set forth in the specifications forming a part hereof. The Town Board, however, reserve the right to accept or reject the bid for each of such item of equipment. 16. Trade-in Allowance - Each separate bid shall include a trade-in allowance for Town owned used equipment, as follows: (a) The bid for the new backhoe -loader shall include a trade-in allowance for both a 1970 Ford, Model F 5000, backhoe (Ser. No. C221189), and a 1965 Hough, Model H90C, Payloader (Ser. No. 113CH1198). (b) The bid for the new street sweeper shall include a trade-in allowance for a 1968 Mobil, Model 2TE4 street sweeper (Ser. No. 15556F4KH). It shall be the responsibility of each Bidder to examine the equipment to be traded- in, to ascertain the condition thereof, it being understood that such equipment is to be traded-in in an "as is" condition, and that the Town makes no representations whatsoever as to the condition of such equipment. Such equipment may be inspected at the Highway Department at Peconic, New York, by appointment. 17. Within ten (10) days of the acceptance of bids, the successful bidder or bidders shall be required to furnish to the Town a performance bond in the full amount of his net bid, in the form satisfactory to the attorney for the Town, conditioned -3- that the successful bidder will faithfully and fully comply with all of the specifi- cations and other requirements relating thereto. 18. Within ten (10) days of the delivery of the equipment and the acceptance thereof by the Town and the full compliance by the successful bidder of all of the require- ments, the Town shall pay the successful bidder the total net price as set forth in his bid. 19. The Town Board of the Town of Southold reserves the right to reject any and all bids and to waive any and all informality in any bid should it be deemed in the best interest of the Town of Southold. Dated: March 1981 BY ORDER OF THE SOUTHOLD TOWN BOARD RAYMOND C. DEAN SUPERINTENDENT OF HIGHWAYS -4- • • 1/80 r . SPECIFICATIONS DYNAHOE Model 190 Series Three Heavy-Duty Hydraulic Backhoe Loader Unit 1. GENERAL The reibber-t;red backhoe-loader to be famished under these specifications must be of the integral type, The frame of the tractor (Prime Mover) must be rectangular all-welded box type or formed steel Plate type Frame which incorporates the backhoe, loader and stabilizer mounting points. Units offered having backhoe components of the "add-on" or "attachment type" will not be conn dered as meeting essential re- quirements of these specifications. The unit shall provides proper weight distribution for operRtion at maximum capacity without additional counterweiphting. Ease of. op^ration, operator comfort and safety are essential requirements 2. TRACMR (PRIME MOVER) shall be two-wheel drive. Tractor shall have a minimum of 88" wheelbase, Outside tread shall not be less than 78 inches in front and 85 inches in rear. 3. ENGINE shall be Diesel with 159 cu. 3n. piston displacement, 2 cycle typee Gross maximum horsepower shall be at least 1.01 at 2800 RPM. A larger dry type air cleaner shall be supplied, Gaugest engine temper- ature, engine oil pressure, tachometer, hourmeters Ammeter, fuel gauge, visual pre-cleaner gauge, 4. FUEL -TANK shall have capacity of not less than 35 gallons and be rubber mounted. 59 ELECT1TC SYSTEM shall be 12 volt and include starter, alternator, voltage regulator, headlights, rear lights, combination stop and tail- lights, Directionals. G. REAR AXLE shall be heavy-duty outboard planetary drive type with final drive in the wheel hub and torque proportioning differential. Rated load capacity shall be at least 17,200 lbs. 7. FRONT AXLE shall be heavy-duty box construction steel main member with load capacity at yield 709000 lbs. 3. HYDRAl?LIC PO NER_ _STEERING shall be supplied. Turning radius shall not exceed 15', 9. MAKES shall be hydraulic power assist shoe type service brakes with 204 square inch surface with a seperate parking brake. 1C', TIRES shall be not less than 14x17.5, 10-ply duplex transport on front and 6.9x24, 10-ply all traction ittl ty on the rear. Il. MMUE OOM M TER shall be single stage with mule-lPlication ratio of at least 2.15 to 1. Converter temperature gauge. I � • • Page 2 . t Model 140 12. TRANSMISSION shall be a hydraulic poi-ter shift directional transmission with a 4 speed synchromesh range transmission. 13. SPEED range shall be approximately 0-18 MPH forward and minimum 0-22. MPH reverse. 14. SINGLE SPAT shall be upholstered type with at least fore and aft adjust- ments. Must be 360 degrees swivel type to permit operation of backhoe and loader from same seat. Safety belt• 15. HYDRAULIC SYSTEM shall includes a. Hydraulic system must have 10 micron full flow oil filter and heat exchanger (oil cooler) with a minimum capacity of 700 B.T.U•'s per minute. Cooler shall have two heat exchangers. One for transmission-converter and one for backhoe operation. Hydraulic oil temperature gauge. b. Reservoir capacity of at least 26 gallons. c. Main hydraulic pump capacity shall be 57 GPM at 2500 RPM and becoupled with dual life time universal drives. d. Backhoe hydraulic cylinder sizes: single boom at least 6 inches ID, swing at least 4 inches ID, bucket at least 4 inches ID, dipperstick at .least 514 inches ID, and stabilizer 4 inches IP, loader hydraulic cylinder sizes: Lift at least 5 inches ID, bucket at least 3 inches IA. T6. BAC1010H shall be heavy-duty, hydraulic, designed for use in production digging. It shall include a heavy-duty 30 inch digging bucket zw. with yd. teeth and and hydraulic stabilizers. Backhoe moainting shall he an Integral part of main frame. Oirrent production shall be applied. A 4, 120 ib. lifting capacity with boom and dipper fully extended and a 8,700 ib. lifting capacity with boom raised using dipperstick cylinder and with- otit using any boom locks. Lift ring on H link. Big Thumb Attachment to be installed. 17. BACY]TOE DVIGN AND CCNSTRUCTION FEATURES required are: a. At least 19 foot rated digging depth, incorporating si.tper charged circut. b. At Least 121 9" loading height. c. Minimum swing arc 180 degrees with robber swing stops. d. Reach (from C/L swing axis bucket teeth at ground level) at least 2113". e. Hydraulically operated stabilizers with at least 12'5" spread at ground level and reach below wheel level of approximately 24 inches„ Check valve on locked in both positions. Street pads. Stabilizer cylinder rod dards. f. Fully hepvy-duty construction boxed boom & dipperstick with generous gussets at stress points, large pins & bearing areas at pivot points, . • Page 3 Model 190 18. FRONT LOADER shall be hydraulically operateds complete with at least 1-518 cu. yd* heavy duty bucket with a"lift ring. Bucket shall be self- leveling. 19. FRONT LOADER DESIGN AND CONSTRWTION PPATURES required ares a, Bucket SAE capacity rating shallbe at least 1-5 cuo yd. b, Rated lift capacity to full height shall he at least 7,000 lbs. Co Rated breakout force shall be at Least 14,500 lbs. d. Rated carry capacity shall be at least 9,000 lbs. e• Dump height 8.1". :0. Pins should all be blocked-bossed to reduce wear points. All moving points should be bushed and lubricated with zerk fittings and be cotmtersunk at all vulnerable points. ?1, FULLY ENCLOSED RAPS CAR with rubber maintsi also heater and defroster an shall be furnished. '_2„ WB�IT of machine as specified shall be not less than 19,000 lbs. '3. STANDARD ACCESSORIES shall be tool box, cigar lighter, rain cap, instrument panel cover, rear view mirrors reflectors, slow moving vehicle decals license plate bracket with taillights back-up alarm, cab mounted rotating flasher and directional signals with hazzard switch. Ao Machine to be painted standard Dynahoe yellow, Specifications - ITE4 FOUR-WHAM. SELF-PROPELLED PICKUP STREET SWEEPER S INGLE CUTTER BROOM GENERAL SPECIFICATIONS The street sweeper to be furnished under these specifications shall be a four-Wh6e lg self-propelled engine drive with auxiliary engine to power pickup brooms gutter broom, elevator system and water spray system pump, shall have a minimum of 4 cubic yard (self-load) hopper capacity; shall be regularly listed as manufacturer's current ' model$ and shall comply with standard specifications for the model offered with eceptions and additions as contained herein, DRIVE (PROPULSION) ENGINE Gasoline - not less than 300 cubic inch displacement and 130 inter- mittent BHP at governed 32M RPM (SAB J-245); replaceable full flow oil filter$ .replaceable fuel filters heavy duty dry type DONALDSON "CLCU,OPAC" air cleaner$ two stages with pre-cleaner, safety element and cab mounted restriction indicator; minimum thirty (30) gallon fuel tank; anti-freeze to -34 degrees F, ,Hotormetero In case of rear engine failure front engine must be capable of raising the pickup broom and gutter broom to enable machine to retursal.to garaged HYDRAULIC SYSTEM (PROPULSION ENGINE) Gear pump to supply power to broom lift/lowers extend/retract hydraulically and hopper gale open/close functions independent of broogi and elevator rotation funtions; priority valve for sweeper steering; system relief; 33 micron return line filter and reservoir with temperature and capacity sight gauges TRANSMISSION Automatic transmission$ 3 $need forward and 1 reverse speed with provisions for locking in first gear; equipped with water to oil. cooler. Transmission shall be heavy duty truck type, AU'T'OMOTIVE TYPE TRANSMISSION NOT ACCEPTABLE, AIIXILIARY ENGINE To supply power to brooms and elevator, independent of sweeper pro.- Pulsion speed. To be located at rear of sweeper for easy ground level access for maintenance and serviced Four cylinder, water cooled gasoline engine, not less than 140 cubic inch displacemint and 38.2 Intermittent BHP at recommended 180n RPM (SAA J-245); full flow re- placeable oil filters heavy duty dry type DONALDSON"CYCLOPAC' air gleaner with safety elements governors manual choke, oil filter and crankcase breather filter to prevent dust from entering engine; 12 volt stRrter and ignition system, but no alternator or battery* Minimum twenty (20) gallon capacity fuel tank; anti-freeze protection to -34 degrees F. Donaldson pre-cleaner* HYDRAULIC SYSTEM (Auxiliary ENGINE) Dual pump drive driven directly off flywheel. Tandem gear type primp for rear broom and elevator functions. Separate high pressure relief valve and 3 position solenoid valve for each function, Two 100 mesh suction filter and 10 micron return filter with lift our element and oil cooler* Hydraulic motors for elevator , pickup broom and gutter broom, Specifications - XTE4 Page 2 shall be of same type, size and manufacturer-,.'for interchangeability. Sight gauge indication hydraulic oil capacity and temperature shall be pt@vIded. PROW AHE Pull width 68 inch track, heavy duty "I" beam truck type, not less than 7,000 lbse load rating capacity. Axle loading shall not exceed manufacturer*s rated capacity. REAR AXLE Pull width, winimm 80 inch track heavy duty hypoid-helical double reduction to provide travel speeds up to 55MPH and a load rating capacity of not less than 17,000 lbs. Axle loading shall not exceed manufacturer's rated capacity, niro Speed - 12.64:19 lair range, 6,75:10 hush range, WIMELS Heavy duty truck disc type, Front to have 6 stud holes. Rear to have 10 stud holes. TIRES front - 7.50x200 8 ply ratin Rear - 10,OOxWsO 12 ply rating All tires to include self-balancing, puncture seating Silicone. STEERIMG Pull power,; cam and lever type; single right hand control. 