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-