Loading...
HomeMy WebLinkAboutFront-End Loaderst � RECEIVED. ,�_ �► . 4. 17 MAY 91985 USF&O Town Clerk Southold INSURANCE STATUS INQUIRY OWNER. OBLIGEE OR ORIGINATING CO. & ADDRESS 000004 F TONIN OF SOUTHOLD DATE OB/31/85 C OUR BOND NO. 53-0120-11316-63-1 REINSURER'S NO. CONTRACTOR EDWARD EHRBAR., INC 100 SECOR LANE ADDRESS PELHAM MANOR NY DESCRIPTION OF 2/7/84 CONTRACT LANDFILL EQUIPMENT - FRONT- END LOADER OWNER TOWN OF SOUTHOLD CONTRACT PRICE PERFORMANCE BOND L&M PAYMENT BOND EFFECTIVE DATE 569578 09/14/63 WITHOUT PREJUDICING YOUR RIGHT OR AFFECTING OUR LIABILITY UNDER BOND (S) DESCRIBED ABOVE. WE WOULD APPRECIATE SUCH OF THE FOLLOWING INFORMATION AS IS NOW AVAILABLE. �. VERY TRULY YOURS. } T `+y Y 1. IF CONTRACT COMPLETED, PLEASE STATE: 2. IF CONTRACT UNCOMPLETED, PLEASE STATE: APPROXIMATE DATE OF COMPLETION APPROXIMATE ACCEPTANCE FINAL CONTRACT PRICE OF WORK (OR FINAL DELIVERY). DATE 217184 2/7/84 4PPROXIMATE PERCENTAGE OR DOLLAR AMOUNT OF CONTRACT COMPLETED OR DELIVERED 3. DO YOU KNOW OF ANY UNPAID BILLS FOR LABOR OR MATERIALS: El YES 4.REMARKs: This bid bond was returned to Ehrbar on 217184,, copy enclosed. PLEASE RETURN ORIGINAL OF THIS INQUIRY IN ENCLOSED ENVELOPE TO: F -U. S. F. & G. NAME: NEW Y` -'RK B. G. ADDRESS: 25CCj WEST'CHESTER AVENUE LPURCt'ASE, NY 10577 GENERAL FORM STATUS INQUIRY FEDERAL CASES TO BE SUBMITTED IN DUPLICATE. STAMPED. ADDRESSED ENVELOPE TO BE ATTACHED. FS 71 (1.88) (HO) 0 - It is understood that the information contained herein is furnished as a matter of courtesy for the confidential use of the surety and is merely an expression of opinion. It is also agreed that in furnishing this information, no guaranty or warranty of accuracy or correctness is made and no responsibility is assumed as a result of reliance by the surety, whether such information is furnished by the owner or by an architect or engineer as the agent of the owner. OWNER: Town of Southold BY. SIGNIATt&E Judith T. l err .- TITLE: Southold Town,. -T,---- C DATE:MaV 4 1985 THE LANGUAG OF!T6 FORM IS ACCEPTABLE TO THE SURETY ASSOCIATION OF AMERICA JUDITH T. TERRY TOWN CLERK REGISTRAR OF VITAL STA FISTICS g , Zv OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD William J. Ahern, Jr. Vice President/General Manager Edward Ehrbar, Inc. 615 Middle Country Road Selden, New York 11784 Dear Mr. Ahern: • February 7, 1984 Town Hall, 53095 Main Road P.O. Box 728 Southold, New York 11971 TELEPHONE (516) 765-1801 Now that everything has been settled concerning the .Town's purchase of the used 42 cu. yd. front-end loader and 12 cu. yd. front-end loader, I am returning herewith your bid bond. Very truly yours, Judith T. Terry Southold Town Clerk Enclosure 1 1 16011H f/ FEDFIT - UARANTY COMPANY 1 9 hy) BID BOND BOND NUMBER KNOW ALL MEN BY THESE PRESENTS: THAT ....,,EDWARD EHRBAR, INC ........................................................................................................................................................................................................................ .. 1-4, .................................................................................................................... of ... 1.10.k.—S.E.C.QR .... LANE .. ..... R.E.L.HM.,....N.Y ................... ............................................................................................................................................................. as Principal and UNITED STATES FIDELITY AND bound unto ... TOWN ..... OF ..... S.O.U.T.H.O.L.D .............................. GUARANTY COMPANY, a Maryland corporation, as Surety, are held and firmly .. ... .. ... .. ... .. ... .. .. ... .. .. ... ................................................................................................................................................................................................................................................. 0 as Obligee, in the full and just sum of .............5. v.................................. .................................................................................................................................................................................................................................. Dollars, 1aWTU1 money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, ri administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the said Principal is herewith submitting its proposal LANDFILL EQUIPMENT FRONT END LOADER THE CONDITION OF THIS OBLIGATION is such that if the aforesaid Principal shall be awarded the contract the said Principal will, within the time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of the contract, then this obligation to be 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 amount for which the Obligee legally contracts with another party to perform the work if the latter amount be in excess of the former, but in no event shall liability hereunder exceed the penal sum hereof. Signed, sealed and delivered ...... .......1983 (Date) EDWARD EHR BAR, INC. BY: ........................................................................................................ (SEAU .... ....... ............... ... ......... .. .. ...... ... ............. A ................. (SEAL) ...... . .. .......... ............................ .. .............................. Robert ag F an, Secretary UNITED ST S FID TY AND GUARANTY COMPANY .......................................................... Attorney-in-fact RAYMOND BRANCACCIO 77- COntract 11R—i—11-741 OFF THI ROOD TIRE C PORATION 185 MIDLAND AVENUE KEARNY, NEW JERSEY 07032 I{, ami%®® EAR 201-991-0202. DEALER DEALER l{L� "WORLD'S MOST TRUSTED R INVOICE # DATE BILL TO ❑ CREDIT TO ❑ CASH ❑_ CHARGE ❑ CREDIT CARD ❑ NAME S H NAME ADDRESS hi. P ADORES CITY T n CITY— STATE ZIP CODE 0 PHONE c� �.,cL: STATE ZIP CODE PURCHASE ORDER NO. VEHICLE NO. WHEEL POSITION TIME IN SERVICEMAN CONOITI AL BILL OF SALE Pmus .. � TIME OIJT O . QUANTITY SIZE DESCRIPTION ) . PLY EACH � 1 b -L f /� ALJ �' \ �� 1 , - _ - �0 � 1 `EXTEENTION m r e_ 2(� �X2ti j F� R2CZ-0*by hi. VIA.. D.F........ 6s c� �.,cL: --," y ........... Il)". I r) CONOITI AL BILL OF SALE Pmus .. � SUB TOTAL O . Tate tothe abovegoods shall remain in Off Than 71raCdp.�U rail linty pard foronaelaull of merit r n retek mg anONarvmq any at ion O vesPass or damages lnereol Seller to ) . have the right to retake possession the buyer here authon¢�r)Cj SUcn be entitled to a reasonable collection. Constable d storagMee in connect)aR with cotlection of bale rice due or repossession of said goods Buyer shall not sell. lien. encumber, mortgage oiure,—Fp dts a of these goods. This agreement shall not operate as a waiver of any SALES TAX remedNs. rights or hens acvwng to the sever thr r rated Stalesor the law of New Jersey or any other state. The buyer snail not remove or allow the aforementioned 1, removed ora 11)a.s of New Jersey without the written consent of the seller. CUSTOMER SIGNATUR TOTAL /(� BALANC R 30 AY9 SUB ECT TO t'h%MONTHLY SERVICE CHARGE FY �QI)SALES TAX EXEMPTION — k : CERTIFICATE MUST BE ON FILE WITH OUR BOOKEEPING DEPT: ' ncFICF COPY OFF THE ROAD TIRE CORPCOATION 185 MIDLAND AVENUE KEARNY, NEW JERSEY 07032 600DfREAR 201-991-0202 DEALERDEALER "WORLD'S MOST RUSTED RETREAD" 7 o INVOICE # MICHELIN 11232 DATE.h' BILL TO ❑ CREDIT TO ❑ CASH ❑ CHARGE ❑ CREDIT CARD ❑ NAME S H NAME ADDRESS p ADDRES CITY CITY �\ STATE ZIP CODE T O PHONE STATE ZIP CODE PURCHASE ORDER NO. r 3 VEHICLE NO, WHEIEL POSITION, TIME 1N SERVICEMAN I TIME OUT V QUANTITY SIZE DESCRIPTION' " PLY EACH XETEinON , ob C SLI00 o6 "wti S �, -7,--74 1 Fr Ila=Ci-i1r Fjr _. C %�. z... . ' B f St7iCa % it •-f - r "'K we r UARGc ..O. ....:.::.. Title to the remain in OM The R TIn Cor rail fully ONDI ALeiuOFULE ° " =..� SUB TOTAL ' Q abovegoods shall paidforondetaultof have the right to retake possession the buyer here authorizi such retaking ivinganyor damages thereof Seller to , SALES TAX ' be entaletl to a reasonable collection. constable tl storag a in connect' with collection of balance due or repossession of said goods Buyer shah not sell, lien, encumber, mon gaga ottierw' dia a of asgoods This agreement shell not operate as a waiver of any remedies, rights or liens accruing to the seller by irtue oIt h oiled Steres, or the law dl New Jersey or any other state. The buyer shall not remove or allow the aforementioned be removed om t of New Jersey without the written consent of the seller. TOTAL CUSTOMER SIGNATUR BALANC R 30 AY SU CT TO 1'h%MONTHLY SERVICE CHARGE hU J'p`QUAMFY FL&SALE5 TAX EXEMPTION — CERTIFICATE MUST BE ON FILE WITH OUR BOOKEEPING DEPT4 " I AGREEMENT made this 23rd_ day of November 1983, between EDWARD EHRBAR, INC. with its principal office and place of business at 100 Secor Lane, Pelham Manor, New York 10803 , 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 used 42 cu. yd. front-end loader ( International H -90E), all in accordance with the bid documents, attached hereto, at the total price of $140,000.00. 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 this 20th day of October 1983. This contract has been awarded to the aforesaid Seller who was the - lowest responsible 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 20th day of September , 1983. Within ten (10) days of the 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 for each item of the equipment as set forth in the bid. The Seller warrants the above described equipment against defective workmanship and material in accordance with the provisions of paragraph 10 of the Instructions to Bidders, 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 afore ------- said equipment, provide qualified persons to instruct the Town employees desig- nated by the Highway Superintendent of the Town with respect to complete instructions for the operation and maintenance 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 of 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. 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. -2- IN WITNESS WHEREOF, the parties hereto have set their hands and seals, in duplicate; the day and year first above written. by William R. Pell, III, Supervisor TOWN OF SOUTHOLD La ence D. McCrann -3- STATE OF NEW YORK) ss: COUNTY OF SUFFOLIJ On the 23rd day of November , 1983, before me personally came Lawrence D. McCrann to me known, who, being by me duly sworn, did depose and say that he resides at 19 Anthony Lane, Sales Huntington, New York that he is theRepresen. ofEdward Ehrbar, Inc,. 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 JUDITH T TERRY NOTARY t ::i_iC, Sta"e IN c—w York f,o 0— Count STATE OF NEW YORK) C .. c:i cx?fres N, rc, 30 ss: COUNTY OF SUFFOLK) On the 23rd day of September 1983, 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 is is the Supervisor of the TOWN OF SOUTHOLD, 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 Town Board of said corporation, and that he signed his name thereto by like order. L- 2-1-s —�-� Notary Public NOTARY P IL: (7, r[, ., R: r ow York CoM.1,..a "IMA Count r.. �on i.:;:�r2s Lgarch 30��� -4- BID TO THE TOWN BOARD OF THE TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK FOR THE PURCHASE OF LANDFILL EQUIPMENT (FRONT-END LOADER$) 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", "Specifications" and form of 'Contract", and this bid form, and that the undersigned hereby proposes to sell to the Town of Southold the landfill equipment (Front-end loaders) 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 sum, to wit: . Furnish and deliver one used 4 Z cu. yd. front-end loader, all in accordance with the bid documents at the total price of one Hundred - Forty Thousand Dollars Dollars ($ 140,000.00 1 Option IA Furnish and install air conditioner for above 41 cu, yd. front-end loader, all in accordance with the bid documents at a total price of Three Thousand, Two Hundred and Forty -Eight Dollars ($ 3,248.00 ) 11. Furnish and deliver one used 1.21 cu. yd, front end loader all in accordance with the bid documents at the total price of Twenty -Five Thousand a Dollars ($ 25, 000.00 ) 111. Trade-in allowance for Town's caterpillar D-6 Crawer Dozer in the amount of Five Thousand, Five Hundred Dollars ($ 5,500.00 ) 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 International Model H -90E Payloader - 30 Days, International Model 510 Payloader - 6-8 weeks days after contract signing. In default of the performance of any of these conditions on my part to be performed, the certified check in the amount of $ 5% Bid Bond (5c of total 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 615 MIDDLE rniiNTRY ROAD, SELDEN, LONG ISLAND, NEW YORK 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 corporation 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 the truth thereof, such penalties being applicable to the bidder as well as the person signing in its behalf; (e) That attached hereto (if a corporate bidder) is a certified copy of resolution -2- authorizing the execution of • this certificate by the signator of this bid or proposal in behalf of the corporate bidder. Signatur of Bidder WILLIAM J. AHERN, JR. VICE PRESIDENT/GENERAL MANAGER EDWARD EHRBAR, INC. -3- I CERTIFIED COPY OF RESOLUTION AUTHORIZING THE EXECUTION OF NON -COLLUSIVE BIDDING CERTIFICATION. IN BEHALF OF CORPORATE BIDDER RESOLVED THAT WILLIAM J. AHERN, JR. be authorized to sign and submit the bid or proposal of this corporation for the furnishing of Landfill Equipment to the Town of Southold, Suffolk County, 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 corporation, 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 EDWARD EHRBAR, INC. corporation at a meeting of the Board of Directors held on the 29th day of APRIL 1983. � L6r ecreta ry ROBERT F. FLANAGAN (Seal of Corporation) LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, that sealed bids are sought and requested for the purchase of landfill equipment by the Town of Southold, consisting of a used 41 yard front-end loader and a used 12 yard front end loader. The sealed bids will be received by the Town Clerk of the Town of Southold at the Town Clerk's Office, Main Road, Southold, New York, until 11:00 A.M. on the 16th day of September 1983, 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 Town Clerk of the Town of Southold, 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 cond-itions : 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 total bid price, less trade-in allowance, 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. If the 1 The Town Board of the Town of Southold reserves the right to reject any and all bids and to wiave 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 Landfill Equipment (Track Type Dozer)" and addressed to Judith T. Terry, Town Clerk, Southold Town Hall, Main Road, Southold, New York. Dated: August 26, 1983 JUDITH T. TERRY TOWN CLERK PLEASE PUBLISH ONCE, SEPTEMBER 1, 1983, AND FORWARD TWO (2) AFFIDAVITS OF _PUBLICATION TO JUDITH T. TERRY, TOWN CLERK, TOWN HALL, MAIN ROAD, SOUTHOLD, NEW YORK 11971. Copies to the following on 8/26/83: The Suffolk Times The Long Island Traveler -Watchman Town Board Members Superintendent of Highways Dean Town Clerk's Bulletin Board -2- TOWN OF SOUTHOLD INFORMATION AND INSTRUCTIONS TO BIDDERS FOR LANDFILL EQUIPMENT (FRONT END LOADERS) 1. It is the intention of these specifications to request bids for the purchase of a used 4z cubic yard front end loader and a used 12 cubic yard front end loader and to trade-in a town owned Caterpillar D-6 crawler dozer. It is also the intention to request bids on optional equipment consisting of an air conditioner to be installed by the bidder on the 4 ? cubic yard front end loader. 2. Bidders may submit bids for both of the front end loaders, or for either front end loader specified, but in either event, the bidder must offer to take in trade the town's D-6 crawler dozer at the price specified in his bid for such trade-in. Notwithstanding the foregoing, however, the Town reserves the right to accept or reject the bid for either or both front end loaders. The Town further reserves the right to accept the bid for either or both front end loaders and to reject the bidder's trade-in offer for the Town's D-6 crawler dozer. 3. 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. 4.. Where a particular item of equipment is specified by name, it is the intention of having that particular item supplied, or its equal. 5. Items that are not detailed specifically are left to .the discretion of the bidder. 6. Each bidder must furnish details of the complete equipment to be furnished whether or not such detail items are specified herein. 7. 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. 8. Each bidder shall furnish a statement setting forth its service facilities and the location thereof. 9. Each bid must be accompanied with photographs and plans showing dimensions and overall construction of the equipment. 10. The entire equipment including engine, body, chassis, and all component parts shall be guaranteed by the bidder for the following periods of time from the date of delivery to and acceptance by the Town of Southold, to wit: (a) 4Z cubic yard loader - six months; (b) 1-21 cubic yard loader - three months. 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. 11. Each bidder must specify and guarantee a delivery date. 12. 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. 13. 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. 14. All bids must be in duplicate, enclosed in a sealed envelope plainly marked "Bid for Landfill Equipment (front-end loaders)" and addressed to Judith T. Terry, Town Clerk, Main Road, Southold, New York. 15. 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 total bid price (less trade-in allowance) conditioned that if the bid is accepted, the successful bidder will, within ten (10) days from the date of the acceptance of his bid, enter into a written contract in the form attached hereto, to furnish said equipment. 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. 16. 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 requirements, the Town shall pay the successful bidder the total price as set forth in his bid. -2- 17. 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 bids should it be deemed in the best interest of the Town of Southold. Dated:BY BY ORDER OF THE SOUTHOLD TOWN BOARD - JUDITH T. TERRY TOWN CLERK -3- "N OF SOUTHOLD ,SPEC!.FICATIONS FOR: USED. CUBIC YARD ARTICULATED RUB* TIRED LOADER INTE14TION It is the intention of the following specifications to describe a 4 -wheel drive, articu- lated, rubber -tired loader which shall be of rugged frame design with triangular shaped front frame. Frame shall be jointed by a heavy duty, hinge pin assembly and capable of taking the severest applications. Boom arms, axles and lift cylinders shall be mounted at the corners for strength. Rear frame shall be constructed to allow easy access for servicing of drive line components and shall be equipped with a -rear drawbar. Machine to be manufactured not earlier than 1981, and to have no more than 1,150 hours of use. ENGINE 8 -cylinder "V" design, 4 cycle, turbocharged, direct injection, direct start diesel engine with a minimum of 573 cubic inch displacement, net flywheel horsepower shall be 239 at a minimum of 2500 RPM. Engine shall have a minimum bore and stroke of 4.5" x 4.5". Engine shall be equipped with two, large capacity, spin on lube filters and dry type dual stage air cleaner with safety element. Engine compartment shall be complete with side covers so designed to duct cooling air over other components, side covers shall be easily removed. Engine and loader shall be of same manufacturer. Machine shall be equipped with ether starting aid. Engine shall be complete with a fan guard. TORQUE CONVERTER Torque converter shall be of single stage, single phase design and is to have a stall ratio of not more than 2.6 to 1. TRANSMISSION Shall be countershaft type, constant mesh design. It shall be full powershift in all speed ranges, forward and reverse. Transmission must have at least 4 speeds forward and at least 4 speeds in reverse, and shall shift mechanically and hydraulically. Trans- mission to have a speed range of 0 mph to a minimum speed of 31.7 mph in forward and reverse speeds. DIFFERENTIALS Are to be of the Power transfer type and shall be designed not to lock up. AXLES Shall be heavy duty type with full floating axle shafts and planetary final drive. Planetary drives shall provide gear reduction at wheel hubs. The sun gear and axle shaft shall be forged from one piece. Rear axle shall be oscillating type allowing one rear tire to be raised not less than 23 inches higher than the other before the cradle is re- stricted by the frame, for a minimum of 30°. BELLY PAN Y' plate guard to be installed forward and after the articulation point of the machine. Bolted to frame and so designed that one man is capable of removal and installation of all components. SPECIFICATIONS FOR: TOWN OF SOUTHOLD USED, -�1 4CUBIC YARD ARTICULATED RUBBER TIVJ LOADER BRAKES Four wheel air -over -hydraulic, wedge activated shoe with axle by axle operation. Machine shall be equipped with operator's choice braking with left pedal neutralizing the trans- mission and applying brakes, and the right pedal applies the brakes only. The brakes shall consist of two wheel cylinders in each wheel, which, when activated by air, force the brake shoes against the drums by a wedge type activator and shall be activated hydraulically. Brakes shall apply automatically if and when the air pressure falls below the safe level; all operating parts shall be sealed in fluid and shall be self-lubricating. Brakes shall be serviced from the back side without removing tire or wheel and without disturbing the planetary drives. The brake system shall service each axle separately assuring that an air or hydraulic failure anywhere in the system will affect only an axle. Parking brakes shall be mechanical type on intermediate drive shaft with indicator light. LOADER MECHANISM Shall be operated by lever to be located to right of operator and shall have indicator to provide visual indication of bucket operation. Loader mechanism to have no more than 14 pivot points ane bushings shall be equipped with cord ring seals. Pivot point lubrication shall be no more than every fifty hours,. Bucket shall be equipped with a double acting single bucket cylinder with a bore and stroke of not more than 8" x 20.5" and complete with a hardened chromeplated piston rod. Cy linder shall be so designed that during the digging cycle, the rollback cylinder overrides the lift cylinder. Smaller piston area shall be used for dumping. Loadbr mechanism shall be equipped with an automatic boom kickout which will allow the operator to preset the de- sired boom stop height. This shall be accomplished through an actuator on the boom arm assembly which contacts a valve as the boom is raised. Adjustment shall be made from in- side the operator's compartment from ground level to full lift height. Loader shall be equipped with two lift cylinders to have a bore and stroke of not less than 7" x 39" and must be capable of raising the bucket to its maximum height in not less than 7.9 seconds. Smaller piston area (return stroke) to be used in the lowering of the bucket with lowering, time to be not less than 5.6 seconds. Boom arms shall be fabricated box sections constructed of high strength alloy steel. Boom arms shall be independently mounted and bucket hinge pin bosses are to be welded to the boom side plates., argin s, diameter bucket hinge pings are to incorporate hardened alloy bushings, g g large capacity grease cavities and split cord ring seals. Boom controls shall shall be designed t a control valve with positioner. have raise, hold, down pressure and float positions. Boom controls o be operated by the right hand. Boom controls shall be attached to minimum linkage. Bucket shall be equipped with automatic bucket Loader bucket must be General Purpose type having a SAE rated capacity of not less than 4.5 cu. yd. with an overall width of not more than 120" wide. Bucket to have sharply sloped back sides for maximum penetration, as well as a large throat opening for easy complete loading, the hinge pin location shall be at the lower back of bucket. Weld -on bucket cutting edge shall be constructed of abrasion resistant Durasteel with a flat design capable of being replaced without disturbing the backing plate or cutting away any part of the bucket. Sidecutters to be constructed of 3/4" T-1 steel and all four corners of the bucket opening to be cast steel reinforced. Bucket hinges shall be wrap-around k t ttin edge to have 9v % wear remaining. support type. Buc ecu g ' TOWN OF SOUTHOLD VED SPECIFICATIONS FOR: USED, 4%2 _JBIC YARD ARTICULATED RUBBER LOADER STEERING Steering shall be by means of steering wheel. Steering shall be full hydraulic power with mechanical followings. Steering hydraulics shall be complete with a demand valve which proportions the hydraulic flow from a switch pump to th�lloader and steering circuit. Steering cylinders shall have a bore and stroke of not less than 4" x 17". At low engine RPM, machine shall be equipped with a demand valve which is to divert the greater portion of hydraulic flow from the switch pump to the steering system. At medium RPM, the demand valve shall deliver enough hydraulic flow from the switch pump to the loader circuit. At high engine RPM the demand valve shall divert the greater portion of the switch pump hydraulic flow to the loader circuit and at the same time, deliver sufficient hydraulic oil to the steering circuit to provide controlled, predictable steering without fast, jerky oversteer. OVERALL DIMENSIONS The loader shall have an overall length of not more than 23'7.75" with a ground clearance of not less than 18.75". The loader shall have a height to the top of the cab not more than 11'10.5". Loader shall have a dump height at the hinge pin of not less than 159". Reach at maximum height and 45° dump angle shall be no less than 48", in addition, wheel- base to be not more than 120" in length. HYDRAULIC SYSTEM Shall be closed and pressure controlled and vacuum relief with hydraulic reservoir tank, of not less than 35 gallon capacity, shall be cylindrical in shape and mounted directly above the converter and vane type pumps. System shall be equipped with not more than four full -flow 5.0 micron filters. Filter bases shall be equipped with anti -backwash valve. Hydraulic reservoir shall be equipped with anti -void valve and suction screen. Cover on hydraulic reservoir shall be full diameter and removable. OPERATOR'S COMPARTMENT Shall be located on the front half of the machine, directly over the center hinge pin, and shall be capable of viewing the bucket and working area with no obstruction from the cab or loader's frame. Operator's compartment shall swing away from rear chassis for inspection of transmission, hoses and steering hydraulics. Operator's compartment shall be located away from engine and exhaust. Operator's compartment shall consist of a fully enclosed steel cab complete with rollover protective structure (SAE J-394 CODE). Cab windshield shall be single flat piece of tinted safety glass with no center molding to block operator's view. Cab shall be complete with windshield wiper and with bucket suspension type operator's seat with seat belt. The cab doors shall be full length with piano type hinges and rubber seals. Access and egress from operator's compartment shall be made by means of non-skid open ladder steps from both sides of machine. Instruments shall be color coded and shall be located in lighted shock -mounted panel directly in front - of operator. Guages are to be as follows: air pressure, air cleaner service indicator, engine oil pressure, fuel, service meter, torque converter oil temperature, volt meter and water temperature. Operator's seat shall be suspension type. Cab shall be sound suppressed and have rearview mirror. Cab shall also contain inside rearview mirror, heater and fan defroster. ARTICULATED PINS Center hinge pins shall be widely spaced constructed of high strength steel and shall be complete with self -aligning spherical bushings. Hinge pins shall be protected by coria ring seals. ' FOR: USED, 4'--Z! TOWN 3IC YARD OF SOUTHOLD ARTICULA"ILD RUBBER 0 D LO,`,D:.a SP•EC:IFIPATION� LIGHTS AND ALARMS Shall consist of two(2) headlights, two (2) stop and tail lights, two (2) backup lights, one (1) left and one (1) right hand dual faced directional lamps, showing amber to the front and red to the rear. The signal lamps shall be mounted near the center of the machine and shall be visible from front and rear. The safety flasher shall flash both the right and left simultaneously. Machine shall be equipped with backup alarm. PAINT Machine shall be sandblasted and painted manufacturer's standard colors. TIRES Four (4) 26.5 x 25, 20PR, L-4. The Tires are to be new. Tires are to be polyurethane filled for use in landfill applications. MANUALS Operatorls and parts manuals to be included. SERVICE CAPACITIES The capacities listed below shall be minimum capacities necessary for operation of a loader for this size: Cooling System 18 Gals. Crankcase 8 Gals. Transmission 7.5 Gals. Differential & Final Drive, Front 8 Gals. Differential & Final Drive, Rear 8 Gals. Hydraulic System 45 Gals. Fuel Tank 97 Gals. OPERATING CAPACITIES Capacities listed below shall be minimum capacities: Turning Radius, outside corner of bucket Lifting Capacity Static Tipping Load Straight Ahead In Full Turn Breakout Force Weight ADDITIONAL EQUIPMENT Backup Alarm Vandal Protection Fan Guard Ether Starting Aid Counterweight Cold Weather Brakes Rear Wiper with Washer 22'5.5" 47,985 lbs. 29,637 lbs. 26,673 lbs. 34,366 lbs. 43,248 lbs. • « TOWN OF SOUTHOLD SPECIFICATIONS FOR: USED, 42'.•IC YARD riRTICULATED RUBBER D LOADER Equipment being bid must be manufactured not earlier than 1981. Vendor must guarantee machine for;six (6) months �:...4 OPTIONAL EQUIPMENT AIR CONDITIONER Air conditioner to be provided is to be custom fit to International Model H -90E Payloader. Remote condensor to be provided. Compressor is to be of the belt driven type and is to be mounted in engine compartment. Cooling Capacities: 28,000 BTU Recirculating Air, 24,000 BTU Outside Filtered Air. System to be pressurized. Air conditioner to be in- stalled by air conditioner manufacturer. ADDITIONAL EQUIPMENT: USED, 12 CUBIC YARD ARTICULATED PAYLOADER It is the intention of the following specifications to describe a four-wheel drive articulated rubber tired front end loader to be manufactured not earlier than 1980 and to have not more than 1,650 hours of use. OVERALL DIMENSIONS The loader must have an overall length of not more than 18' and a ground clearance of not less than 17.5". The machine must have a height to the top of the cab of not less than 10'3.5". The overall width of the machine to be not less than 94". BUCKET Bucket to be new, 12 cubic yard, general purpose type bucket with two hydraulically actuated top mounted tines. Bucket shall have a minimum width of not less than `T4 " and a height to spill plate of not less than 34n". Bucket floor shall have a minimum thickness of not less than 2" and shall be equipped with wear bars at both left and right sides constructed at a minimum of 3/4" x 10" mounted from cutting edge covering entire length of bottom and wrapping a minimum of 60 up the back side of bucket. Bucket floor shall also be equipped with two wear bars the width of the boom mountings. The two wear bars and floor shall be constructed of grade X10 abrasion resistant steel. Bucket cutting edge shall be constructed of high strength alloy steel with a minimum Bernell hardness of 321 and a minimum yield strength of 120,000. Side cutting edges shall be constructed of 3/4" minimum T1 grade steel. Bucket tines shall be welded box -type construction, 4" width minimum at widest part tapering towards bottom end. Tines shall be actuated by*two in- dependent operating double acting hydraulic cylinders with a minimum bore and stroke of Sia"X/�� o . Cylinders shall have chromeplated rods and have a minimum operating pressure of not less than 2500 psi. Tines shall have a minimum opening measured from tip of tine to bucket cutting edge of not less than All the pivot points shall be equipped with re- placeable hardened steel bushings and pins with a minimum diameter of 1-3/4" with bolt type retainers. Bucket to weigh no less than 2,250 lbs. LOADER MECHANISM Loader mechanism is to be of the bellcrank type. Loader mechanism is to have no more than 13 pivot points. All pivot points are to be equipped with sealed linkage. Pivot point lubrication is to be no more than every 200 hours. -5- .,y AGREEMENT made this 23rd day of November between EDWARD EHRBAR, INC. 1983, with its principal office and place of business at 100 Secor Lane, Pelham Manor, New York 10803 1 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 used 1j cu. yd. front end loader ( International 510), all in accordance with the bid documents, attached hereto, at the total price of $25,000.00, less trade-in allowance for Town's Caterpillar D-6 in the amount of $5,500.00. 