Loading...
HomeMy WebLinkAboutHighwayNOTICE TO BIDDER4 NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the 1'drehase of the following Items, more or less, as may be needed: 1. 500,000 gallons of Asphalt . Road Materials, more or less, as may be needed for the re- pairs of Town Highways. 2. 10,000 gallons of Diesel Fuel, delivered to the Highway , Dept. and the Town Disposal Area, S. 1,000 lin. ft. 12" dia. 16 ga. x 10' ig. Galy. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 100 pes. 12" dia. 16 ga. 400 lin. ft. of 18" dia 16 ga. x 10'Ig. Galy. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 40 pas. 18" dia. 16 ga. Con- necting Bands. 200 lin. ft. of 24" dia. 16 ga. x I0'Ig. GaIv. and Aluminum Spiral Lock Seam Culvert Pipe (Perforated) 20 pes. 24",16 ga. Connecting Bands 100 lin.. ft. of 30" dia 16 ga. x 10' Ig.. Galy. and Aluminum Spiral Lock Seam Culvert Pipe - (PERFORATED) 10 pcs. 241,16 ga. Connecting Bands. f4. S0—Code No., 31894 Grating, : '_'Frame and urb Inlet Cast-. Ing, 6" ht. with 4" opening —22" x 35" overall of grating. 20—Code No. 15805 Circular Frame and Grate (a) Request for purchase and delivery of 2500 tons, more or less, as may be needed, of 3/8" Blue Stone, to be de- livered by truck to the High-. way Dept. yard, Peconic, New York and each truck must have a weight slip. (b) Price loaded on Town trucks, from Barge, at Mat- tituck, N. Y. 6. Tires & Tubes 2-23.5/25-16 ply Tires: 4-12.00/24-12 ply tires and tubes 4-17.5/25-12 ply tires 2-10.00'24-12 ply tires and tubes 6-11.00/22-12 ply tires and tubes 4-12.00/20-14 ply tires and tubes 4-11.00/20-12 ply tires and tubes 25-10.00/20-12 ply tires and tubes 2— 7:50/20-10 ply tires and tubes 2— 7:00/20-10 ply tires and tubes 6-_ 5.50!16--` '4 ply tires'and"r tubes 2-10.00/24-8 ply tires and tubes 22— 7.10/15-6 ply tires and tubes 10— 7.10,15 --Tubes 4— 7.50/15-12 ply tires and tubes 4-1400/24-10 ply Grader Tires 1-11.00/24-12 ply tire and tube 2-13.6/26— 4 ply Diamond ;gip all weather tires and :tines 7. 30--4'6" x 8' Drainage Rings - 3"6" x 8' Drainage Domes i 30--36" Covers 8. 10—Danline (or equal) refills for rear brooms (32 wire 4 plastic) 10—H -7908H gutter broom wire - Specifications ,i;or the above - may be obtained at the Office of - the Sup't of Highways, Peconic, New York COUNTY OF SUFFOLK STATE OF NEW YORK ss: C. Whitney Booth, Jr., being duly sworn, says that he is the Editor, of THE LONG ISLAND TRAVELER - MATTITUCK WATCHMAN, a public news- paper 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 Trove I e r-Mattituc k Watch- man once each week for 6... weeks' successively, commencing on the ........... !. 2 .............. day of ....... .� ' :........, 1 � •, ............................................................ / ......... Sworn to before me this ........................ day of .......... ........ 1972. ..........�..Ff•••� ............ .. .. ........... Notary Public ADELE PAYNE Notary public. State of New York fiesidigg in Sudfclk County Nu. 52-3041000 Commission Expires t0arch 30, 1973 The sealed bids, in duplicate, toeether with anon-collusive certificate, will be received by the Supt's of Highways of the Town of Southold, at his office, Peconic. N. Y., until 1:00 P. M., February 8, 1973 at which time they will be opened and read aloud in public. All bids must be signed and sealed in envelopes plainly mark- ed (Bid on ) to the Office of the Suu't of Highways. The Supt of Highways re- serves the right to reject any- and nyand all 'bids and to waive any and all informality in anv bid, should it be deemed to be in the best interest of the Town of Southold to do so. The bid price shall not include any Federal. State or Local Tax, Dated: January 23, 1973 from which the Town of South- old, is exempt. RAYMOND C. DEAN Supt of Highways . _ 1T-2-1 .,..,.r......� , _ ..... rrrnuuu�rtlinImmillimmimmulllllIIIIOIIIM111 li III 111Nl1111 niVu1u1N1N milli IIIIIII.IIIIIIImmillimimIIIIIm BID ON GRATING, FRAME AND CURB INLET CASTINGS 8 2/22/7 lig1 ' 1/ Local Steel and Supply Co. Vic, y.1 LOCAL STEEL AND SUPPLY CO. DIVISION OF THOMPSON MATERIALS CORP. CONSTRUCTION MATERIALS and CONTRACTOR SUPPLIES 60 JERICHO TURNPIKE, MINEOLA, N. Y. 11501 (516) 746-0864 ROUTE 25 MIDDLE ISLAND, N. Y. (516) 782-2424 10-4-74 Town of Suuthold Hwy Dept Peconic Lane Peconic, N. Y. 11958 Dear Sir: Please refer to our invoice C 60988 dated September 23, 1974. Due to increased prices, effective August 29, 1974, the Curb Inlets billed on the above invoice, are now $225.00. Very truly yours, LOCAL STEEL & SUPPLY CO. R. Saaro RS/bk AFFILIATES IN BELLEVILLE, N. J. • NEW YORK CITY • BUFFALO AND LIVERPOOL, N. Y. IN;r41N OFFICE 60 Jericho Turnpike MINEOLA Telephone 746-0864 { 347-2840 BRANCH OFFICE Route 25, Jericho Turnpike LOCAL STEEL AND SUPPLY CO. MIDDLE ISLAND, N.Y. DIVISION OF THOMPSON MATERIALS CORP. Telephone 732-2424 QUOTATION Date................2/2J./. 74............................ Town of Southold Raymond C. Dean Firm ................... ....... Indiv.....S.0 t..t........o.f.....hw. 5....... Tel......7.0.5.-.3.x,.40......... SupT�t�; of Highways f�.. �� Address P.ec.o4... p .Lane.,.....Pec.gni.c.......L..a.I.a.,N.4.X..........1,x.9. .$..................... . ....................................................................................................... STREET TOWN BID ON ITEM #3 CASTINGS Job.................................................................................................................................................................... .. ................................................................................................................................ 1:00 P, M. Address.....--................................................................................................................................ Architect................................................................. Bid due ...2/2.2/7.4.... Quantity We are pleased to quote your requirements as follows:— Unit Price Total 30 Code #31894 Grating, Frame & Curb Inlet Casting, 611 ht. with 411 opening - 2211 x 3511 overall of grating @$ 215.00 each 20 Code #15805 Circular Frame and Grate @$ 75.00 dach DELIVERY: Approx. 1012 weeks After Receipt of order. Terms: NET 30 days :cepted.................................................................................................................................... .......................................................................................... Date ................................................ accepted as an order, Dose sign and return one copy. LOCAL STEE.;NDPLY CO. Division of THs Representative `.::4........ ................ J M. Cas e to/ar QUOTATION SUBJECT TO THE CONDITIONS SET FORTH The prices and terms on this quotation are not subject to verbal changes or other agreements unless approved in writing by the seller. All quotations and agreements are contingent upon strikes, fires, availability of materials and all other causes beyond our control. Prices are based on costs and conditions existing on date of quotation and are subject to change by the seller before final acceptance. LOCAL STEEL AND SUPPLY CO. DIVISION OF THOMPSON MATERIALS CORP. CONSTRUCTION MATERIALS and CONTRACTOR SUPPLIES 60 JERICHO TURNPIKE, MINEOLA, N. Y. 11501 (516) 746-0864 ROUTE 25 MIDDLE ISLAND, N. Y. (516) 732-2424 Town of Southold Supt, of Highways Peconic Lane - Peconic Long Island, N.Y. 11958 By submission of this bid,, each bidder and aadh person sign k.ng on behalf of any bidder Cert if i*ss ` and in the case if a joint tick each party tberato cortifies9 as to its own organi- zation, rgani- za tion, under penalty of pecjxaxy s+ that to th best o:C his knowledge and belief -, (1) The prices in this bid Xeve been arrived at i><lt'etomd- W.&t1j, Without collusions consultation, or ag reemaut p for the gxuxpos a of arestrioting coupetition'i as to mny utter relating to such pricen with any other bidder or to any 'Coap'a C star* and (2) LJnlosst otherwise required by lays, the pri,ceas oihxcAs have b,}en quoted in this bid have not bqm knowingly disclosed by th* bid&?x and will not knovingly be dirclused by the bidder prior. to open.: gag, dire4tly or. indirect? y s to any other bi.dceox or to ony ( t.)')1 potitor; anti 3) No atteept, has been made or will he aada by the bidder to induce any other pexalon, partnership or c�rporat ios to subuit or not to sabowit a hid :fax the purpose of restrict art co>rtpe?tition. The cvrparate biddex &'< d the undexeigned affirms the above ce,trtifications wder the penalties 9x# perjury, Or THOVLPSOrl V-AM1:AJ.S MRP, i a S AFFILIATES IN BELLEVILLE, N. J. 0 NEW YORK CITY • BUFFALO AND LIVERPOOL, N. Y. _ NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Mun'sjpal .Law, that sealed bids are sought and requested for the purchase of the following Items, more or less, as may be needed: 1. 500,000 gallons of Asphalt . Road Materials, more or less, as may be needed for the re- pairs of Town Highways. 2. 10,000 gallons of Diesel Fuel, delivered to the Highway , Dept. and the Town Disposal Area. 1,000 lin. ft. 12" dia. 16 ga. x 10' lg. Galy. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 100 pas. 12" dia. 16 ga. 400 lin. ft. of 18" dia 16 ga. x 10'1g. Galy. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 40 pes. 18" dia. 16 ga. Con- necting Bands. 200 lin. ft. of 24" dia. 16 ga. x 10'1g. Galy. and Aluminum Spiral Lock Seam Culvert Pipe (Perforated) 20 pes. 24" 16 ga. Connecting Bands 100 lin. ft. of 30" dia 16 ga. x 10'1g.. Galy. and Aluminum Spiral Lock Seam Culvert Pipe . (PERFORATED) 10 pes. 24" 16 ga. Connecting Bands. 4. 30—Code No. 31894 Grating, Frame and durb Inlet Cast-. ing, 6" ht. with 4" opening —22" x 35" overall of grating. 20—Code No. 15805 Circular Frame and Grate (a) Request for purchase and delivery of 2500 tons, more or less, as may be needed, of 3/8" Blue Stone, to be de- livered by truck to the High way Dep't. yard, Peconic, New York and each truck must have a weight slip. (b) Price loaded on Town trucks, from Barge, at Mat- tituck, N. Y. 6. Tires & Tubes 2-23.5/25-16 ply Tires - 4 -12.00/24-12 ply tires and tubes 4-17.5/25-12 ply tires 2-10.00/24-12 ply tires and tubes 6-11.00/22-12 ply tires and tubes 4-12.00/20-14 ply tires and tubes 4-11.00/20-12 ply tires and tubes 25-10.00/20-12 ply tires and tubes 2— 7:50/20-10 ply tires and tubes 2— 7:00/20--10 ply tires and ' tubes ' 6- 5.50/16= 4,ply tires and tubes 2-10.00/24-8 ply tires and tubes 22— 7.10/15-6 ply tires and tubes ` COUNTY OF SUFFOLK STATE OF NEW YORK } C. Whitney Booth, Jr., being duly sworn, says that he is the Editor, of THE LONG ISLAND TRAVELER - MATTITUCK WATCHMAN, a public news- paper 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 Trove Ier-Mattituck Watch- man once each week for .... �.�: �__r...�1...,..... weeks' successively, commencing on the ............ ..... ................ day of ....... '�i.-ezi .—... ....... Sworn to before me this ...................... day of a-4�1•ear—p— ADELE ............. Notary PAYNE Notary Public. Sate of New YorK cesid;Q0 :n Su.flolk County tvo. 52-3041000 commission Expires A1arch 30, 1973 The sealed bids, in duplicate, together with a non -collusive certificate, will be received by the Supt's of Highways of the Town of Southold, at his office, Peconle, N. Y., until 1:00 P. M., February 8, 1973 at which time thev will be opened and read aloud in public. - All bids must be signed and sealed in envelopes plainly mark- ed Bid on ) to the Office of the Sunt of Highways. The Supt of Highways re- serves the right to reject any and all bids and to waive any and all informality in any bid, should it be deemed to be in the best - interest of the Town of Southold to do so. The bid price shall not include any Federal, State or Local Tax, Dated: January 23, 1973 from which the Town of South- old, is exempt. RAYMOND C. DEAN Sup't of Highways 10— 7.10/15—Tubes 4-17.50/15-12 ply tires and tubes 4-14.00/24-10 ply Grader Tires 1-11.00/24-12 ply tire and tube 2-13.6/26— 4 ply Diamond all weather tires and °tud�es 7. 30--41 x 8' Drainage Rings 30-3'6" x 8' Drainage Domes 30--36" Covers 8. 10—Danline (or equal) refills for rear brooms (32 wire 4 plastic) R 10—H -7908H ,"utter broom wire b Specifications tor the above - be obtained at the Office of IT --2-1 y �) 2/22/74 v ' o BID ON ALUMINUM AND GALV. CULIMT PIPE 1. Rapital Highway Materials, Inc. %-�/ WA/ Chemung Supply Corp. 3. Ed.erton Sales Corporation Galv. Pipe /973 Aluminum S 2a63&4d 111Y9.40 RAYMOND C. DEAN Superintendent of ,' '�au*lb ecuuir, CN. V. i mis NOTICE, TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the purchase of the following items, more or less, as may be needed: Tei. 765-3140 734-5211 2. 1,000 lino ft. of 12" dia. 16 ga. x 10 Igo Galy. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 100 pcs. 12" dia, 16 ga. Connecting Bands 400 lino ft. of 18" dia. 16 ga. x 10' Galv. and Aluminum Spi.ral Lock Seam Culvert Pipe (PERFORATED) 40 pcs 18" dia. 16 ga. Connecting Bands 200 lin. ft. of 24" dia. 16 ga. x 10' Ig. Gals. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 20 pcs. 24" diad 16ga. Connecting Bands 100 Lin. ft. fn 30" dia. 16 ga. x 10' lg. Galy. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 10 pcs. 24" dia. 16.,ga. Connecting Bands, 30 30 - Code #31894 Grating, Frame and Curb Inlet Casting, 6" ht. with 4" opening - 22" x 35" overall of grating. 20 - Code #15805 Circular Frame and Grate 4o (a) Request for the purchase and delivery of 2500 tons, more or leas, as may he needed, of 3/8" Blue Stone, to be delivered by truck to the Highway Dept. yards Peconic, New York and each truck must have a weight slip. (b) Price loaded on Town trucks, from Barge, at Mattituck, N.Y. 5o Tires & Tubes: 2 - 23o5/25 - 16 ply tires 4 - 12.00/24 - 12 ply tires and tubes 4 - 17.5/25 - 12 ply tires 2 - 10000/24 - 12 ply tires & tubes 6 - 1180/22 - 12 ply tires & tubes 4 - 12000/20 - 14 ply tires & tubes 4 - 11000/20 - 12 ply tires & tubes 25 - 10o00/20 - 12 ply tires & tubes 2 - 7050/20 - 10 ply tires & tubes 2 - 7000/20 - 10 ply tires & tubes 6 - 5.50/16 - 4 ply tires & tubes 2 - 10000/24 - 8 ply tires & tubes 22 - 7.10/15 - 6 ply tires & tubes r . RAYMOND C. DEAN Superintendent Zofiltt of "Saut4olb Perartir, ' V. 11958 NOTICE TO BIDDERS Page II 6, Tires & Tubes continued: Tel. 765-3140 734-6211 10 - 7,10/15 - Tubes 4 - 7,50/15 - 12 ply tires & tubes 4 - 14000/24 - 10 ply Grader Tires 1 - 11,00/24 - 12 ply tire & tube 2 - 13,6/26 - 4 ply Diamond grip all weather tires & tubes II! 7, 30 - 4'6" x 8' Drainage Rings 30 - 316" x 8' Drainage Domes 30 - 36 Covers 8, 15 - Danline (OR EQUAL) refills for rear brooms (32 wire 4 plastic) 15 - H -7908H gutter broom wire Specifications for the above maybe obtained at the office of the Sup t of Highways, Peconic, New York, The Sealed bids, in duplicate, together with a non -collusive certificate, will be received by the Sup't of Highways of the Town of Southold, at his office, Peconic, N,Yo, until 1:00 P,M, February 22, 1974 at which time they will be opened and read aloud in publico All bids must be signed and sealed in envelopes plainly marked (Bid-on� ) to the office of the Sup't of Highways, The Sup't of Highways reserves the right to reject any and all bids and to waive any and all informality in any bid, should it be deemed to be in the best interest of the Town of Southold,to do so, The bid price shall not include any Federal, State or Local Tax, from which the Town of Southold, is exempt. Dated: February 8, 1974 RAYMOND C. DEAN Sup't of Highways . oio immiowu rl+wwwwrr�i��dui1n�i�w i�uu iiouu PiIMu61wW uVuu ii��mitllunm i��l��m u hJ-II �° ,,N"UHR!LY Telephone (607) 733-5506 HEAVY PLATE AND CORRUGATED CULVERTS CORNING ROAD - RT. 328 STRUCTURAL STEEL -- SNOW FENCE — SIGNS — POSTS P. O. BOX 527 ELMIRA, NEW YORK 14902 Town of Southold c/o Raymond C. Dean, Peconic Lane T. S. Peconic, New York 11958 Gentlemen: February 19, 1974. With reference to your request for bids on corrugated aluminum spiral lock - seam culvert pipe, we are pleased to quote you on the following: 1,000 ft.- 12" Dia., 16 Ga. x 101 long perforated $ 1.89/ft. $1890.00 100 12" bands 1.79 ea. 179.00 400 ft. 18" Dia., 16 Ga, x 10* long perforated 2.80/ft. 1120.00 40 18" bands 2.66 ea. 106.40 200 ft. 24" Dia., 16 Ga. x 101 long perforated 3.72/ft. 744.00 20 24" bands 3.52 ea. 70.40 100 ft. 30" Dia., 16 Ga. x 10* long perforated 5.72/ft. 572.00, 10 30" bands' 5.48 ea. 54.80 $4736.60 The above price is a delivered price to the Highway Department, Peconic, New York. We agree to all specifications as listed in your Notice to Bidders." In accordance with Section 103-D of the New York State Municipal Law, we are enclosing "Non -Collusive Bidding Certificate. HW: EB Enc. Very truly yours, CHEMUNG It SUPPLY CORP. Herman Warshaw MAac 8.4417 ffel CAPITOL HIGHWAY MATERIALS,' Inc. ROUTE 6, BALDWIN PLACE PUTNAM COUNTY, NEW YORK 10505 QUOTATION Date February 19, 1974 Town of Southold *Highway Department Peconic, L.I.N.Y. 11958 • • ATTENTION: Due Date Mr. Raymond C. Dean - Supt. February 21, 1974 0 1:00P.M. DESCRIPTION AND SPECIFICATIONS I UNIT PRICS TOTAL We are pleased to quote your requirements as follows.- CORR. ALUM. PIPE: Dia. Guage 1000, 12" Perf. 16 100 12" Bands it 4001 18" Perf. " 40 18 " Bands tt 200, 24" Perf. " 20 24" Bands " 1001 30" Perf. " 10 30" Bands if These are the current prices. If there is a we reserve the right to re -negotiate these Per. Foot $ 1.95 1.95 2.80 2.80 3.65 3.65 440 4.40 ce increase, es. $ 1,950.00 195.00 1,l20.00 112-.00 ?30.00 73.00 440.00 44.00 CHEMUNG SUPPLY Telephone 733-5506 e phone (607) HEAVY PLATE AND CORRUGATED CULVERTS STRUCTURAL STEEL — SNOW FENCE — SIGNS — POSTS Town of Southold c/o Raymond C. Dean, T.S. Peconic Lane Peconic, New York 1195€3 Gentlemen: CORNING ROAD - RT. 326 P. O. BOX 527 ELMIRA, NEW YORK 14902 February 19, 1974. With reference to your request for bids on corrugated aluminum spiral lock - seam culvert pipe, we are pleased to quote you on the following: 1,000 ft.- 12" Dia., 16 Ga. x 10'long perforated 100 12" bands 400 ft. 16" Dia., 16 Ga. x 10' long perforated 40 18" bands 200 ft. 24" Dia., 16 Ga. x 101 long perforated 20 24" bands 100 ft. 30" Dia., 16 Ga. x 10` long perforated 10 30" bands $ 1.89/ft. $1890.00 1.79 ea. 179.00 2.80/ft. 1120.00 2.66 ea. 106.40 3.72/ft. 3.52 ea. 5.72/ft. 5.48 ea. 744.00 70.40 572.00 54.80 $4736.60 Phe above price is a delivered price to the Highway Department, Peconic, yew York. We agree to all specifications as listed in your- Notice to 3idders." .n accordance with Section 103-D of the New York State Municipal Law, we ire enclosing "Ton -Collusive Bidding Certificate. W: EB nc. Very truly yours, CHF14UI-G 'SUPPLY CORP. Herman Warshaw CHEMUNG SUPPLY HEAVY PLATE AND CORRUGATED CULVERTS STRUCTURAL STEEL — SNOW FENCE — SIGNS — POSTS Town of Southold C/o Raymond C. Dean, T. S. Pecanic Lane Peconic, New York 11958 Gen tl em, en : Telephone (607) 733-5506 CORNING ROAD - RT. 328 P. O. BOX 527 ELMIRA, NEW YORK 14902 February 19, 1974, Vlith reference to your request for bids on corrugated aluminum spiral lock - seam culvert pipe, we are pleased to quote you on the following: 1,000 ft.- 12" Dia., 16 Ga. x 106 long perforated $ 1.89/ft. $1890.00 100 1211 bands 1.79 ea. 179.00 400 ft. 18" Dia., 16 Ga. x 10 long perforated 2.80/ft. 1120.00 40 18" bands 2,66 ea, 106.40 200 ft. 24" Dia., 16 Ga. x 101 long perforated 3.72/ft, 744.00 20 24" bands 3.52 ea. 70.40 100 ft. 3011 Dia., 16 Ga. x 10"' long perforated 5.72/ft. 572.00 10 30 " bands, 5.48 ea. 54.80 $47136.60 The above price is a delivered price to the Highway Department, Peconic, New 'fork. We agree to all specifications as listed in your Notice to Bidders. 11 in accordance with Section 103-D of the New York State Municipal Law, we are enclosing "Non -Collusive Bidding Certificate. II BE unc, Very truly yours, CHEMUNG SUPPLY CORP. Herman Warshaw NON -COLLUSIVE BIDDING CERTIFICATION Section 103-d of the General Municipal law "By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and, in the case of a joint bid, each party thereto certifies as to its own organi- zation, under penalty of perjury, that to the best of knowledge and belief: "The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor: "Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed,by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor, and "No attempt has been made.or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition." CHEMUNG SUPPLY CORP. •- Title President Title MAI-opac 8-4417 ffC CAPITOL HIGHWAY MATERIALS, Inc. ROUTE 6, BALDWIN PLACE PUTNAM COUNTY, NEW YORK 10505 QUOTATION Date February 19, 1974 Town of Southold •Highway Department Peconic, L.I.N.Y. 11958 • • ATTENTION: Mr. Raymond C. Dean - Supt. Due Date February 21, 1974 @1:00P.M. DESCRIPTION AND SPECIFICATIONS We are pleased to quote your requirements as follows: On AR a T_TTM DTIV . 10001 100 400' 40 2001 20 1001 10 Dia. 12" Perf. . 12" Bands 18" Perf. . 18 " Bands 24" P erf . 24" Bands 30" Perf. . 30" Bands Guage 16 n I n n M These are the current prices. If there is a we reserve the right to re -negotiate these p UNIT PRICE I TOTAL Per. Foot $ 1.95 1.95 2.80 2.80 3.65 3.65 4.40 4.40 ice increase, ces. $ 1,950.00 195.00 1,120.00 112.00 730.00 73.00 440.00 44.00 TERMS: Net 30 days Thanking you for the privilege of bidding and hoping to be of service to SHIPMENT: you, We remain, Very truly yours, DELIVERY: F.O.B. Peconic, L.I.N.Y. CAPITOL HIGHWAY ERIALS 'Inc. � 5978 2M by i_i• NON*COLLUSIVE BIDDING CERTIFICATION Required by Section 103-d of the General TTunicipal Law By submission of this bid or proposal, the bidder certifies that: (a) This bid or proposal has been independeltly arrived at without collusion with any other bidder or with any com- petitor or potential 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 to the person signin in its behalf; (e) That attached hereto (if a corporate bidder is a certified copy of resolution authorizingthe execution of this certificate by the signator of this bid or proposal in behalf of the corporate bidder _ ( Si a re f Indio d S fining II Bid) Resolved that li: `� 'i.: t�1.fr{sF �,'-• - — be aughori zed to Corporation f Qr ialgna sign e 02' lnaivla submit the ual°3�gning b1a bid proposal of this and to include in such bid or proposal the certificate as to non -collusion required by section one hundred three -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 fore oing is a true and1 co adopted by corpora.tion a.t' a meeting of its the _._..�.1,,�1, ; T _ day of (Seal of the corporation) t unv ,e. resolu f directo19 �� - �A.tr� rotary 'y t • Quotation---------- Order -.-----_Order _-_---------- Li edan �Cile4 COrCC�CtLi[LL~K X ---------------- ------ SPfiNCI?R"TOWN, NF?W YORK 12165 518-353-5901 Materials for Higbrr al. Bridge and Newer Couch un llon Date February_ 19 _ , 19 74_ Job _ _Corrug. Steel Culvert P-ipe Customer Town of- Southold - _ - - - - -- Location P-eCOrliC-1,---No----Y-0---- Peconic, Long Island, New York 11958 Due: Feb. 221, 1974 Address - --- - - 1-:00---P • -+ ---- - Att. __ ....... Raymond-- C. _ Dean:___ Supt. of. Highways Quantity We are pleased to quote your requirements as follows:— Unit Price Total Corrugated Steel Galvanized culvert pipes PERFORATED 1000 Ft, 1211 diam. 16 Gauge ( 100 sec. 101) 2.091 2090.00 100 Ea. 12" diam. connecting bands 2.09 ea 209.00 400 Ft. 18" diam. 16 Gauge ( 40 sec. 101) 2.981 1192.00 40 Ea. 18" diam. connecting bands 2.98 e1L 119.20 200 Ft. 24" diam. 16 Gauge ( 20 sec. 1101 ) 3.981 796.00 20 Ea. 24" diam. connecting bands 3.98 ea 79.60 100 Ft. 30" diam. 16 Gauge ( 10 sec. 101) 5.251 525.00 110: Ea. 30" dian. connecting bands 5.25 eiL 52.50 Total — 5063.30 Delivery truck jobsite. Prices firm for delivery through June 301,, 1974. Poss ble escalation not to exceed 72% for balance of year. Terms: Net EDGERT9 Accepted ..._._ __... _............ _ _ __. _ .. __ _._ _ _... SQS CORPORATION- - p ,f ��! By ` r � By ��� G.'G........ __........ _....:... r. Title .... _..__ Date __ __ _ __ __ Title _ Press ent If accepted as an order, please sign and return one copy. • Cayedaw <SaGej C01 17atatian SPENCF.RTOWN, NEW YORK 12165 518-353-5901 Materials for Highway, Bridge and Sewer Construction By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of his knowledge and belief: (1) The prices in this bid have been arrived at independently without col- lusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor; and (3) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. The corporate bidder and the undersigned affirms the above certification under the penalties of perjury. -- President / RESOLVED that Paul M. Edgerton be authorized to sign and submit the bid or proposal of this corporation for the following project: supplying corrugated steel galvanized culvert pipe to Town of Southold= Peconic, New York, bid due Feb., 22, 1974, 1:00 P. V. and to include in such bid or proposal the certificate as to non -collusion required by section one hundred three -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 is a true and correct copy of Sales Corporation at a meeting of its board of February 1974 . (Seal) the resolution adopted by Edgerton of directors held on the 18t day Z L C.! y` Secretary C"MOMUNG SUPPLY HEAVY PLATE AND CORRUGATED CULVERTS STRUCTURAL STEEL — SNOW FENCE — SIGNS — POSTS `1'cwn of Southold c/o paymond C. Dean, T.S. :Cyeconic Lane 1- _coni.c, New York 2.195e �_ r,t1, a,:n-n: Telephone (607) 733-5506 CORNING ROAD - RT. 328 P. O. BOX 527 ELMIRA, NEW YORK 14902 February 19, 1974. jvit'17 .reference to your request for bids on corrugated galvanized. spiral lock- s ­ ar^ culy art pipe, we are pleased to quote you on the following: 1,000 ft.- 12" Dia., 1F Ga. x 10" long Perforated $2.27/ft. $2270.00 1.00 12" bands 2.23 ea. 223.00 400 ft.- 18" Dia., 1.6 Ga. x 10" long Perforated 3.12/ft. 1245.00 40 18" bards 3.04. ea. 121.60 200 ft.