7hvning radius minimum 18 feet. CHASSIS. Completely and wholly fabricated and assembled for street sweepers, a safety factor of 4. Standard or modified truck chassis not acceptable. Overall length of sweeper not to exceed 21 feet, Maximum overhang behind centerline of rear axle not to exceed 92 inches. Built-in Jack pads, on each side of machine frame to be provided. FROW BUMPER Pull width heavy duty steel, bolted to frame with two holes each side. Bumper shall not be a counterweight for wcight distribution of sweeper , Front towing hooks to be mounted directly to chassis. Rear towing eyes to be mounted on chassis, 0 Specifications - ITE4 Page 3 FRONT FENDERS AND HOOD Reinforced fiberglass and forward tilting for easy access to engine compartment for maintenance, Bolt-on removable fenders for drive engine access not acceptable, CAB All steel, full width cab with adjustable Aestrom bucket seat, with seat belt, Single right hand steering and single tight hand controls. Shatter-proof tinted glass throughtout, full vision doors with split glass vertical sliding windows, fresh air two speed heater and defroster, separate air floc: and temperature controls, sun visor, dual electric 2 speed windshield ra per, r:ahers, doors to be hinged at rear so sweeper may be operated with door epcn, c:hcn desired, All instruments and controls shall be located in cab within easy reach and vision from operator position; 6" x 16" "'ect Coast type rear view mirror with adjustable bottom convex section, mounted on each side on front fenders. Highest point of machine shall be top of cab 7• -5" (without flasher) for clearance under low hanging branches, etc. Cab pressurizer, mud flaps, undercoating, slow moving vehicle decal and back-up ^!arm. Arm rest to be included, INMUT4NTS Water tomperture, oil pressure and gasoline gauges for both engines, ammeter, speedometer-odometer for pro;nzlsjon engine, tachometer and engine hour meter for auxiliary engine, and high be^_m indicator.. All instruments to be located on dash of cab, centrally located for good vision from operator position, Behind operator installation not acceptable. GAS--BANKS Capacity for approximately 8 hours of normal operation Propulsion engine gasoline tank .• 10 11.S, gallons Auxiliary engine gasoline tank - 30 U.S. gallons BRAKES Hydraulic service brakes all four c.heels with hydrovac booster and total lining area of not less than 430 square inches; mechanical emergency brake on drive line with orscheln lever and not less than 60 square inches lining area. M-ECTRICAL SYSTEM 12 volt, 90 amp dual pulley drive alternator, with 35 amp output at 550 engine idle speed, and 12 volt, 90 amp hour capacity battery, All circt!its protected by cab-mounted centrally located fuses. Witins harness to be color coded and ne+mhered with quick disconnect ^_ouplin;s and shall be accessible for maintenance. Wiring harness, rnstalICd inside frame not acceptable, Specifications - rM Page 4 LIGHTING SYSTEM' Dual front head lights with high-low beam, two combination tail and stop lights$ one spotlight over gutter broom and one on rear for pickup broom. Self-cancelling direction signals with four-way flasher hazard switch, automatic backup light, interior cab dome light and Pederal Safety Standards clearance lights. Rear license ptate bracket with light and reflectors. Dietz rotating light, Model 7.400. DIRT HOPPER Pour (4) cubic yard (self-load) capacity minimum, located between front and rear axles for equal weight distribution when loaded. Gravity dump, hydraulically operated gate controlled from cab, Grab handles, safety steps, and access doors, A hopper full load indicator light shall be provided in cab - dadh mounted, Direct access to main gas tank and auxiliary gas tank sending units for back of hopper Independent hopper pivoting so urheeis always maintain contact with ground, SPRAY SYSTEM Minimum grater tank capacity, 280 totally useable gallons, with tank gauge, 2V' x 15'-0" full hose attached, with 214 NSR female coupling on h;drant end. Shut-off cock located bettreen water tank and spray system, with strainer in an easily accessible position between water tank and water pump. Wine brass spray nozzles located across front of weeper and 2 over gutter broom. Water spray to be controlled from cab. 201' x 30" bolt-down manhole to be provided, with inside of tants coated with "Plexo-Black". Shut-off valves shall be provided so that left side sprVj nozzles can be shut off (if desired), extending water supply, Cold weather drain (external) shall be provided, WATER SYSTEM Belt driven centrifugal type ptunp, with brass impeller capable of running without water in system without damage to pumps water system not to be used for hydraulic cooling. Hydrant flow valve to be furnished, with wrench, Specifications ITE4 Page S PICK UP BROOM danline 36" diamater and 58" in length; full floating by means of springs and shock absorbers. CASTER SH.BEIS NOT ACCBPTABLBe Drive to be hydraulic.* self-aligning anti-friction bearings. Constant forward speed controlled by RPM of auxiliary engine; hydraulic lift with controls in cab. Rear broom cover safety striped. Broom shall remain still while dirt conveyor is in reverse for safety safety. Center dirt board shall be fully protected when pick-up broom is retracted. GUTTER BROOM 42" diameter, with seven,segnent aluminum, using 26" standard gutter broom wire, mounted on steel disc with wearing edge should curb be contacted, free floating with full sideway oscillation and adjustable for broom pressure and wear• Hydraulic drive. Constant forward or reverse speed hydraulically driven and controlled by RPM of auxiliary engine. Hydraulic lift controls in cab. Gutter broom to be visible by operator without use of mirrors, and be hydraulically retractable to 8 feet for travel. Gutter broom shall clear tires at all time (sweeping or traveling position) PAINT Standard manufacturer•a single color, DuPont Dulux or equal. State brand and paint number. DIRT OONVBYOR Hydraulically driven and reversible; none-clogging, replaceable rubber squeegee type, 9 flights, using steel drive chains (2.3/8" wide) and rubber sprockets (2-3/16" wide); a relief valve to prevent damage from impassalbe objects. Two (2) piece abrasive resistant (A.R.) elevator botoom plate, bolt-in type, for easy replacement and long wear, An elevator overload (buzzer) shall be installed in cab indicating to operator when elevator is overloaded or jammed. DRAG SHOPS Pull floating suspension with both vertical and lateral movement. NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, that sealed bids are sought and requested for the purchase of one (1) new Backhoe-Loader, and one (1) new Street Sweeper by the Town of Southold. The sealed bids will be received by the Superintendent of Highways of the Town of Southold at the Office of the Superintendent of Highways, Peconic Lane, Peconic, New York, until on , at which time and place they will be publicly opened and read aloud. Specifications, bid forms and form of contract can be examined and 'obtained from the Superintendent of Highways of the Town of Southold, Peconic Lane, Peconic, New York. Bids must be upon and in accordance with the bid forms prepared by the Town which bids shall be made and will be received upon the following conditions: Each bid must be accompanied by the deposit of a certified check made payable to the order of the Town of Southold in an amount of not less that Five (576) percentum of the net bid price, conditioned that if the bid is accepted, the successful bidder will enter into a contract for the work within ten (10) days from the date of the acceptance of the bid. All deposits except that of the successful bidder will be returned. Upon the acceptance of his bid, if the successful bidder fails to enter into a contract pursuant to the requirements of the Town, then the check deposited with the bid and the moneys standing to the credit of the same, shall be forfeited to the Town of Southold as liquidated damages. The Town Board of the Town of Southold reserves the right to reject any and all bids and to waive any and all informality in any bid should it be deemed in the best w w interest of the Town of Southold. All bids must be signed and enclosed in sealed envelopes plainly marked "Bid for Highway Equipment" and addressed to Raymond C. Dean, Superentendent of Highways, Peconic Lane, Peconic, New York. Dated: March 1981 RAYMOND C. DEAN SUPERINTENDENT OF HIGHWAYS TOWN OF SOUTHOLD -2 AGREEMENT made this day of 1981, between with its principal office and place of business at , hereinafter called the Seller, and the TOWN OF SOUTHOLD, a municipal corporation of the State of New York with offices at Main Road, Southold, Suffolk County, New York, hereinafter called the Town. WITNESSETH, that the Seller has agreed to sell and hereby does sell, and the Town has agreed to purchase and does hereby purchase from the Seller, the following: The above specified equipment shall be fully equipped and delivered to the Town at the Southold Town Highway Department at Peconic in said Town on or before the day of 1981. This contract has been awarded to the aforesaid Seller who was the lowest respon- sible bidder complying with the specifications determined by receipt of sealed bids received by the Town pursuant to public advertisement pursuant to the provisions of Article 5A of the General Municipal Law. A resolution authorizing the purchase of the above specified equipment was adopted by the Town Board of the Town of Southold at a meeting held on the day of , 1981. Upon delivery of the above specified equipment and its acceptance by the Town of Southold, the Supervisor of the Town of Southold shall pay the total price of Dollars ($ ) The Seller warrants the above described equipment against defective workmanship and material for the period of one (1) year, and the Seller further agrees that it will supply to the Town, free of charge, one parts book, one service and repair manual, and one operators manual, and will also, upon the delivery of the aforesaid equipment, provide qualified persons to instruct the Town employees designated by the Highway Superin- tendent of the Town with respect to complete instructions for the operation and main- tenance of said equipment. The Seller hereby agrees not to assign, transfer, convey or otherwise dispose of this contract or its right, title or interest therein or its power to execute the same to any person or corporation without the previous consent, in writing, of the Purchaser. Risk of loss or damage to said equipment by any cause whatsoever until the same is delivered to the Town as hereinbefore provided, shall be upon the Seller, and in the event of any such loss or damage, this contract shall be deemed rescinded. -2- The Seller hereby certifies that there are no Federal or State taxes included in the above purchase price. It is further agreed between the parties hereto that in the event that the Seller fails to deliver said equipment on the date hereinbefore provided, a penalty of twenty- five Dollars ($25. 