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 this 1st day of November 1983. This contract has been awarded to the aforesaid Seller who was the lowest responsible 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. Z;,V 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 thday of September _, 1983. Within ten (10) days of the 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 for each item of the equipment as set forth in the bid. The Seller warrants the above described equipment against defective workmanship and material in accordance with the provisions of paragraph 10 of the Instructions to Bidders, 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 afore ------ said equipment, provide qualified persons to instruct the Town employees desig- nated by the Highway Superintendent of the Town with respect to complete instructions for the operation and maintenance 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 of 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. 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 her that in the event that the Seller fails to deliver said equipment on the date hereinbefore provided, a penalty oftwenty-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. Ma IN WITNESS WHEREOF, the parties hereto have set their hands and seals, in duplicate, the day and year first above written. by jt4p �.�.i%'J - William R. Pell, III, Supervisor TOWN OF SOUTHOLD by- ti C (tel Lawrence D. McCrann -3- .P STATE OF NEW YORK) COUNTY OF SUFFOLK) ss: On the 23rd day of November 1983, before me personally came Lawrence D. McCrann to me known, who, being by me duly sworn, did depose and say that he resides at 19 Anthony Court, Huntington, New York Sales ; that he is the Represen. of Edward Ehrbar, l9c. 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. On the 23rd day of September , 1983, 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 is is the Supervisor of the TOWN OF SOUTHOLD, 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 Town Board of said corporation, and that he signed his name thereto by like order. -4- Notary Public Ji,J')?TSI T Ti=R^Y NOTARY i=.:c;.:;, +; of New Yor k No. %-&3'4�49b3 Suffolk Coe Commission Expires March 30 _� ' ��54 Notary Public .. , . ,. JUDITH T TERRY NOTAR'� P UELIC S4,o c` New York STATE OF NEW YORK) N :;;' > g Count Ccs �m+s ori Exp,r�s March 304W COUNTY OF SUFFOLK) ss: On the 23rd day of September , 1983, 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 is is the Supervisor of the TOWN OF SOUTHOLD, 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 Town Board of said corporation, and that he signed his name thereto by like order. -4- Notary Public Ji,J')?TSI T Ti=R^Y NOTARY i=.:c;.:;, +; of New Yor k No. %-&3'4�49b3 Suffolk Coe Commission Expires March 30 BID TO THE TOWN BOARD OF THE TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK FOR THE PURCHASE OF LANDFILL EQUIPMENT (FRONT-END LOADER$) 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", "Specifications" and form of '!Contract", and this bid form, and that the undersigned hereby proposes to sell to the Town of Southold the landfill equipment (Front-end loaders) 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 sum, to wit: 1. Furnish and deliver one used 4 z cu. yd, front-end loader, all in accordance with the bid documents at the total price of One Hundred - Forty Thousand Dollars Dollars ($ 140,000.00 ) Option IA Furnish and install air conditioner for above 4 1 cu, yd. front-end loader, all in accordance with the bid documents at a total price of Three Thousand, Two Hundred and Forty -Eight Dollars ($ 3,248.00 ) 11. Furnish and deliver one used 1.1 cu. yd, front end loader all in accordance with the bid documents at the total price of Twenty -Five Thousand i Dollars ($ 25, 000.00 III. Trade-in allowance for Town's caterpillar D-6 Crawer Dozer in the amount of Five Thousand, Five Hundred Dollars ($ 5,500.00 ' ' 1 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 International Model___ H -90E Payloader - 30 Days, International Model 510 Payloader - 6-8 weeks days after contract signing. In default of the performance of any of these conditions on my part to be performed, the certified check in the amount of $ 5% Bid Bond (5% of total 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 615 MIDDLE coTTNTRY ROAD, SELDEN, LONG `ISLAND, NEW YORK 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 corporation 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 the truth thereof, such penalties being applicable to the bidder as well as the person signing in its behalf; (e) That attached hereto (if a corporate bidder) is a certified copy of resolution -2- authorizing the execution of -this certificate by the signator of this bid or proposal in behalf of the corporate bidder. 6w -3- Signatures o Bidder WILLIAM J. AHERN, JR. VICE PRESIDENT/GENERAL MANAGER EDWARD EHRBAR, INC. CERTIFIED COPY OF RESOLUTION AUTHORIZING THE EXECUTION OF NON -COLLUSIVE BIDDING CERTIFICATION. IN BEHALF OF CORPORATE BIDDER RESOLVED THAT ', WILLIAM J. AHERN, JR. be authorized to sign and submit the bid or proposal of this corporation for the furnishing of Landfill Equipment to the Town of Southold, Suffolk County, 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 corporation, 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 EDWARD EHRBAR, INC. corporation at a meeting of the Board of Directors held on the 29th day of APRIL 1983. fetary ROBERT F. FLANAGAN (Seal of Corporation) LEGAL NOTICE NOTICE TO BIDDERS �a NOTICE IS HEREBY GIVEN, that sealed bids are sought and requested for the purchase of landfill equipment by the Town of Southold, consisting of a used 4z yard front-end loader and a used 1z yard front end loader. The sealed bids will be received by the Town Clerk of the Town of Southold at the Town Clerk's Office, Main Road, Southold, New York, Until 11 :00 A.M. on the 16th day of September 1983, 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 Town Clerk of the Town of Southold, 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 total bid price, less trade-in allowance, 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. If the The Town Board of the Town of Southold reserves the right to reject any and all bids and to wiave 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 Landfill Equipment (Track Type Dozer)" and addressed to Judith T. Terry, Town Clerk, Southold Town Hall, Main Road, Southold, New York. Dated: August 26, 1983 JUDITH T. TERRY TOWN CLERK PLEASE PUBLISH ONCE, SEPTEMBER 1, 1983, AND FORWARD TWO (2) AFFIDAVITS OF PUBLICATION TO JUDITH T. TERRY, TOWN CLERK, TOWN HALL, MAIN ROAD, SOUTHOLD, NEW YORK 11971. Copies to the following on 8/26/83: The Suffolk Times The Long Island Traveler -Watchman Town Board Members Superintendent of Highways Dean Town Clerk's Bulletin Board -2- TOWN OF SOUTHOLD INFORMATION AND INSTRUCTIONS TO BIDDERS FOR LANDFILL EQUIPMENT (FRONT END LOADERS) 1. It is the intention of these specifications to request bids for the purchase of a used 42 cubic yard front end loader and a used 12 cubic yard front end loader and to trade-in a town owned Caterpillar D-6 crawler dozer. It is also the intention to request bids on optional equipment consisting of an air conditioner to be installed by the bidder on the 4 2 cubic yard front end loader. 2. Bidders may submit bids for both of the front end loaders, or for -either front end loader specified, but in either event, the bidder must offer to take in trade the town's D-6 crawler dozer at the price specified in his bid for such trade-in. Notwithstanding the foregoing, however, the Town reserves the right to accept or reject the bid for either or both front end loaders. The Town further reserves the right to accept the bid for either or both front end loaders and to reject the bidder's trade-in offer for the Town's D-6 crawler dozer. 3. 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. 4. Where a particular item of equipment is specified by name, it is the intention of having that particular item supplied, or its equal. 5. Items that are not detailed specifically are left to .the discretion of the bidder. 6. Each bidder must furnish details of the complete equipment to be furnished whether or not such detail items are specified herein. 7. 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. 8. Each bidder shall furnish a statement setting forth its service facilities and the location thereof. 9. Each bid must be accompanied with photographs and plans showing dimensions and overall construction of the equipment. 10. The entire equipment including engine, body, chassis, and all component parts shall be guaranteed by the bidder for the following periods of time from the date of delivery to and acceptance by the Town of Southold, to wit: (a) 4z cubic yard loader - six months; (b) 12 cubic yard loader - three months. 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. 11. Each bidder must specify and guarantee a delivery date. 12. 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. 13. 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. 14. All bids must be in duplicate, enclosed in a sealed envelope plainly marked "Bid for Landfill Equipment (front-end loaders)" and addressed to Judith T. Terry, Town Clerk, Main Road, Southold, New York. 15. 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 total bid price (less trade-in allowance) conditioned that if the bid is accepted, the successful bidder will, within ten (10) days from the date of the acceptance of his bid, enter into a written contract in the form attached hereto, to furnish said equipment. 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. 16. 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 requirements, the Town shall pay the successful bidder the total price as set forth in his bid. -2- 17. 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 bids should it be deemed in the best interest of the Town of Southold. Dated: BY ORDER OF THE SOUTHOLD TOWN BOARD - JUDITH T. TERRY TOWN CLERK -3- ADDITI,ONAL EQUIP?LENT: TOWN OF SOUTHOLD US '-z CUBIC YARD ARTICULATED PTODER Loader mechanism is to be equipped with heavy single plate boom arms which are to be fabricated of high strength steel designed to withstand maximum stress. Boom is to be operated by two double acting lift cylinders having a bore.and stroke of 4.0" x 22" with chromeplated piston rods. Bucket ram is to be one double-acting, having a bore and stroke of 4" x 17.5" with chromeplated piston rod. Loader mechanism to be so designed that the power stroke involving the larger piston area to be used for digging, breakout and lifting. The smaller piston area or return stroke is to be used for lowering and dumping. Loader mechanism is to be equipped with metal -to -metal "rap -out". Loader mechanism to be equipped with an automatic boom kickout which will allow the operator to preset the desired boom stop height. The operation is to be accomplished through an actuator on the boom arm assembly which contacts a rod as the boom is raised. Through mechanical action, the rod must cause the boom control lever to move from the raise position to the hold position -stopping the boom. The stopping height must be adjustable through a to bucket in the linkage. Adjustment must be made from inside the operator's compartment from ground level to full lift height. The loader must also be equipped with an automatic bucket positioner with automatically returns the bucket from dump position to a preset, adjustable digging angle. The bucket is brought to the preset digging angle by pulling the bucket control lever to the rollback position. The lever must be capable of holding the bucket in the rollback position by use of spring tension as the bucket cylinder opens. The bucket control moves to the hold posit -4 by means of a mechanical linkage connected to the cylinder which trips an air valve when it reaches the adjustable trigger point. STEERING Steering is to be full power hydraulic. Steering must be capable of operating smoothly at all engine speeds. Articulation to the left or the right shall be not less than 40*. Steering pump shall be single element gear type. OPERATOR'S COMPARTMENT To be located on the front half of the machine, directly over the center hinge pin and must be capable of viewing the bucket working area with no obstruction from the cab or loader's frame. Operator's compartment must swing away from rear chassis for inspection of transmission, hoses and steering hydraulics. Operator's compartment shall consist of a fully enclosed steel cab complete with rollover protective structure (SAE -J-394 Code). Cab ;windshield to be single flat piece of tinted safety glass with no center molding to bloc• operator's view. Cab to be complete with front windshield wiper and washer, heater a;_d defroster. Access and egress of operator's compartment shall be by means of full length door and non-skid open ladder steps. Operator's compartment shall be sound suppressed. Operator's compartment is to be so designed that the right hand controls the bucket and boom while the left hand is free to steer or make shifts and directional changes. Dual brake pedals are to be located to the left of the steering column. HYDRAULIC SYSTEM Machine is to have a closed and pressure controlled hydraulic system complete with vacuum -6- ,IDD) T1.0-'AL i.,:1t:IF:IE`.:: CS?CCUBIC ARTICULATED P:'.r. relief. The reservoir is to be sealed and pressurized at not more than 30 psi. Re- servoir is to be complete with sight guage. The reservoir is to be equipped with a full flow filtration system to be comprised of no more than one 10 micron spin -on type filter. A single hydraulic gear -type pump is to be located below the hydraulic reservoir. All of the pump flow is to be passed through a flow control spool in the steering valve which is to provide two supply flows for the steering and loader circuits. System is to be so designed that when the steering circuit is actuated, it is given priority and receives the pump's supply flow. Once'the steering circuit is satisfied,.all excess flow is to be passed on to the loader control valve. When the steering circuit is not actuated, all of the pump flow is to be passed on to the loader control valve. If the loader control valve is not actuated the oil flow is to pass through center and is to be filtered before re- turning to .the reservoir. Machine is to be equipped with three spool valve, piping and controls to actuate boom, bucket tilt and bucket tines. ENGINE Loader engine is to be a 4 -cycle diesel, direct start, direct injection and naturally aspirated. Engine shall have a rated horsepower of not less than 80 and a flywheel HP of not less than 74, at a governed RPM of not more than 2500. Engine is to be equipped with a 24 volt electrical system and an alternator of not less than 40 amps. Cylinders shall have a bore and stroke of not less than 3.937 x 5.5. The cubic inch displacement shall be not more than 268 cubic inches. Engine shall be equipped with a dry type air cleaner with safety element. Engine and loader to be of the same manufacturer. TRANSMISSION Transmission must be countershaft type, full powershift in all speed ranges both forward and reverse. Transmission must be of the soft -shift design capable of allowing range and directional changes at full engine RPM. Transmission shall be not less than 3 -speed ranges forward and 3 -speed ranges in reverse with the following speeds to the minimum: SPEEDS 1st 2nd 3rd Forward, mph 0-5.30 0-10.25 0-21.47 Reverse, mph 0-5.26 0-10.17 0-21.3 TORQUE CONVERTER Loader to be equipped with a single stage, single phase torque converter having a stall ratio of not less than 2.95 to 1. DIFFERENTIALS Differentials must be of•the conventional type both front and rear. AXLES Axles are to be heavy-duty type with inboard planetary final drive four wheel drive. Front axles to be fixed, rear axle is to oscillate a total of not less th.qu ortica1 wheel travel is to be not less than 14.6". -7 -_ •WN OF SO LIT HOLD ADDITIp�aAL EQUIPMENT: WN CUBIC YARD ARTICULATED PAY » BRAKES Service brakes are to be four wheel hydraulic disc brakes. Brakes are to be inboard mounted wet disc with separate axle -by -axle operation and complete with warning indicator light and buzzer. Loader is to be equipped with "operator's choice" braking. Left pedal is to neutralize the transmission and apply the brakes. The right pedal is to apply the brakes only. If Parking brake is to be 10" drum type, mounted on the pinion shaft. Brake is to be hand operated with warning light on dash. LIGHTS To consist of: 2 working and travelling, 2 front and rear driving, 2 stop, tail and directional signals. System failure lights to consist of: engine coolant temperature, engine oil pressure and torque converter oil temperature. INSTRUMENTATION Machine to be equipped with the following guages: Engine coolant temp. Fuel level Torque converter oil temp. Voltmeter Hourmeter ADDITIONAL EQUIPMENT Loader shall be equipped with the following additional equipment: Anti -vandalism kit Ether Starting Adi Inside Rearview Mirrors Back -Up Alarm Cartridge Type filters for engine oil, transmission torque converter, oil and hydraulic oil SERVICE CAPACITIES Electric Horn Engine Compartment Side Panels Master Key Disconnect Muffler Neutral Safety Start Safety Lock for Loaders and. transmission controls Counterweight The capacities listed below are to be minimum capacities necessary for operation of a loader of this size: Cooling System _ 10.5 Gals. Lube Systems: Crankcase 2.5 Transmission & Converter 4.5 Differential & Final Drive, Front 4 Differbntial & Final Drive, Rear 4 Hydraulic System 10 Fuel Tank 31.5 OPERATING CAPACITIES . OG11N OF SOUTHOLD ADDITIONAL EQUIPMENT: USED, 1�'2 CUBIC YARD ARTICULATED PAYLOACA OPERATING CAPACITIES (continued) Capacities listed below are to be minimum capacities: Turning Radius, outside corner of bucket Lifting Capacity Static Tipping Load Straight Ahead In Full Turn Breakout Force Weight OPERATING DIMENSIONS Maximum Dump Clearance Maximum Reach at Full Dump Height with Bucket at 45° angle Maximum hinge pin height TIRES 16'2" 10,735 lbs. 1 9,900 lbs. 9,.840 lbs. 14,820 lbs. 15,360 lbs. 8'11" 3' 3" 11' 2" 15.5 x 25, 8PR, L-2 Tires. Tires to have not less than '%% wear remaining. EQUIPMENT BEING BID MUST BE MANUFACTURED NOT EARLIER THAN 1980. VENDOR :FUST GUARANTEE MACHINE FOR THREE MONTHS, ZT VENDOR REQUIREMENTS VENDOR MUST HAVE FULL SERVICE FACILITY VENDOR :FUST BE MANUFACTURER'S REPRESENTATIVE FOR MODEL EQUIPMENT BEING BID VENDOR MUST STOCK A FULL INVENTORY OF PARTS FOR THE EQUIPMENT BEING BID VENDOR ;NST BE CAPABLE OF SERVICING EQUIPMENT IN THE FIELD VENDOR MUST HAVE A FULL LIBRARY OF PARTS AND SERVICE MANUALS JUDITH T. TERRY TOWN CLERK REGISTRAR OI' VITAL S"I A HsTICS OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD • Town Hall, 53095 Main Road P.O. BOX 728 Southold, New York 11971 TELEPHONE, (516)765-1801 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTIONS WERE ADOPTED BY THE SOUTHOLD TOWN BOARD AT A REGULAR MEETING HELD ON SEPTEMBER 20, 1983: RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Edward Ehrbar, Inc. for supplying the Town of Southold with one used 42 cu. yd. front-end loader (International H -90E), all in accordance with the bid documents, at the total price of $140,000.00, and rejects Option lA to furnish and install air conditioner for the aforesaid 42 cu. yd. front-end loader. RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Edward Ehrbar, Inc. for supplying the Town of Southold with one used 12 cu. yd. front end loader (International 510), all in accordance with the bid documents, at the total price of $25,000.00, with trade-in allowance for Town's caterpillar D-6 in the amount of $5,500.00. udith 'Ir. Te�� Y j Southold Town Clerk September 21, 1983 a OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD • Town Hall, 53095 Main Road P.O. BOX 728 Southold, New York 11971 TELEPHONE, (516)765-1801 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTIONS WERE ADOPTED BY THE SOUTHOLD TOWN BOARD AT A REGULAR MEETING HELD ON SEPTEMBER 20, 1983: RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Edward Ehrbar, Inc. for supplying the Town of Southold with one used 42 cu. yd. front-end loader (International H -90E), all in accordance with the bid documents, at the total price of $140,000.00, and rejects Option lA to furnish and install air conditioner for the aforesaid 42 cu. yd. front-end loader. RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Edward Ehrbar, Inc. for supplying the Town of Southold with one used 12 cu. yd. front end loader (International 510), all in accordance with the bid documents, at the total price of $25,000.00, with trade-in allowance for Town's caterpillar D-6 in the amount of $5,500.00. udith 'Ir. Te�� Y j Southold Town Clerk September 21, 1983 1] JUDITH T. TERRY TOWN CLERK REGISTRAR OP VITAL STA I ISTICS OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD Mr. Gustave J. Wade, President All Island Equipment Corp. 39 Jersey Street West Babylon, New York 11704 Dear Mr. Wade: Town Hall, 53095 Main Road P.O. Box 728 Southold, New York 11971 TELEPHONE (516) 765-1801 September 22, 1983 The Southold Town Board at a regular meeting held on September 20, 1983 accepted the bid of Edward Ehrbar, Inc. for supplying the Town of Southold with one used 12 cu. yd. front end loader, all in accordance with the bid documents, at the total price of $25,000.00, with trade-in allowance for Town's Caterpillar D-6 in the amount of $5,500.00. Your bid check will be returned to you upon signing of the contract with Edward Ehrbar, Inca Very truly yours, Judith T. Terry Southold Town Clerk illk a° JUDITH T. TERRY TOWN CLERK REGISTRAR OP VITAL S'T'ATISTICS OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD Town Hall, 53095 Main Road P.O. Box 728 Southold, New York 11971 TELEPHONE (516) 765-1801 September 22, 1983 Terence A. Pyres, Sr., Vice -President Theodore J. Burke & Son, Inc. _ P. 0. Box 288 Huntington Station, New York 11746 Dear ?dr. Pyres: The Southold Town Board at a regular meeting held on September 20, 1983 accepted the bid of Edward Ehrbar, Inc. for supplying the Town with one used 12 cu. yd. front end loader, all in accordance with the bid documents, at the total price of $25,000.00, with trade-in allowance for Town's Caterpillar D-6 in the amount of $5,500.00. Your bid check will be returned to you upon signing of the contract with Edward Ehrbar. Very truly yours, Judith T. Terry Southold Town Clerk JUDITH T. TERRY TOWN CLERK REGISTRAR OF VITAL STATISTICS • »� 4y OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD Town Hall, 53095 Main Road P.O. BOX 728 Southold, New York 11971 TELEPHONE (516) 765-1801 - September 22, 1983 Joseph G. Bilak, Assistant Secretary H. 0. Penn Machinery Company, Inc. 660 Union Avenue Holtsville, New York 11742 Dear Mr. Bilak: The Southold Town Board at a regular meeting held on September 20, 1983 accepted the bid of Edward Ehrbar, Inc. for supplying the Town of Southold with one used 12 cu. yd. front end loader, all in accordance with the bid documents, at the total price of $25,000.00, with trade- in allowance for Town's Caterpillar D-6 in the amount of $5,500.00. Your bid check will be returned to you upon signing of the contract with Edward Ehrbar. Very truly yours, Judith T. Terry Southold Town Clerk 0 .1 BID TO THE TOWN BOARD OF THE TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK FOR THE PURCHASE OF LANDFILL EQUIPMENT (FRONT-END LOADER$) 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", "Specifications" and form of IlContract", and this bid form, and that the undersigned hereby proposes to sell to the Town of Southold the landfill equipment (Front-end loaders) 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 sum, to wit: 1. Furnish and deliver one used 4 2 cu. yd, front-end loader, all in accordance with the bid documents at the total price of One Hundred - Forty Thousand Dollars Dollars ($ 140,000.00 ) Option IA Furnish and install air conditioner for above 42 cu. yd, front-end loader, all in accordance with the bid documents at a total price of Three Thousand, Two Hundred and Forty -Eight Dollars ($ 3,248.00 ) II. Furnish and deliver one used 12 cu. yd. front end loader all in accordance with the bid documents at the total price of Twenty -Five Thousand A Dollars ($ 25, 000.00 ) III. Trade-in allowance for Town's caterpillar D-6 Crawer Dozer in the amount of Five Thousand, Five Hundred Dollars ($ 5,500.00 ) 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 International Model H -90E Payloader - 30 Days, International Model 510 Payloader - 6-8 weeks days after contract signing. In default of the performance of any of these conditions on my part to be performed, the certified check in the amount of $ 5% Bid Bond (5% of total 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 615 MIDDLE colTNTRY ROAD, SELDEN, LONG ISLAND, NEW YORK 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 corporation 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 the truth thereof, such penalties being applicable to the bidder as well as the person signing in its behalf; (e) That attached hereto (if a corporate bidder) is a certified copy of resolution -2- � � t authorizing the execution of -this certificate by the signator of this bid or proposal in behalf of the corporate bidder. w -3- Signatu ,rdof Bidder WILLIAM J. AHERN, JR. VICE PRESIDENT/GENERAL MANAGER EDWARD EHRBAR, INC. I CERTIFIED COPY OF RESOLUTION AUTHORIZING THE EXECUTION OF NON -COLLUSIVE BIDDING CERTIFICATION. IN BEHALF OF CORPORATE BIDDER RESOLVED THAT ' WILLIAM J. AHERN, JR. be authorized to sign and submit the bid or proposal of this corporation for the furnishing of Landfill Equipment to the Town of Southold, Suffolk County, 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 corporation, 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 EDWARD EHRBAR, INC. corporation at a meeting of the Board of Directors held on the 29th day of APRIL 1983. 4e- ROBERT F. FLANAGAN (Seal of Corporation) • ♦ L LEGAL NOTICE NOTICE TO BIDDERS 0 -. NOTICE IS HEREBY GIVEN, that sealed bids are sought and requested for the purchase of landfill equipment by the Town of Southold, consisting of a used 4.1 yard front-end loader and a used 1.1 yard front end loader. The sealed bids will be received by the Town Clerk of the Town of Southold at the Town Clerk's Office, Main Road, Southold, New York, Until 11:00 A.M. on the 16th day of September 1983, 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 Town Clerk of the Town of Southold, 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 total bid price, less trade-in allowance, 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. If the a The Town Board of the •Town of Southold reserves the right to reject any and all bids and to wiave 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 Landfill Equipment (Track Type Dozer)" and addressed to Judith T. Terry, Town Clerk, Southold Town Hall, Main Road, Southold, New York. Dated: August 26, 1983 JUDITH T. TERRY TOWN CLERK PLEASE PUBLISH ONCE, SEPTEMBER 1, 1983, AND FORWARD TWO (2) AFFIDAVITS OF PUBLICATION TO JUDITH T. TERRY, TOWN CLERK, TOWN HALL, MAIN ROAD, SOUTHOLD, NEW YORK 11971. Copies to the following on 8/26/83: The Suffolk Times The Long Island Traveler -Watchman Town Board Members Superintendent of Highways Dean Town Clerk's Bulletin Board -2- TOWN OF SOUTHOLD INFORMATION AND INSTRUCTIONS TO BIDDERS FOR LANDFILL EQUIPMENT (FRONT END LOADERS) 04 1. It is the intention of these specifications to request bids for the purchase of a used 41 cubic yard front end loader and a used 1.21 cubic yard front end loader and to trade-in a town owned Caterpillar D-6 crawler dozer. It is also the intention to request bids on optional equipment consisting of an air conditioner to be installed by the bidder on the 4 2 cubic yard front end loader. 2. Bidders may submit bids for both of the front end loaders, or for either front end loader specified, but in either event, the bidder must offer to take in trade the town's D-6 crawler dozer at the price specified in his bid for such trade-in. Notwithstanding the foregoing, however, the Town reserves the right to accept or reject the bid for either or both front end loaders. The Town further reserves the right to accept the bid for either or both front end loaders and to reject the bidder's trade-in offer for the Town's D-6 crawler dozer. 3. 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. 4: Where a particular item of equipment is specified by name, it is the intention of having that particular item supplied, or its equal. 5. Items that are not detailed specifically are left to the discretion of the bidder. 6. Each bidder must furnish details of the complete equipment to be furnished whether or not such detail items are specified herein. 7. 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. 8. Each bidder shall furnish a statement setting forth its service facilities and the location thereof. 9. Each bid must be accompanied with photographs and plans showing dimensions and overall construction of the equipment. • 10. The entire equipment including engine, body, chassis, and all component parts shall be guaranteed by the bidder for the following periods of time from the date of delivery to and acceptance by the Town of Southold, to wit: (a) 42 cubic yard loader - six months; (b) 11 cubic yard loader - three months. 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. 11. Each bidder must specify and guarantee a delivery date. 12. 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. 13. 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. 14. All bids must be in duplicate, enclosed in a sealed envelope plainly marked "Bid for Landfill Equipment (front-end loaders)" and addressed to Judith T. Terry, Town Clerk, Main Road, Southold, New York. 15. Each bid must be accompanied by a certified check made payable to the order of the Town of Southold in an amount equal to 50 of the total bid price (less trade-in allowance) conditioned that if the bid is accepted, the successful bidder will, within ten (10) days from the date of the acceptance of his bid, enter into a written contract in the form attached hereto, to furnish said equipment. 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. 16. 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 requirements, the Town shall pay the successful bidder the total price as set forth in his bid. -2- 17. 