- 24" Dia., 16 Ga.. x 10' long Perforated 4.05/ft. 912.0' 0 21. " 1-9 r d s 3.95 ea.. 79.00 ?no tt,<- =t")" :�i_a., ,16 Ga.. x 10" long Perforated 4.92/ft. 498.oO 10 30" bands 4.P4 ea. 48.40 $5300.0: q'nc above price is a dcelivered pr1i.ce to the Highway r)epartment at Peconic, �"ew York. We agree to all specifications as listed i. n your "l,''Tot i ce to BJ. ^mer, s. " Y„., accordance with Section 103-D of the New York State Municipal Taw, we ar:: on-(-ollusive Bidding Certi_ icat e. " HW: �. 7r c Nary truly yours, CFE141Ur G SUPPLY C©rtP. Herman Warshaw NUN-CC.LLl1:j1`VIE RIDDING �";E:t; ;=DATION Section 103-d of the General Municipal law "By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and, in the case of a joint bid, each party thereto certifies as to its own organi- zation, under penalty of perjury, that to the best of knowledge and belief: "The prices in this Lid have been arrived at independently without collusion, cons,iltation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor: "Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor, and "No attempt has been made or will be made by the bidder to induce any other pers)nj c�artnership or corporation to submit or not to submit a bid for the purpose of restricting competition." CHEMUNG SUP -PLY CORF. Titie President Title V MAhopac 8-4417 1 CAPITOL HIGHWAY MATERIALS, Inc. ROUTE 6, BALDWIN PLACE PUTNAM COUNTY, NEW YORK 10505 QUOTATION Date February 19, 1974 TO : Town of Southold Highway Department • Peconic, L.I.N.Y. 11958 • ATTENTIOIVr. Raymond C. Dean - Supt. February 21, 1974 @ 1:00 P.M. Due Date DESCRIPTION AND SPECIFICATIONS We are pleased to quote your requirements as follows: CORR. STEEL PIPE: Dia. GuaAe 1000, 12" Perf. 16 100 12" Bands " 4001 18" Perf. " 40 18" Bands " 2000 24" Perf. " 20 24" Bands " 1001 30" Perf. " 10 30" Bands " # These are the current prices. If there is a we reserve the right to re-neg6tiate these F r. Foot. 2.31 2.31 3.10 3.10 4.30 4.30 5.15 5.15 lce increase TOTAL I$ 2,310.00 231.00 1,240.00 124.00 860.00 86.00 515.00 51.50 $ 5,417.50 TERMS: Net 30 days Thanking you for the privilege of bidding and hoping to be of service to SHIPMENT: you, We remain, Very truly yours, DELIVERY: F.O.sPeconic. EI.N.Y. CAPITOL HIGHWAY M ERIALS,.Inc. 3078 2M by It'll V 'i.' -TT r J \\ Y N014000LLUSIVE BIDDING CERTIFICATION Required by Section 103-d of the General Municipal Law By submission of this bid or proposal, the bidder certifies that: (a) This bid or proposal has been independeltly arrived at without collusion with any other bidder or with any com- petitor or potential 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 to the person signin in its behalf; (e) That attached hereto (if a corporate bidder is a certified copy of resolution authorizingthe execution of this certificate by the signator of this bid or propos4l in behalf of the corporate bidder.. -� (Signat re of Individual) Signing C I' gning ' Bid) Resolved that t1.1� . �. � i,`_ � * J ��. k6ignatunp or Lnaiviaual. al be aughorized to sign an submit the bid 'or Corporation f o r4 the following project c ( Describe Pro ect ing bia1 roposal of this and to include in such bid or proposal the certificate as to non -collusion required by section one hundred three -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 for oing is a t adopted by_ (,;.t'i� corporation at a meeting of the � -1-L day of (Seal of the corporation) and copy ct copes, of ,the esol tion Its board' of directors held ion 19 °� ecretary NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, + in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are Obught and requeEted for the purchase of the following Items, ,-more or less, as may be needed: 1. 500,000 gallons .of Asphalt Road Materials, more or less, as may be needed for the re- pairs of Town Highways. 2. 10,000 gallons of Diesel Fuel, delivered to the Highway 4. Dept. and the Town Disposal Area. S. 1,000 lin. ft. 12" dia. I6 ga. x ` 30' lg. Galy. and Aluminum ., Spiral Lock Seam Culvert Pipe (PERFORATED) 100 pes. 12" din. 16 ga. 400 lin. ft. of 18" dia 16 ga. x 10' Ig. Galy. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 40 pcs. 18" dia. 16 ga. Con- necting Bands'— ft 200 lin.. of 24" dia. 16 ga. x 10' lg. Galy. and Aluminum Spiral Lock Seam Culvert Pipe (Perforated) 20 pcs. 24"-16 ga. Connecting Bands 100 lin, ft. of 30" dia 16 ga. x 10' Ig.. Galy. and Aluminum Spiral Lock Seam Culvert Pipe - (PERFORATED) 10 pcs. 24" 16 ga. Connecting Bands. 4. 30—Code No. 31894 Grating, Frame and durb Inlet Cast- ing, 6" ht. with 4" opening —22" x 35" overall of grating. 20—Code No. 15805 Circular Frame and Grate (a) Request for purchase and delivery of 2500 tons, more or less, as may be needed, of 3/8" Blue Stone, to be de- livered by truck to the High -- 'way Dept. yard, Peconic, New York and each truck must have a weight slip. (b) Price loaded on Town trucks, from Barge, at Mat- r^� tituck, N. Y. / e, r Tires & Tubes 2-23.5/25-16 ply Tires-, 4-12.00/24-12 ply tires and tubes 4-17.5/25-12 ply tires 2-10.00/24-12 ply tires and tubes 6-11.00/22-12 ply tires and tubes 4-12.00!20-14 ply tires and tubes 4-11.00/20-12 ply tires and tubes 25-10.00/20-12 ply tires and tubes 2— 7:50/20-10 ply tires and tubes 2— 7:00/20-10 ply tires and tubes _ s, 6- 5.50%16- 4 pfy tires'641' tubes 2-10.00!24-8 ply tires and tubes 22— 7.10/15-6 ply tires and tubes 10— 7.10/15—Tubes 4— 7.50/15-12 ply tires and tubes 4-14.00!24-10 ply Grader Tires 1-11.00/24-12 ply tire and tube 2-13.6/26— 4 ply Diamond .tines 'gip all weather tires and 7. 30-4'6" x 8' Drainage Rings 30-36" x 8' Drainage Domes 306" Covers 8. 10—Danline (or equal) refills for rear brooms (32 wire 4 plastic) 10—H -7908H ,gutter broom wire Specifications `tor the above - may be obtained at the Office of - the Sup't of Highways, Peconic, New York: COUNTY OF SUFFOLK STATE OF NEW YORK C. Whitney Booth, Jr., being duly sworn, says that he is the Editor, of THE LONG ISLAND TRAVELER - MATTITUCK WATCHMAN, a public news- paper 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 Trove I e r-Mattituck Watch- man once eoch week for ....... weeks' successively, commencing on the ............. ,..:r ................. day of ....... �.e ........., 1i -I ...........................................................�.r.... ..... )f—/(. Sworn to before me this ........i :.............. day of ....... 19z, 1. �����..... ............. T_ Notary Public ADE Notary Public, StateYofENew York Residig2 in Sudfotk County No. 52-3041000 Commi;sicn Expires March 30, 197.3 The sealed bids, in duplicate, together with a non -collusive oertificate, will be received by the Supt's. of Highways of the Town of Southold, at his office, Peconic, N. Y., until 1:00 P. M., February 8, 1973 at which time they will be opened and read aloud in public. All bids must be signed and sealed in envelopes plainly mark- ed (Bid on ) to the Office of the SuD't of Highways. The Supt of Highways re- serves the right to reject any and all bids and to waive any and all informality in anv bid, should it be deemed to be in the best interest of the Town of Southold to do so. The bid price shall not include any Federal, State or Local Tax, - Dated: January 23, 1973 from which the Town of South- old, is exempt. _ RAYMOND C. DEAN Supt of Highways 1T-2-1 Q - a BIDS ON TUBES AND TIRES !. Van Dyck & Yousik, Inc C.' XRANCfi-OFFICE: 1785 FEWEREISEN AVE. RONKONKOMA, N. Y. 11779 ;88-4243 VAN DYCK & YOUSIK, INC. 1165 E. Main Street RIVERHEAD, N. Y. 11901 Phone: 727-4008 February 21, 197h Offiee of Superintendent of Id.ghways Southold,, New York Att: Raymond C. Dean Dear Sir: We are pleased to bid on your invitation dated February 8s 1974, Enclosed you will findour quotations, Description Tire Tube 23.5/25 16ply Super Hard, Rook Lug -Tubeless 821.22 17.5/25 12p1y Loader & Dozer -Tubeless 266.58 1200/24 12ply Sure Grip Grader -Tubeless 158.99 1000/24 12ply N 0 T A V A I L A B L E 1000/24 8ply Sure Grip Grader -Tube Type 73.46 6.50 1400/24 lOply Sure Grip Grader -Tube Type 171.33 9.75 700/20 10ply Super Hi -Miler -Tube Type 41.25 3.51 750/20 10ply Super HI-Mler-Tube Type 45.08 4.07 1000/20 12ply Super Hi -Miler -Tube Type 69.73 5.83 1100/20 12ply Super ii4ffler-Tube Type 82.08 7.13 1100/22 12ply Super HI -Mier -Tube Type 86.70 7.79 1100/24 12ply Super I1.4+dler-Tabs Type 90.07 8.44 1200/20 14p1y Custow Hi-nier-Tube Type 148.74 9.56 750/15 10ply Travel Trailer Hi-Mler-Tube Type 47.47 3.56 710/15 6ply Traction HI.-Hiler-Tube Type 16.56 2.47 550/16 4ply Implement -Tube Type 9.34 1.83 13.6/28 hply All Weather Tractor -Tube Type 55.24 9.43 This is to certify that there was no collusion on our part with any other company or organization in arriving at these bid prices. GOOD EAR TIRES ONE DAY RECAPPING SERVICE TDanking f ; Edward W. Youbik Treasurer. Dear Ethal: Only one of these prices are factored out. Subtract 25% for correct price. Roberta 'September 1, 2-974 1 GOODYEAR NET STATE PRICES HIGHWAY TYPE TRUCK TIRES TUBELESS - NYLON CORD Load Traction Super Custom Tire Size Range Hi -Miler Hi -Miler Hi -Miler DC 7.00-13 C6 25.46 $ 31.45 - D8 - 35.95 - DC 7.00-14 C6 28.06 34.62 37.40 D8 - 39.F5 43.01 DC 6.70-15 C6 28.95 35.71 35.56 DC 7.00-15 C6 36.86 45.51 49.18 DS - 48.75 - DC 7.10-15 C6 30.54 - - DC 6.50-16 C6 30.70 37.92 40.98 DC 7.00-16 C6 - 45.80 - 8-14.5 F12 TS 64.67 - - 9-14.5 F12 TS 72.70 - - 7-17.5 C6 37.17 45.56 49.52 D8 - - - 8-17.5 C6 42.55 52.54 56.83 D8 48. 9551, 0 60.401 5 65.24 8-19.5 C6 - 55.81 - D8 59.38 73.32 . 79.28 7-22.5 D8 - 56.49 - 8-22.5 D8 - 71.14 - E10 66.24 81..78 - 9-22.5 E10 - 88.82 96.02 F12 - 106.50 10-22.5 E10 - 106.77 115.40 F12 - 128.22 - 11-22.5 F12 - 134.26 145.12 G14 - 169.49 - 12-22.5 F12 - 158.04 - 11-24.5 F12 - 141.70 153.16 G14 - 177.54 - GLAS-GUARD 1178" SERIES NYLON CORD AND FIBERGLASS BELTS Tire Load G16s-Guard Glas-Guard "XG" Size Range Tubeless Tube -Type Tubeless Tube -Tyne E78-14 LT C6 38.10 - - - D8 43.88 - - - G78-15 LT C6 43.62 39.64 49.82 44.52 H78-15 LT C6 50.08 45.66 , 56.14 51.28 D8 - 51.07 - 57.25 F78-16 LT C6 41.75 37.92 46.88 42.63 H78-16 LT C6 - 45.74 - 51.28 L78-16 LT C6 - 51.97 - 58.21 D8 - 59.43 - 66.70 DC - Drop Center Type LT - Light Truck TS - Approved for Trucks, Mobile Homes and Trailer Service. Page 10 -�� nQTTL-G ry K331'lpr ILM NOTICE 1S HEREBY GIVEN, In accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are ght%hli kedbeated for the pugo1 the following items, ro6re or leas, as may be needed: 1. 600,000 gallons of. - Asphalt ' Road Materials, more or less, as may be needed for the re- pairs of Town highways. .- 2. 10,000 gallons of Diesel Fuel, delivered to the highway Dept. and the Town Disposal Area. S. 1,000 lin. It. 12" dia. 16 ga. x 10' lg. Galy. and Aluminum r Spiral Lock Seam Culvert Pipe (PERFORATED) 100 PCs. 12" dia. 16 ga. 400 lin. ft. of 18" dia 16 ga. x 10' Ig. Galv. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 40 pes. 18" dia. 16 ga. Con- necting Bands. 200 lim ft. of 24" dia. 16 ga. - X 10'19. Galy_ and Aluminum Spiral Lock Seam Culvert Pipe (Perforated) - 20 pes. 24"-16 ga. Connecting Bands 100 lin. ' ft. of 30" dia 16 ga. x 10' lg.. Galy. and Aluminum Spiral Lock Seam Culvert Pipe -(PERFORATED) 10 PCs. 24" 16 ga. Connecting Bands. 4. 3G --Code No. 31894 Grating, Frame and Curb Inlet Cast- ing, 6" ht. with 4" opening —22" x 35" overall of grating - 20 --Code No. 75805 Circular rrame and Grate (a) Requestfor purchase and delivery of 2500 tons, more or less, as may be needed, of 3/8" Blue Stone, to be de- livered by truck to the High -- way Dept. yard, Peconic, New Fork and each truck must have a weight slip. (b) Price loaded on Town trucks, from Barge, at. Mat- tituch, N- Y. 6. Tires d Tubes 2-23-5/25-16 ply Tires: 4-12.00!2-12 ply tires and tubes 4--17-5/25-12 ply tires 2-10.00!2=-12 ply tires and tubes 6—I1.00/22-12 ply tires and tubes 4-12.00'2-14 plc tares and tubes 4--11.00'20-12 ply tires and tubes 25--10.00"20-12 ply tires and tubes 2— 'r :50/20-10 ply tires and tubes 2— 7:00/2D-10 ply tires and tubes 6- 5.50/1_6- 4 -ply tiI'eS and � tubes 2-10.00./24-8 ply tires and tubes 22— 7.10/15-6 ply tires and tubes 10— 7.10!15—Tubes 4--- 7.50/15-12 ply tires and tures 4--1400'24-10 ply Grader Tires - t 1-11.00:'24-12 ply tire and tube 2-13-6'26— 4 ply Diamond 1z all weather tires and ,1 es 7. 32--4'6" x 8' Drainage Rings 30-3'6" x 8' Drainage Dome! 30-36" Corers 10--Danline (or equal) refills for rear brooms (32 wire 4 plastic) M--H-7908H Futtzr broom a ire Specifications for the above - may be obtained at the Office of- Vhe Supt, of Highways. Peconic, New YorlC COUNTY OF SUFFOLK STATE OF NEW YORK } ss: C. Whitney Booth, Jr., being duly sworn, says that he is the Editor, of THE LONG ISLAND TRAVELER - MATTITUCK WATCHMAN, a public news- paper 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 Trove Ier-Mattttituc/k Watch- man once each week for .... �.t'_,...�., 1�.!-... weeks' successively, commencing on the ............. ................. day of .......... 