00) for each day shall be imposed, which amount shall be deducted by the Town from the purchase price hereinbefore set forth. This contract comprises the entire contract between the parties and supersedes any and all other agreements respecting the equipment herein described. IN WITNESS WHEREOF, the parties hereto have set their hands and seals, in duplicate, the day and year first above written. By TOWN OF SOUTHOLD By Town Supervisor -3- I r STATE OF NEW YORK) ss: COUNTY OF ) On the day of 1981, before me personally came to me known, who, being by me duly sworn, did depose and say that he resides at that he is the of , the corporation described in and which executed the foregoing instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporatiou,and that he signed his name thereto by like order. Notary Public STATE OF NEW YORK ) ss: COUNTY OF SUFFOLK') On the day of 1981, before me personally came William R. Pell III, to me known, who, being by me duly sworn, did depose and say that he resides at 530 Angler Road, Greenport, New York; that he is the Supervisor of the TOWN OF SOUTHOLD, the corporation described in and which executed the fore- going instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Town Board of said corporation, and that he signed his name thereto by like order. Notary Public -4- RECEIVE AP P Z 1981 {/�� /�/// (�(1 V 09 6 09 • ��ile N 0/?.' INC. CIO add _ CONSTRUCTION EQUIPMENT N.Y.C. PARTS & SERVICE WESTCHESTER - GENERAL OFFICES 34-09 126TH STREET SCHOOLHOUSE RD. & ROUTE 684 1667 E. JERICHO TURNPIKE FLUSHING, N.Y. 11368 GOLDENS BRIDGE, N.Y. 10526 HUNTINGTON, L.1., N.Y. 11743 (OPPOS. SHEA STADIUM) 914 232-5066 516 499-2000 212 779-1000 April 16, 1981 Town Clerk Town of Southold Southold Town Hall Main Road Southold, N.Y. Subject: Bid for one (1) new Backhoe Loader and one (1) new Street Sweeper Bid Opening: April 16, 1981 Gentlemen: We regret to advise that we are enable to offer a quotation at this time for material as covered by the above subject. We trust our inability to quote at this time will have no bearing on our receiving future inquiries. Very truly yours, THEODORE J. BURKE & SON, INC. Terence A. Pyres, Sr . Vice-President TAP:ec cc: T.J. Burke, Jr. f A6 BID TO THE TOWN BOARD OF THE TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK FOR THE PURCHASE OF HIGHWAY EQUIPMENT BY THE TOWN OF SOUTHOLD The undersigned declares that he has carefully examined and fully understands the attached "Notice to Bidders", the "Information and Instructions to Bidders", and form of "Contract", and this bid form, and that the undersigned hereby proposes to sell to theTowri of Southold the highway equipment set forth below in accordance with the Information and Instruction to Bidders, the Specifications, Form of Contract and Notice to Bidders, all of which are a part hereof, to such an extent as they relate so to govern the obligations herein proposed to be assumed at the following sums, to wit: I. (a) Furnish and deliver one new Backhoe-Loader all in accordance with the specifications at the price of NO BID Dollars ($ ) (b) Less trade-in allowance for Town owned Ford Backhoe and 1965 Hough Payloader of - Dollars ($ ) Net Price (a minus b) of Dollars ($ ) II. (a) Furnish and deliver one new Street Sweeper all in accordance with the specifications at the price of NO BID Dollars ($ ) (b) Less Trade-in allowance for Town owned 1968 Mobil Sweeper Dollars ($ ) Net Price (a minus b) of Dollars ($ ) The undersigned hereby agrees to enter into a contract, within ten (10) days from the date of acceptance of this bid. The equipment shall be delivered to the Town within days after con- tract signing. In default of the performance of any of these conditions on my part to be performed, the certified check in the amount of $ (576 of net bid price), which is herewith deposited with the Town Board shall be paid to the Town of Southold for the benefit of said Town as liquidated damages for such default; otherwise, the certified .check deposited herewith will be returned to the undersigned. The undersigned maintains service facilities at By submission of this bid or proposal, the bidder certifies that: (a) This bid or proposal has been independently arrived at without collusion'with any other bidder or with any competitor; (b) This bid or proposal has not been knowingly disclosed and will not be knowingly disclosed, prior to the opening of bids or proposals for this project, to any other bidder, competitor or potential competitor; (c) No attempt has been or will be made to induce any other person, partnership or corpora- tion to submit or not to submit a bid or proposal; (d) The person signing this bid or proposal certifies that lie has fully informed himself regarding the accuracy of the statements contained in this certification, and under the penalties of perjury, affirms -2- the truth thereof, such penalties being applicable to the bidder as well as to the person signing in its behalf; (e) That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signator of this bid or proposal in behalf of the corporate bidder. B & B Equipment Co. , Inc. Signature of Bidder 18 Central Avenue Hauppauge, New York 11787 Business Address of Bidder BID TO THE TOWN BOARD OF THE TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK FOR THE PURCHASE OF HIGHWAY EQUIPMENT BY THE TOWN OF SOUTHOLD The undersigned declares that he has carefully examined and fully understands the attached "Notice to Bidders", the "Information and Instructions to Bidders", and form of "Contract", and this bid form, and that the undersigned hereby proposes to sell to theTown of Southold the highway equipment set forth below in accordance with the Information and Instruction to Bidders, the Specifications, Form of Contract and Notice to Bidders, all of which are a part hereof, to such an extent as they relate so to govern the obligations herein proposed to be assumed at the following sums, to wit: I. (a) Furnish and deliver one new Backhoe-Loader all in accordance with the specifications at the price of NO !1 Dollars ($ ) (b) Less trade-in allowance for Town owned Ford Backhoe and 1965 Hough Payloader of Dollars ($ ) Net Price (a minus b) of ' Dollars ($ ) II. (a) Furnish and deliver one new Street Sweeper all in accordance with the specifications at the price of Dollars ($ ) (b) Less Trade-in allowance for Town owned 1968 Mobil Sweeper Dollars ($ ) Net Price (a minus b) of Dollars ($ ) The undersigned hereby agrees to enter into a contract, within ten (10) days from the date of acceptance of this bid. The equipment shall be delivered to the Town within days after con- tract signing. In default of the performance of any of these conditions on my part to be performed, the certified check in the amount of $ (516 of net bid price), which is herewith deposited with the Town Board shall be paid to the Town of Southold for the benefit of said Town as liquidated damages for such default; otherwise, the certified check deposited herewith will be returned to the undersigned. The undersigned maintains service facilities at By submission of this bid or proposal, the bidder certifies that: (a) This bid or proposal has been independently arrived at without collusion with any other bidder or with any competitor; (b) This bid or proposal has not been knowingly disclosed and will not be knowingly disclosed, prior to the opening of bids or proposals for this project, to any other bidder, competitor or potential competitor; (c) No attempt has been or will be made to induce any other person, partnership or corpora- tion to submit or not to submit a bid or proposal; (d) The person signing this bid or proposal certifies that lie has fully informed himself regarding the accuracy of the statements contained in this certification, and under the penalties of perjury, affirms -2- ♦ 1 ' the truth thereof, such penalties being applicable to the bidder as well as to the person signing in its behalf; (e) That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signator of this bid or proposal in behalf of the corporate bidder. Signature f Bidder 7-a FVC. 4 Bu mess A dress of Bidd r aloud. Specifications, bid TOWN OF SOUTHOLD forms and form of contract JUDITH T.TERRY, can be examined and obtained TOWN CLERK from the Town Clerk of the 36604TA2 Town of Southold, Town Hall, Main Road, Southold, New York. Bids must be upon and in accordance with the bid forms prepared by the Town which COUNTY OF SUFFOLK. , bids shall be made and will be STATE OF NEW YORK. ss received upon the following ) conditions: Each bid must be accomp- D. ivid H. V7alk.e.r anied by the deposit of a ' ' ' • • ' ' ' ' ' ' being duly Sworn. certified check made payable to the order of the Town of says that . . .he . , is Printer and Publisher of the SUFFOLK Southold in an amount of not WEEKLY TIMES, a newspaper published at Greenport. in said less than Five (5%) per- centum of the net bid price, county; and that the notice. of which the annexed is a printed conditioned that if the bid is Y' accepted, the successful bid- der will enter into a co-tractcopy, has been published in the said Suffolk Weekly Times for the work within ten (10) once in each week, for one weeks days from the date of the acceptance of the bid. Alldeposits except that of successively commencing on the . . . . . ?nd. . . . . . . . . . . . . . . . . the successful bidder will be 19. returned. day of . . . .APr' 1 . . Upon the acceptance of his ,(/• �:4, /`��• , bid, if the successful bidder . . . . . . . . . . . fails to enter into a contract 2nd pursuant to the requirements Sworn to before me this . . . . . . . . . . . , of the Town, then the check } deposited with the bid and the day of . . Ap.r?-.i. . . . . . . . . . . 19 moneys standing to the credit !i. . G vv?G of the same,shall be forfeited . . . . . . . . . . . . . . . . . to the Town of Southold as liquidated damages. . . . • • • • • . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . wn NOTICE TO BIDDERS of Southold Board serves the rof the ight ht NOTICE IS HEREBY g HELEN K. DE VOE GIVEN, that sealed bids are to reject any and all bids and NOTARY PUBLIC, State of New York sought and requested for the to waive any and all.informal- No.4707878, Suftolk Count purchase of one(1) new Back- ity in any bid should it be Term Expires March 30, 193 hoe-Loader, and one (1) new deemed in the best interest of Street Sweeper by the Town of the Town of Southold. Southold._ All bids must be signed and The sealed bids will be enclosed in sealed envelopes received by the Town Clerk, plainly marked"Bid for High- 1-own of Southold at the South- way Equipment" and ad- old Town Hall, Main Road, dressed to the Southold Town Southold,New York,until 3:00 Clerk,Town Hall,Main Road, P.M. on April 16, 1981, at Southold,New York 11971. which time and place they will DATED: March 24, 1981. be publicly opened and read TOWN BOARD, NOTICE TO BIDDERS COUNTY OF SUFFOLK NOTICE IS HEREBY ss: GIVEN, that sealed bxdg are STATE OF NE\,�' YC)RK. sought and requested for the r purchase of one (1) new Backhoe-Loader, and one (1) new Street Sweeper by the Par r;cia Wood, being duly sworn, says that she is the Town of Southold. Editor, of THE LONG ISLAND TRAVELER-WATCHMAN, The sealed bids will be received by the Town Clerk, a public newspaper printed at Southold, in Suffolk County; Town of Southold at the Southold Town Hall, Main and tr,c,t the notice of which t't'�e annexed is a printed copy, Road, Southold, New York, !-;as been PUblis`,ed in said Long Island Traveler-Watch- until 3:00 P.M. on April 16, 1981, at which time and place rnc.n once each week for ......................................weeks they will be publicly opened and read aloud. Specifications, sa_rccessivly, commencing on the .....:�.......................... bid forms and form of con- tract can be examined and ob- C,gy--of ..... . tained from the Town Clerk of the Town of Southold, Town - Hall, Main Road, Southold, \ New York. Bids must be upon and in accordance with the bid forms prepared by the Town, which bids shall be made and will be received upon the following Sworn to before me this ..... ...................... day of conditions: Each bid must be accom- ` �- panied by the deposit of a certified check made payable to the order of the Town of Southold in an amount of not t less than Five(5%)percentum j of the net bid price, condi- Notary Public tioned that if the bid is accepted, the successful bid- der will enter into a contract for the work within ten (10) days from the date of the acceptance of the bid. 2 All deposits except that of the successful bidder will be returned. Upon the acceptance of his bid, if the successful bidder fails to enter into a contract pursuant to the requirements of the Town, then the check deposited with the bid and the moneys standing to the credit of the same, shall be forfeited to the Town of Southold as liquidated damages. The Town Board of the Town of Southold reserves the right to reject any and all bids and to waive any and all informality in any bid should it be deemed in the best interest of the Town of Southold. All bids must be signed and enclosed in sealed envelopes plainly marked "Bid for High- way Equipment" and ad- dressed to the Southold Town Clerk, Town Hall, Main Road, Southold, New York 11971. DATED: March 24, 1981. TOWN BOARD, TOWN OF SOUTHOLD JUDITH T.TERRY, Town Clerk 1T,4/2/81(80) COUNTY OF SUFFOLK STATE OF NEW YORK ss: Patricia Wood, being duly sworn, says that she is the 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-Watch- man once each week for .............