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 bids should it be deemed in the best interest of the Town of Southold. Dated: BY ORDER OF THE SOUTHOLD TOWN BOARD - JUDITH T. TERRY TOWN CLERK -3- ' TO N OF SOUTHOLD SPFC1tFICATIONS FOR: USED, CUBIC YARD ARTICULATED RUBBEOIRED LOADER INTENTION It is the intention of the following specifications to describe a 4 -wheel drive, articu- lated, rubber -tired loader which shall be of rugged frame design with triangular shaped front frame. Frame shall be jointed by a heavy duty, hinge pin assembly and capable of taking the severest applications. Boom arms, axles and lift cylinders shall be mounted at the corners for strength. Rear frame shall be constructed to allow easy access for servicing of drive line components and shall be equipped with a -rear drawbar. Machine to be manufactured not earlier than 1981, and to have no more than 1,150 hours of use. ENGINE 8 -cylinder "V" design, 4 cycle, turbocharged, direct injection, direct start diesel engine with a minimum of 573 cubic inch displacement, net flywheel horsepower shall be 239 at a minimum of 2500 RPM. Engine shall have a minimum bore and stroke of 4.5" x 4.5". Engine shall be equipped with two, large capacity, spin on lube filters and dry type dual stage air cleaner with safety element. Engine compartment shall be complete with side covers so designed to duct cooling air over other components, side covers shall be easily removed. Engine and loader shall be of same manufacturer. Machine shall be equipped with ether starting aid. Engine shall be complete with a fan guard. TORQUE CONVERTER Torque converter shall be of single stage, single phase design and is to have a stall ratio of not more than 2.6 to 1. TRANSMISSION Shall be countershaft type, constant mesh design. It shall be full powershift in all speed ranges, forward and reverse. Transmission must have at least 4 speeds forward and at least 4 speeds in reverse, and shall shift mechanically and hydraulically. Trans- mission to have a speed range of 0 mph to a minimum speed of 31.7 mph in forward and reverse speeds. DIFFERENTIALS Are to be of the Power transfer type and shall be designed not to lock up. AXLES Shall be heavy duty type with full floating axle shafts and planetary final drive. Planetary drives shall provide gear reduction at wheel hubs. The sun gear and axle shaft shall be forged from one piece. Rear axle shall be oscillating type allowing one rear tire to be raised not less than 23 inches higher than the other before the cradle is re- stricted by the frame, for a minimum of 30°. BELLY PAN Y' plate guard to be installed forward and after the articulation point of the machine. Bolted to frame and so designed that one man is capable of removal and installation of all components. SPECIFICATIONS FOR: TOWN OF SOUTHOLD USED, 4'1 CUBIC YARD ARTICULATED RUBBER TI* LOADER BRAKES Four wheel air -over -hydraulic, wedge activated shoe with axle by axle operation. Machine shall be equipped with operator's choice braking with left pedal neutralizing the trans- mission and applying brakes, and the right pedal applies the brakes only. The brakes shall consist of two wheel cylinders in each wheel, which, when activated by air, force the brake shoes against the drums by a wedge type activator and shall be activated hydraulically. Brakes shall apply automatically if and when the air pressure fall -s below the safe level; all operating parts shall be sealed in fluid and shall be self-lubricating. Brakes shall be serviced from the back side without removing tire or wheel and without disturbing the planetary drives. The brake system shall service each axle separately assuring that an air or hydraulic failure anywhere in the system will affect only an axle. Parking brakes shall be mechanical type on intermediate drive shaft with indicator light. LOADER MECHANISM Shall be operated by lever to be located to right of operator and shall have indicator to provide visual indication of bucket operation. Loader mechanism to have no more than 14 pivot points ane bushings shall be equipped with cord ring seals. Pivot point lubrication shall be no more than every f ifty hours. Bucket shall be equipped with a double acting single bucket cylinder with a bore and stroke of not more than 8" x 20.5" and complete with a hardened chromeplated piston rod. Cylinder shall be so designed that during the digging cycle, the rollback cylinder overrides the lift cylinder. Smaller piston area shall be used for dumping. Loadbr mechanism shall be equipped with an automatic boom kickout which will allow the operator to preset the de- sired boom stop height. This shall be accomplished through an actuator on the boom arm assembly which contacts a valve as the boom is raised. Adjustment shall be made from in- side the operator's compartment from ground level to full lift height. Loader shall be equipped with two lift cylinders to have a bore and stroke of not less than 7" x 39" and must be capable of raising the bucket to its maximum height in not less than 7.9 seconds. Smaller piston area (return stroke) to be used in the lowering of the bucket with lowering, time to be not less than 5.6 seconds. Boom arms shall be fabricated box sections constructed of high strength alloy steel. Boom arms shall be independently mounted and bucket hinge pin bosses are to be welded to the boom side plates. Large diameter bucket hinge pings are to incorporate hardened alloy bushings, grease fittings, large capacity grease cavities and split cord ring seals. Boom controls shall have raise, hold, down pressure and float positions. Boom controls shall be designed to be operated by the right hand. Boom controls shall be attached to a control valve with minimum linkage. Bucket shall be equipped with automatic bucket positioner. Loader bucket must be General Purpose type having a SAE rated capacity of not less than 4.5 cu. yd. with an overall width of not more than 120" wide. Bucket to have sharply sloped back sides for maximum penetration, as well as a large throat opening for easy complete loading, the hinge pin location shall be at the lower back of bucket. Weld -on bucket cutting edge shall be constructed of abrasion resistant Durasteel with a flat design capable of being replaced without disturbing the backing plate or cutting away any part of the bucket. Sidecutters to be constructed of 3/4" T-1 steel and all four corners of the bucket opening to be cast steel reinforced. Bucket hinges shall be wrap-around support type. Bucket cutting edge to have 90 % wear remaining. TOWN OF SOUT HOLD SPECIFfCATIONS FOR: USED, 4z*BIC YARD ARTICULATED RUBBER *D LOADER STEERING Steering shall be by means of steering wheel. Steering shall be full hydraulic power with mechanical followings. Steering hydraulics shall be complete with a demand valve which proportions the hydraulic flow from a switch pump to thA'loader and steering circuit. Steering cylinders shall have a bore and stroke of not less than 4" x 17". At low engine RPM, machine shall be equipped with a demand valve which is to divert the greater portion of hydraulic flow from the switch pump to the steering system. At medium RPM, the demand valve shall deliver enough hydraulic flow from the switch pump to the loader circuit. At high engine RPM the demand valve shall divert the greater portion of the switch pump hydraulic flow to the loader circuit and at the same time, deliver sufficient hydraulic oil to the steering circuit to provide controlled, predictable steering without fast, jerky oversteer. OVERALL DIMENSIONS The loader shall have an overall length of not more than 23'7.75" with a ground clearance of not less than 18.75". The loader shall have a height to the top of the cab not more than 11''10.5". Loader shall have a dump height at the hinge pin of not less than 159". Reach at maximum height and 45` dump angle shall be no less than 48", in addition, wheel- base to be not more than 120" in length. HYDRAULIC SYSTEM Shall be closed and pressure controlled and vacuum relief with hydraulic reservoir tank, of not less than 35 gallon capacity, shall be cylindrical in shape and mounted directly above the converter and vane type pumps. System shall be equipped with not more than four full -flow 5.0 micron filters. Filter bases shall be equipped with anti -backwash valve. Hydraulic reservoir shall be equipped with anti -void valve and suction screen. Cover on hydraulic reservoir shall be full diameter and removable. OPERATOR'S COMPARTMENT Shall be located on the front half of the machine, directly over the center hinge pin, and shall be capable of viewing the bucket and working area with no obstruction from the cab or loader's frame. Operator's compartment shall swing away from rear chassis for inspection of transmission, hoses and steering hydraulics. Operator's compartment shall be located away from engine and exhaust. Operator's compartment shall consist of a fully enclosed steel cab complete with rollover protective structure (SAE J-394 CODE). Cab windshield shall be single flat piece of tinted safety glass with no center molding to block operator's view. Cab shall be complete with windshield wiper and with bucket suspension type operator's seat with seat belt. The cab doors shall be full length with piano type hinges and rubber seals. Access and egress from operator's compartment shall be made by means of non-skid open ladder steps from both sides of machine. Instruments shall be color coded and shall be located in lighted shock -mounted panel directly in front of operator. Guages are to be as follows: air pressure, air cleaner service indicator, engine oil pressure, fuel, service meter, torque converter oil temperature, volt meter and water temperature. Operator's seat shall be suspension type. Cab shall be sound suppressed and have rearview mirror. Cab shall also contain inside rearview mirror, heater and fan defroster. ARTICULATED PINS Center hinge pins shall be widely spaced constructed of high strength steel and shall be complete with self -aligning spherical bushings. Hinge pins shall be protected by cord ring seals. • TOWN OF SOUTHOLD SP,E�,1FI( ;,TIONS FOR: USED, 411 IC YARD ARTiCU'LAJEU RUBBER Top LOADS -2 LIGHTS AND ALARMS Shall consist of two(2) headlights, two (2) stop and tail lights, two (2) backup lights, one (1) left and one (1) right hand dual faced directional lamps, showing amber to the front and red to the rear. The signal lamps shall be mounted near the center of the machine and shall be visible from front and rear. The safety flasher shall flash both the right and left simultaneously. Machine shall be equipped with backup alarm. PAINT Machine shall be sandblasted and painted manufacturer's standard colors. TIRES Four (4) 26.5 x 25, 20PR, L-4. The Tires are to be new. Tires are to be polyurethane filled for use in landfill applications. MANUALS Operatorts and parts manuals to be included. SERVICE CAPACITIES The capacities listed below shall be minimum capacities necessary for operation of a loader for this size: A Cooling System 18 Gals. Crankcase 8 Gals. Transmission 7.5 Gals. Differential & Final Drive, Front 8 Gals. Differential & Final Drive, Rear 8 Gals. Hydraulic System 45 Gals. Fuel Tank 97 Gals. OPERATING CAPACITIES Capacities listed below shall be minimum capacities: Turning Radius, outside corner of bucket Lifting Capacity Static Tipping Load Straight Ahead In Full Turn Breakout Force Weight ADDITIONAL EQUIPMENT Backup Alarm Vandal Protection Fan Guard Ether Starting Aid Counterweight Cold Weather Brakes Rear Wiper with Washer 22'5.5" 47,985 lbs. 29,637 lbs. 26,673 lbs. 34,366 lbs. 43,248 lbs. Equipment being bid must be manufactured not earlier than 1981. Vendor must guarantee machine for;six (6) months OPTIONAL EQUIPMENT AIR CONDITIONER W Air conditioner to be provided is to be custom fit to International Model H -90E Payloader. Remote condensor to be provided. Compressor is to be of the belt driven type and is to be mounted in engine compartment. Cooling Capacities: 28,000 BTU Recirculating Air, 24,000 BTU Outside Filtered Air. System to be pressurized. Air conditioner to be in- stalled by air conditioner manufacturer. ADDITIONAL EQUIPMENT: USED, 12 CUBIC YARD ARTICULATED PAYLOADER It is the intention of the following specifications to describe a four-wheel drive articulated rubber tired front end loader to be manufactured not earlier than 1980 and to have not more than 1,650 hours of use. OVERALL DIMENSIONS The loader must have an overall length of not more than 18' and a ground clearance of not less than 17.5". The machine must have a height to the top of the cab of not less than 10'3.5". The overall width of the machine to be not less than 94". BUCKET Bucket to be new, 111 cubic yard, general purpose type bucket with two hydraulically actuated top mounted tines. Bucket shall have a minimum width of not less than 'i4 " and a height to spill plate of not less than 3(-". Bucket floor shall have a minimum thickness of not less than !j" and shall be equipped with wear bars at both left and right sides constructed at a minimum of 3/4" x 10" mounted from cutting edge covering entire length of bottom and wrapping a minimum of 60 up the back side of bucket. Bucket floor shall also be equipped with two wear bars the width of the boom mountings. The two wear bars and floor shall be constructed of grade X10 abrasion resistant steel. Bucket cutting edge shall be constructed of high strength alloy steel with a minimum Bernell hardness of 321 and a minimum yield strength of 120,000. Side cutting edges shall be constructed of 3/4" minimum T1 grade steel. Bucket tines shall be welded box -type construction, 4" width minimum at widest part tapering towards bottom end. Tines shall be actuated by two in- dependent operating double acting hydraulic cylinders with a minimum bore and stroke of ., Sia x/o Cylinders shall have chromeplated rods and have a minimum operating pressure o not less than 2500 psi. Tines shall have a minimum opening measured from tip of tine to bucket cutting edge of not less than All the pivot points shall be equipped with re- placeable hardened steel bushings and pins with a minimum diameter of 1-3/4" with bolt type retainers. Bucket to weigh no less than 2,250 lbs. LOADER MECHANISM Loader mechanism is to be of the bellcrank type. Loader mechanism is to have no more than 13 pivot points. All pivot points are to be equipped with sealed linkage. Pivot point lubrication is to be no more than every 200 hours. -5- TOWN OF SOUTHOLD SPECIFICATIONS FOR: USED, 41-2 IC YARD ARTICULATED RUBBER T W LOADER Equipment being bid must be manufactured not earlier than 1981. Vendor must guarantee machine for;six (6) months OPTIONAL EQUIPMENT AIR CONDITIONER W Air conditioner to be provided is to be custom fit to International Model H -90E Payloader. Remote condensor to be provided. Compressor is to be of the belt driven type and is to be mounted in engine compartment. Cooling Capacities: 28,000 BTU Recirculating Air, 24,000 BTU Outside Filtered Air. System to be pressurized. Air conditioner to be in- stalled by air conditioner manufacturer. ADDITIONAL EQUIPMENT: USED, 12 CUBIC YARD ARTICULATED PAYLOADER It is the intention of the following specifications to describe a four-wheel drive articulated rubber tired front end loader to be manufactured not earlier than 1980 and to have not more than 1,650 hours of use. OVERALL DIMENSIONS The loader must have an overall length of not more than 18' and a ground clearance of not less than 17.5". The machine must have a height to the top of the cab of not less than 10'3.5". The overall width of the machine to be not less than 94". BUCKET Bucket to be new, 111 cubic yard, general purpose type bucket with two hydraulically actuated top mounted tines. Bucket shall have a minimum width of not less than 'i4 " and a height to spill plate of not less than 3(-". Bucket floor shall have a minimum thickness of not less than !j" and shall be equipped with wear bars at both left and right sides constructed at a minimum of 3/4" x 10" mounted from cutting edge covering entire length of bottom and wrapping a minimum of 60 up the back side of bucket. Bucket floor shall also be equipped with two wear bars the width of the boom mountings. The two wear bars and floor shall be constructed of grade X10 abrasion resistant steel. Bucket cutting edge shall be constructed of high strength alloy steel with a minimum Bernell hardness of 321 and a minimum yield strength of 120,000. Side cutting edges shall be constructed of 3/4" minimum T1 grade steel. Bucket tines shall be welded box -type construction, 4" width minimum at widest part tapering towards bottom end. Tines shall be actuated by two in- dependent operating double acting hydraulic cylinders with a minimum bore and stroke of ., Sia x/o Cylinders shall have chromeplated rods and have a minimum operating pressure o not less than 2500 psi. Tines shall have a minimum opening measured from tip of tine to bucket cutting edge of not less than All the pivot points shall be equipped with re- placeable hardened steel bushings and pins with a minimum diameter of 1-3/4" with bolt type retainers. Bucket to weigh no less than 2,250 lbs. LOADER MECHANISM Loader mechanism is to be of the bellcrank type. Loader mechanism is to have no more than 13 pivot points. All pivot points are to be equipped with sealed linkage. Pivot point lubrication is to be no more than every 200 hours. -5- TOWN OF SOUTHOLD AnDITIOx+AL EQUIPMENT: US� 1'-z CUBIC YARD ARTICULATED PAWADER Loader mechanism is to be equipped with heavy single plate boom arms which are to be fabricated of high strength steel designed to withstand maximum stress. Boom is to be operated by two double acting lift cylinders having a bore and stroke of 4.0" x 22" with chromeplated piston rods. Bucket ram is to be one double-acting, having a bore and stroke of 4" x 17.5" with chromeplated piston rod. Loader mechanism to be so designed that the power stroke involving the larger piston area to be used for digging, breakout and lifting. The smaller piston area or return stroke is to be used for lowering and dumping. Loader mechanism is to be equipped with metal -to -metal "rap -out". Loader mechanism to be equipped with an automatic boom kickout which will allow the operator to preset the desired boom stop height. The operation is to be accomplished through an actuator on the boom arm assembly which contacts a rod as the boom is raised. Through mechanical action, the rod must cause the boom control lever to move from the raise position to the hold position -stopping the boom. The stopping height must be adjustable through a tur bucket in the linkage. Adjustment must be made from inside the operator's compartment from ground level to full lift height. The loader must also be equipped with an automatic bucket positioner with automatically returns the bucket from dump position to a preset, adjustable digging angle. The bucket is brought to the preset digging angle by pulling the bucket control lever to the rollback position. The lever must be capable of holding the bucket in the rollback position by use of spring tension as the bucket cylinder opens. The bucket control moves to the hold positic by means of a mechanical linkage connected to the cylinder which trips an air valve when it reaches the adjustable trigger point. STEERING Steering is to be full power hydraulic. Steering must be capable of operating smoothly at all engine speeds. Articulation to the left or the right shall be not less than 40*. Steering pump shall be single element gear type. OPERATOR'S COMPARTMENT To be located on the front half of the machine, directly over the center hinge pin and must be capable of viewing the bucket working area with no obstruction from the cab or loader's frame. Operator's compartment must swing away from rear chassis for inspection of transmission, hoses and steering hydraulics. Operator's compartment shall consist of a fully enclosed steel cab complete with rollover protective structure (SAE -J-394 Code). Cab -windshield to be single flat piece of tinted safety glass with no center molding to bloc. operator's view. Cab to be complete with front windshield wiper and washer, heater ai.d defroster. Access and egress of operator's compartment shall be by means of full length door and non-skid open ladder steps. Operator's compartment shall be sound suppressed. Operator's compartment is to be so designed that the right hand controls the bucket and boom while the left hand is free to steer or make shifts and directional changes. Dual brake pedals are to be located to the left of the steering column. HYDRAULIC SYSTEM Machine is to have a closed and pressure controlled hydraulic system complete with vacuum -6- relief. The reservoir is to be sealed and pressurized at not more than 30 psi. Re- servoir is to be complete with sight guage. The reservoir is to be equipped with a full flow filtration system to be comprised of no more than one 10 micron spin -on type filter. A single hydraulic gear -type pump is to be located below the hydraulic reservoir. All of the pump flow is to be passed through a flow control spool in the steering valve which is to provide two supply flows for the steering and loader circuits. System is to be so designed that when the steering circuit is actuated, it is given priority and receives the pump's supply flow. Once'the steering circuit is satisfied,.all excess flow is to be passed on to the loader control valve. When the steering circuit is not actuated, all of the pump flow is to be passed on to the loader control valve. If the loader control valve is not actuated the oil flow is to pass through center and is to be filtered before re- turning to .the reservoir. Machine is to be equipped with three spool valve, piping and controls to actuate boom, bucket tilt and bucket tines. ENGINE Loader engine is to be a 4 -cycle diesel, direct start, direct injection and naturally aspirated. Engine shall have a rated horsepower of not less than 80 and a flywheel HP of not less than 74, at a governed RPM of not more than 2500. Engine is to be equipped with a 24 volt electrical system and an alternator of not less than 40 amps. Cylinders shall have a bore and stroke of not less than 3.937 x 5.5. The cubic inch displacement shall be not more than 268 cubic inches. Engine shall be equipped with a dry type air cleaner with safety element. Engine and loader to be of the same manufacturer. TRANSMISSION Transmission must be countershaft type, full powershift in all speed ranges both forward and reverse. Transmission must be of the soft -shift design capable of allowing range and directional changes at full engine RPM. Transmission shall be not less than 3 -speed ranges forward and 3 -speed ranges in reverse with the following speeds to the minimum: SPEEDS 1st 2nd 3rd Forward, mph 0-5.30 0-10.25 0-21.47 Reverse, mph 0-5.26 0-10.17 0-21.3 TORQUE CONVERTER Loader to be equipped with a single stage, single phase torque converter having a stall. ratio of not less than 2.95 to 1. DIFFERENTIALS Differentials must be of -the conventional type both front and rear. AXLES Axles are to be heavy-duty type with inboard planetary final drive four wheel drive. Front axles to be fixed, rear axle is to oscillate a total of not less than ..A. wheel travel is to be not less than 14.61'. _'i TOWN OF SOUTHOLD ADD ITIp�AL EQUIPMENT: USED'' -j CUBIC YARD ARTICULATED PAYER BRAKES Service brakes are to be four wheel hydraulic disc brakes. Brakes are to be inboard mounted wet disc with separate axle -by -axle operation and complete with warning indicator light and buzzer. Loader is to be equipped with "operator's choice" braking. Left pedal is to neutralize the transmission and apply the brakes. The right pedal is to apply the brakes only. Parking brake is to be 10" drum type, mounted on the pinion shaft. Brake is to be hand operated with warning light on dash. LIGHTS To consist of: 2 working and travelling, 2 front and rear driving, 2 stop, tail and directional signals. System failure lights to consist of: engine coolant temperature, engine oil pressure and torque converter oil temperature. INSTRUMENTATION Machine to be equipped with the following guages: Engine coolant temp. Fuel level Torque converter oil temp. Voltmeter Hourmeter ADDITIONAL EQUIPN,SENT Loader shall be equipped with the following additional equipment: Anti -vandalism kit Ether Starting Adi Inside Rearview Mirrors Back -Up Alarm Cartridge Type filters for engine oil, transmission torque converter, oil and hydraulic oil SERVICE CAPACITIES Electric Horn Engine Compartment Side Panels Master Key Disconnect Muffler Neutral Safety Start Safety Lock for Loaders and transmission controls Counterweight The capacities listed below are to be minimum capacities necessary for operation of a loader of this size: Cooling System Lube Systems: Crankcase Transmission & Converter Differential & Final Drive, Front Differential & Final Drive, Rear Hydraulic System Fuel Tank OPERATING CAPACITIES M 10.5 Gals. 2.5 4.5 4 4 10 31.5 TOWN OF SOUTHOLD ADDITIONAL EQUIPMENT: USED, VCUBIC YARD ARTICULATED PAYLOA* OPERATING CAPACITIES (continued) Capacities listed below are to be minimum capacities: Turning Radius, outside corner of bucket 16`2" Lifting Capacity10,735 lbs. Static Tipping Load , Straight Ahead 9,900 lbs. In Full Turn 9,.840 lbs. Breakout Force 14,820 lbs. Weight 15,360 lbs. OPERATING DIMENSIONS 8'11" Maximum Dump Clearance Maximum Reach at Full Dump Height 3' 3" with Bucket at 450 angle 11' 2" Maximum hinge pin height TIRES 15.5 x 25, BPR, L-2 Tires. Tires to have not less than '%% wear remaining. EQUIPMENT BEING BID MUST BE MANUFACTURED NOT EARLIER THAN 1980. VENDOR MUST GUARANTEE MACHINE FOR THREE MONTHS, ZT�. VENDOR REQUIREMENTS VENDOR MUST HAVE FULL SERVICE FACILITY VENDOR MUST BE MANUFACTURER'S REPRESENTATIVE FOR MODEL EQUIPMENT BEING BID VENDOR MUST STOCK A FULL INVENTORY OF PARTS FOR THE EQUIPMENT BEING BID VENDOR MUST BE CAPABLE OF SERVICING EQUIPMENT IN THE FIELD VENDOR MUST HAVE A FULL LIBRARY OF PARTS AND SERVICE MANUALS AGREEMENT made this day of between 1983, 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 1983. T This contract has been awarded to the aforesaid Seller who was the lowest responsible 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 1983. Within ten (10) days of the delivery of the abovt-• specified equipment and its acceptance by the Town of Southold, the Supervisor of the Town of Southold shall pay the total price for each item of the equipment as set forth in the bid. The Seller warrants the above described equipment against defective workmanship and material in accordance with the provisions of paragraph 10 of the Instructions - to Bidders, 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 afore- said equipment, provide qualified persons to instruct the Town employees desig- nated by the Highway Superintendent of the Town with respect to complete instructions for the operation and maintenance 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 of said equipment by any cause whatsoever until the same is delivered to the Town as hereinbefore provided, shall Le upon the Seller, and in the event of any such loss or damage, this contract shall be deemed rescinded. 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. _2__ IN WITNESS WHEREOF, the parties hereto have set their hands and seals, in duplicate, the day and year first above written, -3- by TOWN OFSOUTHOLD by STATE OF NEW YORK) COUNTY OF ss: WESTCHESTI�R On the 15TH day of SEPTEMBER 1983, before me personally came WILLIAM J. AHERN, JR. to me known, who, being by me duly sworn, did depose and say that he resides at NEW ROCHELLE, NEW VICE PRESIDENT/ YORK ; that he is the GEN. MANAGER of EDWARD EHRBAR,INC. 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, 4 Notary Public . ANTONOTe Notaq, MEL- Y Public, State of New York STATE OF NEW YORK) Qualified in Certificate filed in Nassau County ss: Commission ExpiresMarch 30, oulify COUNTY OF SUFFOLK)March 30, 19 ' On the day of , 1983, 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 is is the Supervisor of the TOWN OF SOUTHOLD, 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 Town Board of said corporation, and that he signed his name thereto by like order. it -4- Notary Public LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, that sealed bids are sought and requested for the purchase of landfill equipment by the Town of Southold, consisting of a used 42 yard front-end loader and a used 1 z yard front end loader. The sealed bids will be received by the Town Clerk of the Town of Southold at the Town Clerk's Office, Main Road, Southold, New York, until 11 :00 A.M. on the 16th day of September 1983, 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 Town Clerk of the Town of Southold, 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 total bid price, less trade-in allowance, 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. If the The Town Board of the Town of Southold reserves the right to reject any and all bids and to wiave 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 Landfill Equipment (Track Type Dozer)" and addressed to Judith T. Terry, Town Clerk, Southold Town Hall, Main Road, Southold, New York. Dated: August 26, 1983 JUDITH T. TERRY TOWN CLERK PLEASE PUBLISH ONCE, SEPTEMBER 1, 1983, AND FORWARD TWO (2) AFFIDAVITS OF PUBLICATION TO JUDITH T. TERRY, TOWN CLERK, TOWN HALL, MAIN ROAD, SOUTHOLD, NEW YORK 11971. Copies to the following on 8/26/83: The Suffolk Times The Long Island Traveler -Watchman Town Board Members Superintendent of Highways Dean Town Clerk's Bulletin Board -2- m TO THE TOWN BOARD OF THE TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK FOR THE PURCHASE OF LANDFILL EQUIPMENT (FRONT-END LOADERS) 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", "Specifications" and form of "Contract", and this bid form, and that the undersigned hereby proposes to sell to the Town of Southold the landfill equipment (Front-end loaders) set forth below in accordance with the Information and Instrurtinn to Rir•Irlarc +ho 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 sum, to wit: 1. Furnish and deliver one used 4 2 cu, yd, front-end loader, all in accordance with the bid documents at the total price of One Hundred - Forty Thousand Dollars Dollars ($ 140,000.00 ) Option IA Furnish and install air conditioner for above 4 z cu, yd. front-end loader, all in accordance with the bid documents at a total price of Three Thousand, Two Hundred and Forty -Eight Dollars ($ 3,248.00 ) 11. Furnish and deliver one used 1? cu. yd, front end loader all in accordance with the bid documents at the total price of Twenty -Five Thousand Dollars($ 25,000.00 ) Ill. Trade-in allowance for Town's caterpillar D-6 Crawer Dozer in the amount of Five Thousand, Five Hundred Dollars ($ 5,500.00 ) • 0 The undersigned hereby agrees to enter into a contract, within ten (10) days from the date of acceptance of this bid. The a ui me t shall be delivered to t e town within IInternational Model H -90E Payloa�erp- 330 Days, International Mode 51 Pay loa er 6-8 weeks - days after contract signing. In default of the performance of any of these conditions on my part to be performed, the certified check in the amount of $ 5% Bid Bond (5% of total 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 615 MIDDLE' .COUNTRY ROAD, SEtDEN, LONG ISLAND, NEW YORK 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 corporation 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 the truth thereof, such penalties being applicable to the bidder as well as the person signing in its behalf; (e) That attached hereto (if a corporate bidder) is a certified copy of resolution -2- authorizing the execution of •this certificate by the signator of this bid or proposal in behalf of the corporate bidder. w _P -3- Signatur of Pgrider WILLIAM J. AHERN, JR. VICE PRESIDENT/GENERAL MANAGER EDWARD EHRBAR, INC. CERTIFIED COPY OF RESOLUTION AUTHORIZING THE EXECUTION OF NON -COLLUSIVE BIDDING CERTIFICATION IN BEHALF OF CORPORATE BIDDER RESOLVED THAT WILLIAM J. AHERN, JR. be authorized to sign and submit the bid or proposal of this corporation for the furnishing of Landfill Equipment to the Town of Southold, Suffolk County, 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 corporation, 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 EDWARD EHRBAR, INC. corporation at a meeting of the Board of Directors held on the 29th day of APRIL 1983. ecreta r ROBERT F. FLANAGAN (Seal of Corporation) TOWN OF SOUTHOLD INFORMATION AND INSTRUCTIONS TO BIDDERS FOR LANDFILL EQUIPMENT (FRONT END LOADERS) 1. It is the intention of these specifications to request bids for the purchase of a used 4-21 cubic yard front end loader and a used 1-21 cubic yard front end loader and to trade-in a town owned Caterpillar D-6 crawler dozer. It is also the intention to request bids on optional equipment consisting of an air conditioner to be installed by the bidder on the 4 Z cubic yard front end loader. 2. Bidders may submit bids for both of the front end loaders, or for either front end loader specified, but in either event, the bidder must offer to take in trade the town's D-6 crawler dozer at the price specified in his bid for such trade-in. Notwithstanding the foregoing, however, the Town reserves the right to accept or reject the bid for either or both front end loaders. The Town further reserves the right to accept the bid for either or both front end loaders and to reject the bidder's trade-in offer for the Town's D-6 crawler dozer. 