1 �� ..........................................................4...../.... Sworn to before me this ....................... day of L�............... NotaryePUIDJUC�� Notary P,ADELE PAYNE Sate ct r,ew York l;esidii� UI County ttio- 5�-3G;1DJO Co�missicn Expires 14arrh 30, 1973 The sealed bids, in duplicate, toeether with a non -collusive certificate, will be received by the Supt's of Highivays of the ibwn of Southold, at his office, Peconic, N. Y., until 1:00 P- M., February 8, 1973" at Which time they will be opened and read aloud in public. All bids must be signed and sealed in envelopes plainly mark- ed (Bid on —) to the Office of the SuD't of Highways. 1 ne Supt of Highways re- serves the right to reject any and all bids and to waive any and all informality in any bid, should it be deemed to be in the best interest of the Town of Southold to do so. The bid price shall not include any Federal, State or Local Tax, - Dated: January 23, 1973 from which the Town of South- old, is exempt. RAYMOND C. DEAN Supt of Eiighways 1T-2-1 0 Bids ON BROOM REFILLS 2/22/74 a p ---- / Si'----------� ---�� ' 1. Blue Ridge Oil &Chemical Corp. -----------/o YS 10 2. Capitol Highway Materials, Inc.--------=--_�-=----------'------ 3• Mutual SteelCo.------------------------------- '`f -- ` '-'�---- L�--•�d�a1 RAYMOND C. DEAN Superintendent Tnfun tirf'Snn#4nw Peranir, Y. V. 11958 Tel. 765-3140 734-5211 March 8, 197+ To whom it may concern: I, Raymond C. Dean, Superintendent of Highways of the Town of Southold awarded to Blue Ridge Oil & Chemical Corporation the bid on Danline (or equal) refills for rear broom and Gutter wire for the year 197+ and not to the lowest bidder Mutual Steel Co., as with their quotation it was stipulated that the items can only be taken on one delivery and within thirty days of the bid. I do not have the space in which to store for the year the sets of refills and gutter brooms. pIt of Highways, Town of Southold 4 0 • AUTOMOTIVE - INDUSTRIAL LUBRICANTS • AGRICULTURAL - INDUSTRIAL CHEMICALS • MAINTENANCE - SANITARY CHEMICALS • PAINTS AND FINISHES Alue Zdue Oil & Chemiccil Corporation MAIN OFFICE GARFIELD, NEW JERSEY 07026 (201 ) 478-2700 LONG ISLAND OFFICE (516) 488-5570 February 20, 1974 Town of Southold Highway Dept. Mr, Raymond C, Deam Peconic, N.Y. 11958 Dear Mr. Dean; We are pleased to submit the following delivered prices. Danline equal refill rear brown l0e lbs, Gutter Wire HW/Jg @$1$6.00 per broom @$38,50 per 100 lbs, T y submitted Howard Weber MAhopac 8-4417 CAPITOL HIGHWAY MATERIALS, Inc. ROUTE 6, BALDWIN PLACE PUTNAM COUNTY, NEW YORK 10505 QUOTATION Dat?ebruarY 19, 1974 TO : Town of Southold Highway Department • Peconic, L.I.N.Y. 11958 ATTENTIOP- Raymond C. Dean - Supt. Due Date February 21, 1974 @ 1:00 P.M. DESCRIPTION AND SPECIFICATIONS UNIT PRICE i Torg+ We are pleased to quote your requirements as follows: BROOM REFILLS AND BROOM WIRE: 15 Steiert refills for rear brooms ( 32 wire 4 plastic) $ 194.90 e. 15 Boxes gutterbroom wire 43.00 p r box. TERMS: Net 30 days Thanking you for the privilege of bidding and hoping to be of service to SHIPMENT: you, We remain, Very truly yours, DELIVERY: F.O.B. Peconic, L.I.N.Y. CAPITOL HIGHWAY I�ATERIAL�S Inc. 5978 2M b ,.(. NON#COLLUSIVE BIDDING CI!RTIFICATION Required by Section 103-d of the General Funicipal Law By submission of this bid or proposal, the bidder certifies that: (a) This bid or proposal has been independeltly arrived at without collusion with any other bidder or with any com- petitor or potential 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 accuracp 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 to the person signin in its behalf; (e) That attached hereto (if a corporate bidder is a certified copy of resolution authorizingthe execution of this certificate by the signator of this bid or proposal in behalf of the corporate bidder.' (Signare of Individua Signing Bid) Resolved that _ (Signatureof Individual 31 ing Bid) be aughorized to sign and submit the bid orroposal of this Corporation for the following project ( Describe Project) -- - and to include in such bid or proposal the certificate as to non -collusion required by section one hundred three -d of the general municipal lav 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 f opeggoing is a tru adopted by corporatlQ,n at a meeting of the ,-, , A day of (Seal of the corporation) and correct dopy of the resolution i . t !- ii,. V < ' t, 1 1r- 1 t -_i) i 11, l , _t' -`,- its. board lof directors he] d 6n 119 �`r • V , ecretary l A MUrry Hill 4-1818 MUTUAL STEELCOMPANY le=AL S71E'L CO. ma.Jte COPYRIGHT 172 ON AVF197.E 370 SEVENTH AVENUE N`EW YORE, N.Y. 1G016 NEW YORK I, NEW YORK SUITE 602 F eb.2o,1974 Hr.Raymond Dean Supt. of Highways Town of Southold Peconic Lane Peconic, L.I.N.Y. Dear Mr. Dean: LAckawanna 4-4150 vie are pleased to quote you on the following items,as per your advertisement to bidders. pie must inform you however that these items can only be taken on one delivery and within thirty days of this bid. 15 sets (32 Are 4 plastic) refills 165.05 per set. (36 pcs.) 15 sets disposable gutter brooms 33.70 11 11 Thanking you for the opportunity, of quoting you on the tabove items, we remain, Yours very, l!trqly, i MUMI STS, CUTTING EDGES • TRAFFIC AND INDUSTRIAL PAINT • BROOM WIRE • SNOW FENCE AND POSTS • METAL CULVERT TRAFFIC AND STREET SIGNS • TOW AND TIRE CHAIN • CHANNEL POSTS • SNOW PLOW SHOES AND NOSE PIECES SCARIFIER TEETH AND TIPS 0 BOLTS AND NUTS Wo co"usly"T, BIDDING cgTZnCATION Made pursuant to Section 103-d of the General Municipal Lax of the State of New York as amended by the Laws of 1966. (a) $y submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under pwalty of per jury, that to the best of his knowledge and beliefs (1) The prices in this bid have been arrived at independently without Collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter rslating to such. prices tiiarh any other bidder or with any competitor: (2) Un:ess otherwiss required by Law, the ,rices which have been quoted In this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to the opening, directly or indireotly, to any other bidder or to any competitor; and (3) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. (b) A bid shall not be considered for award nor shall any award be made where (a) (1) (2) and (3) above, have not been complied with= provided however, that if in any case the bidder cannot JAke the foregoing certification, the bddded shall so state and shall fu.*mish with the bid a signed statement which sets forth in detAil the reasons therefore. where (a) (1) (2) and (3) above, have not been complied with, the bid Shall not be considered for award nor shall any award be made unless the bead of the purchasing snit of the political subdivision, public department, agency or offical thereof to which the bid is made, or his designee, determines that such disclosure was not made for the purpose of restricting competition. RAYMOND C. DEAN Superintendent x1fun of "'�an#4alb Feconir, �K. 11. 11958 March 8, 197+ To whom it may concern: I, Raymond C. Dean, Superintendent of Highways of the Town of Southold awarded to Blue Ridge Oil & Chemical Corporation the bid on Danline (or equal) refills for rear broom and Gutter wire for the year 197+ and not to the lowest bidder Mutual Steel Co., as with their quotation it was stipulated that the items can only be taken on one delivery and within thirty days of the bid. I do not have the space in which to store for the year the sets of refills and gutter brooms. i .311alp't of Highways, Town of Southold Tel. 765-3140 734.5211 xeysrone lo.. KEYSTONE PLASTICS. INC. • 3451 SO CLINTON AVE., SO. PLAINFIELD, N. J. 07080 • 201 561-1301; Blue Ridge 0 i 1 and Chemical Company 1.63 Belmont Avenue Garfield, New Jersey 09026 Att: Howard Weber Re: Price Increase on Wire Wafer Brooms Dear Mr. Weber: This is to inform you that, effective September 30, 1974, your price per broom will be increased by $34.00 due to increased costs for raw material. Very Truly Yours, ./ Lys.•' 'L" (,/ rle/1; D ler Sales Manager e FZA AUTOMOTIVE - INDUSTRIAL LUBRICANTS AGRICULTURAL - INDUSTRIAL CHEMICALS MAINTENANCE - SANITARY CHEMICALS PAINTS AND FINISHES l31ue .l�id`ge Gil a Chemicdl Corpordlion "OW" MAIN O F F I C E GARFIELD, NEW JERSEY 07026 (201) 478-2700 LONG ISLAND OFFICE (5 16) 488-5570 October 10, 1974 Highway Department Town of Southold Peconic, New York 11958 ATT: Mr. Raymond Dean Supt of Highways Re: Bid on Danline (or equal) Refills Dear Sir: Please be advised that we can no longer supply the above mentioned brooms at the bid price of $ 186.00. Due to increased costs of steel etc., the new price will be $ 220.00. Hoping this meets with your approval.. I remain, GD/j g Very truly ours G. Dickholta (� Sales Manager NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, In acoordance with the provisions of, Section 103 of the General Municipal IAW, that sealed bids are sought and requeeted for the Purchase of the following Items, more or less, as may be needed: I. 500,000 gallons of Asphalt Road Materials, more or less, as may be needed for the re- pairs of Town highways. „ 2. 10,000 gallons of Diesel Fuel, delivered to the Highwav Dept. and the Town Disposal Area. S. 1,000 lin, ft. 12" dia. 16 ga. x 10' Ig. Galv. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 100 pes. 12" dia. 16 ga. 400 lin. ft. of 18" dia 16 ga. x 10' lg. Galy. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 40 pcs. 18" dia. 16 ga. Con- necting Bands.'-, ' 200 lin. ft. of 24" dia. 16 ga. x 10' lg. GaIv. and Aluminum Spiral Lock Seam Culvert Pipe (Perforated) 20 pes. 24",16 ga. Connecting Bands 100 lin, ft. of 30" dia 16 ga. x 10' lg.. Galy. and Aluminum Spiral Lock Seam Culvert Pipe- (PERFORATED) - 10 pes. 24" 16 ga. Connecting Bands. 4 30—Code No. 31894 Grating, Frame and 8urb Inlet Cast - Ing, 6" ht. with 4" opening —22" x 35" overall of grating. 20—Code No. 15805 Circular Frame and Grate (a) Request for purchase and delivery of 2500 tons, more or less, as may be needed, of 3/8" Blue Stone, to be de- livered by truck to the High-_ way Dept. yard, Peconic, New York and each truck must have a weight slip. (b) Price loaded on Town trucks, from Barge, at Mat- tituck, N. Y. 6. Tires & Tubes 2-23.5/25-16 ply Tires, 4-12.00/24-12 ply tires and tubes 4-17.5/25-12 ply tires 2-10.00/24-12 ply tires and tubes 6-11.00/22-12 ply tires and tubes 4-12.00/20-14 ply tires and tubes 4-11.00/20-12 ply tires and tubes 25-10.00/20-12 ply tires and tubes 2— 7:50/20-10 ply tires and tubes 2— 7:00/20-10 ply tires and `"- tubes 6 -Lis 5.50/1 - ply tires and -,1 tubes - 2-10.00/24-8 ply tires and tubes 22— 7.10/15-6 ply tires and tubes 10— 7.10/15—Tubes 4— 7.50/15-12 ply tires and tubes 4-14.00/24-10 ply Grader Tires 1-11.00/24-12 ply tire and tube 2-13.6/26— 4 ply Diamond gp all weather tires and 7. 30-46" x 8' Drainage Rings 30-36" x 8' Drainage Domes 30-36" Covers . 8. 10—Dariline (or equal) refills for rear brooms (32 wire 4 plastic) x 30—H -7908H gutter broom wire . Specifications for the above - may be obtained at the Office of� the Supt of Highways, Peconic, New York COUNTY OF SUFFOLK STATE OF NEW YORK C. Whitney Booth, Jr., being duly sworn, says that he is the Editor, of THE LONG ISLAND TRAVELER - MATTITUCK WATCHMAN, a public news- paper 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 Trove ler-Mattituck Watch- man once each week for 1... weeks' successively, commencing on the ........... �%�k:�........... day of ........�.P tom.—........, ............................................................;/, Sworn to before me this ............. ............. day of Y..L.� �/.-:........19f . �............... . — Notary Public ADELE PAYNE Notary Public State of New York fiesidipo in Suffolk Count 110. 52-3041000 y Commission Expires March 30, 1973 The sealed bids, in duplicate, together with a non -collusive certificate, will be received by the Supt's of Highways of the Town of Southold, at his office, Peconic, N. Y., until 1:00 P. M., February 8, 1973 at which time they will be opened and read aloud in public. All bids must be signed and sealed in envelopes plainly mark- ed (Bid on ) to the Office of the SuD't of Highways. The Supt of Highways re- serves the right to reject any and all bids and to waive any and all informality in anv bid, should it be deemed to be in the best interest of the Town of Southold to do so. The bid price shall not include any Federal, State or Local Tax, Dated: January 23, 1973 from which the Town of South- old, is exempt. -RAYMOND C. DEAN Supt of Highways IT -2-1 14 BID ON BLUESTONE 1. Gotham Sand and Stone Corp. �y73 r y NON -COLLUSIVE BIDDING CERTIFICATION (For addition tD specifications) 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 or potential 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 be 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 to the person signing in his behalf; (e) That attached hereto (if a corporate bidder ) is a certified copy of resolution authorizing the execution of this certificate by the signator of this bid or proposaloin behalf of the corporate bidder. DATEDL7 SIGNED GOTHAM SAND AND STONE CORP. POST OFFICE BOX 381, EAST SHORE ROAD, PORT WASHINGTON, N.Y. 11080 816-883-2800 February 15, 1974 Mr. Raymond C. Dean Superintendent of Highways Town of Southold Peconic Lane Pdconic, New York 11958 Gentlemen: In accordance with your advertisement to bid, we are pleased to submit our quotation on the following: Delivered by truck to the Highway Department yard, Peconic N.Y., 2,500 tons 3/8" Blue Stone ....... $9.98 per ton, net. Price loaded on Town Trucks, from Barge, at Mattituck, N.Y. ......