\.........................weeks successively, commencing on the .....I).......................... ` d ........... .......1 195.� 7 Sworn to before me this ......3...................... day of ^ ................................ ... .. . .. ..... . .................... Notary ublic CLENIFUT I T HOAVSOgi "OTAR'POBLIC,Stag of New York ; .52-9321725 hesidinH in Suffolk��++,,.. tNV91 Commission Expires Cgrrh m,19—a 2-._ !II N d II it jl i �I l i I 6.4 STATE OF NEW YORK: SS: COUNTY OF SUFFOLK: JUDITH T. TERRY, Town Clerk of' the Town of Southold, New York, being duly sworn, says that she is over the age of twenty-one years; that on the 30th day of March 19'81 , she affixed a notice of which the annexed printed notice is a true copy, in a proper and substantial manner, in a most public place in the Town of Southold, Suffolk County, New York, to wit: - Town Clerk BulletinBoard, Town Clerk Office, Main' Road, Southold, New York 11971 Notice to Bidders - Backhoe-Loader and Street Sweeper. j Bid Opening - 3: 00 P.M. , April 16, 1981. 61, Judith T. Terry Southold Town Cler Sworn to before me this 30th day of March. 19 81, 2 Notary ublic ELIZABETH ANN NEVILLE NOTARY PUBLIC, State of New York No, 52-8125850, Suffolk CoUAU T#m lxpires March 30, I%YjgV NOTICE tO BIDDERS NOTICE IS HEREBY GIVEN, that sealed bids are sought and requested for the purchase of one (1) new Backhoe-Loader, and one (1 ) new Street Sweeper by the Town of Southold. The sealed bids will be received by the Town Clerk, ..Town of Southold at the Southold Town Hall, Main Road, Southold, New York, until 3: 00 P.M. on April 16, 1981, at which time and place they will be public opened and read aloud. Specifications, bid forms and form of contract can be examined and obtained from the Town Clerk of the Town of Southold, Town Hall, Main Road, Southold, New York. Bids must be upon and in accordance with the bid forms prepared by the Town which bids shall be made and will be received upon the following conditions: Each bid must be accompanied by the deposit of a certified check made payable to the order of the Town of Southold in an amount of not less than Five (5%) percentum of the net bid price, conditioned that if the bid is accepted, the successful bidder will enter into a contract for the work within ten (10) days from the date of the acceptance of the bid. All deposits except that of the successful bidder will be returned. Upon the acceptance of his bid, if the successful bidder fails to enter into a contract pursuant to the requirements of the Town, then the check deposited with the bid and the moneys standing to the credit of the same, shall be forfeited to the Town of Southold as liquidated damages . The Town Board of the Town of Southold reserves the right to reject any and all bids and to waive any and all informality in any bid should it be deemed in the best interest of the Town of Southold. All bidsmust be signed and enclosed in sealed envelppes plainly marked "Bid for Highway EquiPmerit" and addressed to the Southold Town Clerk, Town Hall, Main Road, Southold, New York 11971. DATED: March 24, 1951. TOWN BOARD, TOWN OF SOUTHOLD JUDITH- T, TERRY, TOWN CLERK PLEASE PUBLISH ONCE, APRIL 2, 1981, AND FORWARD ONE AFFIDAVIT OF PUBLICATION TO JUDITH T. TERRY, TOWN CLERK, TOWN OF SOUTHOLD, TOWN HALL, MAIN ROAD, SOUTHOLD, NEW YORK 11971. Copies to the following on March 30, 1981: The Suffolk_ Times The Long Island Traveler-Watchman, Inc. Town Clerk Bulletin Board Highway Superintendent Dean -2- BID TO THE TOWN BOARD OF THE TOWN OF SOUTHOLD, SUFFOLK;COUNTY, NEW YORK FOR THE PURCHASE OF HIGHWAY EQUIPMENT BY THE TOWN OF SOUTHOLD The undersigned declares that he has carefully examined and fully understands- the attached "Notice to Bidders", the "Information and Instructions to Bidders", and form of "Contract", and this bid form, and that the undersigned hereby proposes to sell to theTown of Southold the highway equipment set forth below in accordance with the Information and Instruction to Bidders, the Specifications, Form of Contract and Notice to Bidders, all of which are a part hereof, to such an extent as they relate so to govern the obligations herein proposed to be assumed at the following sums,. to wit: I. (a) Furnish and deliver one new Backhoe-Loader all in accordance with the specifications at the price of Dollars ($ ) (b) Less trade-in allowance for Town owned Ford Backhoe and 1965 Hough Payloader of Dollars ($ ) Net Price (a minus b) of Dollars ($ ) II. (a) Furnish and deliver one new Street Sweeper all in accordance with the specifications at the price of Dollars ($ ) (b) Less Trade-in allowance for Town owned 1968 Mobil Sweeper Dollars ($ ) Net Price (a minus b) of Dollars ($ ) The undersigned hereby agrees to enter into a contract, within ten (10) days from the date of acceptance of this bid. The equipment shall be delivered to the Town within days after con- tract signing. In default of the performance of any of these conditions on my part to be performed, the certified check in the amount of $ (516 of net bid price), which is herewith deposited With the Town Board shall be paid to the Town of Southold for the benefit of said Town as liquidated damages for such default; otherwise, the certified check deposited herewith will be returned to the undersigned. The undersigned maintains service facilities at By submission of this bid or proposal, the bidder certifies that: (a) This bid or proposal has been independently arrived at without collusion with any other bidder or with any competitor; (b) This bid or proposal has not been knowingly disclosed and will not be knowingly disclosed, prior to the opening of bids or proposals for this project, to any other bidder, competitor or potential competitor; (c) No attempt has been or will be made to induce any other person, partnership or corpora- tion to submit or not to submit a bid or proposal; (d) The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the penalties of perjury, affirms -2- 0 the truth thereof, such penalties being applicable to the bidder as well as to the person signing in its behalf; (e) That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signator of this bid or proposal in behalf of the corporate bidder. Signature of Bidder Business Address of Bidder CERTIFIED COPY OF RESOLUTION AUTHORIZING THE EXECUTION OF NON COLLUSIVE BIDDING CERTIFI- CATION IN BEHALF OF CORPORATE BIDDER RESOLVED THAT (Name of Corporation) be authorized to sign and submit the,bid or proposal of this corporation for the following project: For the furnishing of a new street sweeper and a new backhoe- loader to the Highway Department of the Town of Southold, Peconic, New York, and to include in such bid or proposal the certificate as to non-collusion required by Section 103-d of the General Municipal Law as the act and deed of such corpora- tion, and for any inaccuracies or misstatements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing copy is a true and correct copy of the resolution adopted by Corporation at a meeting of its Board of Directors held on the day of 1981. Secretary (Seal of the Corporation) TOWN OF SOUTHOLD INFORMATION AND INSTRUCTIONS TO BIDDERS FOR HIGHWAY EQUIPMENT 1. It is the intention of these specifications to request bids for the purchase of a new Street Sweeper and a new Backhoe-Loader (hereinafter referred to as "equipment"), for the Highway Department of the Town of Southold, Suffolk County, New York, and to trade-in 3 pieces of used equipment as an off-set against the purchase price of the new equipment to be purchased. 2. Bidders are to furnish all items and perform all work not specifically set forth in the specifications, but which is essential to the proper operation of the new equipment intended to be furnished to the Town. 3. Where a particular item of equipment is specified by name, it is the intention of having that particular item supplied, or its equal. 4. Items that are not detailed specifically are left to the discretion of the bidder. 5. Each bidder must furnish details of the complete new equipment to be furnished whether or not such detail items are specified herein. 6. Any exceptions to or deviations from the specifications must be specified in writing in detail with reference to the page and section. Any such exceptions or deviations may be considered by the Town Board and accepted if deemed by the Board to be in the best interest of the Town of Southold. 7. Each bidder shall furnish a statement setting forth its service facilities and the location thereof. 8. Each bid must be accompanied with photographs and plans showing dimensions and overall construction of the equipment. 9. The entire equipment including engine, body, chassis, and all component parts shall be guaranteed by the bidder for a period of not less than one year from the date of delivery to and acceptance by the Town of Southold. Such guarantee shall require the bidder to furnish to the Town, without cost, including transportation, parts to replace parts that have failed under normal use, and said failure found to be attributable to defective material or inferior workmanship. The foregoing guarantee shall be in addition to any warranties which may be furnished by the manufacturer and/or supplier of any component assemblies incorporated into the complete equipment. 10. Each bidder must specify and guarantee a delivery date. 11. The bid price shall be F. O. B. Peconic, New York and shall include delivery to Peconic, New York and also shall include the services of qualified personnel to instruct in the operation and maintenance of the equipment to the complete satisfaction of the Superintendent of Highways of the Town of Southold. 12. Non-collusion Statement. Each bidder must execute a "Non-collusion Bidding Certificate" in the form attached hereto and attach the same to his bid form. 13. All bids must be in duplicate, enclosed in a sealed envelope plainly marked "Bid for Highway Equipment" and addressed to the Town of Southold, Superintendent of Highways, Peconic Lane, Peconic, New York 14. Each bid must be accompanied by a certified check made payable to the order of the Town of Southold in an amount equal to 516 of the net bid price (price of the new equipment less trade-in allowance), conditioned that if the bid is accepted, the successful bidder will enter into a written contract in the form attached hereto, -2- to furnish said equipment within ten (10) days from the date of the acceptance of his bid. If the successful bidder fails to enter into a contract within the time limit herein, then the check deposited with the bid and the moneys standing to the credit of the same shall be forfeited to the Town of Southold as liquidated damages. 