3. 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. 4. Where a particular item of equipment is specified by name, it is the intention of having that particular item supplied, or its equal. 5. Items that are not detailed specifically are left to the discretion of the bidder. 6. Each bidder must furnish details of the complete equipment to be furnished whether or not such detail items are specified herein. 7. 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. 8. Each bidder shall furnish a statement setting forth its service facilities and the location thereof. 9. Each bid must be accompanied with photographs and plans showing dimensions and overall construction of the equipment. 10. The entire equipment including engine, body, chassis, and all component parts shall be guaranteed by the bidder for the following periods of time from the date of delivery to and acceptance by the Town of Southold, to wit: (a) 4Z cubic yard loader - six months; (b) 111 cubic yard loader - three months. 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. 11. Each bidder must specify and guarantee a delivery date. 12. 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. 13. 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. 14. All bids must be in duplicate, enclosed in a sealed envelope plainly marked "Bid for Landfill Equipment (front-end loaders)" and addressed to Judith T. Terry, Town Clerk, Main Road, Southold, New York. 15. 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 total bid price (less trade-in allowance) conditioned that if the bid is accepted, the successful bidder will, within ten (10) days from the date of the acceptance of his bid, enter into a written contract in the form attached hereto, to furnish said equipment. 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. 16. 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 requirements, the Town shall pay the successful bidder the total price as set forth in his bid. -2- 17. 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 bids should it be deemed in the best interest of the Town of Southold. Dated: BY ORDER OF THE SOUTHOLD TOWN BOARD - JUDITH T. TERRY TOWN CLERK -3- ' . N OF SOUTHOLD • S�ECfFICATIONS FOR: USED, 42 CUBIC YARD ARTICULATED RUBBER TIRED LOADER INTENTION It is the intention of the following specifications to describe a 4 -wheel drive, articu- lated, rubber -tired loader which shall be of rugged frame design with triangular shaped front frame. Frame shall be jointed by a heavy duty, hinge pin assembly and capable of taking the severest applications. Boom arms, axles and lift cylinders shall be mounted at the corners for strength. Rear frame shall be constructed to allow easy access for servicing of drive line components and shall be equipped with a rear drawbar. Machine to be manufactured not earlier than 1981, and to have no more than 1,150 hours of use. ENGINE 8 -cylinder "V" design, 4 cycle, turbocharged, direct injection, direct start diesel engine with a minimum of 573 cubic inch displacement, net flywheel horsepower shall be 239 at a minimum of 2500 RPM. Engine shall have a minimum bore and stroke of 4.5" x 4.5". Engine shall be equipped with two, large capacity, and dry type dual stage air cleaner with safety element. Engine compartment spin on bshalltbescomplete with side covers so designed to duct cooling air over other components, side covers shall be easily removed. Engine and loader shall be of same manufacturer. Machine shall be equipped with ether starting aid. Engine shall be complete with a fan guard. TORQUE CONVERTER Torque converter shall be of single stage, ratio of not more than 2.6 to 1. TRANSMISSION single phase design and is to have a stall Shall be countershaft type, constant mesh design. It shall be full powershift in all speed ranges, forward and reverse. Transmission must have at least 4 speeds forward and at least 4 speeds in reverse, and shall shift mechanically and hydraulically. Trans- mission to have a speed range of 0 mph to a minimum speed of 31.7 mph in forward and reverse speeds. DIFFERENTIALS Are to be of the Power transfer type and shall be designed not to lock up. AXLES Shall be heavy duty type with full floating axle shafts and planetary final drive. Planetary drives shall provide gear reduction at wheel hubs. The sun gear and axle shaft shall be forged from one piece. Rear axle shall be oscillating type allowing one rear tire to be raised not less than 23 inches higher than the other before the cradle is re- stricted by the frame, for a minimum of 300. RFT.T.v PANT 2" plate guard to be installed forward and after the articulation point of the machine. Bolted to frame and so designed that one man is capable of removal and installation of all components. SPECIFICATIONS FOR: BRAKES 9 TOWN OF SOUTHOLD USED, 42 CUBIC YARD ARTICULATED RUBBER TIRED LOADER Four wheel air -over -hydraulic, wedge activated shoe with axle by axle operation. Machine shall be equipped with operator's choice braking with left pedal neutralizing the trans- mission and applying brakes, and the right pedal applies the brakes only. The brakes shall consist of two wheel cylinders in each wheel, which, when activated by air, force the brake shoes against the drums by a wedge type activator and shall be activated hydraulically. Brakes shall apply automatically if and when the air pressure falls below the safe level; all operating parts shall be sealed in fluid and shall be self-lubricating. Brakes shall be serviced from the back side without removing tire or wheel and without disturbing the planetary drives. The brake system shall service each axle separately assuring that an air or hydraulic failure anywhere in the system will affect only an axle. Parking brakes shall be mechanical type on intermediate drive shaft with indicator light. LOADER MECHANISM Shall be operated by lever to be located to right of operator and shall have indicator to provide visual indication of bucket operation. Loader mechanism to have no more than 14 pivot points ane bushings shall be equipped with cord ring seals. Pivot point lubrication shall be no more than every fifty hours. Bucket shall be equipped with a double acting single bucket cylinder with a bore and stroke of not more than 8" x 20.5" and complete with a hardened chromeplated piston rod. Cylinder shall be so designed that during the digging cycle, the rollback cylinder overrides the lift cylinder. Smaller piston area shall be used for dumping. Loader mechanism shall be equipped with an automatic boom kickout which will allow the operator to preset the de- sired boom stop height. This shall be accomplished through an actuator on the boom arm assembly which contacts a valve as the boom is raised. Adjustment shall be made from in- side the operator's compartment from ground level to full lift height. Loader shall be equipped with two lift cylinders to have a bore and stroke of not less than 7" x 39" and must be capable of raising the bucket to its maximum height in not less than 7.9 seconds. Smaller piston area (return stroke) to be used in the lowering of the bucket with lowering time to be not less than 5.6 seconds. Boom arms shall be fabricated box sections constructed of high strength alloy steel. Boom arms shall be independently mounted and bucket hinge pin bosses are to be welded to the boom side plates. Large diameter bucket hinge pings are to incorporate hardened alloy bushings, grease fittings, large capacity grease cavities and split cord ring seals. Boom controls shall have raise, hold, down pressure and float positions. Boom controls shall be designed to be operated by the right hand. Boom controls shall be attached to a control valve with minimum linkage. Bucket shall be equipped with automatic bucket positioner. Loader bucket must be General Purpose type having a SAE rated capacity of not less than 4.5 cu. yd. with an overall width of not more than 120" wide. Bucket to have sharply sloped back sides for maximum penetration, as well as a large throat opening for easy complete loading, the hinge pin location shall be at the lower back of bucket. Weld -on bucket cutting edge shall be constructed of abrasion resistant Durasteel with a flat design capable of being replaced without disturbing the backing plate or cutting away any part of the bucket. Sidecutters to be constructed of 3/4" T-1 steel and all four corners of the bucket opening to be cast steel reinforced. Bucket hinges shall be wrap-around support type. Bucket cutting edge to have 9v % wear remaining. -2- TOWN OF SOUTHOLD SPECIFICATIONS FOR: USED, 4-2 CUBIC YARD ARTICULATED RUBBER TIRED LOADER STEERING Steering shall be by means of steering wheel. Steering shall be full hydraulic power with mechanical followings. Steering hydraulics shall be complete with a demand valve which proportions the hydraulic flow from a switch pump to the loader and steering circuit. Steering cylinders shall have a bore and stroke of not less than 4" x 17". At low engine RPM, machine shall be equipped with a demand valve which is to divert the greater portion of hydraulic flow from the switch pump to the steering system. At medium RPM, the demand valve shall deliver enough hydraulic flow from the switch pump to the loader circuit. At high engine RPM the demand valve shall divert the greater portion of the switch pump hydraulic flow to the loader circuit and at the same time, deliver sufficient hydraulic oil to the steering circuit to provide controlled, predictable steering without fast, jerky oversteer. OVERALL DIMENSIONS The loader shall have an overall length of not more than 23'7.75" with a ground clearance of not less than 18.75". The loader shall have a height to the top of the cab not more than 11'10.5". Loader shall have a dump height at the hinge pin of not less than 159". Reach at maximum height and 45° dump angle shall be no less than 48", in addition, wheel- base to be not more than 120" in length. HYDRAULIC SYSTEM Shall be closed and pressure controlled and vacuum relief with hydraulic reservoir tank, of not less than 35 gallon capacity, shall be cylindrical in shape and mounted directly above the converter and vane type pumps. System shall be equipped with not more than four full -flow 5.0 micron filters. Filter bases shall be equipped with anti -backwash valve. Hydraulic reservoir shall be equipped with anti -void valve and suction screen. Cover on hydraulic reservoir shall be full diameter and removable. OPERATOR'S COMPARTMENT Shall be located on the front half of the machine, directly over the center hinge pin, and shall be capable of viewing the bucket and working area with no obstruction from the -cab or loader's frame. Operator's compartment shall swing away from rear chassis for inspection of transmission, hoses and steering hydraulics. Operator's compartment shall be located away from engine and exhaust. Operator's compartment shall consist of a fully enclosed steel cab complete with rollover protective structure (SAE J-394 CODE). Cab windshield shall be single flat piece of tinted safety glass with no center molding to block operator's view. Cab shall be complete with windshield wiper and with bucket suspension type operator's seat with seat belt. The cab doors shall be full length with piano type hinges and rubber seals. Access and egress from operator's compartment shall be made by means of non-skid open ladder steps from both sides of machine. Instruments shall be color coded and shall be located in lighted shock -mounted panel directly in front of operator. Guages are to be as follows: air pressure, air cleaner service indicator, engine oil pressure, fuel, service meter, torque converter oil temperature, volt meter and water temperature. Operator's seat shall be suspension type. Cab shall be sound suppressed and have rearview mirror. Cab shall also contain inside rearview mirror, heater and fan defroster. ARTICULATED PINS Center hinge pins shall be widely spaced constructed of high strength steel and shall be complete with self -aligning spherical bushings. Hinge pins shall be protected by cor"d ring seals. SPECIFICATION8 FOR: LIGHTS AND ALARMS TOWN OF SOUTHOLD USED, 4 UBIC YARD ARTICULATED RUBBER ED LOADER Shall consist of two(2) headlights, two (2) stop and tail lights, two (2) backup lights, one (1) left and one (1) right hand dual faced directional lamps, showing amber to the front and red to the rear. The signal lamps shall be mounted near the center of the machine and shall be visible from front and rear. The safety flasher shall flash both the right and left simultaneously. Machine shall be equipped with backup alarm. PAINT Machine shall be sandblasted and painted manufacturer's standard colors. TIRES Four (4) 26.5 x 25, 20PR, L-4. The Tires are to be new. Tires are to be polyurethane filled for use in landfill applications. MANUALS Operator's and parts manuals to be included. SERVICE CAPACITIES The capacities listed below shall be minimum capacities necessary for operation of a loader for this size: Cooling System 18 Gals. Crankcase 8 Gals. Transmission 7.5 Gals. Differential & Final Drive, Front 8 Gals. Differential & Final Drive, Rear 8 Gals. Hydraulic System 45 Gals. Fuel Tank 97 Gals. OPERATING CAPACITIES Capacities listed below shall be minimum capacities: Turning Radius, outside corner of bucket Lifting Capacity Static Tipping Load Straight Ahead In Full Turn Breakout Force Weight ADDITIONAL EQUIPMENT Backup Alarm Vandal Protection Fan Guard Ether Starting Aid Counterweight Cold Weather Brakes Rear Wiper with Washer 22'5.5" 47,985 lbs. 29,637 lbs. 26,673 lbs. 34,366 lbs. 43,248 lbs. TOWN OF SOUTHOLD SPECIFICATIONS FOR: USED, 4* BIC YARD ARTICULATED RUBBER *D LOADER Equipment being bid must be manufactured not earlier than 1981. Vendor must guarantee machine for six (6) months OPTIONAL EQUIPMENT AIR CONDITIONER Air conditioner to be provided is to be custom fit to International Model H -90E Payloader. Remote condensor to be provided. Compressor is to be of the belt driven type and is to be mounted in engine compartment. Cooling Capacities: 28,000 BTU Recirculating Air, 24,000 BTU Outside Filtered Air. System to be pressurized. Air conditioner to be in- stalled by air conditioner manufacturer. ADDITIONAL EQUIPMENT: USED, 12 CUBIC YARD ARTICULATED PAYLOADER It is the intention of the following specifications to describe a four-wheel drive articulated rubber tired front end loader to be manufactured not earlier than 1980 and to have not more than 19650 hours of use. OVERALL DIMENSIONS The loader must have an overall length of not more than 18' and a ground clearance of not less than 17.5". The machine must have a height to the top of the cab of not less than 10`3.5". The overall width of the machine to be not less than 94". BUCKET Bucket to be new, 12 cubic yard, general purpose type bucket with two hydraulically actuated top mounted tines. Bucket shall have a minimum width of not less than 14 " and a height to spill plate of not less than 3�,". Bucket floor shall have a minimum thickness of not less than 2" and shall be equipped with wear bars at both left and right sides constructed at a minimum of 3/4" x 10" mounted from cutting edge covering entire length of bottom and wrapping a minimum of 60 up the back side of bucket. Bucket floor shall also be equipped with two wear bars the width of the boom mountings. The two wear bars and floor shall be constructed of grade X10 abrasion resistant steel. Bucket cutting edge shall be constructed of high strength alloy steel with a minimum Bernell hardness of 321 and a minimum yield strength of 120,000. Side cutting edges shall be constructed of 3/4" minimum T1 grade steel. Bucket tines shall be welded box -type construction, 4" width minimum at widest part tapering towards bottom end. Tines shall be actuated by*two in- dependent operating double acting hydraulic cylinders with a minimum bore and stroke of Sia X/0 • Cylinders shall have chromeplated rods and have a minimum operating pressure of not less than 2500 psi. Tines shall have a minimum opening measured from tip of tine to bucket cutting edge of not less than All the pivot points shall be equipped with re- placeable hardened steel bushings and pins with a minimum diameter of 1-3/4" with bolt type retainers. Bucket to weigh no less than 2,250 lbs. LOADER MECHANISM Loader mechanism is to be of the bellcrank type. Loader mechanism is to have no more than 13 pivot points. All pivot points are to be equipped with sealed linkage. Pivot point lubrication is to be no more than every 200 hours. -5- TOWN OF SOUTHOLD ADDITIONAL EQUIPMENT: , lz CUBIC YARD ARTICULATED P*OADER Loader mechanism is to be equipped with heavy single plate boom arms which are to be fabricated of high strength steel designed to withstand maximum stress. Boom is to be operated by two double acting lift cylinders having a bore and stroke of 4.0" x 22" with chromeplated piston rods. Bucket ram is to be one double-acting, having a bore and stroke of 4" x 17.5" with chromeplated piston rod. Loader mechanism to be so designed that the power stroke involving the larger piston area to be used for digging, breakout and lifting. The smaller piston area or return stroke is to be used for lowering and dumping. Loader mechanism is to be equipped with metal -to -metal "rap -out". Loader mechanism to be equipped with an automatic boom kickout which will allow the operator to preset the desired boom stop height. The operation is to be accomplished through an actuator on the boom arm assembly which contacts a rod as the boom is raised. Through mechanical action, the rod must cause the boom control lever to move from the raise position to the hold position -stopping the boom. The stopping height must be adjustable through a tur bucket in the linkage. Adjustment must be made from inside the operator's compartment from ground level to full lift height. The loader must also be equipped with an automatic bucket positioner with automatically returns the bucket from dump position to a preset, adjustable digging angle. The bucket is brought to the preset digging angle by pulling the bucket control lever to the rollback position. The lever must be capable of holding the bucket in the rollback position by use of spring tension as the bucket cylinder opens. The bucket control moves to the hold positic by means of a mechanical linkage connected to the cylinder which trips an air valve when it reaches the adjustable trigger point. STEERING Steering is to be full power hydraulic. Steering must be capable of operating smoothly at all engine speeds. Articulation to the left or the right shall be not less than 40°. Steering pump shall be single element gear type. OPERATOR'S COMPARTMENT To be located on the front half of the machine, directly over the center hinge pin and must be capable of viewing the bucket working area with no obstruction from the cab or loader's frame. Operator's compartment must swing away from rear chassis for inspection of transmission, hoses and steering hydraulics. Operator's compartment shall consist of a fully enclosed steel cab complete with rollover protective structure (SAE -J-394 Code). Cab ;windshield to be single flat piece of tinted safety glass with no center molding to bloc. operator's view. Cab to be complete with front windshield wiper and washer, heater aid defroster. Access and egress of operator's compartment shall be by means of full length door and non-skid open ladder steps. Operator's compartment shall be sound suppressed. Operator's compartment is to be so designed that the right hand controls the bucket and boom while the left hand is free to steer or make shifts and directional changes. Dual brake pedals are to be located to the left of the steering column. HYDRAULIC SYSTEM Machine is to have a closed and pressure controlled hydraulic system complete with vacuum TOWN OF SOUTHOLD ADbITIONAL EQUIPMENT: USO 1z CUBIC YARD ARTICULATED PASADER relief. The reservoir is to be sealed and pressurized at not more than 30 psi. Re- servoir is to be complete with sight guage. The reservoir is to be equipped with a full flow filtration system to be comprised of no more than one 10 micron spin -on type filter. A single hydraulic gear -type pump is to be located below the hydraulic reservoir. All of the pump flow is to be passed through a flow control spool in the steering valve which is to provide two supply flows for the steering and loader circuits. System is to be so designed that when the steering circuit is actuated, it is given priority and receives the pump's supply flow. Once the steering circuit is satisfied,,all excess flow is to be passed on to the loader control valve. When the steering circuit is not actuated, all of the pump flow is to be passed on to the loader control valve. If the loader control valve is not actuated the oil flow is to pass through center and is to be filtered before re- turning to .the reservoir. Machine is to be equipped with three spool valve, piping and controls to actuate boom, bucket tilt and bucket tines. ENGINE Loader engine is to be a 4 -cycle diesel, direct start, direct injection and naturally aspirated. Engine shall have a rated horsepower of not less than 80 and a flywheel HP of not less than 74, at a governed RPM of not more than 2500. Engine is to be equipped with a 24 volt electrical system and an alternator of not less than 40 amps. Cylinders shall have a bore and stroke of not less than 3.937 x 5.5. The cubic inch displacement shall be not more than 268 cubic inches. Engine shall be equipped with a dry type air cleaner with safety element. Engine and loader to be of the same manufacturer. TRANSMISSION Transmission must be countershaft type, full powershift in all speed ranges both forward and reverse. Transmission must be of the soft -shift design capable of allowing range and directional changes at full engine RPM. Transmission shall be not less than 3 -speed ranges forward and 3 -speed ranges in reverse with the following speeds to the minimum: SPEEDS 1st 2nd 3rd Forward, mph 0-5.30 0-10.25 0-21.47 Reverse, mph 0-5.26 0-10.17 0-21.3 TORQUE CONVERTER Loader to be equipped with a single stage, single phase torque converter having a stall ratio of not less than 2.95 to 1. DIFFERENTIALS Differentials must be of -the conventional type both front and rear. AXLES Axles are to be heavy-duty type with inboard planetary final drive four wheel drive. Front axles to be fixed, rear axle is to oscillate a total of not less than 24°. Vertical wheel travel is to be not less than 14.6". -7- TOWN OF SOUTHOLD ADDITIONAL EQUIPMENT: USE01z CUBIC YARD ARTICULATED PAYER BRAKES Service brakes are to be four wheel hydraulic disc brakes. Brakes are to be inboard mounted wet disc with separate axle -by -axle operation and complete with warning indicator light and buzzer. Loader is to be equipped with "operator's choice" braking. Left pedal is to neutralize the transmission and apply the brakes. The right pedal is to apply the brakes only. Parking brake is to be 10" drum type, mounted on the pinion shaft. Brake is to be hand operated with warning light on dash. LIGHTS To consist of: 2 working and travelling, 2 front and rear driving, 2 stop, tail and directional signals. System failure lights to consist of: engine coolant temperature, engine oil pressure and torque converter oil temperature. INSTRUMENTATION Machine to be equipped with the following guages: Engine coolant temp. Fuel level Torque converter oil temp. Voltmeter Hourmeter ADDITIONAL EQUIPMENT Loader shall be equipped with the following additional equipment: Anti -vandalism kit Ether Starting Adi Inside Rearview Mirrors Back -Up Alarm Cartridge Type filters for engine oil, transmission torque converter, oil and hydraulic oil SERVICE CAPACITIES Electric Horn Engine Compartment Side Panels Master Key Disconnect Muffler Neutral Safety Start Safety Lock for Loaders and transmission controls Counterweight The capacities listed below are to be minimum capacities necessary for operation of a loader of this size: Cooling System Lube Systems: Crankcase Transmission & Converter Differential & Final Drive, Front Differential & Final Drive, Rear Hydraulic System Fuel Tank OPERATING CAPACITIES 10.5 Gals. 2.5 4.5 4 4 10 31.5 • TOWN OF SOUTHOLD • ADDITIONAL EQUIPMENT: USED, 12 CUBIC YARD ARTICULATED PAYLOADER OPERATING CAPACITIES (continued) Capacities listed below are to be minimum capacities: Turning Radius, outside corner of bucket 16'2" Lifting Capacity 10,735 lbs. Static Tipping Load Straight Ahead 9,900 lbs. In Full Turn 9,840 lbs. Breakout Force 14,820 lbs. Weight 15,360 lbs. OPERATING DIMENSIONS Maximum Dump Clearance 8111" Maximum Reach at Full Dump Height with Bucket at 45° angle 3' 3" Maximum hinge pin height 11' 2" TIRES 15.5 x 25, 8PR, L-2 Tires. Tires to have not less than '%% wear remaining. EQUIPMENT BEING BID MUST BE MANUFACTURED NOT EARLIER THAN 1980. VENDOR `NST GUARANTEE MACHINE FOR THREE MONTHS, ZT VENDOR REQUIREMENTS VENDOR MUST HAVE FULL SERVICE FACILITY VENDOR MUST BE MANUFACTURER'S REPRESENTATIVE FOR MODEL EQUIPMENT BEING BID VENDOR MUST STOCK A FULL INVENTORY OF PARTS FOR THE EQUIPMENT BEING BID VENDOR MUST BE CAPABLE OF SERVICING EQUIPMENT IN THE FIELD VENDOR MUST HAVE A FULL LIBRARY OF PARTS AND SERVICE MANUALS a'L' AGREEMENT made this day of between • 1983, 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 T_ day of , 1983. This contract has been awarded to the aforesaid Seller who was the lowest responsible 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 1983, Within ten (10) days of the 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 for each item of the equipment as set forth in the bid. The Seller warrants the above described equipment against defective workmanship and material in accordance with the provisions of paragraph 10 of the Instructions to Bidders, 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 afore- said equipment, provide qualified persons to instruct the Town employees desig- nated by the Highway Superintendent of the Town with respect to complete instructions for the operation and maintenance 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 of said equipment by any cause whatsoever until the same is delivered to the Town as hereinbefore provided. sh SII Le upon the Seller, and in the event of any such loss or damage, this contract shall be deemed rescinded. 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. -2-- V IN WITNESS WHEREOF, the parties hereto have set their hands and seals, in duplicate, the day and year first above written. -3- by TOWN OF SOUTHOLD by STATE OF NEW YORK) ss: COUNTY OF WESTCHESTh On the 15TH day of SEPTEMBER 1983, before me personally came WILLIAM J. AHERN, JR. to me known, who, being by me duly sworn, did depose and say that he resides at NEW ROCHELLE, NEW VICE PRESIDENT/ YORK. that he is the GEN. MANAGER of EDWARD EHRBAR , INC . 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 ANTONETTE R. SEGEL Notary public, State of New York No. 30.3513985 Cert- Qualiti te edin Nassau County STATE OF NEW YORK) Commission Expires March star Cou ntv ss: P 30, 19� COUNTY OF SUFFOLK) On the day of 1983, 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 is is the Supervisor of the TOWN OF SOUTHOLD, 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 Town Board of said corporation, and that he signed his name thereto by like order. W -4- Notary Public am TO THE TOWN BOARD OF THE TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK FOR THE PURCHASE OF LANDFILL EQUIPMENT (FRONT-END LOADERS) 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", "Specifications" and form of "Contract", and this bid form, and that the undersigned hereby proposes to sell to the Town of Southold the landfill equipment (Front-end loaders) 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 sum, to wit: 1. Furnish and deliver one used 4 i cu, yd, front-end loader, all in accordan with the bid documents at the total price of D I Dollars ($ ) Option IA Furnish and install air conditioner for above 4 2 cu. yd, front-end loader, all in accordance with the bid documents at a total price of '0 W \ d Dollars ($ ) 11. Furnish and deliver one used 1-1 cu. yd. front end loader all in accordance with the bid documents at the total price of I-- I-- 1- �11�� ��ousoi�Ch�tiQ�vti (UQDollars($ III. Trade-in allowance for Town's caterpillar D-6 Crawer Dozer in the amount 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 contract signing. / In default of the performance of any of these conditions on my part to be performed, the certified check in the amount of $ �� LI 1�� �� (5$ of total 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 corporation 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 the truth thereof, such penalties being applicable to the bidder as well as the person signing in its behalf; (e) That attached hereto (if a corporate bidder) is a certified copy of resolution -2 4 I, s authorizing the execution of this certificate by the signator of this bid or proposal in behalf of the corporate bidder. 11 R V -3- ALL OLAND IINUF . Ml. N.Y. 11704 Slanature of Bidder I r r ALL&ISMN) EQUIPMENT September 16, 1983 Town of Southold Town Clerks Office Main Road Southold, NY Gentlemen: We are pleased to bid on your request for land fill equipment (front end loader). We cannot offer you used equipment as per specifications; however, we are bidding new equipment in lieu of used as per specifications, only for the 1 1/2 yd. loader. The unit we are bidding is an O.M.C. 880 articulated loader, complete with ether starting, back-up alarm, engine compartment, side panels, etc., as requested. The O.M.C. 880 Articulated Loader is a 1983 unit and carries a full one year warranty -- complete parts and labor. All Island meets all vendor requirements as set out in specifications. This unit will have a 1 1/2 yd. 94" bucket as specified, custom made to specifications as requested, by Unitool Attachments Co. The delivered price for said unit is $49,975.00. The trade -in -allowance for Cat D-6 is $ -')Ioo, - Total net bid: $ � w We look forward to serving your equipment needs in the future as in the r past. Y urs truly, Gustave J. Wade, President ALL ISLAND EQUIPMENT CORP. 39 JERSEY STREET, WEST BABYLON, NY 11704 9 PHONE (516) 643-2605 4__0_ ecretary (Seal of Corporation) CERTIFIED COPY OF RESOLUTION AUTHORIZING THE EXECUTION OF NON -COLLUSIVE BIDDING CERTIFICATION IN BEHALF OF CORPORATE BIDDER RESOLVED THAT be authorized to sign and submit the bid or proposal of this corporation for the furnishing of Landfill Equipment to the Town of Southold, Suffolk County, 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 corporation, and for any inaccuracies or misstatements in such certificate this corporate bidder shall be liable under the penalties of perjury. . The foregoing copy isra true and correct copy of the resolution adopted by \S Q 0 e corporation at a meeting of the Board of Directors held on the S day of 1983. 4__0_ ecretary (Seal of Corporation) LEGAL NOTICE NOTICE TO BIDDERS V NOTICE IS HEREBY GIVEN, that sealed bids are sought and requested for the purchase of landfill equipment by the Town of Southold, consisting of a used 42 yard front-end loader and a used 1 Z yard front end loader. The sealed bids will be received by the Town Clerk of the Town of Southold at the Town Clerk's Office, Main Road, Southold, New York, until 11:00 A.M. on the 16th day of September 1 1983, 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 Town Clerk of the Town of Southold, 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 total bid price, less trade-in allowance, 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. If the T. a The Town Board of the Town of Southold reserves the right to reject any and all bids and to wiave 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 Landfill Equipment (Track Type Dozer)" and addressed to Judith T. Terry, Town Clerk, Southold Town Hall, Main Road, Southold, New York. Dated: August 26, 1983 JUDITH T. TERRY TOWN CLERK PLEASE PUBLISH ONCE, SEPTEMBER 1, 1983, AND FORWARD TWO (2) AFFIDAVITS OF PUBLICATION TO JUDITH T. TERRY, TOWN CLERK, TOWN HALL, MAIN ROAD, SOUTHOLD, NEW YORK 11971. Copies to the following on 8/26/83: The Suffolk Times The Long Island Traveler -Watchman Town Board Members Superintendent of Highways Dean Town Clerk's Bulletin Board -2- TOWN OF SOUTHOLD INFORMATION AND INSTRUCTIONS TO BIDDERS FOR LANDFILL EQUIPMENT (FRONT END LOADERS) I. It is the intention of these specifications to request bids for the purchase of a used 4-21 cubic yard front end loader and a used 1.1 cubic yard front end loader and to trade-in a town owned Caterpillar D-6 crawler dozer. It is also the intention to request bids on optional equipment consisting of an air conditioner to be installed by the bidder on the 4 Z cubic yard front end loader. 