$6.05 per ton, net. Very truly yours, GOTHAM SAND AND STONE CORP. i'�2��GGGCGc.J Al Scaramucci /lh General Manager NOTICE TO BIDDERS NOTICE I8 HEREBY GIVEN, In accordance with the provisions of Section 103 of the General MunicfjW Law, that sealed bids are sodght and requested for the purchase of the following Items, more or less, as may be needed: 1. 600,000 gallons of- Asphalt Road Materials, more or less, as may be needed for the re- ' pairs of Town Highways. . 2. 10,000 gallons of, Diesel Fuel, delivered to the Highway Dept. and the Town Disposal Area. S. 1,000 lin. ft. 12" dia. 16 ga.' x 10' lg. Galy. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 100 pcs. 12" dia. 16 ga. 400 lin. ft. of 18" din 16 ga. x 10' lg. Only. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 40 pts. 18" dia. 16 ga. Con- necting Bands. 200 lin. ft. of 24" dia. 16 ga. x 10' lg. Only. and Aluminum Spiral Lock Seam Culvert Pipe (Perforated) 20 pcs. 24"-16 ga. Connecting Bands 100 lin. ' ft. of 30" dia 16 ga. x 10' lg.. Only. and Aluminum Spiral Lock Seam Culvert Pipe - (PERFORATED) , 10 pts. 24" 16 ga. Connecting Bands. 4. 30—Code -No. 31894 Grating, Frame and durb Inlet Cast - Ing, 6" ht. with 4" opening —22" x 35" overall of grating. 20—Code No. 15805 Circular Frame and Grate (a) Request for purchase and delivery of 2500 tons, more or less, as may be needed, of 3/8" Blue Stone, to be de- livered by truck to the High -- way Dept. yard, Peconic, New York and each truck must have a weight slip. (b) Price loaded on Town trucks, from Barge, at Mat- tituck, N. Y. 6. Tires & Tubes 2-23.5/25-16 ply Tires. 4-12.00/24-12 ply tires'and tubes 4-17.5/25-12 ply tires 2-10.00/24-12 ply tires and tubes 6-11.00/22-12 ply tires and tubes 4-12.00/20-14 ply tires and tubes 4-11.00/20-12 ply tires and tubes 25-10.00/20-12 ply tires and tubes 2— 7:50/20-10 ply tires and tubes 2— 7:00/20-10 ply tires and tubes a 6-_ 5.50%16- ��pty tires and "r tubes - 2-10.00/24-8 ply tires and tubes 22— 7.10/15-6 ply tires and tubes ' 10— 7.10/15—Tubes 4— 7.50/15-12 ply tires and tubes 4-14 00/24-10 ply Grader Tires 1-11.00/24-12 ply tire and tube 2-13.6/26— 4 ply Diamond rip all weather tires and 'tubes 7 30-46" x 8' Drainage Rings 30-36" x 8' Drainage Domes t 30-6" Covers 8. 10—Danline (or equal) refills for rear brooms (32 wire 4 plastic) A 10—H -7808H gutter broom wire +; d Specifications `-tor the above - may be obtained at the Office of - the Supt of Highways, Peconic, New York: COUNTY OF SUFFOLK STATE OF NEW YORK } C. Whitney Booth, Jr., being duly sworn, says that he is the Editor, of THE LONG ISLAND TRAVELER - MATTITUCK WATCHMAN, a public news- paper 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 Trove I e r-Mattituc k Watch- man once each week for .....�! �.t'�.:..,�..�/... weeks' successively, commencing on the ...........�. .. ........... day of ...................... 1 Z� /V�i ............................................................. 1;.... Sworn to before me this ........s :.............. day of L.�. :L. 197a �..(.L.� ............. . .. .......... Notary Public ADE Notary Pubilc, SState o ENew York Residip-1 in $u(folk County 140 Commission Expires h1arch 30, 1973 The sealed bids, . in duplicate, toeether with a non -collusive certificate, will be received by the Supt's of Highways of the Town of Southold, at his office, Peconic, N. Y., until 1:00 P. M., February 8, 1973 at which time they will be opened and read aloud in public. All bids must be signed and sealed in envelopes plainly mark- ed (Bid on ) to` the Office of the Sup't of Highways. The Sup't of Highways re- serves the right to reject any and all bids and to waive any and all informality in any bid, should it be deemed to be in the best - interest of the Town of Southold to do so. The bid price shall not include any Federal, State or Local Tax, Dated: January 23, 1973 from which the Town of South- old, is exempt. -RAYMOND C. DEAN Supt of Highways 1T-2-1 BID ON DRAINAGE RINGS, DOMES AND COVERS r 2/22/74 LIZ7y .4,7e 6 i/, oa X330, d �U r2, �(6g3,,-o CA►RBRO INDUSTRIES., INC. OLD NORTHPORT ROAD, KINGS PARK, N.Y. 11754 CON= �ROOIKit FORMERLY CUFF CARLSON & SONS. INC. / Nassau 516 489.6141 a Suffolk 516 269.9688 "Am QUOTATION _ Firm Town of Southold Date—Z/21/74 Address Peconic, NY 11958 Terms Net 30 Days Individual Raymond C. Dean, Supt. Phone Reference lob Bid 2/22/74 -Item #7 Shipping Date We are pleased to quote your requirements, subject to the conditions noted on reverse side. QUANTITY DESCRIPTION UNIT PRICE AMOUNT 30 4.16" x 810" Drain Rings (dwg.#8-100) 89.10 2673.00 pr -"y � e- 30 3.6" x 8'0" Drain Rings (dwg.#8-100) 69.30 2079.00 30 4" x 30" Concrete Covers .11.00 0.00 5082.00 Castings not included in the above price. Crane unloading & installation required by contractor. Price based on full tractor trailer loads. Price does not include special hardware. Dome extensions as required are $12.00 a vertical foot, upon ordering SALESMAN: Thomas Gray Purchaser By Date Seller: CARBRO INDUSTRIES, INC. By (For Customers File) Date TERMS AND CONDITIONS FOR QUOTE SHEETS 1. The prices and terms on this quotation are not subject to verbal changes or other agreements unless approved by the Seller. Stenographic and clerical errors subject to correction. Until an order is accepted by Seller, quoted prices are subject to change without notice. 2. The Seller shall not be liable for any delay in manufacture or delivery due to fires, strikes, accidents, availability of materials and all other cause beyond our control. 3. Orders cannot be cancelled, or modified, or releases held up by Buyer after items are in process or finished except with the consent of Seller and subject to conditions then to be agreed upon. 4. All material ordered, stored in Seller's yard over forty-five (45) days, is subject to charges in addition to the amount of quotation. Such charges are to be contingent upon quantities ordered by the Buyer. 5. Claims of Buyer for deficiencies, errors or defective items must be made within a reasonable time, which is agreed to be within a period of approximately ten (10) days after receipt of material. It is agreed that there is no express or implied warranty, Seller agrees at its option either to replace defective material or to refund to Buyer or credit the account of Buyer with the amount of the sale price of such material. 6. Any material delivered under said agreement and returned to Seller for reasons other than mentioned above are subject to twenty per cent (20%) handling charge. 7. If the Buyer fails to fully pay for the goods herein agreed to be purchased within ten (10) days after written demand for payment is mailed by Seller, and Seller places this agreement in the hands of an attorney for collection, Buyer agrees to pay attorney's fees of twenty per cent (20%) of the balance due at the time of demand. Terms inconsistent with those stated herein which may appear on Buyer's formal order will not be binding on the Seller. 8. Any taxes the Seller may be required to pay and which are paid by the Seller under any existing or future law, upon or with respect to the sale, purchase, storage, processing, use or consumption of any of the material covered hereby, shall be for the account of the Buyer. The Buyer, however, may reserve the right to issue, in lieu of payment of such taxes, timely tax exemption certificates in form acceptable to the appropriate taxing authorities. 9. All orders, shipments and deliveries shall at all times be subject to the approval of the Credit Department of Seller. The Seller reserves the privilege of declining to make deliveries whenever, for any reason, there is doubt as to the financial responsibility of Buyer and Seller shall not in such event be liable for nonperformance of the con- tract in whole or in part. 10. All dimensions are subject to tolerance variation normal for concrete products. 11. Unloading time 1/2 hour for material purchased. Any overtime will be charged accord- ing to delivery rates at that time. CALRBR0 INDUSTRIEFORMERLY CLIFF S &sorNC.S. / OLDNassNO H 1 Suffolk 5 6 269 PORROAD,: ING PARK19688 s PRECAST CONCRIM PRONM PURCHASE ORDER Firm Town of Southold Date 2/21/74 Address Peconic, NY 11958 Terms Net 30 Days Individual Raymond C. Dean, Supt. Phone Reference lob Bid 2Z22/74—Item #7 Shipping Date We are pleased to quote your requirements, subject to the conditions noted on reverse side. QUANTITY DESCRIPTION UNIT PRICE AMOUNT 30 416" x 810" Drain Rings (dwg.#8-100) 89.1c 2673.00 30 316" x 8.0" Drain 'stings (dwg.#8-100) 69-310 2079.00 30 4" x 30" Concrete Covers 11.00 330.00 5082.00 Castings not included in the above price. Crane unloading & installation required by contractor. Price based on full tractor trailer loads. Price does not include special hardware. Dome extensions as required are $12.00 a vertical foot, u on orderin SALESNAI N: Thomas Gray Purchaser By Date Seller: CARBRID INDUSTRIES, INC. By (Sign and Return Promptly) Date M1 TERMS AND CONDITIONS FOR QUOTE SHEETS 1. The prices and terms on this quotation are not subject to verbal changes or other agreements unless approved by the Seller. Stenographic and clerical errors subject to correction. Until an order is accepted by Seller, quoted prices are subject to change without notice. 2. The Seller shall not be liable for any delay in manufacture or delivery due to fires, strikes, accidents, availability of materials and all other cause beyond our control. 3. Orders cannot be cancelled, or modified, or releases held up by Buyer after items are in process or finished except with the consent of Seller and subject to conditions then to be agreed upon. 4. All material ordered, stored in Seller's yard over forty-five (45) days, is subject to charges in addition to the amount of quotation. Such charges are to be contingent upon quantities ordered by the Buyer. 5. Claims of Buyer for deficiencies, errors or defective items must be made within a reasonable time, which is agreed to be within a period of approximately ten (10) days after receipt of material. It is agreed that there is no express or implied warranty, Seller agrees at its option either to replace defective material or to refund to Buyer or credit the account of Buyer with the amount of the sale price of such material. 6. Any material delivered under said agreement and returned to Seller for reasons other than mentioned above are subject to twenty per cent (20%) handling charge. 7. If the Buyer fails to fully pay for the goods herein agreed to be purchased within ten (10) days after written demand for payment is mailed by Seller, and Seller places this agreement in the hands of an attorney for collection, Buyer agrees to pay attorney's fees.of twenty per cent (20%) of the balance due at the time of demand. Terms inconsistent with those stated herein which may appear on Buyer's formal order will not be binding on the Seller. 8. Any taxes the Seller may be required to pay and which are paid by the Seller under any existing or future law, upon or with respect to the sale, purchase, storage, processing, use or consumption of any of the material covered hereby, shall be for the account of the Buyer. The Buyer, however, may reserve the right to issue, in lieu of payment of such taxes, timely tax exemption certificates in form acceptable to the appropriate taxing authorities. 9. All orders, shipments and deliveries shall at all times be subject to the approval of, the Credit Department of Seller. The Seller reserves the privilege of declining to make deliveries whenever, for any reason, there is doubt as to the financial responsibility of Buyer and Seller shall not in such event be liable for nonperformance of the con- tract in whole or in part. 10. All dimensions are subject to tolerance variation normal for concrete products. 11. Unloading time ;/2 hour for material purchased. Any overtime will be charged accord- ing to delivery rates at that time. __ 1 i��u�te�tx#xttelt# 4 A Xviun of Aout4vl3 �eronic, �% �. 