15. Separate Bids - The bidder shall submit a separate bid for each of the two items of equipment set forth in the specifications forming a part hereof. The Town Board, however, reserve the right to accept or reject the bid for each of such item of equipment. 16. Trade-in Allowance - Each separate bid shall include a trade-in allowance for Town owned used equipment, as follows: (a) The bid for the new backhoe -loader shall include a trade-in allowance for both a 1970 Ford, Model F 5000, backhoe (Ser. No. C221189), and a 1965 Hough, Model H90C, Payloader (Ser. No. 113CH1198). (b) The bid for the new street sweeper shall include a trade-in allowance for a 1968 Mobil, Model 2TE4 street sweeper (Ser. No. 15556F4KH). It shall be the responsibility of each Bidder to examine the equipment to be traded- in, to ascertain the condition thereof, it being understood that such equipment is to be traded-in in an "as is" condition, and that the Town makes no representations whatsoever as to the condition of such equipment. Such equipment may be inspected at the Highway Department at Peconic, New York, by appointment. 17. Within ten (10) days of the acceptance of bids, the successful bidder or bidders shall be required to furnish to the Town a performance bond in the full amount of his net bid, in the form satisfactory to the attorney for the Town, conditioned -3- that the successful bidder will faithfully and fully comply with all of the specifi- cations and other requirements relating thereto. 18. Within ten (10) days of the delivery of the equipment and the acceptance thereof by the Town and the full compliance by the successful bidder of all of the require- ments, the Town shall pay the successful bidder the total net price as set forth in his bid. 19. The Town Board of the Town of Southold reserves the right to reject any and all bids and to waive any and all informality in any bid should it be deemed in the best interest of the Town of Southold. Dated: March 1981 BY ORDER OF THE SOUTHOLD TOWN BOARD RAYMOND C. DEAN SUPERINTENDENT OF HIGHWAYS -4- • 0 1/80 SPECIFICATIONS DYNAHOA Model 190 Series Three Heavy-Duty Hydraulic Backhoe Loader Unit 1. GENERAL The robber-+tired backhoe-loader to be furnished under these specifications must be of the integral type, The frame of the tractor (Prime Mover) must be rectangular ail-welded box type or formed steel plate ty;�e -frame which incorporates the backhoe, loader and stabilizer mounting points. Units offered having backhoe components of the "add-on" or "attachment type" will not be considered as meeting essential re- quirements of these specifications. The unit shall provides proper weight distribution for operation at maximum capacity without additional counterweighting. Ease of operation, operator comfort and safety are essential requirements ?, TRACTOR (PRIME MOVER) shall be two-wheel drive. Tractor shall have a minimum of 88" wheelbase. Outside tread shall not be Less than 78 inches in front and 85 inches in rear. 3. ENGINE shall be Diesel with 159 cu. 3n, piston displacement, 2 cycle type. Gross maximum horsepower shalt be at least 101 at 2800 RPM. A larger dry type air cleaner shall be supplied, Gauges: engine temper- ature, engine oil pressure, tachometer, hnucmeter, Ammeter, fuel gauge, visual pre-cleaner gauge. 4. FUEL TANK shall have capacity of not less than 35 gallons and be rubber mounted. S. ELECTRIC SYSTEM shall be 12 volt and include starter, alternator, voltage regulator, headlights, rear lights, combination stop and tail- lights, Directionals, 6. REAR AXLE shall be heavy-duty outboard planetary drive type with final drive in the wheel hub and torque proportioning differential. Rated load capacity shall be at least 17,200 lbs, 7, FRONT AXLE shall be heavy-duty box construction steel main member with load capacity at yield 709000 lbs. 3. HYDRAITLIC POKIER STEERING shall be supplied. Turning radius shall not exceed 130. 9. ARA KES shall be hydraulic power assist shoe type service brakes with 204 square inch surface with a seperate parking brake. 109 TIRES shall be not less than 14x17,5, 10.-ply duplex transport on front and 16.9x24, 10-ply all traction utility on the rear. 11. TORQUE CONVERTER shall be single stage with multiplication ratio of at least 2.15 to 1. Converter temperature gauge. Page 2 Model 190 e 12. TRANSMISSION shall be a hydraulic power shift directional transmission with a 4 speed synchromesh range transmission. 13. SPEED range shall be approximately 0-18 MPH forward and minimum 0-22 MPH reverse. 14. SINGLE SEAT shall be upholstered type with at least fore and aft adjust- ments. Must be 360 degrees swivel type to permit operation of backhoe and loader from same seat. Safety belt. 3.5. HYDRAULIC SYSTEM shall include: a. Hydraulic system must have 10 micron full flow oil filter and heat exchanger (oil cooler) with a minimum capacity of 700 B.T.Ue's per minute. Cooler shall have two heat exchangers. One for transmission-converter and one for backhoe operation. Hydraulic oil temperature gauge. b. Reservoir capacity of at least 26 gallons. c. Main hydraulic pump capacity shall be 57 GPM at 2500 RPM and becoupled with dual life time universal drives* d. Backhoe hydraulic cylinder sizes: single boom at least 6 inches ID, swing at least 4 inches ID, bucket at least 4 inches ID, dipperstick at least 54 inches ID, and stabilizer 4 inches ID, loader hydraulic cylinder sizes: Lift at least 5 :finches ID, bucket at least 3 inches ID. 1A. BACKHOE shall be heavy-duty, hydraulic, designed for use in production digging* It shall include a heavy-duty 30 inch digging bucket zw. with yd. teeth and and hydraulic stabilizers. Backhoe mounting shall be an integral. part of main frame* Qirrent production shall be applied* A 41 120 lb, lifting capacity with boom and dipper fully extended and a 8,700 ib, lifting capacity with boom raised using dipperstick cylinder and with- out using any boom locks. Lift ring on H link. Big Thumb Attachment to be installed. 17. BACKHOE DISIGN AND CONSTRUCTION PBA11JRRS required are: a. At least 19 foot rated digging depth, incorporating super charged circut. b. At least 12. 9" loading height. c. Minimum swing arc 180 degrees with rubber swing stops. d. Reach (from CA swing axis bucket teeth at ground level) at least 21.3". e. Hydraulically operated stabilizers with at least 12.5" spread at ground level and reach below wheel level of approximately 24 inches. Check valve on locked in both positions. Street pads. Stabilizer cylinder rod guards. f. FuJ-ly }ieavy-duty construction boxed boom & dipperstick with generous gussets at stress points, large pins & bearing areas at pivot points. ` Page 3 e Model 190 18. FRONT LOADER shall be hydraulically operated, complete with at least 1-5/8 cu, ydo heavy duty bucket with a-lift ring. Bucket shall be self- leveling. 19. FRONT LOADER DESIGN AND CONSTRUCTION PFATURP.S required ares a. Bucket SAE capacity rating shall be at least 1 -5 cu, yd. b, Rated lift capacity to full height shall be at least 7,000 lbs, c. Rated breakout force shalt, be at least 14,500 lbs. d. Rated carry capacity shall be at least 9,000 lbs, e• Dump height 8.1". 20. Pins should all be blocked-bossed to reduce wear points. All moving points should be bushed and lubricated ifith zerk fittings and be countersunk at all vulnerable points. ?1. FULLY ENCLOSED BOPS CAR with rubber mamts, also heater and defroster an shall be furnished. '_2. WEIGHT. of machine as specified shall be not less than 19#000 lbs. '3. STANDARD ACCESSORIZS shall be tool box, cigar lighter, rain cap, instrument panel cover, rear view mirror, reflectors, slow moving vehicle decal, license plate bracket with taillight, back-up alarm, cab mounted rotating flasher and directional signals with hazzard switch. ?4, Machine to be painted standard Dynahoe yellow. c t Specifications - ITE4 FOUR-WHREL SELF-PROPELLED PICKUP STREET SWEEPER SINGLE CUTTER BROOM GENERAL SPBCIPICATTONS The street sweeper to be furnished under these specifications shall be a four-Whbels self-propelled engine drive with auxiliary engine to power pickup broomq gtttter broomp elevator system and water spray system pump, shall have a minimum of 4 cubic yard (self-load) hopper capacity`' shall be regularly listed as manufacturer's current' model& and shall comply with standard specifications for the model offered with eceptions and additions as contained herein. DRIVE (PROPULSION) ENGINE Gasoline - not less than 300 cubic inch displacement and 130 inter- mittent BHP at governed 3,100 RPM (SAE J-245); replaceable full flow oil filter, -replaceable fuel filter, heavy duty dry type DONALDSON "CLCLOPAC" air cleaner,, two stage# with pre-cleaner, safety element and cab mounted restriction indicator; minimum thirty (30) gallon fuel tank; anti-freeze to -34 degrees F, JHottrmeters In case of rear engine failure front engine must be capable of raising the pickup broom and gutter broom to enable machine to returm,to garage, HYDRALTLIC SYSTEM (PROPIlLsION ENGINE) Gear pttmp to supply power to broom lift/lower# extend/retract hydraulically and hopper gale open/close functions independent of broogt and elevator rotation funtinns; priority valve for sweeper steering; system relief; 33 micron return line filter and reservoir with temperature and capacity sight gauge, TRANSMISSION Automatic transmission, 3 speed forward and 1 reverse speed with provisions for locking in first gear; equipped with water to oil cooler. Transmission shall be heavy ditty truck types AUTOMOTIVE TYPE TRANSMISSIO14 NOT ACCEPTABLE, AIIXILIARY ENGINE To supply poorer to brooms and elevators independent of sweeper pro- pulsion speeds To be located at rear of sweeper for easy ground level access for maintenance and services Four cylinders water cooled gasoline engine, not less than 140 cubic inch displacement and 38.2 intermittent BHP at recommended 18W RPM (SAF J-245); full flow re- placeable oil filter, heavy duty dry type DONALDSON"CYCLOPAC' air cleaner with safety element, governor, manual choke, oil filter and crankcase breather filter to prevent dust from entering engine; 12 volt starter and ignition system, but no alternator or battery. Minimum twenty (20) 9RIIon capacity fuel tank; anti-freeze protection to -34 degrees F. Donaldson pre-cleaner. HYDRAULIC SYSTEM (Auxiliary ENGINE) Dual pump drive driven directly off flywheels Tandem gear type pump for rear broom and elevator functions. Separate high pressure relief valve and 3 position solenoid valve for each function. Two 100 mesh suction filter and 10 micron return filter with lift our element and oil cooler. Hydraulic motors for elevator , pickup broom and gutter broom Specifications - ITB4 Page 2 shall be of same type, size and manufacturer::for interchangeability. Sight gauge indication hydraulic oil capacity and temperature shall be p"vIded, FRONT AXLE Pull width 68 inch track, heavy duty "I" beam truck type, not less than 79000 lbse load rating capacity. Axle loading shall not exceed manufacturer`'s rated capacity. REAR AXLE Pull width, mininum 80 inch track heavy duty hypoid-helical double reduction to provide travel speeds up to 55MPH and a load rating capacity of not less than 17,000 lbs. Axle loading shall not exceed manufacturer's rated capacity. Two Speed - 12.64:1, low range, 6,73:1, high rungeo WTMELS Meavy duty truck disc typed Front to have 6 stud holes. Rear to have 10 stud holes* TIRES Front .