2. Bidders may submit bids for both of the front end loaders, or for either front end loader specified, but in either event, the bidder must offer to take in trade the town's D-6 crawler dozer at the price specified in his bid for such trade-in. Notwithstanding the foregoing, however, the Town reserves the right to accept or reject the bid for either or both front end loaders. The Town further reserves the right to accept the bid for either or both front end loaders and to reject the bidder's trade-in offer for the Town's D-6 crawler dozer. 3. 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. .4. Where a particular item of equipment is specified by name, it is the intention of having that particular item supplied, or its equal. 5. Items that are not detailed specifically are left to the discretion of the bidder. 6. Each bidder must furnish details of the complete equipment to be furnished whether or not such detail items are specified herein. 7. 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. 8. Each bidder shall furnish a statement setting forth its service facilities and the location thereof. 9. Each bid must be accompanied with photographs and plans showing dimensions and overall construction of the equipment. 10. The entire equipment including engine, body, chassis, and all component parts shall be guaranteed by the bidder for the following periods of time from the date of delivery to and acceptance by the Town Of Southold, to wit: (a) 42 cubic yard loader - six months; (b) 12 cubic yard loader - three months. 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. 11. Each bidder must specify and guarantee a delivery date. 12. 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. 13. 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. 14. All bids must be in duplicate, enclosed in a sealed envelope plainly marked "Bid for Landfill Equipment (front-end loaders)" and addressed to Judith T. Terry, Town Clerk, Main Road, Southold, New York. 15. 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 total bid price (less trade-in allowance) conditioned that if the bid is accepted, the successful bidder will, within ten (10) days from the date of the acceptance of his bid, enter into a written contract in the form attached hereto, to furnish said equipment. 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. 16. 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 requirements, the Town shall pay the successful bidder the total price as set forth in his bid. -2- 17. 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 bids should it be deemed in the best interest of the Town of Southold. Dated: BY ORDER OF THE SOUTHOLD TOWN BOARD - JUDITH T. TERRY TOWN CLERK -3- TOJP OF SOUTHOLD . SFTC,CFICATIONS FOR: USED, 4z CUBIC YARD ARTICULATED RUBBER TIRED LOADER INTENTION It is the intention of the following specifications to describe a 4 -wheel drive, articu- lated, rubber -tired loader which shall be of rugged frame design with triangular shaped front frame. Frame shall be jointed by a heavy duty, hinge pin assembly and capable of taking the severest applications. Boom arms, axles and lift cylinders shall be mounted at the corners for strength. Rear frame shall be constructed to allow easy access for servicing of drive line components and shall be equipped with a rear drawbar. Machine to be manufactured not earlier than 1981, and to have no more than 1,150 hours of use. ENGINE 8 -cylinder "V" design, 4 cycle, turbocharged, direct injection, direct start diesel engine with a minimum of 573 cubic inch displacement, net flywheel horsepower shall be 239 at a minimum of 2500 RPM. Engine shall have a minimum bore and stroke of 4.5" x 4.5". Engine shall be equipped with two, large capacity, spin on lube filters and dry type dual stage air cleaner with safety element. Engine compartment shall be complete with side covers so designed to duct cooling air over other components, side covers shall be easily removed. Engine and loader shall be of same manufacturer. Machine shall be equipped with ether starting aid. Engine shall be complete with a fan guard. TORQUE CONVERTER Torque converter shall be of single stage, ratio of not more than 2.6 to 1. TRANSMISSION single phase design and is to have a stall Shall be countershaft type, constant mesh design. It shall be full powershift in all speed ranges, forward and reverse. Transmission must have at least 4 speeds forward and at least 4 speeds in reverse, and shall shift mechanically and hydraulically. Trans- mission to have a speed range of 0 mph to a minimum speed of 31.7 mph in forward and reverse speeds. DIFFERENTIALS Are to be of the Power transfer type and shall be designed not to lock up. AXLES Shall be heavy duty type with full floating axle shafts and planetary final drive. Planetary drives shall provide gear reduction at wheel hubs. The sun gear and axle shaft shall be forged from one piece. Rear axle shall be oscillating type allowing one rear tire to be raised not less than 23 inches higher than the other before the cradle is re- stricted by the frame, for a minimum of 30°. BELLY PAN Y' plate guard to be installed forward and after the articulation point of the machine. Bolted to frame and so designed that one man is capable of removal and installation of all components. SPECIFICATIONS FOR: BRAKES TOWN OF SOUTHOLD • USED, 41-2 CUBIC YARD ARTICULATED RUBBER TIRED LOADER Four wheel air -over -hydraulic, wedge activated shoe with axle by axle operation. Machine shall be equipped with operator's choice braking with left pedal neutralizing the trans- mission and applying brakes, and the right pedal applies the brakes only. The brakes shall consist of two wheel cylinders in each wheel, which, when activated by air, force the brake shoes against the drums by a wedge type activator and shall be activated hydraulically. Brakes shall apply automatically if and when the air pressure falls below the safe level; all operating parts shall be sealed in fluid and shall be self-lubricating. Brakes shall be serviced from the back side without removing tire or wheel and without disturbing the planetary drives. The brake system shall service each axle separately assuring that an air or hydraulic failure anywhere in the system will affect only an axle. Parking brakes shall be mechanical type on intermediate drive shaft with indicator light. LOADER MECHANISM Shall be operated by lever to be located to right of operator and shall have indicator to provide visual indication of bucket operation. Loader mechanism to have no more than 14 pivot points ane bushings shall be equipped with cord ring seals. Pivot point lubrication shall be no more than every fifty hours. Bucket shall be equipped with a double acting single bucket cylinder with a bore and stroke of not more than 8" x 20.5" and complete with a hardened chromeplated piston rod. Cylinder shall be so designed that during the digging cycle, the rollback cylinder overrides the lift cylinder. Smaller piston area shall be used for dumping. Loader mechanism shall be equipped with an automatic boom kickout which will allow the operator to preset the de- sired boom stop height. This shall be accomplished through an actuator on the boom arm assembly which contacts a valve as the boom is raised. Adjustment shall be made from in- side the operator's compartment from ground level to full lift height. Loader shall be equipped with two lift cylinders to have a bore and stroke of not less than 7" x 39" and must be capable of raising the bucket to its maximum height in not less than 7.9 seconds. Smaller piston area (return stroke) to be used in the lowering of the bucket with lowering time to be not less than 5.6 seconds. Boom arms shall be fabricated box sections constructed of high strength alloy steel. Boom arms shall be independently mounted and bucket hinge pin bosses are to be welded to the boom side plates. Large diameter bucket hinge pings are to incorporate hardened alloy bushings, grease fittings, large capacity grease cavities and split cord ring seals. Boom controls shall have raise, hold, down pressure and float positions. Boom controls shall be designed to be operated by the right hand. Boom controls shall be attached to a control valve with minimum linkage. Bucket shall be equipped with automatic bucket positioner. Loader bucket must be General Purpose type having a SAE rated capacity of not less than 4.5 cu. yd. with an overall width of not more than 120" wide. Bucket to have sharply sloped back sides for maximum penetration, as well as a large throat opening for easy complete loading, the hinge pin location shall be at the lower back of bucket. Weld -on bucket cutting edge shall be constructed of abrasion resistant Durasteel with a flat design capable of being replaced without disturbing the backing plate or cutting away any part of the bucket. Sidecutters to be constructed of 3/4" T-1 steel and all four corners of the bucket opening to be cast steel reinforced. Bucket hinges shall be wrap-around support type. Bucket cutting edge to have 9v % wear remaining. -2- TOWN OF SOUTHOLD SPECIFICATIONS FOR: USED, 42 CUBIC YARD ARTICULATED RUBBER TIRED LOADER STEERING Steering shall be by means of steering wheel. Steering shall be full hydraulic power with mechanical followings. Steering hydraulics shall be complete with a demand valve which proportions the hydraulic flow from a switch pump to the loader and steering circuit. Steering cylinders shall have a bore and stroke of not less than 4" x 17". At low engine RPM, machine shall be equipped with a demand valve which is to divert the greater portion of hydraulic flow from the switch pump to the steering system. At medium RPM, the demand valve shall deliver enough hydraulic flow from the switch pump to the loader circuit. At high engine RPM the demand valve shall divert the greater portion of the switch pump hydraulic flow to the loader circuit and at the same time, deliver sufficient hydraulic oil to the steering circuit to provide controlled, predictable steering without fast, jerky oversteer. OVERALL DIMENSIONS The loader shall have an overall length of not more than 23'7.75" with a ground clearance of not less than 18.75". The loader shall have a height to the top of the cab not more than 11'10.5". Loader shall have a dump height at the hinge pin of not less than 159". Reach at maximum height and 45° dump angle shall be no less than 48", in addition, wheel- base to be not more than 120" in length. HYDRAULIC SYSTEM Shall be closed and pressure controlled and vacuum relief with hydraulic reservoir tank, of not less than 35 gallon capacity, shall be cylindrical in shape and mounted directly above the converter and vane type pumps. System shall be equipped with not more than four full -flow 5.0 micron filters. Filter bases shall be equipped with anti -backwash valve. Hydraulic reservoir shall be equipped with anti -void valve and suction screen. Cover on hydraulic reservoir shall be full diameter and removable. OPERATOR'S COMPARTMENT Shall be located on the front half of the machine, directly over the center hinge pin, and shall be capable of viewing the bucket and working area with no obstruction from the cab or loader's frame. Operator's compartment shall swing away from rear chassis for inspection of transmission, hoses and steering hydraulics. Operator's compartment shall be located away from engine and exhaust. Operator's compartment shall consist of a fully enclosed steel cab complete with rollover protective structure (SAE J-394 CODE). Cab windshield shall be single flat piece of tinted safety glass with no center molding to block operator's view. Cab shall be complete with windshield wiper and with bucket suspension type operator's seat with seat belt. The cab doors shall be full length with piano type hinges and rubber seals. Access and egress from operator's compartment shall be made by means of non-skid open ladder steps from both sides of machine. Instruments shall be color coded and shall be located in lighted shock -mounted panel directly in front of operator. Guages are to be as follows: air pressure, air cleaner service indicator, engine oil pressure, fuel, service meter, torque converter oil temperature, volt meter and water temperature. Operator's seat shall be suspension type. Cab shall be sound suppressed and have rearview mirror. Cab shall also contain inside rearview mirror, heater and fan defroster. ARTICULATED PINS Center hinge pins shall be widely spaced constructed of high strength steel and shall be complete with self -aligning spherical bushings. I Hinge pins shall be protected by cord ring; seals. SPECIFICATIONS FOR: LIGHTS AND ALARMS TOWN OF SOUTHOLD USED, 4,1, WC YARD ARTICULATED RUBBER TIO LOADER Shall consist of two(2) headlights, two (2) stop and tail lights, two (2) backup lights, one (1) left and one (1) right hand dual faced directional lamps, showing amber to the front and red to the rear. The signal lamps shall be mounted near the center of the machine and shall be visible from front and rear. The safety flasher shall flash both the right and left simultaneously. Machine shall be equipped with backup alarm. PAINT Machine shall be sandblasted and painted manufacturer's standard colors. TIRES Four (4) 26.5 x 25, 20PR, L-4. The Tires are to be new. Tires are to be polyurethane filled for use in landfill applications. MANUALS Operator's and parts manuals to be included. SERVICE CAPACITIES The capacities listed below shall be minimum capacities necessary for operation of a loader for this size: Cooling System 18 Gals. Crankcase 8 Gals. Transmission 7.5 Gals. Differential & Final Drive, Front- 8 Gals. Differential & Final Drive, Rear 8 Gals. Hydraulic System 45 Gals. Fuel Tank 97 Gals. OPERATING CAPACITIES Capacities listed below shall be minimum capacities: Turning Radius, outside corner of bucket 22'5.5" Lifting Capacity 47,985 lbs. Static Tipping Load Straight Ahead 29,637 lbs. In Full Turn 26,673 lbs. Breakout Force 34,366 lbs. Weight 43,248 lbs. ADDITIONAL EQUIPMENT Backup Alarm Vandal Protection Fan Guard Ether Starting Aid Counterweight Cold Weather Brakes Rear Wiper with Washer TOWN OF SOUTHOLD SPECIFICATIONS FOR: USED, 42 *C YARD ARTICULATED RUBBER TIO LOADER Equipment being bid must be manufactured not earlier than 1981. Vendor must guarantee machine for six (6) months OPTIONAL EQUIPMENT AIR CONDITIONER Air conditioner to be provided is to be custom fit to International Model H -90E Payloader. Remote condensor to be provided. Compressor is to be of the belt driven type and is to be mounted in engine compartment. Cooling Capacities: 28,000 BTU Recirculating Air, 24,000 BTU Outside Filtered Air. System to be pressurized. Air conditioner to be in- stalled by air conditioner manufacturer. ADDITIONAL EQUIPMENT: USED, 12 CUBIC YARD ARTICULATED PAYLOADER It is the intention of the following specifications to describe a four-wheel drive articulated rubber tired front end loader to be manufactured not earlier than 1980 and to have not more than 19650 hours of use. OVERALL DIMENSIONS The loader must have an overall length of not more than 18' and a ground clearance of not less than 17.5". The machine must have a height to the top of the cab of not less than 10'3.5". The overall width of the machine to be not less than 94". BUCKET Bucket to be new, 12 cubic yard, general purpose type bucket with two hydraulically actuated top mounted tines. Bucket shall have a minimum width of not less than 9V " and a height to spill plate of not less than 3( ". Bucket floor shall have a minimum thickness of not less than 2" and shall be equipped with wear bars at both left and right sides constructed at a minimum of 3/4" x 10" mounted from cutting edge covering entire length of bottom and wrapping a minimum of 60 up the back side of bucket. Bucket floor shall also be equipped with two wear bars the width of the boom mountings. The two wear bars and floor shall be constructed of grade X10 abrasion resistant steel. Bucket cutting edge shall be constructed of high strength alloy steel with a minimum Bernell hardness of 321 and a minimum yield strength of 120,000. Side cutting edges shall be constructed of 3/4" minimum T1 grade steel. Bucket tines shall be welded box -type construction, 4" width minimum at widest part tapering towards bottom end. Tines shall be actuated by*two in- dependent operating double acting hydraulic cylinders with a minimum bore and stroke of 3%a"XIO "- Cylinders shall have chromeplated rods and have a minimum operating pressure of not less than 2500 psi. Tines shall have a minimum opening measured from tip of tine to bucket cutting edge of not less than LAY, All the pivot points shall be equipped re- placeable hardened steel bushings and " with type g pins with a minimum diameter of 1-3/4 with bolt type retainers. Bucket to weigh no less than 2,250 lbs. LOADER MECHANISM Loader mechanism is to be of the bellcrank type. Loader mechanism is to have no more than 13 pivot points. All pivot points are to be equipped with sealed linkage. Pivot point lubrication is to be no more than every 200 hours. -5- TOWN OF SOUTHOLD ADDITIONAL EQUIPMENT: USE I-1, CUBIC YARD ARTICULATED PAYER Loader mechanism is to be equipped with heavy single plate boom arms which are to be fabricated of high strength steel designed to withstand maximum stress. Boom is to be operated by two double acting lift cylinders having a bore and stroke of 4.0" x 22" with chromeplated piston rods. Bucket ram is to be one double-acting, having a bore and stroke of 4" x 17.5" with chromeplated piston rod. Loader mechanism to be so designed that the power stroke involving the larger piston area to be used for digging, breakout and lifting. The smaller piston area or return stroke is to be used for lowering and dumping. Loader mechanism is to be equipped with metal -to -metal "rap -out". Loader mechanism to be equipped with an automatic boom kickout which will allow the operator to preset the desired boom stop height. The operation is to be accomplished through an actuator on the boom arm assembly which contacts a rod as the boom is raised. Through mechanical action, the rod must cause the boom control lever to move from the raise position to the hold position -stopping the boom. The stopping height must be adjustable through a tur bucket in the linkage. Adjustment must be made from inside the operator's compartment from ground level to full lift height. The loader must also be equipped with an automatic bucket positioner with automatically returns the bucket from dump position to a preset, adjustable digging angle. The bucket is brought to the preset digging angle by pulling the bucket control lever to the rollback position. The lever must be capable of holding the bucket in the rollback position by use of spring tension as the bucket cylinder opens. The bucket control moves to the hold positic by means of a mechanical linkage connected to the cylinder which trips an air valve when it reaches the adjustable trigger point. STEERING Steering is to be full power hydraulic. Steering must be capable of operating smoothly at all engine speeds. Articulation to the left or the right shall be not less than 40°. Steering pump shall be single element gear type. OPERATOR'S COMPARTMENT To be located on the front half of the machine, directly over the center hinge pin and must be capable of viewing the bucket working area with no obstruction from the cab or loader's frame. Operator's compartment must swing away from rear chassis for inspection of transmission, hoses and steering hydraulics. Operator's compartment shall consist of a fully enclosed steel cab complete with rollover protective structure (SAE -J-394 Code). Cab windshield to be single flat piece of tinted safety glass with no center molding to bloc. operator's view. Cab to be complete with front windshield wiper and washer, heater a;_d defroster. Access and egress of operator's compartment shall be by means of full length door and non-skid open ladder steps. Operator's compartment shall be sound suppressed. Operator's compartment is to be so designed that the right hand controls the bucket and boom while the left hand is free to steer or make shifts and directional changes. Dual brake pedals are to be located to the left of the steering column. HYDRAULIC SYSTEM Machine is to have a closed and pressure controlled hydraulic system complete with vacuum -6- ' TOWN OF SOUTHOLD .ADDITIONAL EQUIPMENT: USED *, CUBIC YARD ARTICULATED PAYLCSR relief. The reservoir is to be sealed and pressurized at not more than 30 psi. Re- servoir is to be complete with sight guage. The reservoir is to be equipped with a full flow filtration system to be comprised of no more than one 10 micron spin -on type filter. A single hydraulic gear -type pump is to be located below the hydraulic reservoir. All of the pump flow is to be passed through a flow control spool in the steering valve which is to provide two supply flows for the steering and loader circuits. System is to be so designed that when the steering circuit is actuated, it is given priority and receives the pump's supply flow. Once the steering circuit is satisfied, all excess flow is to be passed on to the loader control valve. When the steering circuit is not actuated, all of the pump flow is to be passed on to the loader control valve. If the loader control valve is not actuated the oil flow is to pass through center and is to be filtered before re- turning to the reservoir. Machine is to be equipped with three spool valve, piping and controls to actuate boom, bucket tilt and bucket tines. ENGINE Loader engine is to be a 4 -cycle diesel, direct start, direct injection and naturally aspirated. Engine shall have a rated horsepower of not less than 80 and a flywheel HP of not less than 74, at a governed RPM of not more than 2500. Engine is to be equipped with a 24 volt electrical system and an alternator of not less than 40 amps. Cylinders shall have a bore and stroke of not less than 3.937 x 5.5. The cubic inch displacement shall be not more than 268 cubic inches. Engine shall be equipped with a dry type air cleaner with safety element. Engine and loader to be of the same manufacturer. TRANSMISSION Transmission must be countershaft type, full powershift in all speed ranges both forward and reverse. Transmission must be of the soft -shift design capable of allowing range and directional changes at full engine RPM. Transmission shall be not less than 3 -speed ranges forward and 3 -speed ranges in reverse with the following speeds to the minimum: SPEEDS 1st 2nd 3rd Forward, mph 0-5.30 0-10.25 0-21.47 Reverse, mph 0-5.26 0-10.17 0-21.3 TORQUE CONVERTER Loader to be equipped with a single stage, single phase torque converter having a stall ratio of not less than 2.95 to 1. DIFFERENTIALS Differentials must be of'the conventional type both front and rear. AXLES Axles are to be heavy-duty type with inboard planetary final drive four wheel drive. Front axles to be fixed, rear axle is to oscillate a total of not less than 24°. Vertical wheel travel is to be not less than 14.6". -7- ADDITIONAL EQUIPMENT: BRAKES &OWN OF SOUTHOLD USED, CUBIC YARD ARTICULATED PAYLO* Service brakes are to be four wheel hydraulic disc brakes. Brakes are to be inboard mounted wet disc with separate axle -by -axle operation and complete with warning indicator light and buzzer. Loader is to be equipped with "operator's choice" braking. Left pedal is to neutralize the transmission and apply the brakes. The right pedal is to apply the brakes only. Parking brake is to be 10" drum type, mounted on the pinion shaft. Brake is to be hand operated with warning light on dash. LIGHTS To consist of: 2 working and travelling, 2 front and rear driving, 2 stop, tail and directional signals. System failure lights to consist of: engine coolant temperature, engine oil pressure and torque converter oil temperature. INSTRUMENTATION Machine to be equipped with the following guages: Engine coolant temp. Fuel level Torque converter oil temp. Voltmeter Hourmeter ADDITIONAL EQUIPMENT Loader shall be equipped with the following additional equipment: Anti -vandalism kit Ether Starting Adi Inside Rearview Mirrors Back -Up Alarm Cartridge Type filters for engine oil, transmission torque converter, oil and hydraulic oil SERVICE CAPACITIES Electric Horn Engine Compartment Side Panels Master Key Disconnect Muffler Neutral Safety Start Safety Lock for Loaders and transmission controls Counterweight The capacities listed below are to be minimum capacities necessary for operation of a loader of this size: Cooling System Lube Systems: Crankcase Transmission & Converter Differential & Final Drive, Front Differential & Final Drive, Rear Hydraulic System Fuel Tank OPERATING CAPACITIES 10.5 Gals. 2.5 4.5 4 4 10 31.5 ` + OWN OF SOUTHOLD ADDITIONAL EQUIPMENT: USED, 12 CUBIC YARD ARTICULATED • PAYLOADER OPERATING CAPACITIES (continued) Capacities listed below are to be minimum capacities: Turning Radius, outside corner of bucket 1612" Lifting Capacity 10,735 lbs. Static Tipping Load Straight Ahead 9,900 lbs. In Full Turn 9,840 lbs. Breakout Force 14,820 lbs. Weight 15,360 lbs. OPERATING DIMENSIONS Maximum Dump Clearance 8111" Maximum Reach at Full Dump Height with Bucket at 45° angle 3' 3" Maximum hinge pin height 11' 2" TIRES 15.5 x 25, 8PR, L-2 Tires. Tires to have not less than '%% wear remaining. EQUIPMENT BEING BID MUST BE MANUFACTURED NOT EARLIER THAN 1980. VENDOR MUST GUARANTEE MACHINE FOR THREE MONTHS, VENDOR REQUIREMENTS VENDOR MUST HAVE FULL SERVICE FACILITY VENDOR MUST BE MANUFACTURER'S REPRESENTATIVE FOR MODEL EQUIPMENT BEING BID VENDOR MUST STOCK A FULL INVENTORY OF PARTS FOR THE EQUIPMENT BEING BID VENDOR MUST BE CAPABLE OF SERVICING EQUIPMENT IN THE FIELD VENDOR MUST HAVE A FULL LIBRARY OF PARTS AND SERVICE MANUALS a AGREEMENT made this day of 1983, between with its principal office and place of business at TOWN OF SOUTHOLD, a mhereinafter called the Seller, and the _ unicipal 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 , 1983. This contract has been awarded to the aforesaid Seller who was the lowest responsible 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 SA 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 , 1983. Within ten (10) days of the 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 for each item of the equipment as set forth in the bid. The Seller warrants the above described equipment against defective workmanship and material in accordance with the provisions of paragraph 10 of the Instructions to Bidders, 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 afore- said equipment, provide qualified persons to instruct the Town employees desig- nated by the Highway Superintendent of the Town with respect to complete instructions for the operation and maintenance 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 of said equipment by any cause whatsoever until the same is delivered to the Town as hereinbefore provided, sh Al Le upon the Seller, and in the event of any such loss or damage, this contract shall be deemed rescinded. 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. -2-- • 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 -3-- • STATE OF NEW YORK) COUNTY OF ss: On the day of 1983, before me personally came �-e..-- to me known, who, being by me duly sworn, did depose and say that he resides at U(((a(jctL b ti that he is the e4,01 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 the o by like order. Notary Public MAUREEN TOLD Not" Public, Stab o! Naw 1all; No. 30.4629073 - Nassau Cour STATE O F NEW YORK) MY Commissio:; Expires Ma= 30, 11 COUNTY OF SUFFOLK) ss: On the day of 1983, 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 is is the Supervisor of the TOWN OF SOUTHOLD, 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 Town Board of said corporation, and that he signed his name thereto by like order. Notary Public -4- V �y r1 BID • TO THE TOWN BOARD OF THE TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK FOR THE PURCHASE OF LANDFILL EQUIPMENT (FRONT-END LOADERS) 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", "Specifications" and form of "Contract", and this bid form, and that the undersigned hereby proposes to sell to the Town of Southold the landfill equipment (Front-end loaders) 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 sum, to wit: 1. Furnish and deliver one used 4 1 cu. yd, front-end loader, all in accordance with the bid documents at the total price of Dollars ($ ) Option IA Furnish and install air conditioner for above 4j cu. yd. front-end loader, all in accordance with the bid documents at a total price of Dollars ($ ) II. Furnish and deliver one used 11 cu. yd. front end loader all in accordance with the bid documents at the total price of Thirty -Nine Thousand Nine Hundred & Eighty -Five and no/100ths-- Dollars($ 39,985.00 ) Ill. Trade-in allowance for Town's caterpillar D-6 Crawer Dozer in the amount of Nine Hundred Eighty -Five and no/100ths Dollars ($985.00 ) r� 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 40 days after contract signing. In default of the performance of any of these conditions on my part to be performed, the certified check in the amount of $ 1,805.00 (5% of total 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 Theodore J. Burke & Son, Inc., 1667 E. Jericho Turnpike, Huntington, N.Y. 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 corporation 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 the truth thereof, such penalties being applicable to the bidder as well as the person signing in its behalf; (e) That attached hereto (if a corporate bidder) is a certified copy of resolution -2- authorizing the execution of this certificate by the signator of this bid or proposal in behalf of the corporate bidder. THEODORE J. BURKE & SON, INC. Signature of Brdodr Terence A. Pyres, Sr. Vice -President -3- 0 WESTCHESTER NORTH ST. & ROUTE 684 GOLDENS BRIDGE, N.Y. 10526 914 232-5066 9 2xvoclolr • U/'ip IS J, INC. CONSTRUCTION EQUIPMENT GENERAL OFFICES P.O. BOX 288 1667 E. JERICHO TPK. HUNTINGTON STATION, L.I., N.Y. 11746 516 499-2000 September 15, 1983 Town of Southold Town Clerk's Office Main Road Southold, New York Subject: Notice to Bidders Used, 1-1/2 Cubic Yard Articulated Payloader Bid Opening Date: September 16, 1983 Gentlemen: N.Y.C. PARTS & SERVICE 34-09 126th STREET FLUSHING, N.Y. 11368 (OPPOS. SHEA STADIUM) 212 779-1000 With reference to above -subject bid, we are pleased to offer one (1) new, 1981, Case model W -14H, basic standard unit and including the following: 1-1/2 Cubic Yard Loader Bucket, General Purpose, with (2) hydraulically actuated top -mounted tines. 