1195.8 RAYMOND C. DEAN Superintendent RESOLUTION BYa SECONDED BY: RESOLVED, that the Supt. of Highways of the Town of Southold, be authorized to advertise for bids and to purchase from the lowest responsible bidder, the following items, more or lessp as may be needed: 21000 lin, ft, of 12" dia. 16 ga. x 10' lg. Galv, AND Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 100 pcs. 12" dia. 16 ga. Connecting Bands 400 lin, ft, of 18" dia. 16 ga, x 101" 1g, Gaivo AND" Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 40 pcs. 18" dia. 16 ga, Connecting Bands 200 lin, ft, of 24" dia, 16 ga. x 10 1g. Galy. AND Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 20 tics. 241" 16 ga, Connecting Bands 100 lin. fte of 30" dia. 16 ga. x 10' 1g. Galy. AND Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 10 pcse 24" 16 ga. Connecting Bands, Vote of the Town Board Supervisor Albert M, Martocchia (Yes) (No) Justice Louis Demarest (Yes) (No) Justice Martin Suter (Yes) (No) Councilman James Rich* Jr, (Yes) (No) Councilman James Homan (Yes) (No) Dated: /q73 Town Clerk Town of Southold 119 �. ryry��-- t� /✓'r,� �saiti E �j �OA— ell Tel. 766.3140 734-6211 ' �t���tt� �E�MX#xttextt Cofun of Aout4olb �exanir, fid. �. 11958 RAYMOND C. DEAN Superintendent R$90LUTION BYs SPOMIU) BY: RMLVBD, that the Supt of Highways of the Town of Southold, be authorized to advertise for bids and to purchase from the lowest responsible bLidder, the following, more or less: 10 • Danline (or equal) refills for rear brooms (32 wire 4 plastic) 10 - H -7908H gutter broom wire Vote of the Town Board: Supervisor Albert M, Martocchia Justice Louis Demarest Justice Martin Suter councilman James Rich, Jr. councilman James Homan Dateds January 239 1973 (Yes)(No) (Yes)(NO) (Yes)(No) (Yes)(No) (Yes)(No) Town Clerks Town of Southold A/� alu 19 Tel. 766.3140 734-6211 Tafun Of AIILt*lb RAYMOND C. DEAN Superintendent RB80IWI Ni BY: _._ `--���.� �z �� y M �1 L SECONDED BY: RBSOLVED9 that the Supt of Highways of the Town of Southold,, be authorized to advertise for bids and to purchase from the lowest responsible bidder, the following: 30 - 4'6" x 8' Drainage Rings 30 - 316" x 8' Drainage Domes 30 - 36" Covers Vote of the lbwn Board: Supervisor Albert Me Martocchia Justice Louis Demarest Justice Martin Suter Councilman James Rich, Jre Councilman James Homan Dated; January 239 1973 (Yes)(No) (Yes)(No) (Yes)(NO) (Yes)(No) (Yes)(No) Town Clerks Zbwn of Southold � c (�'vP/san/ 9 oivs C) s,N Ive/z' j�o/t' Jho C✓ /f rya !%,c'� MC //�S u Tei. 766-3140 734-6211 RAYMOND C. DEAN Superintendent RESOLUTION BY t���tt� �.e�ttx#xnel�t Zofun of "i6out4olb Feconic, CT. V. 11458 62'e -c C t (1, SECONDED BYs'�'� RESOLVED, that the Supt of Highways of the lbwn of Southold, be authorized to advertise for bids and to purchase from the lowest responsible bidder, the following tires and tubes, more or less as may be needed, for the year 1973: 2 - 23oS/2S - 16 ply tires - - 4 -"12,00/24 - 12 ply tires and tubes 4 - 17oS/25 - 12 -ply tires 2 - 10,00/24 - 12 -ply tires & tubes 6 - 1100/22 - 12 -ply tires & tubes 4 - 12,00/20 - 14 -ply tires & tubes 4 • 11,00/20 - 12 -ply tires & tubes 2S - 10,00/20 - 12 -ply tires & tubes 2 - 7,50/20 - 10-piy tires & tubes 2 7,00/20 - 10 -ply tires & tubes 6 - SoSO/16 - 4 -ply tires & tubes 2 - 10,00/24 - 8 -ply tires & tubes 22 - 7,10/1S - 6 -ply tires & tubes 10 - 7,10/1S - Tubes 4 - 7oSO/iS - 12 -ply tires & tubes 4 - 1400/24 - 10 -ply Grader Tires 1 - 11.00/24 - 12• -ply tire & tube 2 • 13,6/26 - 4 -ply Diamond grip all weatehr tires & tubes Vote of the Town Boards Supervisor Albert Mo Martocchia (Yes)(No) Justice Louis Demarest (Yes)(No) Justice Martin Suter (Ye8)(No) Councilman James Rich, Jr. (Yes)(No) Councilman James Homan (Yes)(No) Dated:'January 231, 1973 Town Clarks Town of Southold Tei. 766-3140 734-6211 �fit���uttg ���t�tznEx�t ufun Of Aaut4olb RAYMOND C. DEAN Superintendent l RESOLUTION BY: SECONDED BY: -n 41 - RESOLVED, that the Supt, of Highways of the Town of Southold, be authorized to advertise for bids and to purchase from the lowest responsible bidder, the following, more or less as may be needed: (a) - 2500 tons of 3/8" Blue Stone, to be delivered by truck to the Highway Department Yard, at Peconic, No Y,, and each truck must have a weight slip, (b) • Price loaded on Town trucks, from Barge, at Mattituck, New York Vote of the Town Board: Supervisor Albert M, Martocchia (Yes) (No) Justice Louis Demarest (Yes) (NO) Justice Martin Suter (Yes) (No) Councilman James Rich, Jr, (Yes) (No) Councilman James Homan (Yes) (No) Dated: II Mu I-) 2 y -A31 /,F)3 Town Clerk: Town of Southold Tel. 766.3140 734-6211 Cefun of Anu#bulb RAYMOND C. DEAN Tel. 765-3140 Superintendent 734-621.1 RESOLUTION BY: SECONDED BY: RESOLVED, that the Sup'te of Highways of the Town of Southold, be authorized to advertise for bids and to purchase from the lowest responsible bidder, the following, more or mess as may be needed: 39 - Code Noe 31894 Grating, Frame and Curb Inlet Casting, 6" ht, with 4" opening - 22" x 35" overall of grating. 20 - Code Noe 15805 Circular Frame and Gratee Vote of the Town Board Supervisor Albert Me Martocchia (Yes) (No) Justice Louis Demarest (Yes) (No) Justice Martin Suter (Yes) (No) Council man James Rich, Jre (Yes) (No) Councilman Jalaes Homan (Yes) (No) Dated: Jig n u A&2y 2 3, 73 Town Clerks Town of Southold � y .y s • '• - t���tt� ���ttx�zztelTt Tofun of Sout4olb prouir, X. V. 11,958 RAYMOND C. DEAN Tel. 766.3140 Superintendent 734-6211 RESOLUTION BY: SECONDED BY: �.e c. _ z t c� 14 RBSOLVED, that the sup•to of Highways of the Town of Southold, be authorized to advertise for bids and to purchase from the lowest responsible bidder, 10,000 gallons, more or less as may be needed, for the Highway Department and Disposal Area, of Diesel Fuel. Vote of the Town Boards Supervisor Albert Mo Martocchia (Yes) (No) Justice Louis Demarest (Yes) (No) Justice Martin Suter (Yes) (No) Councilman James Rickk"Jro (Yes) (NO) Councilman James Homan (Yes) (No) Dated: ^gnu A2�1 a 3 , �9�3 Town Clerk: Town of Southold T$ljirav '►evartment efun of "'2�0n#4olb �scunic, � �. 11958 RAYMOND C. DEAN Superintendent RESOLUTION BY: SECONDED BYs r RESOLVED, that the Sup't of Highways of the Town of Southold, be authorized to advertise for bids and to purchase from the lowest responsible bidder, the followings Tel. 765-3140 734-5211 1 • Catch Basin #19 consisting of: 4'-0" I,Do x 2'-6" 3,D, x 7'-0" High 8" walls 5'-4" x 3'-10" x 6" Bottom Slab w/Bolt on steps, . 1 • Catch Basin #20 consisting ofs 41-0" I.D. x 21•6" I,D. x 41•6" High 8 walls t ,r 59-4" x 3'-10" x 6" Bottom Slab w/Boit on steps 1 + Catch Basin #39 consisting of: 4'-0" I,D, x 2'-6" I,D, x 4'-0" High 8" walls 5'-4" x 3'•10" x 6" Bottom Slab w/Boit on steps 1 - Manhole #19 consisting of: 3'-0" IeD, x 3'-0" I,D, x 13' High 8" walls 4'-4" x 41-4" x 6" Bottom Slab w/Boit on steps Vote of the Town Board: Supervisor Albert Me Martocchia Justice Louis Demarest Justice Martin Suter Councilman James Rich, it, Councilman James Homan Dated: January 23, 1973 r CJE d,/c'� qE (Yes)(No) (Yes)(No) (Yes)(No) MOM) (Yes)(No) Tbwn Clerks Tbwn o out d Tofun of "liau#llalb Fetanic, �N. It. 11458 RAYMOND C. DEAN Tel. 785-3140 Superintendent 734-5211 RESMUiION BY: RBSOLVEDe that the Supt. of Highways of the Town of Southold, be authorized to advertise for bids and to purchase from the lowest responsible bidder, 5000000 gallops of Asphalt Road Materials, more . or less as may be needed, for the repairs of Town Highways. Vote of the Town Board: Supervisor Albert M. Martocchia (Yes) (No) Justice Louis Demarest (Yes) (No) Justice Martin Suter (Yes) (No) Councilman James Rich, Jre (Yes) (No) Councilman James Haman (Yes) (No) Dated: tJ A n u n e.Y -2 3, (q 7-3 Town Clerk Town of Southold 7.e-1- �� y „sG ^ r RAYMOND C. DEAN Superintendent �t���tt� �P�ttx#znextt vfun of on ljnl� NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the purchase of the following items, more or less, as may be needed: 1. 5009000 gallons of Asphalt Road Materials, more or less, as may be needed for the repairs of Town Highways, 2. 10,000 gallons of Diesel Fuel, delivered to the Highway Dept, and the Town Disposal Area. 3. 19000 lin. ft. of 12" dia. 16 ga. x 10' ige Galy. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 100 pcs. 12" dia. 16 ga. 400 lino ft. of 18" dia. 16 ga. x 10' 1g. Galy. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 40 pcs. 18" dia. 16 ga. Connecting Bands. 200 lino ft. of 24" dia. 16 ga. x 10' 1g. Galve and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 20 pcs. 24" 16 ga. Connecting Bands 100 lin. ft. of 30" dia.16 ga. x 10' 1g. Galy. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 10 pcs. 24" 16 ga. Oonnecting Bands, 4. 30 - ODde # 31894 Grating, Frame and Curb Inlet Casting, 6" ht. with 4" opening - 22" x 35" overall of grating. 20 - CDde # 15805 Circular Frame and Grate 5. (a) Request for the purchase and delivery of 2500 tons, more or less, as may be needed, of 3/8" Blue Stone, to be delivered by truck to the Highway Dep't. pard. Peconic, New York and each truck must have a weight slip. (b) Price loaded on Town trucks, from Barge, at Mattituck,N.Y. 6. Tires & Tubes: 2 - 23.5/25 - 16 ply Tires 4 - 12.00/24 - 12 ply tires and tubes 4 - 17.5/25 - 12 -ply tires 2 - 10.00/24 - 12 -ply tires & tubes 6 - 11.00/22 - 12 -ply tires & tubes 4 - 12.00/20 - 14 -ply tires & tubes 4 - 11.00/20 - 12 -ply tires & tubes 25 - 10.00/20 - 12• -ply tires & rubes 2 - 7.50/20 - 10 -ply tires & tubes 2 - 7.00/20 - 10 -ply tires & tubes 6 - 5.50/16 - 4 -ply tires & tubes 2 - 10.00/24 - 8 -ply tires & tubes 22 - 7.10/15 - 6 -ply tires & tubes Tel. 765-3149 734-5211 ' Talun of "�&oiitholb Peconic,.13. 11958 RAYMOND C. DEAN Superintendent NOTICE TO BIDDERS PAGE II 6. Tires & Tubes continued: Tel. 765-3140 734-5211 10 - 7.10/15 - Tubes 4 - 7.50/15 - 12 -ply tires & tubes 4 -14.00/24 - 10 -ply Grader Tires 1 -11.00/24 - 12 -ply tire & tube 2 -13.6/26 - 4 -ply Diamond grip all weather tires & tubes 7. 30 - 4'6" x 8' Drainage Rings 30 - 3'6" x 8' Drainage Domes 30 - 36" Covers 8. 10 - Danline (or equal) refills for rear brooms (32 wire 4 plastic) 10 - H -7908H gutter broom wire Specifications for the above may be obtained at the Office of the Sup't of Highways, Peconic, New York. The sealed bids, in duplicate, together with a non -collusive certificate, will be received by the Supt of Highways of the Town of Southold, at his office, Peconic, N.Y., until 1:00 P.M., Jaw■► 89 1973 at which time they will be opened and read aloud in public. All bids must be signed and sealed in envelopes plainly marked (Bid on ) to the Office of the Sup't of Highways. The Sup't of Highways reserves the right to reject any and all bids and to waive any and all informality in any bid, should it be deemed to be in the best interest of the Town of Southold to do so. The bid price shall not include any Federal, State or Local Tax, from which the Town of Southold, is exempt. Dated: RAYMOND C. DEAN Sup't of Highways NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the l; _purchase of the following items, more or less, as may be needed: /11. 500,000 gallons of Asphalt d Materials, more or less, as may be needed for the repairs of Town Highways. 2. 10,000 gallons of Diesel Fuel, delivered to the Highway Dept. and the Town Disposal Area. 3. 1,000 lin. ft. of 12" dia. 16 ga. x -10' lg. Galv. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED). 100 PCs. 12 " dia. 16 ga. 400 lin. ft. of 18" dia. 16 ga. x 10' Ig. Galv. and Aluminum r iSpiral Lock Seam Culvert Pipe (PERFORATED). 40 PCs. 18" dia. 16 ga. i Connecting Bands. 200 lin. ft. of 24" dia. 16 ga. x 10' lg. Galv. and Aluminum Spiral Lock ' Seam Culvert Pipe (PERFORATED). ' 20 PCs. 24" 16 ga. Con- necting Bands 100 lin. ft. of 30" dia. 16 ga. x 10' Ig. Galv. and • Aluminum Spiral Lock Seam Culvert Pipe ; (PERFORATED). . 10 PCs. 24" 16 ga. Con- necting Bands. ; 4. 30 - Code No. 31894 Grating, Frame and Curb Inlet Casting, 6" 0111t. with 4" opening - 22" x 35" overall of grating..—., 20 Code No. 15805 Circulate' Frame and Grate r 5. (a) Request for the purchase and delivery of 2500 tons, more or less, as may be needed, of %" Blue Stone, to be delivered by truck to the Highway Dept. yard. i Peconic, New York and each r truck must have a weight slip. (b) Price loaded on Town trucks, from Barge, at Mattituck, N.Y. r 6.Tires & Tubes: 2 • 23.5-25 - 16 ply tires 4 - 12.00-24 - 12 ply tires & tubes 4 - 17.5-25 - 12 ply tires 2 - 10.00-24 - 12 ply tires & tubes .r 6 - 11.00-22 - 12 ply tires & tubes 4 - 12.00-20. 14 ply tires & tubes 4 - 11.00-20 - 12 ply tires & tubes 25 - 10.00-20 - 12 ply tires & tubes 2 -7.50-20 - 10 ply tires & tubes 2 - 7AM-20 - 10 ply tires & lubes 6 - 5.50-16 - 4 ply tires & tubes 2 - 10.00-24 - 8 ply tires & tubes 22 - 7.10-15.6 ply tires & tubes 10 - 7.10-15 - tubes 4 - 7.50-15 - 12 ply tires & tubes i 4 - 14.00-24 - 10 ply Grader Tires i 1 - 11.00-24 -12 ply tire & tube 2 - 13.6-26 - 4 ply Diamond Grip all weather'tires & tubes 7. 30'- 4'6" x 8' Drainage Rings 30 - 3'6" x 8" Drainage Domes , 30 - 36" Covers 8. 