- 7.50x20, 8 ply ratin Rear - 10,00x200712 ply rating All tires to include setlf-balancing, puncture sealing Silicone, STBERIMG Pull power,; cam and lever type; single right hand controlo 7WMIng radius minimum 18 feet, CHASSIS Completely and wholly fabricated and assembled for street sweepers, a safety factor of 4, Standard or modified truck chassis not acceptable, Overall length of sweeper not to exceed 21 feet. Maximum overhand behind centerline of rear axle not to exceed 92 inches. Built-in ,hack pads, on each side of machine frame to be provided. FRONT BUMPER Pull width heavy duty steel, bolbdd to frame with two holes each side. Bumper shall not be a counterweight for weight distribution.of sweeper , Front towing hooks to be mounted directly to chassis, Rear towing eyes to be mounted on chassis. 0 Specifications - ITE4 Page 3 FRONT FENDERS AID HOCA Reinforced fiberglass and forward tilting for easy access to engine compartment for maintenance, Bolt-on removable fenders for drive engine access not acceptable, CAB All steel, full width cab with adjustable Bestrom bucket seat, with seat belt, Single right hand steering and single kftht hand controls, Shatter-proof tinted glass throughtout, full vision doors with split blaas vertical sliding windo,•as, fresh air two speed heater and defroster, separate air fact: and temperature controls, sun visor, dual electric 2 speed windshield wiper, :raherz, door:, to be hinged at rear so sweeper may be operated with door tpcn, when desired, All instruments and controls shall be located in cab within easy reach and vision from operator position; 6" x 16" llcot Coast type rear view mirror with adjustable bottom convex section, mounted on each side on front fenders, Highest point of machine shall be top of cab ?• -5" (without flasher) for clearance under lot.; hanging branches, etc. Cab pressurizer, mud flaps, undercoating, slow moving vehicle decal and back-asp =!arm, Arm rest to be included, INSTRU?AENTS Water temperture, oil pressure and gasoline gattgcs for both engines, ammeter , speedometer-odametcr for propulsion engine, tachometer and engine hour meter for auxiliary engine, and high bc.^_m irelcator., All instruments to be located on dash of cab, centrally located for good vision from operator position, Behind operator installation not acceptable, GAS_TANKSS Capacity for approximately 8 hours of normal operation Propulsion engine gasoline tank - 30 U,S, gallons Auxiliary engine gasoline tank - ',30 U,S, gallons BRAKES Hydraulic service brakes all four wheels with hydrovac booster and total lining arca of not less than 430 square inches; mechanical emergency brake on drive line with orscheln lever and not lean than 60 square inches lining area, TIECTRICAL SYSTEM 13 volt, 90 amp dual pulley drive alternator, with 35 amp output at 550 engine idle speed, and 12 volt, 90 amp hour capacity battery„ 1!l cir�rits protected by cab-mounted centr^l1y located fuses. Witing harness to be color coded and numbered with quick disconnect couplings and shall be accessible for maintenance, 11irinb harm--no 'nntallcd inside frame not acceptable, Specifications - ITS4 Page 4 LIGHTING SYSTEM' Dual front head lights with high�.losz beam, tsao combination tail and stop lights; one spotlight over ;utter broom and one on rear for Pickup broom. Self-cancelling direction signals with four-way flasher hazard 'witch, automatic bac!-tip light, interior cab dome light and Federal Safety Standards clearance lights. Rear license plate bracket with light and reflectors. Dietz rotating light, Model 7-MO DIRT HOPPER Pour (4) cubic yard (self-load) capacity minimums located between front and rear axles for equal weight distribution when loaded* Gravity dumps hydraulically operated gate controlled from cnb. Gr?h handles, safety steps, and access doors, A hopper full load indicator light shall be provided in cab - dadh mounted, Direct access to main gas tank and auxiliary gas tank sending units for back of hopper, Independent hopper pivoting so wheels always maintain contact with ground* SPRAY SYSTEM Minimum water tank capacity, 280 totally useable gallons, with tank gauge, 214' x 15'-0" full hose attached, with 2�j NSR female coupling on hydrant end. Shut-off cock located between water tank and spray systems with strainer in an easily accessible potition between water tank and water pump. Wine brass spray nozzles located across front of smeper and 2 over gutter broom. water spray to be controlled from cab* 20" x 30" bolt-down manhole to be provided, with inpide of tank coated with "Plexe-Black"* Shut-off valves shall be provided so that left side sprwr nozzles can be shut off (if desired), extending water supply* Cold weather drain (external) shall be provided* WATER SYSTEM Belt driven centrifugal type pump, with brass impeller capable of running without water in system without damage to pump* Water system not to be used for hydraulic cooling* Hydrant flora valve to be furnished, with wrench* Specifications - ITB4 Page 5 PICK UP BROOM danline 36" dismater and 58" in length;4 full floating by means of springs and shock absorbers. CASTER SHEE S NOT ACCEPTABLE. Drive to be hydraulic= self-aligning anti-friction bearings. Constant forward speed controlled by RPM of auxiliary engine; hydraulic lift with controls in cab. Rear broom cover safety striped. Broom shall remain still while dirt conveyor is in reverse for safety safety. Center dirt board shall be fully protected when pickup broom is retracted. GUTTER BROOM 42" diameter, with seven segment aluminum, using 26" standard gutter broom wire, mounted on steel disc with wearing edge should curb be contacted, free floating with full sideway oscillation and adjustable for broom pressure and wears Hydraulic drive. Constant forward or reverse speed hydraulically driven and controlled by RPM of auxiliary engine. Hydraulic lift controls in cab. Gutter broom to be visible by operator without use of mirrors, and be hydraulically retractable to 8 feet for travel. Gutter broom shall clear tires at all time (sweeping or traveling position) PAINT Standard manufacturer`a single color, DuPont Dulux or equal. State brand and paint number* DIRT CONVEYOR Hydraulically driven and reversible; non-clogging, replaceable rubber squeegee type, 9 flights, using steel drive chains (2.3/8" wide) and rubber sprockets (2.3/16" wide); a relief valve to prevent damage from impassalbe objects. Two (2) piece abrasive resistant (A.R.) eleve0or botoom plate, bolt-in type, for easy replacement and long wear. An elevator overload (buzzer) shall be installed in cab indicating to operator when elevator is overloaded or jammed. DRAG SHOPS Pull floating suspension with both vertical and lateral movement. NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, that sealed bids are sought and requested for the purchase of one (1) new Backhoe-Loader, and one (1) new Street Sweeper by the Town of Southold. The sealed bids will be received by the Superintendent of Highways of the Town of Southold at the Office of the Superintendent of Highways, Peconic Lane, Peconic, New York, until on , at which time and place they will be publicly opened and read aloud. Specifications, bid forms and form of contract can be examined and obtained from the Superintendent of Highways of the Town of Southold, Peconic Lane, Peconic, New York. Bids must be upon and in accordance with the bid forms prepared by the Town which bids shall be made and will be received upon the following conditions: Each bid must be accompanied by the deposit of a certified check made payable to the order of the Town of Southold in an amount of not less that Five (5%) percentum of the net bid price, conditioned that if the bid is accepted, the successful bidder will enter into a contract for the work within ten (10) days from the date of the acceptance of the bid. All deposits except that of the successful bidder will be returned. Upon the acceptance of his bid, if the successful bidder fails to enter into a contract pursuant to the requirements of the Town, then the check deposited with the bid and the moneys standing to the credit of the same, shall be forfeited to the Town of Southold as liquidated damages. The Town Board of the Town of Southold reserves the right to reject any and all bids and to waive any and all informality in any bid should it be deemed in the best interest of the Town of Southold. All bids must be signed and enclosed in sealed envelopes plainly marked "Bid for Highway Equipment" and addressed to Raymond C. Dean, Superentendent of Highways, Peconic Lane, Peconic, New York. Dated: March 1981 RAYMOND C. DEAN SUPERINTENDENT OF HIGHWAYS TOWN OF .SOUTHOLD -2- 4 AGREEMENT made this day of 1981, between with its principal office and place of business at , hereinafter called the Seller, and the TOWN OF SOUTHOLD, a municipal corporation of the State of New York with offices at Main Road, Southold, Suffolk County, New York, hereinafter called the Town. WITNESSETH, that the Seller has agreed to sell and hereby does sell, and the Town has agreed to purchase and does hereby purchase from the Seller, the following: The above specified equipment shall be fully equipped and delivered to the Town at the Southold Town Highway Department at Peconic in said Town on or before the day of 1981. This contract has been awarded to the aforesaid Seller who was the lowest respon- sible bidder complying with the specifications determined by receipt of sealed bids received by the Town pursuant to public advertisement pursuant to the provisions of Article 5A of the General Municipal Law. A resolution authorizing the purchase of the above specified equipment was adopted by the Town Board of the Town of Southold at a meeting held on the day of 1981. Upon delivery of the above specified equipment and its acceptance by the Town of Southold, the Supervisor of the Town of Southold shall pay the total price of Dollars ($ ) The Seller warrants the above described equipment against defective workmanship and material for the period of one (1) year, and the Seller further agrees that it will supply to the Town, free of charge, one parts book, one service and repair manual, and one operator's manual, and will also, upon the delivery of the aforesaid equipment, provide qualified persons to instruct the Town employees designated by the Highway Superin- tendent of the .Town with respect to complete instructions for the operation and main- tenance of said equipment. The Seller hereby agrees not to assign, transfer, convey or otherwise dispose of this contract or its right, title or interest therein or its power to execute the same to any person or corporation without the previous consent, in writing, of the Purchaser. Risk of loss or damage to said equipment by any cause whatsoever until the same is delivered to the Town as hereinbefore provided, shall be upon the Seller, and in the event of any such loss or damage, this contract shall be deemed rescinded. -2- Jf i • S The Seller hereby certifies that there are no Federal or State taxes included in the above purchase price. It is further agreed between the parties hereto that in the event that the Seller fails to deliver said equipment on the date hereinbefore provided, a penalty of twenty- five Dollars ($25. 