3 -Spool Loader Valve. Fenders. Completely Enclosed ROPS cab. 15.5 x 25, 10 ply L2 tires. Automatic return -to -dig. Automatic height control. Electric fuel pump. Backup alarm. Cold start aid. Lights, driving and rear flood. Heater and defogger. Bostrom Seat. Turn Signals. Hood Panels. Lockup Kit. (Cont'd. on next page) Town of Southold -2- September 15, 1983 The aforementioned unit is covered by a one (1) year warranty on the tractor, and two (2) years on the engine. Delivery: Tractor, immediate from stock and the hydraulically actuated top mounted tines would be four (4) weeks after receipt of order. Also, enclosed please find our certified check representing 5% of the total price of this unit, as requested. Hoping our bid will receive your kind consideration, I remain, Very truly yours, THEODORE J. BURKE & SON, INC. Terence A. P es, Sr. Vice -President TAP:ec Enc. cc: T.J. Burke, Jr. K.J. Burke G. Gerth CERTIFIED COPY OF RESOLUTION AUTHORIZING THE EXECUTION OF NON -COLLUSIVE BIDDING CERTIFICATION IN BEHALF OF CORPORATE BIDDER RESOLVED THAT be authorized to sign and submit the bid or proposal of this corporation for the furnishing of Landfill Equipment to the Town of Southold, Suffolk County, 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 corporation, 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 Theodore J. Burke & Son, Inc. corporation at a meeting of the Board of Directors held on the 14 day of September 1983. ecretary Terence A. Pyres; Sr. (Seal of Corporation) LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, that sealed bids are sought and requested for the purchase of landfill equipment by the Town of Southold, consisting of a used 4- yard front-end loader and a used 1- yard front end loader. The sealed bids will be received by the Town Clerk of the Town of Southold at the Town Clerk's Office, Main Road, Southold, New York, until 11:00 A.M. on the 16th day of September 1983, 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 Town Clerk of the Town of Southold, 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 total bid price, less trade-in allowance, 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. If the The Town Board of the Town of Southold reserves the right to reject any and all. bids and to wiave 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 Landfill Equipment (Track Type Dozer)" and addressed to Judith T. Terry, Town Clerk, Southold Town Hall, Main Road, Southold, New York. Dated: August 26, 1983 JUDITH T. TERRY TOWN CLERK PLEASE PUBLISH ONCE, SEPTEMBER 1, 1983, AND FORWARD TWO (2) AFFIDAVITS OF PUBLICATION TO JUDITH T. TERRY, TOWN CLERK, TOWN HALL, MAIN ROAD, SOUTHOLD, NEW YORK 11971. Copies to the following on 8/26/83: The Suffolk Times The Long Island Traveler -Watchman Town Board Members Superintendent of Highways Dean Town Clerk's Bulletin Board -2- TOWN OF SOUTHOLD INFORMATION AND INSTRUCTIONS TO BIDDERS FOR LANDFILL EQUIPMENT (FRONT END LOADERS) 1. It is the intention of these specifications to request bids for the purchase of a used 42 cubic yard front end loader and a used 12 cubic yard front end loader and to trade-in a town owned Caterpillar D-6 crawler dozer. It is also the intention to request bids on optional equipment consisting of an air conditioner to be installed by the bidder on the 4 2 cubic yard front end loader. 2. Bidders may submit bids for both of the front end loaders, or for either front end loader specified, but in either event, the bidder must offer to take in trade the town's D-6 crawler dozer at the price specified in his bid for such trade-in. Notwithstanding the foregoing, however, the Town reserves the right to accept or reject the bid for either or both front end loaders. The Town further reserves the right to accept the bid for either or both front end loaders and to reject the bidder's trade-in offer for the Town's D-6 crawler dozer. 3. 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. 4. Where a particular item of equipment is specified by name, it is the intention of having that particular item supplied, or its equal. 5. Items that are not detailed specifically are left to the discretion of the bidder. 6. Each bidder must furnish details of the complete equipment to be furnished whether or not such detail items are specified herein. 7. 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. 8. Each bidder shall furnish a statement setting forth its service facilities and the location thereof. 9. Each bid must be accompanied with photographs and plans showing dimensions and overall construction of the equipment. 10. The entire equipment including engine, body, chassis, and all component parts shall be guaranteed by the bidder for the following periods of time from the date of delivery to and acceptance by the Town of Southold, to wit: (a) 4Z cubic yard loader - six months; (b) 111 cubic yard loader - three months. 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. 11. Each bidder must specify and guarantee a delivery date. 12. 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. 13. 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. 14. All bids must be in duplicate, enclosed in a sealed envelope plainly marked "Bid for Landfill Equipment (front-end loaders)" and addressed to Judith T. Terry, Town Clerk, Main Road, Southold, New York. 15. Each bid must be accompanied by a certified check made payable to the order of the Town of Southold in an amount equal to 50 of the total bid price (less trade-in allowance) conditioned that if the bid is accepted, the successful bidder will, within ten (10) days from the date of the acceptance of his bid, enter into a written contract in the form attached hereto, to furnish said equipment. 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. 16. 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 requirements, the Town shall pay the successful bidder the total price as set forth in his bid. -2- • 17. 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 bids should it be deemed in the best interest of the Town of Southold. Dated: BY ORDER OF THE SOUTHOLD TOWN BOARD - JUDITH T. TERRY TOWN CLERK -3- September 15, 1983 NON -COLLUSIVE BIDDING CERTIFICATION The bidder certifies that this bid or proposal has been independently arrived at without collusion with any other bidder or with any competitor or potential competitor. 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. No attempt has been or will be made to induce any other person, partnership or corporation to submit or not to submit a bid proposal. 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 said certifications are true and affirms the truth thereof under the penalties of perjury, such penalties being applicable to the bidder as well as to the person signing in its behalf. THEODORE J. BURKE & SON, INC. Terence A. Pyres, Sr. Vice -President TOWN OF SOUTHOLD SPECIFICATIONS FOR: USED, 4#BIC YARD ARTICULATED RUBBER *D LOADER Equipment being bid must be manufactured not earlier than 1981. Vendor must guarantee machine for six (6) months OPTIONAL EQUIPMENT AIR CONDITIONER Air conditioner to be provided is to be custom fit to International Model H -90E Payloader. Remote condensor to be provided. Compressor is to be of the belt driven type and is to be mounted in engine compartment. Cooling Capacities: 28,000 BTU Recirculating Air, 24,000 BTU Outside Filtered Air. System to be pressurized. Air conditioner to be in- stalled by air conditioner manufacturer. ADDITIONAL EQUIPMENT: USED, 12 CUBIC YARD ARTICULATED PAYLOADER It is the intention of the following specifications to describe a four-wheel drive articulated rubber tired front end loader to be manufactured not earlier than 1980 and to have not more than 1,650 hours of use. OVERALL DIMENSIONS The loader must have less than 17.5". The 10'3.5". The overall BUCKET an overall length of not more than 18' and a ground clearance of not machine must have a height to the top of the cab of not less than width of the machine to be not less than 94". Bucket to be new, 12 cubic yard, general purpose type bucket with two hydraulically actuated top mounted tines. Bucket shall have a minimum width of not less than 9Y " and a height to spill plate of not less than 3(-". Bucket floor shall have a minimum thickness of not less than 2" and shall be equipped with wear bars at both left and right sides constructed at a minimum of 3/4" x 10" mounted from cutting edge covering entire length of bottom and wrapping a minimum of 60 up the back side of bucket. Bucket floor shall also be equipped with two wear bars the width of the boom mountings. The two wear bars and floor shall be constructed of grade X10 abrasion resistant steel. Bucket cutting edge shall be constructed of high strength alloy steel with a minimum Bernell hardness of 321 and a minimum yield strength of 120,000. Side cutting edges shall be constructed of 3/4" minimum T1 grade steel. Bucket tines shall be welded box -type construction, 4" width minimum at widest part tapering towards bottom end. Tines shall be actuated by'two in- dependent operating double acting hydraulic cylinders with a minimum bore and stroke of 31a X/0 . Cylinders shall have chromeplated rods and have a minimum operating pressure of not less than 2500 psi. Tines shall have a minimum opening measured from tip of tine to bucket cutting edge of not less than 43"`„l All the pivot points shall be equipped with re- placeable hardened steel bushings and pins with a minimum diameter of 1-3/4" with bolt type retainers. Bucket to weigh no less than 2,250 lbs. LOADER MECHANISM Loader mechanism is to be of the bellcrank type. Loader mechanism is to have no more than 13 pivot points. All pivot points are to be equipped with sealed linkage. Pivot point lubrication is to be no more than every 200 hours. -5- TOWN OF SOUTHOLD ADDIT'J'ONAL'EQUIPMENT: A , 1z CUBIC YARD ARTICULATED PSOADER Loader mechanism is to be equipped with heavy single plate boom arms which are to be fabricated of high strength steel designed to withstand maximum stress. Boom is to be operated by two double acting lift cylinders having a bore and stroke of 4.0" x 22" with chromeplated piston rods. Bucket ram is to be one double-acting, having a bore and stroke of 4" x 17.5" with chromeplated piston rod. Loader mechanism to be so designed that the power stroke involving the larger piston area to be used for digging, breakout and lifting. The smaller piston area or return stroke is to be used for lowering and dumping. Loader mechanism is to be equipped with metal -to -metal "rap -out". Loader mechanism to be equipped with an automatic boom kickout which will allow the operator to preset the desired boom stop height. The operation is to be accomplished through an actuator on the boom arm assembly which contacts a rod as the boom is raised. Through mechanical action, the rod must cause the boom control lever to move from the raise position to the hold position -stopping the boom. The stopping height must be adjustable through a tur bucket in the linkage. Adjustment must be made from inside the operator's compartment from ground level to full lift height. The loader must also be equipped with an automatic bucket positioner with automatically returns the bucket from dump position to a preset, adjustable digging angle. The bucket is brought to the preset digging angle by pulling the bucket control lever to the rollback position. The lever must be capable of holding the bucket in the rollback position by use of spring tension as the bucket cylinder opens. The bucket control moves to the hold positic by means of a mechanical linkage connected to the cylinder which trips an air valve when it reaches the adjustable trigger point. STEERING Steering is to be full power hydraulic. Steering must be capable of operating smoothly at all engine speeds. Articulation to the left or the right shall be not less than 400. Steering pump shall be single element gear type. OPERATOR'S COMPARTMENT To be located on the front half of the machine, directly over the center hinge pin and must be capable of viewing the bucket working area with no obstruction from the cab or loader's frame. Operator's compartment must swing away from rear chassis for inspection of transmission, hoses and steering hydraulics. Operator's compartment shall consist of a fully enclosed steel cab complete with rollover protective structure (SAE -J-394 Code). Cab windshield to be single flat piece of tinted safety glass with no center molding to blot operator's view. Cab to be complete with front windshield wiper and washer, heater a:.d defroster. Access and egress of operator's compartment shall be by means of full length door and non-skid open ladder steps. Operator's compartment shall be sound suppressed. Operator's compartment is to be so designed that the right hand controls the bucket and boom while the left hand is free to steer or make shifts and directional changes. Dual brake pedals are to be located to the left of the steering column. HYDRAULIC SYSTEM Machine is to have a closed and pressure controlled hydraulic system complete with vacuum -6- ADDIS EQUIPMENT: US*TOWN OF SOUTHOLD , 12 CUBIC YARD ARTICULATED PAADER relief. The reservoir is to be sealed and pressurized at not more than 30 psi. Re- servoir is to be complete with sight guage. The reservoir is to be equipped with a full flow filtration system to be comprised of no more than one 10 micron spin -on type filter. A single hydraulic gear -type pump is to be located below the hydraulic reservoir. All of the pump flow is to be passed through a flow control spool in the steering valve which is to provide two supply flows for the steering and loader circuits. System is to be so designed that when the steering circuit is actuated, it is given priority and receives the pump's supply flow. Once the steering circuit is satisfied, all excess flow is to be passed on to the loader control valve. When the steering circuit is not actuated, all of the pump flow is to be passed on to the loader control valve. If the loader control valve is not actuated the oil flow is to pass through center and is to be filtered before re- turning to .the reservoir. Machine is to be equipped with three spool valve, piping and controls to actuate boom, bucket tilt and bucket tines. ENGINE Loader engine is to be a 4 -cycle diesel, direct start, direct injection and naturally aspirated. Engine shall have a rated horsepower of not less than 80 and a flywheel HP of not less than 74, at a governed RPM of not more than 2500. Engine is to be equipped with a 24 volt electrical system and an alternator of not less than 40 amps. Cylinders shall have a bore and stroke of not less than 3.937 x 5.5. The cubic inch displacement shall be not more than 268 cubic inches. Engine shall be equipped with a dry type air cleaner with safety element. Engine and loader to be of the same manufacturer. TRANSMISSION Transmission must be countershaft type, full powershift in all speed ranges both forward and reverse. Transmission must be of the soft -shift design capable of allowing range and directional changes at full engine RPM. Transmission shall be not less than 3 -speed ranges forward and 3 -speed ranges in reverse with the following speeds to the minimum: SPEEDS 1st 2nd 3rd Forward, mph 0-5.30 0-10.25 0-21.47 Reverse, mph 0-5.26 0-10.17 0-21.3 TORQUE CONVERTER Loader to be equipped with a single stage, single phase torque converter having a stall ratio of not less than 2.95 to 1. DIFFERENTIALS Differentials must be of -the conventional type both front and rear. AXLES Axles are to be heavy-duty type with inboard planetary final drive four wheel drive. Front axles to be fixed, rear axle is to oscillate a total of not less than 24°. Vertical wheel travel is to be not less than 14.6". -7- TOWN OF SOUTHOLD ADDITIONAL'EQUIPMENT: USEV1� CUBIC YARD ARTICULATED PAYER BRAKES Service brakes are to be four wheel hydraulic disc brakes. Brakes are to be inboard mounted wet disc with separate axle -by -axle operation and complete with warning indicator light and buzzer. Loader is to be equipped with "operator's choice" braking. Left pedal is to neutralize the transmission and apply the brakes. The right pedal is to apply the brakes only. Parking brake is to be 10" drum type, mounted on the pinion shaft. Brake is to be hand operated with warning light on dash. LIGHTS To consist of: 2 working and travelling, 2 front and rear driving, 2 stop, tail and directional signals. System failure lights to consist of: engine coolant temperature, engine oil pressure and torque converter oil temperature. INSTRUMENTATION Machine to be equipped with the following guages: Engine coolant temp. Fuel level Torque converter oil temp. Voltmeter Hourmeter ADDITIONAL EQUIPMENT Loader shall be equipped with the following additional equipment: Anti -vandalism kit Ether Starting Adi Inside Rearview Mirrors Back -Up Alarm Cartridge Type filters for engine oil, transmission torque converter, oil and hydraulic oil SERVICE CAPACITIES Electric Horn Engine Compartment Side Panels Master Key Disconnect Muffler Neutral Safety Start Safety Lock for Loaders and transmission controls Counterweight The capacities listed below are to be minimum capacities necessary for operation of a loader of this size: Cooling System Lube Systems: Crankcase Transmission & Converter Differential & Final Drive, Front Differential & Final Drive, Rear Hydraulic System Fuel Tank OPERATING CAPACITIES 10 10.5 Gals. 2.5 4.5 4 4 10 31.5 • TOWN OF SOUTHOLD • , ADDITIONAL EQUIPMENT: USED, 12 CUBIC YARD ARTICULATED PAYLOADER OPERATING CAPACITIES (continued) Capacities listed below are to be minimum capacities: Turning Radius, outside corner of bucket 16'2" Lifting Capacity 10,735 lbs. Static Tipping Load Straight Ahead 9,900 lbs. In Full Turn 9,840 lbs. Breakout Force 14,820 lbs. Weight 15,360 lbs. OPERATING DIMENSIONS Maximum Dump Clearance 8111" Maximum Reach at Full Dump Height with Bucket at 45° angle 3' 3" Maximum hinge pin height 11' 2" TIRES 15.5 x 25, 8PR, L-2 Tires. Tires to have not less than %S'% wear remaining. EQUIPMENT BEING BID MUST BE MANUFACTURED NOT EARLIER THAN 1980. VENDOR MUST GUARANTEE MACHINE FOR THREE MONTHS, '•3Ty .._ VENDOR REQUIREMENTS VENDOR MUST HAVE FULL SERVICE FACILITY VENDOR MUST BE MANUFACTURER'S REPRESENTATIVE FOR MODEL EQUIPMENT BEING BID VENDOR MUST STOCK A FULL INVENTORY OF PARTS FOR THE EQUIPMENT BEING BID VENDOR MUST BE CAPABLE OF SERVICING EQUIPMENT IN THE FIELD VENDOR MUST HAVE A FULL LIBRARY OF PARTS AND SERVICE MANUALS AGREEMENT made this day of between 1983, 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 1983. This contract has been awarded to the aforesaid Seller who was the lowest responsible 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. Ili 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 , 1983. Within ten (10) days of the 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 for each item of the equipment as set forth in the bid. The Seller warrants the above described equipment against defective workmanship and material in accordance with the provisions of paragraph 10 of the Instructions to Bidders, 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 afore- said equipment, provide qualified persons to instruct the Town employees desig- nated by the Highway Superintendent of the Town with respect to complete instructions for the operation and maintenance 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 of said equipment by any cause whatsoever until the same is delivered to the Town as hereinbefore provided, shall ►.e upon the Seller, and in the event of any such loss or damage, this contract shall be deemed rescinded. 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. -2-- 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 -3-- STATE OF NEW YORK) ss: COUNTY OF ) On the day of 1983, 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 1983, before me personally came William R. Pell lll, to me known, who, being by me duly sworn, did depose and say that he resides at 530 Angler Road, Greenport, New York; that is is the Supervisor of the TOWN OF SOUTHOLD, 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 Town Board of said corporation, and that he signed his name thereto by like order. Notary Pub is -4- LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, that sealed bids are sought and requested for the purchase of landfill equipment by the Town of Southold, consisting of a used 4" yard front-end loader and a used 1" yard front end loader. The sealed bids will be received by the Town Clerk of the Town of Southold at the Town Clerk's Office, Main Road, Southold, New York, until 11: 00 A.M. on the 16th day of September , 1983, 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 Town Clerk of the Town of Southold, 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 total bid price, less trade-in allowance, 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. If the 4 The Town Board of the Town of Southold reserves the right to reject any and all . bids and `to wiave any and .all informality in any bid should it be deemed in the belt interest of the Town of Southold. All bids must be` signed and enclosed in- sealed envelopes plainly marked "Bid for Landfill Equipment (Track Type Dozer)' and addressed. to Judith T. Terry, Town Clerk, Southold Town Hall, Main Road, Southold, New York. Dated: August 26,:1983 JUDITH T. TERRY TOWN CLERK PLEASE PUBLISH ONCE, SEPTEMBER 1, 1983, AND FORWARD TWO (2) AFFIDAVITS OF PUBLICATION TO JUDITH T. TERRY, TOWN CLERK, TOWN -HALL, MAIN ROAD, SOUTHOLD, NEW YORK 11971. Copies to the following.on 8/26/83: The Suffolk Times . The Long Island Traveler -Watchman Town Board Members Superintendent of Highways Dean Town Clerk's Bulletin Board -2- BID TO THE TOWN BOARD OF THE TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK FOR THE PURCHASE OF LANDFILL EQUIPMENT (FRONT-END LOADERS) 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", "Specifications" and form of "Contract", and this bid form, and that the undersigned hereby proposes to sell to the Town of Southold the landfill equipment (Front-end loaders) 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 sum, to wit: 1. Furnish and deliver one used 441 cu: yd, front-end loader, all in accordance with the bid documents at the .total price of Dollars ($ ) Option IA Furnish and install air conditioner for above 4 "cu. yd. front-end loader, all in accordance with the bid documents at a total price of Dollars ($ ) II. Furnish and deliver one used 11 cu. yd. front end loader all in accordance with the bid documents at the total price of Thirty—Nine Thousand Nine Hundred & Eighty—Five and no/100ths-- Dollars($ Ill. Trade-in allowance for Town's caterpillar D-6 Crawer Dozer in the amount of Nine Hundred Eighty—Five and no/100ths Dollars ($98r,__ nn ) 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 contract signing. 40 In default of the performance of any of these conditions on my part to . be performed, the certified check in the amount of $ 1,805.00 (5$ of total 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 Theodore J. Burke & Son, Inc., 1667 E. Jericho Turnpike, Huntington, N.Y. 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 corporation 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 the truth thereof, such penalties being applicable to the bidder as well as the person signing in its behalf; (e) That attached hereto (if a corporate bidder) is a certified copy of resolution -2- authorizing the execution of. this certificate by the signator of this bid or proposal in behalf of the corporate bidder. THEODORE J. BURKE & SON, INC. Signature of l3fdoer Terence A. Pyres, Sr. Vice -President -3- i CERTIFIED COPY OF RESOLUTION AUTHORIZING THE EXECUTION OF NON -COLLUSIVE BIDDING CERTIFICATION IN BEHALF OF CORPORATE BIDDER RESOLVED THAT be authorized to sign and submit the bid or proposal of this corporation for the furnishing of Landfill Equipment to the Town of Southold, Suffolk County, New York, and to include in such; bid or proposal the certificate as to non- collusion required by Section 103td.'of the General Municipal Law as the act and deed of such corporation, 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 Theodore J. Burke & Son, Inc. corporation at a meeting of the Board of Directors held on the 14 day of September , 1983. Secretary Terence A. Pyres; Sr. (Seal of Corporation) TOWN OF�SOUTHOLD 1NFORMA'•TION AND INSTRUCTIONS TO BIDDERS FOR LANDFILL EQUIPMENT(FRONT END LOADERS) r 1 It is the intentio-n of these (specifications to''request bids for the purchase of a used 41 cubic yard front end loader and a used 11 cubic yard front end loader and to -trade-in a town owned Caterpiilar D-6 crawler dozer. It is also the intention to request bids on optional equipment consisting of an air conditioner to be installed by the !bidder on the 41 cubic yard front end loader. 2. 'Bidders may submit bids for both of the front end loaders, or for either front end loader specified, but in either event, the bidder must offer to take in trade the town's D-6 crawler dozer at the price specified in his bid for such trade-in. Notwithstanding the foregoing, however, the Town reserves the right to accept or reject the bid for ;either or both front end loaders. The Town further reserves the right to accept the bid. for, either or both front end loaders and to reject the bidder's trade -inn offer forthe'Town's D-6 crawler dozer. 3. 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 he Town. 4. Where a particular item of equipment' is specified by name, it is the intention a of having that particular item supplied', or Its equal,. 5. Items that are not detailed specifically are left-- to the discretion of the bidder. 6. Each ,bidder must furnish details of the complete -equipment to be furnished whether or not such detail items are specified herein. 7. Any exceptions to or deviations from the specifications musfi .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. 8. Each bidder shall furnish a, statement setting forth its service facilities and the location thereof.. 9. Each bid must be accompanied with photographs and plans showing dimensions and overall construction of the equipment. 10. The entire etluipment iricluding . engine, body, chassis, and all component parts, shall` be guaranteed. by the bidder for the following periods of time from the date of delivery to and acceptance by the Town of Southold, to wit: (a) 4j cubic yard loader - six months; (b) 11 cubic yard loader - three months. Such" guarantee shall require the bidder to furnish to the Town,'- without cogt including transportation, parts .to replace parts that have failed under normal use, ,sand 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. 11. Each bidder must specify . and guarantee a delivery date. 12. 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. 13. 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. 14. All bids must be in. duplicate, enclosed, in a healed envelope plainly marked "Bid ";for Landfifl "-Equipment (front-end loaders)" and addressed to Judith T. Terry, Town Clerk,. Main, Road, Southold, New York. 15. 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 total bid price (less -trade-in allowance) conditioned that if the bid is accepted, the successful bidder will, within ten (10) days from =the date of the acceptance of his bid, enter into a written contract in the form attached hereto, to furnish said equipment. If the successful bidder fails to enter into a contract within the time limit herein, then the check deposited with the bid r and the. moneys standing to the credit of the same shall be forfeited to the Town of Southold as liquidated damages. 16. 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 -'requirements, the- Town shall pay the successful bidder the total price as set forth in his bid. -2- Equipment being bid must be manufacturednot earlier than 1981. Vendor must.guarantee machine for .six (6) months OPTIONAL EQUIPMENT AIR CONDITIONER Air conditioner to be provided is to be custom fit to International Model H -90E Payloader. Remote condensor to be provided. Compressor is to be of the belt driven type and is to mounted in engine compartment. Cooling Capacities: 28,000 BTU Recirculating Air, 2':,000 BTU Outside Filtered Air. System to be pressurized. Air conditioner to be in- stalled by air conditioner manufacturer. .';li:ITIONAL EQUIPMENT: USED, 1� CUBIC YARD ARTICULATED PAYLOADER - is the intention of the following specifications to describe a four-wheel drive -Aculated rubber tired front end loader to be manufactured not earlier than 1980 and to not more than 1,650 hours of use. ,RALL DIMENSIONS loader must have an overall length of not more than 18' and a ground clearance of not than 17.5". The machine must have a height to the top of the cab of not less than 3.�". The overall width of the machine to be not less than 94". }SET iiucket to be new, 1� cubic yard, general purpose type bucket with two hydraulically _ctuated top mounted tines. Bucket shall have a minimum width of not less than 4,A " and sleight to spill plate of not less than 3(*". Bucket floor shall have a minimum thickness cf not less than �" and shall be equipped with wear bars at both left and right sides .Instructed at a minimum of 3/4" x 10"'mounted from cutting edge covering entire length of bottom and.wrapping a minimum of 60 up the back side ofbucket. Bucket floor shall also be equipped with two wear bars the width of the boom mountings. The two wear bars floor shall be constructed of grade X10 abrasion resistant steel. Bucket cutting edge shall be constructed of high strength alloy steel with a minimumBernellhardness of 321 znd a minimum yield strength of 120,000. Side cutting edges shall be constructed of 3/4" :minimum Tl.grade steel. Bucket tines .shall be welded box -type construction, 4" width minimum at widest part tapering towards bottom end. Tines shall be actuated by*two in- dependent operating double acting hydraulic cylinders with,a minimum bore and stroke of _= ",�io ". Cylinders shall have chromeplated rods and have a minimum operating pressure of less than 2500 psi. Tines shall have a minimum opening measured from tip of tine to cket cutting edge of not less than All the pivot points shall be equipped with re- ;laceable hardened steel bushings anal pins with a minimum diameter of 1-3/4" with bolt type retainers. Bucket to weigh no less than 2,250 lbs. DJADER MECHANISM ..oader mechanism is to be of the bellcrank type. Loader mechanism is to have no more than ?s pivot points. All pivot points are to be equipped with sealed linkage. Pivot point lubrication is to be no more than every 260 hours. -5- i UVVN Ur aUU i riUhu ';PLCIrICATIONS.FOR: USED, CUBIC YARD ARTICULATED RUBBEPIRED LOADER Equipment being bid must be manufacturednot earlier than 1981. Vendor must.guarantee machine for .six (6) months OPTIONAL EQUIPMENT AIR CONDITIONER Air conditioner to be provided is to be custom fit to International Model H -90E Payloader. Remote condensor to be provided. Compressor is to be of the belt driven type and is to mounted in engine compartment. Cooling Capacities: 28,000 BTU Recirculating Air, 2':,000 BTU Outside Filtered Air. System to be pressurized. Air conditioner to be in- stalled by air conditioner manufacturer. .';li:ITIONAL EQUIPMENT: USED, 1� CUBIC YARD ARTICULATED PAYLOADER - is the intention of the following specifications to describe a four-wheel drive -Aculated rubber tired front end loader to be manufactured not earlier than 1980 and to not more than 1,650 hours of use. ,RALL DIMENSIONS loader must have an overall length of not more than 18' and a ground clearance of not than 17.5". The machine must have a height to the top of the cab of not less than 3.