10 - Danline (or equal) refills for rear brooms (32 wire 4 plastic) 10 - 11-7908H gutter broom Wire Specifications for the above ' may be obtained at the Office of the Sup't. of Highways, Peconic, New York. The sealed bids, in duplicate, together with a non -collusive certificate, will be received by the Supt of Highways of the 'I Town of Southold, at his office, Peconic, N.Y., until 1:00 P.M., February 8, 1973 at which time they will be opened and read aloud in public. All bids must be signed and sealed in envelopes plainly marked (Bid on )to the Office of the Sup't of High- ways. The Sup't of Highways reserves the right to reject any and all bids i and to waive any and all in- formality in any bid, should it be deemed to be in the best interest of the Town of Southold to do so. The bid price shall not include any Federal, State or Local Tax, from which the Town of Southold, is exempt. Dated: January 23, 1973 RAYMOND C. DEAN Supt of Highways • BID ON 300,000 g_41oas of ASPHALT ROAD MATBRIALS WELCH ASPHALT OD, 4a 417. PLEASE FURNISH SERVICES) INDICATED BY CHECKED BLOCK(S). REQUIRED FEE(S) PAID. ❑Show to whom, date and address Deliver ONLY where delivered ❑ to addressee RECEIPT Received the numbered article described below. REGISTERED NO. SIGN URE NAME OF AD RESS E Must al ys be filled in) CERTIFA NO. �V Z SIGNATURE OF ADDRESSEE'S AGENT, IF ANY INSURED N0. DATE DELIVERED SHOW WHERE DELIVERED (only if refaested) ,A1W1%-3 3 c55-16-71US-11 347-183 GPO N r— rn Co RECEIPT FOR CERTIFIED MAIL 30( (plus postage) SE TO) n_)/ pIPRK C 1 +/v„"� STREET AND N0. T P.O.TATE AND ZIP CODE a' 4°°•x OPTIONAL SERVICES FOR ADD NAL FEES RETURN 1. Shows to whom and a delivered ........... 15 With delivery to addressee only ............ RECEIPT 2. Shows to whom, date and where delivered .. 350 SERVICES With delivery to addressee only ............ 850 DELIVER TO ADDRESSEE ONLY ...................................................... 500 SPECIAL DELIVERY (extra fee required) ••• •. .. ............. .......... rn rorm NO INSURANCE COVERAGE PROVIDED— (See other side)11 Nov.1971 3800 NOT FOR INTERNATIONAL MAIL cavo: 1e70 0-8e1•4ee 11 RAYMOND C. DEAN Superintendent �t���tt� �.e�ttx#meat 'Tofu" of "Z�nuf4vlb Veronir, �"_ �U_ 11f1 -'is Tel. 766.3140 734.6211 February 15, 1973 Re O, Welch Asphalt Co,, 1064 Woodcrest Aveo, Riverhead, New York 11901 Gentlement Enclosed find your check in the amount of $6,425,00, which was submitted with a recent bid on Asphalt Road Materials, The award has been given to Asphalts, Inc,, the lowest biddero RCDtmsa Very truly yours, RAYMOND C. DEAN, Superintendent of Highways N ION -COLLUSIVE BIDDING CERTIFICATE BY SUBMISSION OF THIS BID OR PROPOSALt THE BIDDER CERTIFIES THAT: (a) THIS BID OR PROPOSAL HAS BEEN INDEPENDENTLY ARRIVED AT WITHOUT COLLUSION; (b) THIS BID OR PROPOSAL HAS NOT BEEN KNOWINGLY DISCLOSED9 PRIOR TO THE OPENING OF BIDS OR PROPOSALS FOR THIS PROJECT. TO ANY OTHER BIDDERO COINIPETITOR OR POTENTIAL COMPETER; (c) NO ATTEMPT FIAS OR WILL BE MADE TO INDUCE ANY OTHER PERSON, PARTNERSHIP OR OORPORATION TO SUBMIT OR NOT TO SUBMIT A BID OR PROPOSAL; (d) THE PERSON SIGNING THE 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 TRUTF. THEREOPp SUCH PENALTIES BEING APPLICABLE: TO THE BIDDER AS WELL AS TO THE PERSON SIGNING IN ITS BEHALF; (e) THAT ATTACHED HERETO (IF A CORPORATE BIDDER) IS A CERTIFIED COPY OF THE RESOLUTION AUTHORIZING THEn CUTION OF THE CE TIFICATE BY THE SIGNATOR OF THIS BID OR PROPOS IN BEHALF Q�4E )ORPOWE BIDDER. RESOLVED THAT: AUTHORIZED TO SIGN AND SUBMIT kri=e or uxxzcer) BID OR PROPOSAL OF THIS CORPORATION AND TO INCLUDE IN SUCH BID OR PROPOSAL THE CERTIFICATE AS TO NON -COLLUSION REQUIRED BY SECTION 103-d OF 77'11E GENERAL MUNICIPAL LAW AS THE ACT AND DEED OF SUCH CORPORATION AND FOR ANY INACCURACIES OR MISSTATEMENTS IN SUCH CERTI- FICATE THIS CORPORATE BIDDER SHALL BE LIABLE UNDER THE PENALTIES OF PERJURY. THEREGOING S TRUE AND R COPY OF RES ON ADOPTED CORPORATI AT A M G OF ITS ARD OF DIRECTOR D ON THE DAY OF . t FOR ASPHALT 1,WZ MATMMALS FOR DELIVERY TO THE TW OF SOUTHOLD, NEW YORK ITEM NO. 1 TO THE SUPERINTENDENT OF HIGH'.,JAYS TOkW OF SOUTHOLD PECONIC, N. Y. 1. The undersigned hereby propose to furnish approximate4 300.000 gallons of Grades RCMP. and INC -2 Asphalt Road Vater!La7.s to the Town of Southold, Suffolk County, N1. 1. all in accordance with the Specifications of the Superintendent of HiC�ATays of the said Town dated 0,1979- A. Delivered to the Town equipment in the jown of Southold ZP— ��� M i rr..w+r por gallon. 2. The undersigned furt,ber states that the location, type and capa- city of the storage facilities in the To= of Southold, are as follows: A. Type of Storage Facilities aF /0 2 ` B. Location of Storage Facilit:i.es h C. Capacity of Storo.ge Facili.ties.......1��...,. 3. In submitting this bld they undersigned declares t& he is or they are the only person or persons interested in.the said bid and that it is made without any connection w th any ;person Braking another bid for the same contract. The undersigne=d further declares that he has or they have care- s . fully examined the specifications and this form of bid and has or have satisfied himself or themselves as to all the terms and conditions, and understand that in signing tIn"La proposal he or they waive all right to plead any misunderstanding re arding the same, 4. Accompanying this proposal is cash. a bank check or certified check for In Daae this proposal shall be accepted by the Town of ;iouthold, and the undersigned shall fail to execute the contract and i- all respects comply with the specifications and this form of bid, the monies repro: tinted by such cashes or check shall bo reg ardod as liquidated damages and shall be forfeited and become the property of the Town of Southo]di othor-wise to be returned to the de- positor as provided in the above said provisione. 5. On acceptance of th ,s bid the undersigned does or do hereby bind himself or themselves to eater into a written contract within ten days of the date of notice c.L the award of the bid with the said Town of Southold, and to comply Ln all respects with the provisions of the specifications in relation tc the security for the faithful performance of the terms of said contract. The P. O, ,Address of the Bidel.sr is Street // yr City and state r 2 r Name If a Corporation Address Presldon "ecretar.v -- xrcasurcx If w FIM as 3 r Name If a Corporation Address Presldon "ecretar.v -- xrcasurcx If w FIM as 3 . BIDDER'S CFHCIFICATE --;r;,WN �r sU 7-,// a 4'0 This is to certify that the undersigned propose to furnish asphalt item RC " �, ^ Vo AC -dl which will comply with the requirements for the State of New York Item �f, M A,AkD (a 7 _ The Asphalt product C (% 7- BA C %: i s manufactured by / C. S -s v whose plant is located at '�J—is T�j ,!✓f� y�/!>�%C 7�, 1 Street City State The plant has a capacity of 3 001 O -W gallons per. 8 hour day and has regularly manufactured asphaltic_ for the past years. The specific source of the Asphaltic base is y /Y If we receive an award of order or contract on any of the items bid upon we will begin delivery of asphaltic C a % lJ 4 C-/< within c hours of notice to deliver. We agree to furnish asphaltic CC, at the rate ordered by the Town to a maximum rate of d7v gallons per 8 hour day. This is to certify that /off is an authorized supplier and is capable of making deliveries in compliance with the above certificate. Name of Manufacturer By Official Title �1%ZZf �� i,� Date . %�.ry T � (�O MOV YT, 1V,0/4A�P NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the _purchase of the following items, more or less, as may be needed: 1. 500,000 gallons of Asphalt Road Materials, more or less, as may be needed for the repairs of Town Highways. • Q1,210,000 gallons of Diesel Fuel, ered to the Highway Dept. i- and the Town Disposal Area. 3. 1,000 lin. ft. of 12" dia. 16 ga. x -10' lg. Galy. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED). 100 pcs. 12 " dia. 16 ga. 400 lin. ft. of 18" dia. 16 ga. i x 10' Ig. Galt'. and Aluminum ' Spiral Lock Seam Culvert Pipe (PERFORATED). 40 pcs. 18" dia. 16 ga. i Connecting Bands. 2001in. ft. of 24" dia. 16 ga. i x 10' ]g. Galv. and Aluminum E i 4 Spiral Lock Seam Culvert Pipe (PERFORATED). 20 pcs. 24" 16 ga. Con- i• netting Bands 100 lin. ft. of 30" dia. 16 ga. x 10' lg. Galt'. and • Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED). . 10 pcs. 24" 16 ga. Con- necting Bands. 4. 30 - Code No. 31894 Grating, l ` Frame and Curb Inlet Casting, 6" ''tt. with 4" opening - 22" x 35" overall of grating.W _ 20 - Code No. 15805 Circular— Frame and Grate V 5. (a) Request for the purchase and delivery of 2.500 tons, more or less, as may be needed, of %" Blue Stone, to be delivered by truck to the Highway Dept. yard. Peconic, New York and each i truck must have a weight slip. (b) Price loaded on Town . trucks, from Barge, at Mattituck, N.Y. 6.Tires & Tubes: 2 - 23.5-25 - 16 ply tires 4 • 12.00-24 - 12 ply tires & tubes 4 - 17.5-25 - 12 ply tires 2- 10.00-24- 12 ply tires & tubes .i 6 .11.00-22 - 12 ply tires & tubes 4 - 12.00-20 - 14 ply tires & tubes 4 - 11.00-20 - 12 ply tires & tubes 25 - 10.00-20 - 12 ply tires & tubes 2- 7.50-20 - 10 ply tires & tubes 2 - 7.00-20 - 10 ply tires & tubes 6 -5,50-16 -4 ply tires & tubes 2 - 10.00-24 - 8 ply tires & tubes 22.7.10-15.6 ply tires & tubes 10 - 7.10-15 - tubes 4 - 7.50-15 - 12 ply tires & tubes 4 - 14.00-24 - to ply Grader Tires I - 11.00-24 -12 ply tire & tube 2 - 13.6-26 - 4 ply Diamond Grip all weather'tires & tubes 7. 30'- 4'6" x 8' Drainage Rings 30 - 3'6" x 8' Drainage Domes 1 30 - 36" Covers 8. 10 - Danline (or equal) refills for rear brooms (32 wire 4 plastic) 10 - 11-7908H gutter broom '; wire i Specifications for the above may be obtained at the Office of the Supt. of Highways, Peconic, New York. The sealed bids, in duplicate, i together with a non -collusive , certificate, will be received by the Sup't of Highways of the 'd Town of Southold, at his office, 1 Peconic, N.Y., until 1:00 P.M., February 8, 1973 at which time they will be opened and read aloud in public. All bids must be signed and sealed in envelopes plainly marked (Bid on )to the Office of the Supt of High- ways. The Sup't of Highways reserves the right to reject any and all bids and to waive any and all in- formality in any bid, should it be i deemed to be in the best interest of the Town of Southold to do so. The bid price shall not include any Federal, State or Local Tax, from which the'rown of Southold, j is exempt. Dated: January 23, 1973 RAYMOND C. DEAN Sup't of Highways 2. BID ON 10,000 GALLONS OF DIESEL FUEL AGWAY PETROLEUM CORPORATION AGWAY PETROLEUM CORPORATION, BOX 705, RIVERHEAD, LONG ISLAND, N.Y. 11901 PHONE: 516-727-3012 February b, 1973 Raymond C. Dean Sup't Of Highways Town Of Southold, Y.Y. Dear Sir: We hereby submit our bid of .175 cents per gallon for delivery of approximately 10,000 gallons of Agway Green Diesel Fuel, to be delivered to your storage in Peconic and Cutchogue, N. Y. Thank you for your consideration Agway Petroleum Corporation Norman Tyte Manager NAT/dgz c NON -COLLUSIVE CERTIFICATION .FURSMW TO SECTION 103 (d) OF THE GENERAL MUNICIPAL LAW: By submission of'this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own orgam.zation, under penalty of perjury, that to the best of his knowledge and beliefs (1) The prices of this bid b.^vo been arrived at independently without collusion, consultation, communication.. or aCreemant, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitors (2) Unless otherwise required by law, the prices which have bemn quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to aqy competitor; (3) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting ooapotition. CERTIFIED BY NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the _purchase of the following items, more or less, as may be needed: 1. 500,000 gallons of Asphalt Road Materials, more or less, as j may be needed for the repairs of ! Town Highways. _ 2. 10,000 gallons of Diesel Fuel, delivered to the Highway Dept. 010the Town Disposal Area. , 1,000 lin. ft. of 12" dia. 16 ga. ' Ig. Galv. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED). i 100 pcs. 12 " dia. 16 ga. 400 lin. ft. of 18" dia. 16 ga. f x 10' lg. Galy. and Aluminum r Spiral Lock Seam Culvert Pipe (PERFORATED) . ; 40 pcs. 18" dia. 16 ga. Connecting Bands. 200 lin. ft. of 24" dia. 16 ga. x 10' lg. Galv. and Aluminum Spiral Lock ' Seam Culvert Pipe (PERFORATED). 20 pcs. 24" 16 ga. Con- ; necting Bands 100 lin. ft. of 30" dia. 16 ga. i' x 10' 1g. Galv. and, Aluminum ' Spiral Lock Seam Culvert Pipe (PERFORATED). 10 pcs. 24" 16 ga. Con- necting Bands. . 4. 30 - Code No. 31894 Grating, f Frame and Curb Inlet Casting, 6" '' =oft: with 4" opening - 22" x 35" overall of grating. r 20 - Code No. 15805 Circular Frame and Grate 5. (a) Request for the purchase and delivery of 2500 tons, more or less, as may be needed, of %09 Blue Stone, to be delivered by truck to the Highway Dept. yard. Peconic, New York -and each 11 truck must have a weight slip. (b) Price loaded on Town trucks, from Barge, at Mattituck, N.Y. 6.Tires & Tubes: 2 - 23.5-25 - 16 ply tires 4 - 12.00-24 - 12 ply tires & tubes 4 - 17.5-25 - 12 ply tires 2 - 10.00-24 - 12 ply tires & tubes j 6 - 11.00-22. 