00) for each day shall be imposed, which amount shall be deducted by the Town from the purchase price hereinbefore set forth. This contract comprises the entire contract between the parties and supersedes any and all other agreements respecting the equipment herein described. IN WITNESS WHEREOF, the parties hereto have set their hands and seals, in duplicate, the day and year first above written. By TOWN OF SOUTHOLD By Town Supervisor -3- i STATE OF NEW YORK) ss: COUNTY OF ) On the day of 1981, before me personally came to me known, who, being by me duly sworn, did depose and say that he resides at ; that he is the of , the corporation described in and which executed the foregoing instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporati.ou,and that he signed his name thereto by like order. Notary Public STATE OF NEW YORK ) ss: COUNTY OF SUFFOLK') On the day of 1981, before me personally came William R. Pell III, to me known; who, being by me duly sworn, did depose and say that he resides at 530 Angler Road, Greenport, New York; that he is the Supervisor of the TOWN OF SOUTHOLD, the corporation described in and which executed the fore- going instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Town Board of said corporation, and that he signed his name thereto by like order. Notary Public -4- OFFIC ORNEY ROBERT W.TASKER D TELEPHONE Town Attorney (516) 477-1400 425 MAIN ST. GREENPORT, L.I., NEW YORK 11944 March 27, 1981 Raymond C. Dean Superintendent of Highways Town of Southold Peconic Lane Peconic, New York 11958 Re: Bids for Highway Equipment Dear Rink: I have prepared and enclose herewith, in quadruplicate, the bidding documents for the advertisement for bids for the purchase of a new backhoe and street sweeper. Also enclosed are two additional copies of The Notice to Bidders which you may use to send to the official newspapers. As to the Notice to Bidders, you must insert the date and time when bids will be received and also date the Notice on the second page. As to the Information and Instructions to Bidders, you must insert the date at page 4. As you will observe, the bidding documents consist of the Bid, Information and Instruction to Bidders, Specifications, Notice to Bidders and Form of Contract. I assume that four sets will be sufficient. However, if additional sets are required, either you can make additional copies at your office or advise me and we will prepare more copies. Yours very truly, ROBERT W. TASKER RWT:aa encs. r NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, that sealed bids are sought and requested for the purchase of one (1) new Backhoe-Loader, and one (1) new Street Sweeper by the Town of Southold. The sealed bids will. ways of the Town of Southold at the Office of the Superintendent of Highways, Peconic Lane, Peconic, New York, until on G�" 9-/, at which time and place they will be publicly opened and read aloud. Specifications, bid forms and form of contract can be examined,.and-obtained-ft vm e'Supez menden of the Town of Southold, Pe ane, econic, ew o -- Bids must be upon and in accordance with the bid forms prepared by the Town which bids shall be made and will be received upon the following conditions: Each bid must be accompanied by the deposit of a certified check made payable to the order of the Town of Southold in an amount of not less that Five (5%) percentum of the net bid price, conditioned that if the bid is accepted, the successful bidder will enter into a contract for the work within ten (10) days from the date of the acceptance of the bid. All deposits except that of the successful bidder will be returned. Upon the acceptance of his bid, if the successful bidder fails to enter into a contract pursuant to the requirements of the Town, then the check deposited with the bid and the moneys standing to the credit of the same, shall be forfeited to the Town of Southold as liquidated damages. The Town Board of the Town of Southold reserves the right to reject any and all bids and to waive any and all informality in any bid should it be deemed in the best a • • interest of the Town of Southold. All bids must be signed and enclosed in sealed envelopes plainly marked "Bid for Highway Equipment" and addressed to Raymond C. Dean, Superentendent of Highways, Peconic Lane, Peconic, New York. Dated: March 1981 RAYMOND C. DEAN SUPERINTENDENT OF HIGHWAYS TOWN OF SOUTHOLD -2- 0 0 Y NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, that sealed bids are sought and requested for the purchase of one (1) new Backhoe-Loader, and one (1) new Street Sweeper by the Town of Southold. The sealed bids will be received by the Superintendent of Highways of the Town of Southold at the Office of the Superintendent of Highways, Peconic Lane, Peconic, New York, until on at which time and place they will be publicly opened and read aloud. Specifications, bid forms and form of contract can be examined and obtained from the Superintendent of Highways of the Town of Southold, Peconic Lane, Peconic, New York. Bids must be upon and in accordance with the bid forms prepared by the Town which bids shall be made and will be received upon the following conditions: Each bid must be accompanied by the deposit of a certified check made payable to the order of the Town of Southold in an amount of not less that Five (516) percentum of the net bid price, conditioned that if the bid is accepted, the successful bidder will enter into a contract for the work within ten (10) days from the date of the acceptance of the bid. All deposits except that of the successful bidder will be returned. Upon the acceptance of his bid, if the successful bidder fails to enter into a contract pursuant to the requirements of the Town, then the check deposited with the bid and the moneys standing to the credit of the same, shall be forfeited to the Town of Southold as liquidated damages. The Town Board of the Town of Southold reserves the right to reject any and all bids and to waive any and all informality in any bid should it be deemed in the best 0 0 r interest of the Town of Southold. All bids must be signed and enclosed in sealed envelopes plainly marked "Bid for Highway Equipment" and addressed to Raymond C. Dean, Superentendent of Highways, Peconic Lane, Peconic, New York. Dated: March , 1981 RAYMOND C. DEAN SUPERINTENDENT OF HIGHWAYS TOWN OF SOUTHOLD -2- y l f f Xighfuq Vepttrhurnt •r Tafun of 'Sm1111016 �lrrostir, �, �. 11�5l1 RAYMOND C. DEAN Tel. 785-3 14 SupKintendeM 734-521 RESOLUTION BY. SECONDED BY: RF.SOLVED: That the Superintendent of Highways .of the Town of Southold, be authorized to advertise for bids for the following: ONE (1) 1981 ITE4 FOUR-WHEEL SELF-PROPELLED PICKUP STREET SWEEPER SINGLE CUTTER BROOM - (OR EQUAL) WITH TRADE-IN OF ONE (1) 1968 MOBIL SWEEPER, MODEL 2TE4 Vote of the Town Board Supervisor William R. Pell III (Y,,,$) (Nu) Councilman Henry W. Dn= (Ye:3) (Nu) Councilman John J. Nickles (Yes) (No) Councilman Lawrence Murdock (Yes) (No) Councilman Francis J. Murphy (Yeb) (No) Town Clerk Towri of Southold Dated: March 24, 1981 Specifications - ITE4 FOUR-WHREL SELF-PROPELLED PICKUP STREET SWEEPER SINGLE CUTTER BROOM GENERAL SPECIFICATIONS The steeet sweeper to be furnished under these specifications shall be a four-4Hbel, self-propelled engine drive with auxiliary engine to power pickup broom, gutter broom, elevator system and water spray system pump, shall have a minimum of 4 cubic yard (self-load) hopper capacity; shall be regularly listed as manufacturers current' model, and shall comply with standard specifications for the model offered with eceptions and additions as contained herein. DRIVE (PROPULSION) ENGINE Gasoline - not less than 300 cubic inch displacement and 130 inter- mittent BHP at governed 3300 RPM (SAE J-245); replaceable full flow oil filter, replaceable fuel filter, heavy duty dry type DONALDSON "CLCLOPAC" air cleaner, two stage, with pre-cleaner, safety element and cab mounted restriction indicator; minimum thirty (30) gallon fuel tank; anti-freeze to -34 degrees Fe BHotirmeter, In case of rear engine failure fromt engine must be capable of raising the pickup broom and gutter broom to enable machine to returei,to garaged HYDRAULIC SYSTEM (PROPIILSION ENGINE) Gear pump to supply power to broom lift/lower, extend/retract hydraulically and hopper gate open/close functions independent of brooip and elevator rotation funtions; priority valve for sweeper steering; system relief; 33 micron return line filter and reservoir with temperature and capacity sight gauge. TRANSMISSION Automatic transmission, 3 &peed forward and 1 reverse speed with provisions for locking in first gear; equipped with water to oil cooler. Transmission shall be heavy duty truck type. AUTOMOTIVE TYPE TRANSMISSION NOT ACCEPTABLE, Ai1XILIARY ENGINE To supply power to brooms and elevator, independent of sweeper pro- pulsion speed. To be located at rear of sweeper for easy ground level access for maintenance and serviced Four cylinder, water cooled gasoline engine, not less than 140 cubic inch displacement and 38.2 intermittent BHP at recommended 1800 RPM (SAF. J-245); full flow re- placeable oil filter, heavy duty dry type DONALDSON"CYCLOPAC' air cleaner with safety element, governor, manual choke, oil filter and crankcase breather filter to prevent dust from entering engine; 12 volt stRrter and ignition system, but no alternator or battery. Minimum twenty (20) gallon capacity fuel tank; anti freeze protection to -34 degrees Fd Donaldson pre-cleaners HYDRAULIC SYSTEM (Auxiliary .ENGINE) Dual pump drive driven directly off flywheels Tandem gear type pump for rear broom and elevator functions* Separate high pressure relief valve and 3 position solenoid valve for each function. Two 100 mesh suction filter and 10 micron return filter with lift our element and oil cooler. Hydraulic motors for elevator , pickup broom and gutter broom, Specifications ITB4 Page 2 shall be of same typep size and manufacturetrfor interchangeability. Sight gauge indication hydraulic oil capacity and temperature shall be Otgvided. FRS AXLZ Full width 68 inch track, heavy duty "I" beam truck type, not less than 7p000 lbse load rating capacity. Axle loading shall not exceed manufacturer's rated capacity, REAR AA.B ._.......ter_».. Full width„ minimum 80 inch trach heavy duty hypoid-helical double reduction to provide travel speeds up to 33MPH and a load rating capacity of not less than 17,000 lbs. Axle loading shall not exceed manufacturer's rated capacity. Two Speed - 12.64:1' low range, 6.75slp high range® WHEMS Heavy duty truck disc type, Front to have 6 stud holes. Rear to have 10 stud holes. TIMS Front - Tjt1at20, 8 ply ratin Rear - 10.00xWe"12 ply rating All tires to include self-balancing, puncture sealing Silicone. STEERING Full power; cam and lever type; single right hand control. 7bvning radius minimum 18 feet. CHASSIS Completely and wholly fabricated and assembled for street sweepers, a safety factor of 4. Standard or modified truck chassis not acceptable. Overall length of sweeper not to exceed 21 feet. Maximum overhan# behind centerline of rear axle not to exceed 92 inches. Built-in Jack padsp an each side of machine frame to be provided. FRONT BUMPER Pull width heavy duty steel: bolted to frame with two holes each side. Bumper shall not be a counterweight for wcight distribution of sweeper , Front towing hooks to be mounted directly to chassis. Rear towing eyes to be mounted on chassis. Specifications - TTB4 Page 3 FRONT FENDERS AND HOOD Reinforced fiberglass and forward tilting for easy access to engine compartment for maintenance* Bolt-on removable fenders for drive engine access not acceptable. CAB All steel, full width cab with adjustable Bestrom bucket seat, with seat belt* Single right hand steering and single tt#hf hand controls. Shatter-proof tinted glass throughtout, full vision doors with split glass vertical sliding windoays, fresh air two speed heater and defroster, separate air flow and temperature controls, sun visor, dual electric 2 speed windshield riper, uahcrs, doors to be hinged at rear so sweeper m4 , be operated with door ^pcn, .:hcn desired, All instruments and controls shall be located in cab within easy reach and vision from operator position; 6" x 16" '•'.'est Coast type rear view mirror with adjustable bottom convex section, mounted on each side on front fenders* Highest point of machine shall be top of cab ?