�". The overall width of the machine to be not less than 94". }SET iiucket to be new, 1� cubic yard, general purpose type bucket with two hydraulically _ctuated top mounted tines. Bucket shall have a minimum width of not less than 4,A " and sleight to spill plate of not less than 3(*". Bucket floor shall have a minimum thickness cf not less than �" and shall be equipped with wear bars at both left and right sides .Instructed at a minimum of 3/4" x 10"'mounted from cutting edge covering entire length of bottom and.wrapping a minimum of 60 up the back side ofbucket. Bucket floor shall also be equipped with two wear bars the width of the boom mountings. The two wear bars floor shall be constructed of grade X10 abrasion resistant steel. Bucket cutting edge shall be constructed of high strength alloy steel with a minimumBernellhardness of 321 znd a minimum yield strength of 120,000. Side cutting edges shall be constructed of 3/4" :minimum Tl.grade steel. Bucket tines .shall be welded box -type construction, 4" width minimum at widest part tapering towards bottom end. Tines shall be actuated by*two in- dependent operating double acting hydraulic cylinders with,a minimum bore and stroke of _= ",�io ". Cylinders shall have chromeplated rods and have a minimum operating pressure of less than 2500 psi. Tines shall have a minimum opening measured from tip of tine to cket cutting edge of not less than All the pivot points shall be equipped with re- ;laceable hardened steel bushings anal pins with a minimum diameter of 1-3/4" with bolt type retainers. Bucket to weigh no less than 2,250 lbs. DJADER MECHANISM ..oader mechanism is to be of the bellcrank type. Loader mechanism is to have no more than ?s pivot points. All pivot points are to be equipped with sealed linkage. Pivot point lubrication is to be no more than every 260 hours. -5- TOWN OF SOUTHOLD .,!)m7:IONAL• EQUIPMENT: *ED, 111 CUBIC YARD ARTICULATED YLOADER ;;.der mechanism is to be equipped with heavy single plate boom arms which are to be :ricated of high strength steel designed to withstand maximum stress. is to be operated by two double acting lift cylinders having a bore and stroke of x 22" with chromeplated piston rods. ;..,:cket ram is to be one double-acting, having a bore and stroke of 4" x 17.5" with r:ro:r,eplated piston rod. "Ier mechanism to be so designed that the power stroke involving the larger piston area :,)e used for digging, breakout and lifting. The smaller piston area or return stroke is he used for lowering and dumping. r mechanism is to be equipped with metal -to -metal "rap -out :der mechanism to be equipped with an automatic boom kickout which will allow the operator preset the desired boom stop height. The operation is to be accomplished through an ,.,:or on the boom arm assembly which contacts a rod as the boom is raised. Through .,:tical action, the rod must cause the boom control lever to move from the raise position hold position -stopping the boom. The stopping height must be adjustable through a tur in the linkage. Adjustment must be made from inside the operator's compartment =round level to full lift height. Nader must also be equipped with an automatic bucket positioner with automatically :s the bucket from dump position to a preset, adjustable digging angle. The bucket u�ht to the preset digging angle by pulling the bucket control lever to the rollback ing the bucket in the rollback position by use The lever must be capable of hold c;pring tension as the bucket cylinder opens. The bucket control moves to the hold positi, mans of a mechanical linkage connected to the cylinder which trips an air valve when reaches the adjustable trigger point. RING 1_eering is to be full power hydraulic. Steering must be capable of operating smoothly all engine speeds. Articulation to the left or the right shall be not less than 40°. 1;_eering pump shall be single element gear type. .? I'OR' S COMPARTMENT b located on the front half of the machine, directly over the center hinge pin and be capable of viewing the bucket working area with no obstruction from the cab or frame. Operator's compartment must swing away from rear chassis for. inspection ._ransmission, hoses and steering hydraulics. r:tor's compartment shall consist of a fully enclosed steel cab complete with rollover !':rtective structure (SAE -J-394 Code). Cab :windshield to be single flat piece of tinted f(2tyglass with no center molding to bloc• operator's view. Cab to be complete with n3 defroster. Access and egress of operator's L windshield wiper and washer, heater a; �nrtment shall be by means of full length door and non-skid open ladder steps. ^.:_rator's compartment shall be sound suppressed. iperator`s compartment is to be so designed that the right hand controls the bucket and while the left hand is free to steer or make shifts and directional changes. Dual r;ke pedals are to be located to the left of the steering column. i JR:\ULIC SYSTEM ;�':chi.ne is to have a closed and pressure controlled hydraulic system complete with vacuum -6- IU�Yi� Vf JVV 1 nVLU ;)i)I:rIONAL EQUIPMENT: PSED, I Z CUBIC YARD ARTICULATED !YLOADER r lief. The reservoir is to be sealed and pressurized at not more than 30 psi. Re- :'ervoir is to be complete with sight guage. The reservoir is to be equipped with a full .'low filtration system to be comprised of no more than one 10 micron spin -on type filter. single hydraulic gear -type pump is to be located below the hydraulic reservoir. All of the pump flow is to be passed through a flow control spool in the steering valve which is 'o provide two supply flows for the steering and loader circuits. System is to be so signed that when the steering circuit is actuated, it is given priority and receives ne pump's supply flow. Once the steering circuit is satisfied, all excess flow.is to be pissed on to the loader control valve. When the steering circuit is not actuated, all of L!,e pump flow is to be passed on to the loader control valve. If the loader control valve S not actuated the oil flow is to pass through center and is to be filtered before re - to .the reservoir. Machine is to be equipped with three spool valve, piping and ntrols to actuate boom, bucket tilt and bucket tines. :C1"E ,,,).Ldcr engine is to be a 4 -cycle diesel, direct start, direct injection and naturally ...:;irated. Engine shall have a rated.horsepower of not less than 80 and a flywheel HP of r less than 74, at a governed RPM.of not.more than 2500. Engine is to be equipped with 24 volt electrical system and an alternator of not less than 40 amps. Cylinders shall a bore and stroke of not less than 3.937 x 5.5. The cubic inch displacement shall not more than 268 cubic inches. ;ane shall be equipped with a dry type air cleaner with safety element. Engine and oade.r to be of the same manufacturer. . -ANSMISSION Transmission must be countershaft type, full powershift in all speed ranges both forward and reverse. Transmission must be of the soft -shift design capable of allowing range and directional changes at full engine RPM. Transmission shall be not less than 3 -speed ranges forward and 3 -speed ranges in reverse with the following speeds to the minimum: SPEEDS 1st 2nd 3rd Forward, mph 0-5.30 0-10.25 0-21.47 Reverse, mph 0-5.26 0=10.17 0-21.3 TORQUE CONVERTER i,oader to be equipped with a single stage, single phase torque converter having a stall r,:tio of not less than 2.95 to 1. DIFFERENTIALS [)ifferentials must be of'the conventional type both front and rear. {LES ,� ies are to be heavy-duty type with inboard planetary final drive four wheel drive. rout axles to be fixed, rear axle is to oscillate a total of not less than 24°. Vertical ,.:heel travel is to be not less than -7- l UVVN Ur -,)uU I nULu A POLOADER :1llD I'FIUVAi: EQUIPMENT: UID, 1-t � CUBIC YARD ARTICULATED BRAKES Service brakes are to be four wheel hydraulic disc brakes. Brakes are to be inboard mounted wet disc with separate axle -by -axle operation and complete with warning indicator light and buzzer. Loader is to be equipped with "operator's choice" braking. Left pedal is to neutralize the transmission and apply the brakes. The right pedal is to apply the brakes only. Parking brake is to be 10" drum type, mounted on the pinion shaft. Brake is to be hand aDerated with warning light on dash. LIGHTS to consist of: 2 working and travelling, 2 front and rear driving, 2 stop, tail and directional signals. System failure lights to consist of: engine coolant temperature, engine oil pressure and torque converter oil temperature. IN'STRU IENTATION Machine to be equipped with the following guages: Engine coolant temp. Fuel level Torque converter oil temp. Voltmeter Hourmeter ,.IDITIONAL EQUIPMENT .oader shall be equipped with the following additional equipment: Anti -vandalism kit Ether Starting Adi Inside Rearview Mirrors Back -Up Alarm Cartridge Type filters for engine oil, transmission torque converter, oil and hydraulic oil SERVICE CAPACITIES Electric Horn Engine Compartment Side Panels Master Key Disconnect Muffler Neutral.Safety Start Safety Lock for Loaders and transmission controls Counterweight The capacities listed below are to be minimum capacities necessary for operation of a loader of this size: Cooling System 10.5 Gals. Lube Systems: Crankcase 2.5 Transmission & Converter 4.5 Differential & Final Drive, Front 4 Differential & Final Drive, Rear 4 Hydraulic System 10 Fuel Tank 31.5 OPERATING CAPACITIES we �. W W N UF- 5U ! HU LU ADDLTIONAL EQUIPMENT: USED, III CUBIC YARD ARTICULATED PAYLOADER OPERATING CAPACITIES (continued) Cclpacities listed below are to be minimum capacities: Turning Radius, outside corner of bucket 16'2" Lifting Capacity 10,.735 lbs. Static Tipping Load Straight Ahead 9,900 lbs. In Full Turn 9,840' lbs. Breakout Force 14,820 lbs. Weight 15,360 lbs. OPERATING DIMENSIONS Maximum Dump Clearance 8111" Maximum Reach at Full Dump.Height with Bucket at.45° angle 3' 3" Maximum hinge pin height 11' 2" TIRES 15.5 x 25, 8PR, L-2 Tires. Tires to have not less than 1S% wear remaining. FaoUIPMENT BEING BID MUST BE MANUFACTURED NOT EARLIER THAN 1980. VENDOR MUST GUARANTEE MACHINE FOR THREE MONTHS, •3Ty VENDOR.REQUIREMENTS VENDOR MUST HAVE FULL SERVICE FACILITY VENDOR MUST BE MANUFACTURER'S REPRESENTATIVE FOR MODEL EQUIPMENT BEING BID VENDOR MUST STOCK A FULL INVENTORY OF PARTS FOR THE EQUIPMENT BEING BID VENDOR MUST BE CAPABLE OF SERVICING EQUIPMENT IN THE FIELD VENDOR MUST HAVE A FULL LIBRARY OF PARTS AND SERVICE MANUALS -9- AGREEMENT made this day of between 1983, 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 1983. This contract has been awarded to the aforesaid Seller who was the lowest responsible 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 , 1983. Within ten (10) days of the 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 for each item of the equipment as set forth in the bid. The Seller warrants the above described equipment against defective workmanship and material in accordance with the provisions of paragraph 10 of the Instructions to Bidders, 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 afore- said equipment, provide qualified persons to instruct the Town employees desig- nated by the Highway Superintendent of the Town with respect to complete instructions for the operation and maintenance 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 of said equipment by any cause whatsoever until the same is delivered to the Town as hereinbefore provided, shall :,e upon the Seller, and in the event of any such loss or damage, this contract shall be deemed rescinded. 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. -2-- IN WITNESS WHEREOF, the parties hereto have set their hands and seals, in duplicate, the day and year first above written. by TOWN OFSOUTHOLD by -3- • V STATE OF NEW YORK) ss: COUNTY OF ) 0 On the day of 1983, 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 1983, before mg personally came William R. Pell I11, to me known, who, being by me duly sworn, did depose and say that he resides at 530 Angler Road, Greenport, New York; that is is the Supervisor of the TOWN OF SOUTHOLD, 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 Town Board of said corporation, and that he signed his name thereto by like order. Notary Public -4- /Y K -)III -10 L( r -)61/x, September 15, 1983 NON -COLLUSIVE BIDDING CERTIFICATION The bidder certifies that this bid or proposal has been independently arrived at, without collusion with any other bidder or with any competitor or potential competitor. 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. No attempt has been or will be made to induce any other person, partnership or corporation to submit or not to submit a bid proposal., The person signing this bid or proposal certifies that he has fully informed himselfregardingthe accuracy of the statements contained in this certification, and said certifications are true and affirms the truth thereof under the penalties of perjury, such penalties being applicable to the bidder as well as to the person signing in its behalf. THEODORE J. BURKE & SON, INC. By :Terence A. Pyres, r Vice -President r� TO THE TOWN BOARD OF THE TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK FOR THE PURCHASE OF LANDFILL EQUIPMENT (FRONT-END LOADERS) 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", "Specifications" and form of "Contract", and this bid form, and that the undersigned hereby proposes to sell to the Town of Southold the landfill equipment (Front-end loaders) 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 sum, to wit: 1. Furnish and deliver one used 412 -cu. yd. front-end loader, all in accordance with the bid documents at the total price of No bid Dollars ($ ) Option IA Furnish and install air conditioner for above 4 z cu. yd. front-end loader, all in accordance with the bid documents at a total price of Dollars ($ No bid I . Furnish and deliver one used 1 i cu. yd. front end loader all in accordance with the bid documents at the total price of Fotcty nine thowsand eight hundtced and, eiahto AouA dottwLs Dollars ($_49, 884.00 ) III. Trade-in allowance for Town's caterpillar D-6 Crawer Dozer in the amount of Seven Thousand Aive hundtced doUau Dollars ($7,500 ) • 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 30-60 days after contract signing. In default of the performance of any of these conditions on my part to be performed, the certified check in the amount of $ 2,500 (S$ of total 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 Ha,Qsv-iUe, NV 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 corporation 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 the truth thereof, such penalties being applicable to the bidder as well as the person signing in its behalf; (e) That attached hereto (if a corporate bidder) is a certified copy of resolution -2- 0 authorizing the execution of this certificate by the signator of this bid or proposal in behalf of the corporate bidder. "natNeof Bid er Joseph G. Bita.h -3- M,s"tant Secnetany I H. O. PENN MACHINERY CO., INC. L.I.E. AT NICOLLS ROAD (EXIT 62) 660 UNION AVE., HOLTSVILLE, N.Y.11742 (5 16) 758-7500 SeptembeA 15, 1983 U6. Judith T. T etvr. y, Town CZeAk Town ob Sowthotd Town HaU, Main Road South.otd, NY 11971 Dean M.a. Tmy: Thank you bon giving ups this oppoAtunity to bid on Zandb,c U equipment. The 1-1/2 cubic yard toaden we ane obbex ng bon your con ideA- ati.on is a CateAp.(Ucft 910 with undeh one hundred houx6. Thiz machine w.cU have a sta.ndoAd G month guarantee in addition to the Ptj" 3 guarantee bon anotheA 2-1/2 yeau on 5,000 hoWL6, whichever come,6 burst. Thus guarantee iz bu22y exptained in the enctozune. Some voAiance in your s peci 6ications ane ti.6ted be.eow: (1) OpuLaton tri.des on neat W4 o machine. (2) Two tiet cyt i.nde z ban better contnot. This machine is buntheA descAibed in the enc o/sed t teAaturte. Showed you nequi%e any additionae ,i.nbonmati.on, ptease beet bnee to gave me a caU. JB: cs Bnce.. SinceAe.Cy, .O. PENN MACHINERY CO., INC. L b eph Bitak Sates Manager ARMONK, N.Y. - BRONX, N.Y. - HOLTSVILLE, N.Y. - POUGHKEEPSIE, N.Y. - TUXEDO, N.Y - NEWINGTON, CONN. CERTIFIED COPY OF RESOLUTION AUTHORIZING THE EXECUTION OF NON -COLLUSIVE BIDDING CERTIFICATION IN BEHALF OF CORPORATE BIDDER RESOLVED THAT Joseph G. Bilak be authorized to sign and submit the bid or proposal of this corporation for the furnishing of Landfill Equipment to the Town of Southold, Suffolk County, 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 corporation, 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 H.O. Penn Mach,ineh y Co., Inc, corporation at a meeting of the Board of Directors held on the 26 day of Januaucy , 1983. SEE ATTACHED (Seal of Corporation) Secretary SPECIAL MEETING ,jvs ,w OF BOARD OF DIRECTORS H. 0. PENN MACHINERY COMPANY, INC. Minutes of a special meeting of the Board of Directors of H. 0. Penn Machinery Company, Inc. held on Wednesday, January 26, 1983, at the offices of the Corporation in the Town of North Castle, County of Westchester, State of New York at ten o'clock in the forenoon. Present: Robert W. Cleveland Robert W. Cleveland, Jr. C. E. Thomas Cleveland Robert W. Cleveland, Chairman of the Board, presided. C. E. Thomas Cleveland, Secretary, presented a Waiver of Notice signed by all the Directors. C. E. Thomas Cleveland read the minutes of the previous meeting. ;`lotion was made by Robert W. Cleveland to approve the minutes as read, seconded by C. E. Thomas Cleveland and unanimously carried. Robert W. Cleveland stated the purpose of the meeting was to elect and/or re-elect the following officers of the Corporation. On motion made, seconded and unanimously carried, it was RESVOLED to elect and/or re-elect all officers of the Corporation as follows: Robert W. Cleveland, Jr. President 24 Rock Ridge Avenue Greenwich, CT 06830 C. E. Thomas Cleveland Executive V.P. and 409 Central Drive Secretary Briarcliff Manor, NY 10510 John A. Siddell VP & Treasurer 19 Surf Road Westport, CT 06608 Robert A. Berger Vice President 6 North Valley Road Ridgefield, CT 06877 • Joseph P. Donnelly Vice President 156 Whitehall Boulevard Garden City, NY 11530 Mark B. Sales, Jr. Vice President 521 Brookside Road New Canaan, CT 06840 Henry R. Killian Vice President 7 11il.ly iew Drive Poughkeepsie, NY 12603 August Shtino Controller and 377 North Broadway Ass't. Secretary Yonkers, NY 10701 Dated; January 26, 1982 -2 - In addition, the following employees are granted authority only in the ordinary course of business with regard to products sold and serviced by the Company and in the maintenance and repairs of such products: Robert Schutte Assistant Secretary 260 Soundview Avenue White Plains, NY 10606 • x Thomas J. Cox " 14 Stevens Avenue Merrick, NY 11566 Joseph G. Bilak " 7 Lorijean Lane East Northport, NY 11731 ` James Delaney 32 Floral Avenue Huntington, NY 11743 Michael Mulroe " 81 Barbara Road Dumont, NJ 07628 Janice A. Bain 3002 Village Drive Brewster, NY 10509 Thomas Whalen RD #3 Manchester Heights Poughkeepsie, NY 12603 Charles R. Muller " 5 Henso Drive Danbury, CT 06810 Timothy Flynn " 30 Stevens Place Rocky Hill, CT 06067 Thomas H. Morrison " 70 Bridle Path Newington, CT 06111 Robert J. Back " Blunt Circle RFD #2 Somers, CT 06091 Robert McIlvaine " 90 Pleasant Street Marshfield, MA 02050 There being no further business to come before this meeting the same, on motion, was adjounred. C. E. Thomas Cleveland, Secretary Dated; January 26, 1982 C 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 30-60 days after contract signing. In default of the performance of any of these conditions on my part to be performed, the certified check in the amount of $ 2.500 (5$ of total 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 Hot;tsv, tte, NY 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 corporation 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 the truth thereof, such penalties being applicable to the bidder as well as the person signing in its behalf; (e) That attached hereto (if a corporate bidder) is a certified copy of resolution -2- BID TO THE TOWN BOARD OF THE TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK FOR THE PURCHASE OF LANDFILL EQUIPMENT (FRONT-END LOADERS) 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", "Specifications" and form of "Contract", and this bid form, and that the undersigned hereby proposes to sell to the Town of Southold the landfill equipment (Front-end loaders) 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 sum, to wit: 1. Furnish and deliver one used 4 2 cu. yd, front-end loader, all in accordance with the bid documents at the total price of No bid Dollars ($ I Option IA Furnish and install air conditioner for above 4 ? cu. yd. front-end loader, all in accordance with the bid documents at a total price of Dollars ($ No bid I I . Furnish and deliver one used 1 Z cu. yd. front end loader all in accordance with the bid documents at the total price of i=onty nine thousand eight hundred and, eizihty AouA do.?. WL6 Dollars ($-49,, 884.00 ) 111. Trade-in allowance for Town's caterpillar D-6 Crawer Dozer in the amount of Seven Thousand five hundred dotta" Dollars ($7,500 ) • authorizing the execution of fhis certificate by the signator of this bid or proposal in behalf of the corporate bidder. igna re of Bid er Joseph G. Bitak kszi,stant SecAetoAy -3- I CERTIFIED COPY OF RESOLUTION AUTHORIZING THE EXECUTION OF •NON -COLLUSIVE BIDDING CERTIFICATION IN BEHALF OF CORPORATE BIDDER RESOLVED THAT Josenh G. Bilak be authorized to sign and submit the bid or proposal of this corporation for the furnishing of Landfill Equipment to the Town of Southold, Suffolk County, 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 corporation, 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 H.U. Penn Ma.chinehy Ca., Inc. corporation at a meeting of the Board of Directors held on the 26 day of lanuany , 1983. SEF ATTACHED (Seal of Corporation) Secretary USED 4-1/2 YARD'FRONT-END LOADER & USED 1-1/2 YARD FRONT END LOADER ADDRESS o?, �, �✓-� � l 13.E /Vy 7 =, No. 1 n X03 A41 Legal Notices LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, that sealed bids are sought and requested for the purchase of landfill equipment by the Town of Southold, con- sisting of a used 4% yard front-end loader and a used 1% yard front end loader. The sealed bids will be received by the Town Clerk of the Town of Southold at the Town Clerk's Office, Main Road, Southold, New York, until 11:00 A.M. on the 16th day of September, 1983, at which time and place they will be pulicly 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, 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 total bid price, less trade-in allowance, 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 To,,then the check deposited wih the bid and the moneys standing to the credit of the same, shall be forfeited to the Town of Southold as liquidated damages. If the STATE OF NEW YORK 1 successful bidder enters into a 1 SS: contract pursuant to the requirements of the Town, COUNTY OF SUFFOLK 1 then said check shall be returned to said bidder. The Town Board of the TownW.of Joan d'�r Gustayson Greenport, in of Southold reserves ids and right to reject any and all bid b said County, being duly sworn, says that DWshe is to waive any and all informality in any bid should Principal Clerk of THE SUFFOLK TIMES, a Weekly it be deemed in the best Newspaper, published at Greenport, in the Town interest of the . Town of Southold. of Southold, County of Suffolk and State of New All bids must be signed and York, and that the Notice of which the annexed is enclosed in sealed envelopes plainly marked "Bid for a printed copy, has been regularly published in Landfill Equipment(front-endsaid Newspaper once each week for One loaders)" and addressed to Judith T. Terry, Town Clerk, weeks successively, commencing on the 1St Southold Town Hall, Main day of September 1983 Road, Southold, New York. . Dated: August 26, 1983 JUDITH T. TERRY 1TS1-4333 TOWN CLERK HELEN K. DE VOE NOTARY FUWLIC. State of New York No. 4707878, 3utfelk County principal Clerk Term Expires March 30, 19� Sworn to before me this 1 St day of September 1983 Legal Notices LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, that sealed bids are sought and requested for the purchase of landfill equipment by the Town of Southold, con- sisting of a used 4% yard front-end loader and a used lei yard front end loader. The sealed bids will be received by the Town Clerk of the Town of Southold at the Town Clerk's Office, Main Road, Southold, New York, until 11:00 A.M. on the 16th day of September, 1983, at which time and place they will be pulicly 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, 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 total bid price, less trade-in allowance, 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 Tower then the check deposited, the bid and the moneys staiwing to the credit of the same, shall be forfeited to the Town of Southold as liquidated damages. If the successful bidder enters into a contract pursuant to the requirements of the Town, then said check shall be returned to said bidder. 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 Landfill Equipment (front-end loaders)" and addressed to Judith T. Terry, Town Clerk, Southold Town Hall, Main Road, Southold, New York. Dated: August 26, 1983 JUDITH T. TERRY TOWN CLERK 1TS1-4333 STATE OF NEW YORK 1 SS: COUNTY OF SUFFOLK 1 Joan W. Gustayson of Greenport, in said County, being duly sworn, says that Wshe is Principal Clerk of THE SUFFOLK TIMES, a Weekly Newspaper, published at Greenport, in the Town of Southold, County of Suffolk and State of New York, and that the Notice of which the annexed is a printed copy, has been regularly published in said Newspaper once each week for One weeks successively, commencing on the 1 St dayof September 19-8-3 HELEN K. DE V NOTARY PUBLIC, State oft Nero York ' No 4707878, Suffolk Count Term Expires March 30, 19b✓- Principal Clerk Sworn to before me this 1St day ofS e pt emb er 19$3- NOTICE TO BIDDERS NOTICE IS HEREBY GIV- EN, that sealed bids are sought and requested for the purchase of landfill equipment by the Town of Southold, consisting of a new track type dozer. The sealed bids will be received by the Town Clerk of the Town of Southold at the Town Clerk's Office, Main Road; Southold, New York until 11:00 A.M. on the 16th day of September, 1983, 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 Town Clerk of the Town of Southold, 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 accom- panied by the deposit of a certified check made payable to the order of the Town of Southold in r- amount of not less than five (5%) percentum of the total bid price, condi- 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 accept- ance 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 monies standing to the credit of the same, shall be forfeited to the Town of Southold as liquidated damages. If the successful bidder enters into a contract pursuant to the re- quirements of the Town, then said check shall be returned to said bidder. 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 Land- fill Equipment (Track Type Dozer)" and addressed to Judith T, Terry, Town Clerk, Southold Town Hall, Main Road, Southold, New York. Dated: August 26, 1983 JUDITH T. TERRY TOWN CLERK 1T-9/1/83(5) COUNTY OF SUFFOLK ss: STATE OF NEW YORK 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 f� successively, commencing on the .................................... day of �, � :(� ��C'.............. 19..... ............ ........................ �_­ 1.41 / Sworn to before me this ................. day of ........ ......... a .......... .. ,.,`........ .... ... . ... . Notary c COUNTY OF SUFFOLK ss: STATE OF NEW YORK 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........................%t.............weeks successively, commencing on the .................................... day of ......................... 19...F3 Sworn to before me this ............................... day of r �``�........, 19..:.3 CLEMFNT d. THC)MPS®N NOTARY PUBLIC, State of New York .52-9321725 Residing In Suffolk County Commission Expires March V, 1e NOTICE TO BIDDERS NOTICE IS HEREBY GIV- EN, that sealed bids are sought and requested for the purchase of landfill equipment by the Town of Southold, consisting of a new track type dozer. The sealed bids will be received by the Town Clerk of the Town of Southold at the Town Clerk's Office, Main Road, Southold, New York until 11:00 A.M. on the 16th day of September, 1983, 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 Town Clerk of the Town of Southold, 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 accom- panied by the deposit of a certified check made payable to the order of the Town of Southold in r- amount of not less than five (5%) percentum of the total bid price, condi- 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 accept- ance 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 monies standing to the credit of the same, shall be forfeited to the Town of Southold as liquidated damages. If the successfuj bidder enters into a contract pursuant to the re- quirements of the Town, then said check shall be returned to said bidder. 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 Land- fill Equipment (Track Type Dozer)" and addressed to Judith T. Terry, Town Clerk, Southold Town Hall, Main Road, Southold, New York. Dated: August 26, 1983 JUDITH T. TERRY TOWN CLERK 1T -9/l/83(5) COUNTY OF SUFFOLK ss: STATE OF NEW YORK 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 ..............�}............... d of.... -��. v .............. 19...�` Sworn to before me this ..........1 ................... day of 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 ............1..................... .................... .............. 19... .......ll..+. ...!Sa.- l k4 1 Sworn to before me this .......... ......�.............. day of ............:f...., 19..3 CLEMR7 J. 71-10MPSON NOTARY PoaLle, State of New yore 52-S321725 IveSidi rg in Suffolk Cou>,,y f;oME}3 SSIon Fxptt'e.S PJjn'k 1;' ; 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 26th day of August 1983__ 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 Bulletin Board, Town Clerk Office, Main Road, Southold. New York 11971 Notice to Bidders - Two (2) front-end loaders (4-1/2 cubic yard and 1-1/2 cubic yard), and trade-in one (1) caterpillar D-6 crawer dozer.for the landfill site. Bid opening: 11:00 A.M., September 16, 1983 - Judith T. Terry Southold Town Clerk Sworn to be before me this 26th day of August 19 83 . Notary Public ELIZABETH ANN NEVILLE NOTARY PUBLIC, State of New York No. 52.8125850, Suffolk County_ Term Expires March 30, 19 LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, that sealed bids are sought and requested for the purchase of landfill equipment by the Town of Southold, consisting of a used 4z yard front-end loader and a used 1 z yard front end loader. The sealed bids will be received by the Town Clerk of the Town of Southold at the Town Clerk's Office, Main Road, Southold, New York, until 11 :00 A.M. on the 16th day of September 1983, 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 Town Clerk of the Town of Southold, 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 total bid price, less trade-in allowance, 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. 1. 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. If the successful bidder enters into a contract pursuant to the requirements of the Town, then said check shall be returned to said bidder. 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 Landfill Equipment (front-end loaders)" and addressed to = Judith T. Terry, Town Clerk, Southold Town Hall, Main Road, Southold, New York. Dated: August 26, 1983 JUDITH T. TERRY TOWN CLERK PLEASE PUBLISH ONCE, SEPTEMBER 1, 1983, AND FORWARD TWO (2) AFFIDAVITS OF PUBLICATION TO JUDITH T. TERRY, TOWN CLERK, TOWN HALL, MAIN ROAD, SOUTHOLD, NEW YORK 11971. Copies to the following: The Suffolk Times The Long Island Traveler -Watchman Town Board Members Superintendent of Highways Dean Town Clerk's Bulletin Board LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, that sealed bids are sought and requested for the purchase of landfill equipment by the Town of Southold, consisting of a used 41 yard front-end loader and a used 11 yard front end loader. The sealed bids will be received by the Town Clerk of the Town of Southold at the Town Clerk's Office, Main Road, Southold, New York, until 11:00 A.M. on the 16th day of September 1983, 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 Town Clerk of the Town of Southold, 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 total bid price, less trade-in allowance, 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. I• 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. If the 0 • successful bidder enters into a contract pursuant to the requirements of the Town, then said check shall be returned to said bidder. 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 Landfill Equipment (front-end loaders)" and addressed to Judith T. Terry, Town Clerk, Southold Town Hall, Main Road, Southold, New York. Dated: August 26, 1983 JUDITH T. TERRY TOWN CLERK PLEASE PUBLISH ONCE, SEPTEMBER 1, 1983, AND FORWARD TWO (2) AFFIDAVITS OF PUBLICATION TO JUDITH T. TERRY, TOWN CLERK, TOWN HALL, MAIN ROAD, SOUTHOLD, NEW YORK 11971. Copies to the following: The Suffolk Times The Long Island Traveler -Watchman Town Board Members Superintendent of Highways Dean Town Clerk's Bulletin Board LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, that sealed bids are sought and requested for the purchase of landfill equipment by the Town of Southold, consisting of a used 4$ yard front-end loader and a used 11 yard front end loader. The sealed bids will be received by the Town Clerk of the Town of Southold at the Town Clerk's Office, Main Road, Southold, New York, until 11 :00 A.M. on the 16th day of September 1983, 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 Town Clerk of the Town of Southold, 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 total bid price, less trade-in allowance, 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. If the ... n successful bidder enters into a contract pursuant to the requirements of the Town, then said check shall be returned to said bidder. 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 Landfill Equipment (front-end loaders)" and addressed to Judith T. Terry, Town Clerk, Southold Town Hall, Main Road, Southold, New York. Dated: August 26, 1983 JUDITH T. TERRY TOWN CLERK PLEASE PUBLISH ONCE, SEPTEMBER 1, 1983, AND FORWARD TWO (2) AFFIDAVITS OF PUBLICATION TO JUDITH T. TERRY, TOWN CLERK, TOWN HALL, MAIN ROAD, SOUTHOLD, NEW YORK 11971. Copies to the following: The Suffolk Times The Long Island Traveler -Watchman Town Board Members Superintendent of Highways Dean Town Clerkis Bulletin Board LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, that sealed bids are sought and requested for the purchase of landfill equipment by the Town of Southold, consisting of a used 4z yard front-end loader and a used 11- yard front end loader. The sealed bids will be received by the Town Clerk of the Town of Southold at the Town Clerk's Office, Main Road, Southold, New York, until 11 :00 A.M. on the 16th day of September , 1983, 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 Town Clerk of the Town of Southold, 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 total bid price, less trade-in allowance, 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. If the ,r 11L successful bidder enters into a contract pursuant to the requirements of the Town, then said check shall be returned to said bidder. 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 Landfill Equipment (front-end loaders)" and addressed to Judith T. Terry, Town Clerk, Southold Town Hall, Main Road, Southold, New York. Dated: August 26, 1983 JUDITH T. TERRY TOWN CLERK PLEASE PUBLISH ONCE, SEPTEMBER 1, 1983, AND FORWARD TWO (2) AFFIDAVITS OF PUBLICATION TO JUDITH T. TERRY, TOWN CLERK, TOWN HALL, MAIN ROAD, SOUTHOLD, NEW YORK 11971. Copies to the following: The Suffolk Times The Long Island Traveler -Watchman Town Board Members Superintendent of Highways Dean Town Clerk -is Bulletin Board • E TO THE TOWN BOARD OF THE TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK FOR THE PURCHASE OF LANDFILL EQUIPMENT (FRONT-END LOADERS) 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", "Specifications" and form of "Contract", and this bid form, and that the undersigned hereby proposes to sell to the Town of Southold the landfill equipment (Front-end loaders) 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 sum, to wit: 1. Furnish and deliver one used 4 1 cu. yd, front-end loader, all in accordance with the bid documents at the total price of Dollars ($ ) Option IA Furnish and install air conditioner for above 4 z cu. yd. front-end loader, all in accordance with the bid documents at a total price of Dollars ($ ) II. Furnish and deliver one used 12 cu. yd. front end loader all in accordance with the bid documents at the total price of Dollars ($ ) III. Trade-in allowance for Town's caterpillar D-6 Crawer Dozer in the amount 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 contract signing. In default of the performance of any of these conditions on my part to be performed, the certified check in the amount of $ (5% of total 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 corporation 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 the truth thereof, such penalties being applicable to the bidder as well as the person signing in its behalf; (e) That attached hereto (if a corporate bidder) is a certified copy of resolution -2- • s authorizing the execution of this certificate by the signator of this bid or proposal in behalf of the corporate bidder. Signature of Bidder -3- 0 0 CERTIFIED COPY OF RESOLUTION AUTHORIZING THE EXECUTION OF NON -COLLUSIVE BIDDING CERTIFICATION IN BEHALF OF CORPORATE BIDDER RESOLVED THAT be authorized to sign and submit the bid or proposal of this corporation for the furnishing of Landfill Equipment to the Town of Southold, Suffolk County, 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 corporation, 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 the Board of Directors held on the day of , 1983. ec reta ry (Seal of Corporation) TOWN OF SOUTHOLD INFORMATION AND INSTRUCTIONS TO BIDDERS FOR LANDFILL EQUIPMENT (FRONT END LOADERS) 1. It is the intention of these specifications to request bids for the purchase of a used 42 cubic yard front end loader and a used 12 cubic yard front end loader and to trade-in a town owned Caterpillar D-6 crawler dozer. It is also the intention to request bids on optional equipment consisting of an air conditioner to be installed by the bidder on the 4 2 cubic yard front end loader. 2. Bidders may submit bids for both of the front end loaders, or for either front end loader specified, but in either event, the bidder must offer to take in trade the town's D-6 crawler dozer at the price specified in his bid for such trade-in. Notwithstanding the foregoing, however, the Town reserves the right to accept or reject the bid for either or both front end loaders. The Town further reserves the right to accept the bid for either or both front end loaders and to reject the bidder's trade-in offer for the Town's D-6 crawler dozer. 3. 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. 4. Where a particular item of equipment is specified by name, it is the intention of having that particular item supplied, or its equal. 5. Items that are not detailed specifically are left to the discretion of the bidder. 6. Each bidder must furnish details of the complete equipment to be furnished whether or not such detail items are specified herein. 7. 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, 8. Each bidder shall furnish a statement setting forth its service facilities and the location thereof. 9. Each bid must be accompanied with photographs and plans showing dimensions and overall construction of the equipment. 10. The entire equipment including engine, body, chassis, and all component parts shall be guaranteed by the bidder for the following periods of time from the date of delivery to and acceptance by the Town of Southold, to wit: (a) 42 cubic yard loader - six months; (b) 1 Z cubic yard loader - three months. 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. 11. Each bidder must specify and guarantee a delivery date. 12. 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. 13. 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. 14. All bids must be in duplicate, enclosed in a sealed envelope plainly marked "Bid for Landfill Equipment (front-end loaders)" and addressed to Judith T. Terry, Town Clerk, Main Road, Southold, New York. 15. 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 total bid price (less trade-in allowance) conditioned that if the bid is accepted, the successful bidder will, within ten (10) days from the date of the acceptance of his bid, enter into a written contract in the form attached hereto, to furnish said equipment. 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. 16. 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 requirements, the Town shall pay the successful bidder the total price as set forth in his bid. -2- 17. 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 bids should it be deemed in the best interest of the Town of Southold. Dated: BY ORDER OF THE SOUTHOLD TOWN BOARD JUDITH T. TERRY TOWN CLERK -3- %r 0OWN OF SOUTHOLD SPEC,CFICATIONS FOR: USED, 42 CUBIC YARD ARTICULATED RUBBER TIRED LOADER INTENTION It is the intention of the following specifications to describe a 4 -wheel drive, articu- lated, rubber -tired loader which shall be of rugged frame design with triangular shaped front frame. Frame shall be jointed by a heavy duty, hinge pin assembly and capable of taking the severest applications. Boom arms, axles and lift cylinders shall be mounted at the corners for strength. Rear frame shall be constructed to allow easy access for servicing of drive line components and shall be equipped with a rear drawbar. Machine to be manufactured not earlier than 1981, and to have no more than 1,150 hours of use. ENGINE 8 -cylinder "V" design, 4 cycle, turbocharged, direct injection, direct start diesel engine with a minimum of 573 cubic inch displacement, net flywheel horsepower shall be 239 at a minimum of 2500 RPM. Engine shall have a minimum bore and stroke of 4.5" x 4.5". Engine shall be equipped with two, large capacity, spin on lube filters and dry type dual stage air cleaner with safety element. Engine compartment shall be complete with side covers so designed to duct cooling air over other components, side covers shall be easily removed. Engine and loader shall be of same manufacturer. Machine shall be equipped with ether starting aid. Engine shall be complete with a fan guard. TORQUE CONVERTER Torque converter shall be of single stage, single phase design and is to have a stall ratio of not more than 2.6 to 1. TRANSMISSION Shall be countershaft type, constant mesh design. It shall be full powershift in all speed ranges, forward and reverse. Transmission must have at least 4 speeds forward and at least 4 speeds in reverse, and shall shift mechanically and hydraulically. Trans- mission to have a speed range of 0 mph to a minimum speed of 31.7 mph in forward and reverse speeds. DIFFERENTIALS Are to be of the Power transfer type and shall be designed not to lock up. AXLES Shall be heavy duty type with full floating axle shafts and planetary final drive. Planetary drives shall provide gear reduction at wheel hubs. The sun gear and axle shaft shall be forged from one piece. Rear axle shall be oscillating type allowing one rear tire to be raised not less than 23 inches higher than the other before the cradle is re- stricted by the frame, for a minimum of 300. RFT.T.V PANT 2" plate guard to be installed forward and after the articulation point of the machine. Bolted to frame and so designed that one man is capable of removal and installation of all components. • 1 TOWN OF SOUTHOLD SPECIFICATIONS FOR: USED, 4z CUBIC YARD ARTICULATED RUBBER TIRED LOADER BRAKES Four wheel air -over -hydraulic, wedge activated shoe with axle by axle operation. Machine shall be equipped with operator's choice braking with left pedal neutralizing the trans- mission and applying brakes, and the right pedal applies the brakes only. The brakes shall consist of two wheel cylinders in each wheel, which, when activated by air, force the brake shoes against the drums by a wedge type activator and shall be activated hydraulically. Brakes shall apply automatically if and when the air pressure falls below the safe level; all operating parts shall be sealed in fluid and shall be self-lubricating. Brakes shall be serviced from the back side without removing tire or wheel and without disturbing the planetary drives. The brake system shall service each axle separately assuring that an air or hydraulic failure anywhere in the system will affect only an axle. Parking brakes shall be mechanical type on intermediate drive shaft with indicator light. LOADER MECHANISM Shall be operated by lever to be located to right of operator and shall have indicator to provide visual indication of bucket operation. Loader mechanism to have no more than 14 pivot points ane bushings shall be equipped with cord ring seals. Pivot point lubrication shall be no more than every fifty hours. Bucket shall be equipped with a double acting single bucket cylinder with a bore and stroke of not more than 8" x 20.5" and complete with a hardened chromeplated piston rod. Cylinder shall be so designed that during the digging cycle, the rollback cylinder overrides the lift cylinder. Smaller piston area shall be used for dumping. Loader mechanism shall be equipped with an automatic boom kickout which will allow the operator to preset the de- sired boom stop height. This shall be accomplished through an actuator on the boom arm assembly which contacts a valve as the boom is raised. Adjustment shall be made from in- side the operator's compartment from ground level to full lift height. Loader shall be equipped with two lift cylinders to have a bore and stroke of not less than 7" x 39" and must be capable of raising the bucket to its maximum height in not less than 7.9 seconds. Smaller piston area (return stroke) to be used in the lowering of the bucket with lowering time to be not less than 5.6 seconds. Boom arms shall be fabricated box sections constructed of high strength alloy steel. Boom arms shall be independently mounted and bucket hinge pin bosses are to be welded to the boom side plates. Large diameter bucket hinge pings are to incorporate hardened alloy bushings, grease fittings, large capacity grease cavities and split cord ring seals. Boom controls shall have raise, hold, down pressure and float positions. Boom controls shall be designed to be operated by the right hand. Boom controls shall be attached to a control valve with minimum linkage. Bucket shall be equipped with automatic bucket positioner. Loader bucket must be General Purpose type having a SAE rated capacity of not less than 4.5 cu. yd. with an overall width of not more than 120" wide. Bucket to have sharply sloped back sides for maximum penetration, as well as a large throat opening for easy complete loading, the hinge pin location shall be at the lower back of bucket. Weld -on bucket cutting edge shall be constructed of abrasion resistant Durasteel with a flat design capable of being replaced without disturbing the backing plate or cutting away any part of the bucket. Sidecutters to be constructed of 3/4" T-1 steel and all four corners of the bucket opening to be cast steel reinforced. Bucket hinges shall be wrap-around support type. Bucket cutting edge to have 90 % wear remaining. -2- ! TOWN OF SOUTHOLD 9 SPECIFICATIONS FOR: USED, 41-, CUBIC YARD ARTICULATED RUBBER TIRED LOADER STEERING Steering shall be by means of steering wheel. Steering shall be full hydraulic power with mechanical followings. Steering hydraulics shall be complete with a demand valve which proportions the hydraulic flow from a switch pump to the loader and steering circuit. Steering cylinders shall have a bore and stroke of not less than 4" x 17". At low engine RPM, machine shall be equipped with a demand valve which is to divert the greater portion of hydraulic flow from the switch pump to the steering system. At medium RPM, the demand valve shall deliver enough hydraulic flow from the switch pump to the loader circuit. At high engine RPM the demand valve shall divert the greater portion of the switch pump hydraulic flow to the loader circuit and at the same time, deliver sufficient hydraulic oil to the steering circuit to provide controlled, predictable steering without fast, jerky oversteer. OVERALL DIMENSIONS The loader shall have an overall length of not more than 23'7.75" with a ground clearance of not less than 18.75". The loader shall have a height to the top of the cab not more than 11'10.5". Loader shall have a dump height at the hinge pin of not less than 159". Reach at maximum height and 45° dump angle shall be no less than 48", in addition, wheel- base to be not more than 120" in length. HYDRAULIC SYSTEM Shall be closed and pressure controlled and vacuum relief with hydraulic reservoir tank, of not less than 35 gallon capacity, shall be cylindrical in shape and mounted directly above the converter and vane type pumps. System shall be equipped with not more than four full -flow 5.0 micron filters. Filter bases shall be equipped with anti -backwash valve. Hydraulic reservoir shall be equipped with anti -void valve and suction screen. Cover on hydraulic reservoir shall be full diameter and removable. OPERATOR'S COMPARTMENT Shall be located on the front half of the machine, directly over the center hinge pin, and shall be capable of viewing the bucket and working area with no obstruction from the cab or loader's frame. Operator's compartment shall swing away from rear chassis for inspection of transmission, hoses and steering hydraulics. Operator's compartment shall be located away from engine and exhaust. Operator's compartment shall consist of a fully enclosed steel cab complete with rollover protective structure (SAE J-394 CODE). Cab windshield shall be single flat piece of tinted safety glass with no center molding to block operator's view. Cab shall be complete with windshield wiper and with bucket suspension type operator's seat with seat belt. The cab doors shall be full length with piano type hinges and rubber seals. Access and egress from operator's compartment shall be made by means of non-skid open ladder steps from both sides of machine. Instruments shall be color coded and shall be located in lighted shock -mounted panel directly in front of operator. Guages are to be as follows: air pressure, air cleaner service indicator, engine oil pressure, fuel, service meter, torque converter oil temperature, volt meter and water temperature. Operator's seat shall be suspension type. Cab shall be sound suppressed and have rearview mirror. Cab shall also contain inside rearview mirror, heater and fan defroster. ARTICULATED PINS Center hinge pins shall be widely spaced constructed of high strength steel and shall be complete with self -aligning spherical bushings. Hinge pins shall be protected by cord ring seals. TOWN OF SOUTHOLD SPECIFICATIONS FOR: USED,012 CUBIC YARD ARTICULATED RUBBEI TIRED LOADER LIGHTS AND ALARMS Shall consist of two(2) headlights, two (2) stop and tail lights, two (2) backup lights, one (1) left and one (1) right hand dual faced directional lamps, showing amber to the front and red to the rear. The signal lamps shall be mounted near the center of the machine and shall be visible from front and rear. The safety flasher shall flash both the right and left simultaneously. Machine shall be equipped with backup alarm. PAINT Machine shall be sandblasted and painted manufacturer's standard colors. TIRES Four (4) 26.5 x 25, 20PR, L-4. The Tires are to be new. Tires are to be polyurethane filled for use in landfill applications. MANUALS Operator's and parts manuals to be included. SERVICE CAPACITIES The capacities listed below shall be minimum capacities necessary for operation of a loader for this size: Cooling System 18 Gals. Crankcase 8 Gals. Transmission 7.5 Gals. Differential & Final Drive, Front 8 Gals. Differential & Final Drive, Rear 8 Gals. Hydraulic System 45 Gals. Fuel Tank 97 Gals. OPERATING CAPACITIES Capacities listed below shall be minimum capacities: Turning Radius, outside corner of bucket Lifting Capacity Static Tipping Load Straight Ahead In Full Turn Breakout Force Weight ADDITIONAL EQUIPMENT Backup Alarm Vandal Protection Fan Guard Ether Starting Aid Counterweight Cold Weather Brakes Rear Wiper with Washer 22'5.5" 47,985 lbs. 29,637 lbs. 26,673 lbs. 34,366 lbs. 43,248 lbs. TOWN OF SOUTHOLD I& SPECIFICATIONS FOR: USED,,, CUBIC YARD ARTICULATED RUBBE IRED LOADER Equipment being bid must be manufactured not earlier than 1981. Vendor must guarantee machine for six (6) months OPTIONAL EQUIPMENT AIR CONDITIONER Air conditioner to be provided is to be custom fit to International Model H -90E Payloader. Remote condensor to be provided. Compressor is to be of the belt driven type and is to be mounted in engine compartment. Cooling Capacities: 28,000 BTU Recirculating Air, 24,000 BTU Outside Filtered Air. System to be pressurized. Air conditioner to be in- stalled by air conditioner manufacturer. ADDITIONAL EQUIPMENT: USED, 12 CUBIC YARD ARTICULATED PAYLOADER It is the intention of the following specifications to describe a four-wheel drive articulated rubber tired front end loader to be manufactured not earlier than 1980 and to have not more than 1,650 hours of use. OVERALL DIMENSIONS The loader must have an overall length of not more than 18' and a ground clearance of not less than 17.5". The machine must have a height to the top of the cab of not less than 10'3.5". The overall width of the machine to be not less than 94". RITCI<FT Bucket to be new, 12 cubic yard, general purpose type bucket with two hydraulically actuated top mounted tines. Bucket shall have a minimum width of not less than 9'11 " and a height to spill plate of not less than 3(- ". Bucket floor shall have a minimum thickness of not less than 2" and shall be equipped with wear bars at both left and right sides constructed at a minimum of 3/4" x 10" mounted from cutting edge covering entire length of bottom and wrapping a minimum of 60 up the back side of bucket. Bucket floor shall also be equipped with two wear bars the width of the boom mountings. The two wear bars and floor shall be constructed of grade X10 abrasion resistant steel. Bucket cutting edge shall be constructed of high strength alloy steel with a minimum Bernell hardness of 321 and a minimum yield strength of 120,000. Side cutting edges shall be constructed of 3/4" minimum T1 grade steel. Bucket tines shall be welded box -type construction, 4" width minimum at widest part tapering towards bottom end. Tines shall be actuated by*two in- dependent operating double acting hydraulic cylinders with a minimum bore and stroke of 3/a X/0 ". Cylinders shall have chromeplated rods and have a minimum operating pressure of not less than 2500 psi. Tines shall have a minimum opening measured from tip of tine to bucket cutting edge of not less than All the pivot points shall be equipped with re- placeable hardened steel bushings and pins with a minimum diameter of 1-3/4" with bolt type retainers. Bucket to weigh no less than 2,250 lbs. LOADER MECHANISM Loader mechanism 13 pivot points. lubrication is t, is to be of the bellcrank type. Loader mechanism is to have no more than All pivot points are to be equipped with sealed linkage. Pivot point be no more than every 200 hours. -5- TOWN OF SOUTHOLD ADDITIONAL EQUIPMENT: 41SED, 12 CUBIC YARD ARTICULATE AYLOADER Loader mechanism is to be equipped with heavy single plate boom arms which are to be fabricated of high strength steel designed to withstand maximum stress. Boom is to be operated by two double acting lift cylinders having a bore and stroke of 4.0" x 22" with chromeplated piston rods. Bucket ram is to be one double-acting, having a bore and stroke of 4" x 17.5" with chromeplated piston rod. Loader mechanism to be so designed that the power stroke involving the larger piston area to be used for digging, breakout and lifting. The smaller piston area or return stroke is to be used for lowering and dumping. Loader mechanism is to be equipped with metal -to -metal "rap -out". Loader mechanism to be equipped with an automatic boom kickout which will allow the operator to preset the desired boom stop height. The operation is to be accomplished through an actuator on the boom arm assembly which contacts a rod as the boom is raised. Through mechanical action, the rod must cause the boom control lever to move from the raise position to the hold position -stopping the boom. The stopping height must be adjustable through a tur bucket in the linkage. Adjustment must be made from inside the operator's compartment from ground level to full lift height. The loader must also be equipped with an automatic bucket positioner with automatically returns the bucket from dump position to a preset, adjustable digging angle. The bucket is brought to the preset digging angle by pulling the bucket control lever to the rollback position. The lever must be capable of holding the bucket in the rollback position by use of spring tension as the bucket cylinder opens. The bucket control moves to the hold positic by means of a mechanical linkage connected to the cylinder which trips an air valve when it reaches the adjustable trigger point. STEERING Steering is to be full power hydraulic. Steering must be capable of operating smoothly at all engine speeds. Articulation to the left or the right shall be not less than 40°. Steering pump shall be single element gear type. OPERATOR'S COMPARTMENT To be located on the front half of the machine, directly over the center hinge pin and must be capable of viewing the bucket working area with no obstruction from the cab or loader's frame. Operator's compartment must swing away from rear chassis for inspection of transmission, hoses and steering hydraulics. Operator's compartment shall consist of a fully enclosed steel cab complete with rollover protective structure (SAE -J-394 Code). Cab windshield to be single flat piece of tinted safety glass with no center molding to bloc. operator's view. Cab to be complete with front windshield wiper and washer, heater ai.d defroster. Access and egress of operator's compartment shall be by means of full length door and non-skid open ladder steps. Operator's compartment shall be sound suppressed. Operator's compartment is to be so designed that the right hand controls the bucket and boom while the left hand is free to steer or make shifts and directional changes. Dual brake pedals are to be located to the left of the steering column. HYDRAULIC SYSTEM Machine is to have a closed and pressure controlled hydraulic system complete with vacuum M TOWN OF SOUTHOLD ADDITIONAL EQUIPMENT: OED, 11,, CUBIC YARD ARTICULATED MYLOADER relief. The reservoir is to be sealed and pressurized at not more than 30 psi. Re- servoir is to be complete with sight guage. The reservoir is to be equipped with a full flow filtration system to be comprised of no more than one 10 micron spin -on type filter. A single hydraulic gear -type pump is to be located below the hydraulic reservoir. All of the pump flow is to be passed through a flow control spool in the steering valve which is to provide two supply flows for the steering and loader circuits. System is to be so designed that when the steering circuit is actuated, it is given priority and receives the pump's supply flow. Once the steering circuit is satisfied, all excess flow is to be passed on to the loader control valve. When the steering circuit is not actuated, all of the pump flow is to be passed on to the loader control valve. If the loader control valve is not actuated the oil flow is to pass through center and is to be filtered before re- turning to the reservoir. Machine is to be equipped with three spool valve, piping and controls to actuate boom, bucket tilt and bucket tines. ENGINE Loader engine is to be a 4 -cycle diesel, direct start, direct injection and naturally aspirated. Engine shall have a rated horsepower of not less than 80 and a flywheel HP of not less than 74, at a governed RPM of not more than 2500. Engine is to be equipped with a 24 volt electrical system and an alternator of not less than 40 amps. Cylinders shall have a bore and stroke of not less than 3.937 x 5.5. The cubic inch displacement shall be not more than 268 cubic inches. Engine shall be equipped with a dry type air cleaner with safety element. Engine and loader to be of the same manufacturer. TRANSMISSION Transmission must be countershaft type, full powershift in all speed ranges both forward and reverse. Transmission must be of the soft -shift design capable of allowing range and directional changes at full engine RPM. Transmission shall be not less than 3 -speed ranges forward and 3 -speed ranges in reverse with the following speeds to the minimum: SPEEDS 1st 2nd 3rd Forward, mph 0-5.30 0-10.25 0-21.47 Reverse, mph 0-5.26 0-10.17 0-21.3 TORQUE CONVERTER Loader to be equipped with a single stage, single phase torque converter having a stall ratio of not less than 2.95 to 1. DIFFERENTIALS Differentials must be of'the conventional type both front and rear. AXLES Axles are to be heavy-duty type with inboard planetary final drive four wheel drive. Front axles to be fixed, rear axle is to oscillate a total of not less than 24°. Vertical wheel travel is to be not less than 14.6". -7- TOWN OF SOUTHOLD •V ADDITIONAL EQUIPMENT: AD, 12 CUBIC YARD ARTICULATED P OADER BRAKES Service brakes are to be four wheel hydraulic disc brakes. Brakes are to be inboard mounted wet disc with separate axle -by -axle operation and complete with warning indicator light and buzzer. Loader is to be equipped with "operator's choice" braking. Left pedal is to neutralize the transmission and apply the brakes. The right pedal is to apply the brakes only. Parking brake is to be 10" drum type, mounted on the pinion shaft. Brake is to be hand operated with warning light on dash. LIGHTS To consist of: 2 working and travelling, 2 front and rear driving, 2 stop, tail and directional signals. System failure lights to consist of: engine coolant temperature, engine oil pressure and torque converter oil temperature. INSTRUMENTATION Machine to be equipped with the following guages: Engine coolant temp. Fuel level Torque converter oil temp. Voltmeter Hourmeter ADDITIONAL EQUIPMENT Loader shall be equipped with the following additional equipment: Anti -vandalism kit Ether Starting Adi Inside Rearview Mirrors Back -Up Alarm Cartridge Type filters for engine oil, transmission torque converter, oil and hydraulic oil SERVICE CAPACITIES Electric Horn Engine Compartment Side Panels Master Key Disconnect Muffler Neutral Safety Start Safety Lock for Loaders and transmission controls Counterweight The capacities listed below are to be minimum capacities necessary for operation of a loader of this size: Cooling System 10.5 Gals. Lube Systems: Crankcase 2.5 Transmission & Converter 4.5 Differential & Final Drive, Front 4 Differential & Final Drive, Rear 4 Hydraulic System 10 Fuel Tank 31.5 OPERATING CAPACITIES TOWN OF SOUTHOLD • ADDITIONAL EQUIPMENT: USED, 11-2 CUBIC YARD ARTICULATED PAYLOADER OPERATING CAPACITIES (continued) Capacities listed below are to be minimum capacities: Turning Radius, outside corner of bucket 1612" Lifting Capacity 10,735 lbs. Static Tipping Load Straight Ahead 9,900 lbs. In Full Turn 9,840 lbs. Breakout Force 14,820 lbs. Weight 15,360 lbs. OPERATING DIMENSIONS Maximum Dump Clearance 8111" Maximum Reach at Full Dump Height with Bucket at 45° angle 3' 3" Maximum hinge pin height 11' 2" TIRES 15.5 x 25, 8PR, L-2 Tires. Tires to have not less than 1 % wear remaining. EQUIPMENT BEING BID MUST BE MANUFACTURED NOT EARLIER THAN 1980. VENDOR MUST GUARANTEE MACHINE FOR THREE MONTHS, VENDOR REQUIREMENTS VENDOR MUST HAVE FULL SERVICE FACILITY VENDOR MUST BE MANUFACTURER'S REPRESENTATIVE FOR MODEL EQUIPMENT BEING BID VENDOR MUST STOCK A FULL INVENTORY OF PARTS FOR THE EQUIPMENT BEING BID VENDOR MUST BE CAPABLE OF SERVICING EQUIPMENT IN THE FIELD VENDOR MUST HAVE A FULL LIBRARY OF PARTS AND SERVICE MANUALS AGREEMENT made this day of , 1983, 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 , 1983. T This contract has been awarded to the aforesaid Seller who was the lowest responsible 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 , 1983. Within ten (10) days of the 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 for each item of the equipment as set forth in the bid. The Seller warrants the above described equipment against defective workmanship and material in accordance with the provisions of paragraph 10 of the Instructions to Bidders, 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 afore- said equipment, provide qualified persons to instruct the Town employees desig- nated by the Highway Superintendent of the Town with respect to complete instructions for the operation and maintenance 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 of said equipment by any cause whatsoever until the same is delivered to the Town as hereinbefore provided, sh all ie upon the Seller, and in the event of any such loss or damage, this contract shall be deemed rescinded. 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. -2-- 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 -3- STATE OF NEW YORK) ss: COUNTY OF ) On the day of 1983, 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 1983, 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 is is the Supervisor of the TOWN OF SOUTHOLD, 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 Town Board of said corporation, and that he signed his name thereto by like order. Notary Public -4-