• -5" (without flasher) for clearance under low hanging branches, etc. Cab pressurizer, mud Flaps, undercoating, slow moving vehicle decal and back-up =!arm. Arm rest to be included, IN.MT4ENTS Water tempi=. ';;ire, oil pressure and gasoline gauges for both engines, ammeter, speedometer-odometer for propulsion engine, tachometer and engine hour meter for auxiliary engine, and high beam ireicator, All instruments to be iosated on dash of cab, centrally located for good vision from operator position* Behind operator installation not acceptable. GAS TANKS Capacity for approximately 8 hours of normal operation Propulsion engine gasoline tank - 30 U.S* gallons Auxiliary engine gasoline tank - 20 U.So gallons BRAKES Hydraulic service brakes all four r:heels with hydrovac booster snd total lining arca of not less than 430 square inches; mechanical emergency brake on drive line with orscheln lever and not les-- than 60 square inches lining area, ELECTRICAL SYSTEM 12 volt, 40 amp dual pulley drive alternator, with 35 amp output at 550 engine idle speed, and 1?, volt, 90 amp hour capacity battery* All ci"- ifts protected by cab-mounted centr-ally located fuses. Wi*ing harness to be color coded and numhcred with quick disconnect couplings and shall be accessible for maintenance. 'Vining harness Installed inside frame not acceptable. e Specifications - ITB4 Page 4 LIGHTING SYSTEM' Dual front head lights with high-Ion bean, ttvo combination tail and stop lights; one spotlight over gutter broom and one on rear for Pickup brow. Self-cancelling direction signals with four-way flasher hazard snitch, automztic backup light, interior cab dome light and Federal Safety Standards clearance lights. Rear license plate bracket with light and reflectors* Dietz rotating light, Model 7-400, DIRT HOPPER Pour (4) cubic yard (self-load) capacity minimum, located between front and rear axles for equal weight distribution when loaded, Gravity dump, hydraulically operated gate controlled from cab, Gr?b handles, safety steps, and access doors, A hopper full load indicator light shall be provided in cab - dedh mounted. Direct access to main gas tank and auxiliary gas tank sending units for back of. hopper: Indepen4ent hopper pivoting so wheels always maintain contact with ground, SPRAY SYSTEM Minimum water tank capacity, 280 totally useable gallons, with tank gauge, :A" x 131-0" full hose attached, with 2;4 NSR female coupling on hydrant end, Shut-off cock located between water tank and spray system, with strainer in an easily accessible polition between water tank and water pump, Aline brass spray nozzles located across front of mmeper and 2 over gutter broom. Water spray to be controlled from cab, 20" x 30" bolt-down manhole to be provided, with inside of tank coated with "Plexo-Black", Shut-off valves shall be provided so that left side sprfr nozzles can be shut off (if desired), extending water supply, Gold Breather drain (external) shall be provided, DATER SYSTEM Belt driven centrifugal type pump, with brass impeller capable of running without water in system without damage to pump, Water system not to be used for hydraulic cooling, Hydrant flow valve to be furnished, with wrench, DIRT OONVBYOR Hydraulically driven and reversible; non-clogging, replaceable rubber squeegee type, 9 flights, using steel drive chains (2.3/8" aide) and rubber sprockets (2-3/16" wide); a relief valve to prevent damage from impassalbe objects. Two (3) piece abrasive resistant (A.R.) elevator botoom plate, bolt-in type, for easy replacement and long wear. An elevator overload (buzzer) shall be installed in cab indicating to operator when elevator is overloaded or jammed. DRAG SHOES Full floating suspension with both vertical and lateral movement. Specifications - ITB4 Page S PICK UP BROOM danline 71 36" diamater and 58" in length;�4 full floating by means of springs and shock absorbers. CASTER SHEMLS NOT ACCBPTABLE9 Drive to be hydraulic; self-aligning anti-friction bearings. Constant forward speed controlled by RPM of auxiliary engine; hydraulic lift with controls in cab. Rear broom cover safety striped* Broom, shali remain still while dirt conveyor is in reverse for safety safety* Center dirt board shall be fully protected when pick-up broom is retractede GUTTBR BROOM 42" diameter, with seven segment aluminum, using 26" standard gutter broom wire, mounted on steel disc with wearing edge should curb be contacted, free floating with full sideway oscillation and adjustable for broom pressure and wear* Hydraulic drive. Constant forward or reverse speed hydraulically driven and controlled by RPM of auxiliary engine. Hydraulic lift controls in cab* Gutter broom to be visible by operator without use of mirrors, and be hydraulically retractable to 8 feet for travel* Gutter broom shall clear tires at all time (sweeping or traveling position) PAINT Standard manufacturer'a single color, DuPont Dulux or equal. State brand and paint nuimbere WARRANTY Sweeper shall be warranted for a period of six (6) months or 5,000 miles of operation from date of delivery. The elevator chains and sprockets shall be warranted on a pro-rata basis for twenty-four (24) months or-twelve thousand (128000) miles, whichever period shall expire first. To%" of ,t►oat4vld �,1tct+t�ic, �tT. '�. lthSR RAYMOND C.DEANWON TN. 766.3140 734-3211 RESOLUTION W.- SECONDED Y:SECONDED BY: RESOLVED: That the Superintendent of Highways of the Town of Southold, be authorized to advertise for bids for the following: ONE (1) DYNAiOE MODEL 190 SERIES THREE HEAVY-DUTY HYDRAULIC BACKHOE LOADER UNIT - (OR EQUAL) WITH TRADE-IN OF ONE (1) 1965 HOUGH H90C and ONE (1) 1970 FORD BACKHOE - MODEL F 5000 Vote of the Town Board Supervisor William R. Pell ITI (Yes) (NU) Councilumn Henry W. Drum (Yrs) (Nu) Councilman John J. Nickles (Yes) (No) Councilman Lawrence Murdock (Yes) (No) Councilman Francis J. Murphy (Ye:i) (No) Town Clerk Town of Southold Dated: March 24, 1981 1/80 s SPECIFICATIONS r DYNAHOE Model 190 Series Three Heavy-duty Hydraulic Backhoe Loader Unit 1. G.EM The rubber-tired backhoe-loader to he furnished under these specifications must be of the integral type. The frame of the tractor (Prim Mover) :asst be rectangular all-welded box type or formed steel plate type frame which incorporates the backhoe, loader and stabilizer mounting points. Units offered having backhoe components of the "add-on" or "attachment type" will not be considered as meeting essential re- quire"ents of these specifications. The unit shall provides proper height distribution for operation at maximuw capacity without additional counterweighting. Base of operation, operator comfort and safety are essential requirements 2e TRACTOR (PRIM ) shall be two-wheel drive. Tractor shall have a minisuuw of 88" wheelbase. Outside tread shall not be less than 78 inches In front and 83 inches in rear. 3. BNG_NE shall be Diesel with 139 cue ino piston displacement, 2 cycle type. Gross maximum horsepower shall be at least 101 at 2800 RPM. A larger dry type air cleaner shall be supplied. Gauges: engine temper- ature, engine oil pressure, tachometer, hourmeter, ammeters fuel gauge, visual pre-cleaner gauge. 4. PUBIC shall have capacity of not less than 35 gallons and be rubber mounted• 5. ELECTRIC SYSTEM shall be 12 volt and include starters alternators voltage regulator, headlights, rear lights, combination stop and tail- lightse Di rec tionals. 6. REAR AXLE shall be heavy-duty outboard planetary drive type with final drive in the wheel hub and torque proportioning differential. Rated load capacity shall be at least 17,200 lbs. 7. FRONT AXLE shall be heavy-duty box construction steel main member with load capacity at yLeld 70,000 lbs. 8. HYDRAULIC POWER STEERING shall be supplied. Turning radius shall not exceed 1340 9. BRAKES... shall be hydraulic power assist shoe type service brakes with 204 square inch surface with a seperate pakking brake. 10. TIRES shall be not less than 14x17.3, 10-ply duplex transport on front and 16.9x24, 10-ply all traction utility on the rear, 11. TMUE CONVERTER shall be single stage with mulyiplication ratio of at least 2.13 to 1. Converter temperature gauge. Page 2 : Model 190 12. TRANSMISSION shall be a hydraulic power shift directional transmission with a 4 speed synchromesh range transmission. 13. SPEED range shall be approximately 0-18 MPH forward and minimum 0-22 MPH reverse. 14. SINGLE SEAT shall be upholstered type with at least fore and aft adjust- meets. Must be 360 degrees swivel type to permit operation of backhoe and loader from same seat. Safety belt. iso HYDRAULIC SYSTS1 shall includes a. Hydraulic system must have 10 micron full flow oil filter and heat exchanger (oil cooler) with a minimum capacity of 700 B.T.Uo's per minute. Cooler shall have two heat exchangers. One for transmission-converter and one for backhoe operation. Hydraulic oil temperature gauge, b. Reservoir capacity of at least 26 gallons, c, blain hydraulic pump capacity shall be 57 GPM at 2500 RPM and becoupled with dual life time universal drives. d. Backhoe hydraulic cylinder sizes: single boom at least 6 inches ID9 swing at least 4 inches ID, bucket at least 4 inches ID, dipperstick at least f4 inches IDp and stabilizer 4 inches ID, loader hydraulic cylinder sizes: Lift at least 5 inches ID, bucket at least 3 inches ID. tA, BACK110H shall be heavy-duty, hydraulic, designed for use in production digging. It shall include a heavy-duty 30 inch digging bucket lay. with yd, teeth and and hydraulic stabilizers. Backhoe mounting shall be an integral part of main frame. oirrent production shall be applied, A 49 120 ib. lifting capacity with boom and dipper fully extended and a 8,700 lb, lifting capacity with boom raised using dipperstick cylinder and with- out using any boom lockso Lift ring on H link, Big Thumb Attachment to be installed, 17. BALMIOE DiSIGN AND CONSTRUCTION FEATURES required ares a. At least 19 foot rated digging depth, incorporating super charged circuto b. At least 12' 9" loading height, c, Minimum swing arc 180 degrees with rubber swing stnpso do Reach (from CA swing axis bucket teeth at ground level) at least 2193". e, Hydraulically operated stabilizers with at least 12.5" spread at ground level and reach below wheel level of approximately 24 inches. Check valve on Locked in both positions* Street pads* Stabilizer cylinder rod guards. f. Fully heavy-duty construction boxed boom & dipperstick with generous gussets at stress points, large pins & bearing areas at pivot points. Page 3 flodel 190 a.A. FROM LOADER shall be hydraulically operated, complete with at least 1-5/8 cuo ydo heavy duty bucket with a"lift ring. Aucket shall be self- leveling. 19. FRONT LOADER DESIGN AND CONSTRTJCTION PFATURES required are: a. Bucket SAE capacity rating shall be at least 1-5 cuo yd. b. Rated lift capacity to full height shall be at least 7,000 lbs. c. Rated breakout force shall be at least 140500 lbs. d. Rated carry capacity shall be at least 99000 lbs. e. Dump height 80111. 20. Pins should all be blocked-bossed to reduce wear points. All moving points should be bushed and lubricated with zerk fittings and be countersunk at all vulnerable points. 71. FULLY ENCLOSED RODS CAB with rubber mounts, also heater and defroster an shall be furnished@ 22. WEIGIT of machine as specified shall be not less than 199000 lbs. 23. STANDARD ACCESSOPMS shall be tool box, cigar lighter, rain cap, instrument panel cover, rear view mirror, reflectors, slow moving vehicle decal, license plate bracket with taillight, back-up alarm, cab mounted rotating flasher and directional signals with hazzard switch. 24. Machine to be painted standard Dynahoe yellow.