12 ply tires & tubes 4 - 12.00-20 - 14 ply tires & tubes 4 -11.00-20 - 12 ply tires & tubes 25 - 10.00-20 - 12 ply tires & tubes 2 - 7.50-20 - 10 ply tires & tubes 2- 7.00-20 - 10 ply tires & tubes 6.5.50-16 - 4 ply tires & tubes 2 - 10.00-24 - 8 ply tires & tubes Z2 - 7.10-15.6 ply tires & tubes i 10 - 7.10-15 - tubes 4 - 7.50-15 - 12 ply tires & tubes 4 - 14.00-24 - 10 ply Grader Tires I - 11.00-24 -12 ply tire & tube 2 - 13.6-26 - 4 ply Diamond Grip all weather'tires & tubes j 7..30'- 4'6" x 8' Drainage Rings 30 - 3'6" x 81' Drainage Domes , 30 - 36" Covers i R. 10 - Danline (or equal) refills for rear brooms (32 wire 4 plastic) 10 - H -7908H gutter broom wire Specifications for the above M�M may be obtained at the Office of the Sup't. of Highways, Peconic, j New York. The sealed bids, in duplicate, together with a non -collusive .I certificate, will be received by the Sup't of Highways of the. Town of Southold, at his office, j Peconic, N.Y., until 1:00 P.M., February 8, 1973 at which time they will be opened and read aloud in public. All bids must be signed and sealed in envelopes plainly marked (Bid on -)to the Office of the Sup't of High- ways. The Sup't of Highways reserves the right to reject any and all bids 1 and to waive any and all in- formality in any bid, should it be deemed to be in the best interest of the Town of Southold to do so. The bid price shall not include any Federal, State or Local Tax, , from which the Town of Southold, i is exempt. Dated: January 23, 1973 RAYMOND C. DEAN Sup'tof Highways • 4 3. BID ON 00RRUGo GALVANIZED CULVERT PIPE eHRMUNG SUPPLY ODRP* y,' A ": 7, /./ e 7 CAPnOL HrGWAY M&TERIALS9 INC. • MUTUAL STEEL CO. 171`j7,410 EDGER7ON SALES CORPORATION 09 00LUMBIA METAL CULVERT CO.9 INC. BID ON 0DRRUG. STEM CULVERT PIPII,,//'. EDGERTON SALES CORP. 7, l_ 040,"&AUNG, SUPPLY Telephone (607) 733-5506 HEAVY PLATE AND CORRUGATED CULVERTS CORNING ROAD - RT. 328 O. BOX 527 P. STRUCTURAL STEEL — SNOW FENCE — SIGNS — POSTS ELMIRPNEW YORK 14902 February 1, 1973 Town of Southold c/o Raymond C. Dean, T.S. Peconic Lane Peconic, New York 11958 Gentlemen: With reference to your request for bids on corrugated g3lvanizedspiral lock - seam culvert pipe, we are pleased to quote you on the following: 15000 ft. - 12" Dia., 16 Ga. x lot long Perforated $2.08/ft. $2,080.00 100 - 12" Bands 2.06 ea. 206.00 400 ft. - 18" Dia., 16 Ga. x lot long Perforated $2.84/ft. $1,136.00 40 - 18" Bands 2.80 ea. 112.00 200 ft. - 24" Dia., 16 Ga. x 10t long Perforated $3.68/ft. $ 736.00 20 - 24" Bands 3.64 ea. 72.80 100 ft. - 30" Dia., 16 Ga. x lot long Perforated $4.56/ft. $ 456.00 10 - 30" Bands 4.46 ea. 44.60 $41843. 0 The above price is a delivered price to the Highway Department at Peconic, New York. We agree to all specifications as listed in your"Noti)ce to Bidders." In accordance with Section 103-D of the New York State Municipal Law, we are enclosing "Non -Collusive Bidding Certificate." Very truly yours, C HEMUNG SUPPLY C ORP . �eMldM- Stemerman JMS:cbc Enc. N "NON -COLLUSIVE BIDDING CERTIFICATION" Section 103-D of the General Municipal Law "By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and be- lief: "The prices in this bid have been arrived at independently with- out collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor: "Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bid- der prior to opening, directly or indirectly, to any other bidder or to any competitor, and "No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition." CHEMUNG SUPPLY CORP. LZ(4 " Title Sales Manager Title CHEMUNG SUPPLY HEAVY PLATE AND CORRUGATED CULVERTS STRUCTURAL STEEL — SNOW FENCE — SIGNS — POSTS Town of Southold c/o Raymond C. Dean, T.S. Peconic Lane Peconic, New York 11958 Gentlemen: Telephone (607) 733-5506 CORNING ROAD - RT. 328 P. O. BOX 527 ELMIRA, NEW YORK 14902 February 1, 1973 With reference to your request for bids on corrugated aluminum spiral lock - seam culvert pipe, we are pleased to quote you on the following: 11000 ft. - 12t1 Dia., 16 Ga. x 10t long Perforated $1.72/ft. $19720.00 100 - 1211 Bands 1.62 ea. 162.00 400 ft. - 1811 Dia., 16 Ga. x 101 long Perforated $2.48/ft. $ 992.00 40 - 1811 Bands 2.34 ea. 93.60 200 ft. - 24f1 Dia., 16 Ga. x 101 long Perforated $3.29/ft. $ 658.00 20 - 2411 Bands 3.09 ea. 61.80 100 ft. - 3011 Dai., 16 Ga. x 101 long Perforated $4.74/ft. $ 474.00 10 - 3011 Bands 4.64 46.40 $41207.80 The above price is a delivered price to the Highway Department, Peconic, New Yor,. We agree to all specifications as listed in your 11Notoce to Bidders.11 In accordance with Section 103-D of the New York State Municipal Law, we are enclosing "Non -Collusive Bidding Certificate." Very truly yours, CHEMUNG SUPPLY CORP. t ev"-zu� 1 Ziti-�Gti. Jerald M. Stemerman JMS:cbc Enc. "NON -COLLUSIVE BIDDING CERTIFICATION" Section 103-D of the General Municipal Law "By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and be- lief: "The prices in this bid have been arrived at independently with- out collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor: "Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bid- der prior to opening, directly or indirectly, to any other bidder or to any competitor, and "No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition." Title • MAhopac 8-4417 TO . CAPITOL HIGHWAY MATERIALS, Inc. ROUTE 6, BALDWIN PLACE PUTNAM COUNTY, NEW YORK 10505 QUOTATION Date January 31, 1973 Town of Southold • Highway Department Peconic, L.I.,N.Y. 11958 • ATTENTION: Mr.Raymond Dean, Supt. Due Date 218173 600 P M. DESCRIPTION AND SPECIFICATIONS We are pleased to quote your requirements as follows: ITEM 3 Corr. Metal Pipe Dia. Ga. Steel 1000, 12" 16 $1.75 100, 12't bands 1.75 4001 18" 16 perf. . 2.80 40 18" bands 2.80 2001 241f di a .16 perf. . 3.75 20 24" bands 3.75 100, 30" dia. 16 perf. 4.70 10 30" bands 4.70 Alum. $1.75 1.75 2.55 2.55 3.30 3.30 4.00 4.00 Steel Tota: $1750.00 175.00 1120.00 112.00 750.00 75.00 470.00 7.00 $4499.00 TOTAL Alum. Total 1750.00 175.00 1020.00 102.00 660.00 66.00 400.00 L1. 00 $4213.00 TERMS: net 30 days Thanking you for the privilege of bidding and hoping to be of service to SHIPMENT: you, We remain, Very truly yours, DELIVERY: F.O.B. Peconic, L . I .CAPITOL HIGHV4Aff MATE IALS, .Inc. 5978 2M 6y (-'� lyee--' NON*COLLUSIVE BIDDING CERTIFICATION Required by Section 103-d of the General Municipal Law By submission of this bid or proposal, the bidder certifies that: (a) This bid or proposal has been independeltly srrived at without collusion with any other bidder or with any com- petitor or potential 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 to the person signin in its behalf; (e) That attached hereto (if a corporate bidder is a certified copy of resolution authorizingthe execution o this certificate by the signator of this bid or proposal in behalf of the corporate bidder _ , i ) / , (Sig Resolved that u5ignatu►re oi' lnctivia be aughorized to sign and submit the Corporatio f or the following r ect re� Ldo 5igning Bid) ning b1a proposal of this DescribeProject) and to include in such bid or proposal the certificate as to non -collusion required by section one hundred three -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 is a true and correct copy ^of toe resolution adopted by__1 Tr)_L 1416-({ WOH corporation a a meeting of its boa of directors held on the day of J A� 119 ecre ary (Seal of the corporation) Z ' . X• 1 CoMIGHT am 370 SEVENTH AVENUE sum NEW YORK I, NEW YORK Feb. 6,1973 Mr.Raynond C. Dean Supt. of Highways Town of Southold Highway Office Peconc, L.I.N.I. Deur Mr.Dean: May we offer you according to your advertisement for bids galvanised perforated culvert pipe priced as below: 1,000 ft. 12" 16 ga. x to ft.long 2.89 ft. 100 pos. 12" 16 ga. connecting bands 2.03 es. 400 ft. 18" 16 ga. x lot long 2.85 ft. 40 pas. 18'.' 16 ga. connecting bands 2.85 ea. 200 ft. 20 16 ga, x 10' long 3.30 ft. 20 pas. 24 R 16 ga. connecting bands 3.30 ea. loo ft. 30".16 ga. x lot long 4.04 ft. 10 pas. 24" 16 ga. connecting bands 4.04 oa. Thanking you for the opportunity of quoting you on the above items, we remain. Very tr aa9 .e a 66-e—o A1,0 it, q0 . 4t o CUTTING MOM • TUNIC ANA INWAYNAL FAINT • 9EOOM WIRE • SNOW PENCE AND POSTS • METAL CULVEET TUNIC AND STEW SLOW 9 ia01M AND TIRE CHAIN CHANNEL POSTS • SNOW FLOW SHOES ANb NOSE PIECES SCARIFIER TEETH AND TIPS 0 MOLTS AND NUTS u WN CObLUSIVL REDDING Cn TInCATIOS YAde pursuant to Section 1O3 -d of the General Municipal Law of the State of Now York as amended by the Lairs of 1956. (a) %r submission of this bid, each bidder and each person signing on behalf of ark' bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under pmslty of per jury, that to the best of his knowledge and belief o (1) The prices in this bid have been arrived at independently without eollusion, consultation, communication. or agreement, for the purpose of restricting competition, as to arq matter rtliating to such. prices wirh any other bidder or with arty competitor: (2) Unless otherwise required by Law, the prices which have been quoted In this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to the opening, directly or itsdirectly, to any other bidder or to any competitory and (3) No attempt has been made or will be made by the bidder to induce a?W other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. (b) A bid shall not be considered for award nor shall arq award be made where (a) (1) (2) and (3) above. have not been complied with= provided however, that if in any case the bidder cannot tAks the foregoing certification, the bidden shall so state and shall furnish with the bid a signed statement which sets forth in detail the reasons therefore. where (a) (1) (2) and (3) above, have not been complied with, the hid Shall not be considered for award nor shall any award be made unless the head of the purchasing unit of the political subdivision, public department, agency or offical thereof to which the bid is made, or his designee. determines that such disclosure was not made for the purpose of restricting competition. MUTUAL STEEL C') 172 t'ADISQN AT -_", �OR-K, ' N. Y. l Ov i UrM 602 t f �� (fjyerfan e�ale.4 Cc,,rr ottiflon SYENCF.RTOWN. NFW YORK 12165 518-353-5901 Material., far 14; 1),-l, RI'111 1 and Serer t,-0-11—lion Date Feb _ 5--__ - _ _ , 19 73 .lob Bi -d-- for__Cor-r_ug-,---------- Stee1 Culv. Pipe Customer __ _ T.own-_of-_ Southold, Highway _Dept-. __ _ Location ---- --------------------------------- Address -------------------------Address Pe_onic-_ L.- .I._ New York - ------------ -- -- ---- -- Att: ---------------. Dean Supt' of __ Highways - Quantity We are pleased to quote your requirements as follows:— Unit Price Total Per your "Notice to Bidders" we are leased to quQte on the following Corrugated Galvanized and Perforated Steel Culvert Pipe and Connecting Bands as follows; 1000 Ft. " : t 100 400 Ea. " F " d1am. Qonnenting diam. - Bands with Nuts and 1 -- Bolts 1,77ea 1 40 Ea. 18" diam. Connecting Bards with Nuts and Bolts 2.40ea 96.00 200 Ft. 24" diam - 16 ga, (20 sec, 10t) 3.20 1 640 00 20 Ea. 24" diam. Connecting Bends with Nuts and Bolts 3.13ea 62.60 100 Ft. 30" diam. - 16 ga. 10 sec. 101 3.921 392.00 10 Ea 0" diam. ConnectingNuts and Bolts Total ol° above for S4189,90 Terms: Net (fjyed an Sale.4 Ca'cf ataflan J SPFNCERTOWN, NEw YORK 12165 518-353-5901 Materials for Highway, Bridge and Sewer Construction By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of his knowledge and belief: (1) The prices in this bid have been arrived at independently without col- lusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor; and (3) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. The corporate bidder and the undersigned affirms the above certification under the penalties of perjury. President RESOLVED that Paul M. Edgerton be authorized to sign and submit the bid or proposal of this corporation for the following project: Corrugated Galvanized and Perforated Steel Culvert Pipe to the torr=rn of Southold. rids due 2/8/73. and to include in such bid or proposal the certificate as to non -collusion required by section one hundred three -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 is a true and correct copy of the resolution adopted by Edgerton Sales Corporation at a meeting of its board of directors held on the -2nd day of February 19 73 Secretary 41/ ( Seal) (f)yetlan '::�_ule,4 Ca 7 C"Cation SPENCERTOWN, NEW PORK 12165 518-353-5901 Materials for Hi0iral, BridKe and Sewer Constrlic ion Date Feb • 5 --- -__ _ 19 73 Job _ Bid__ for --- Cor-rug _R----__ Aluminum Culv. Wipe Customer Town_ of__Southold.- Highway_Dept. _ Location-------------------------------------------- Address ------------___-_______---- Address----.P-ae-oni�-, .L,_ _L -t-- New -_York _ _ Att:----------- R, ---Dean,--- 'Supt _._ of --Highways- - - _- Quantity We are pleased to quote your requirements as follows,— Unit Price TotoI Per your "Notice to Bidders" we are pleased to quote on the following Corrugated Aluminum and Perforated Culvert Pipe and Connecting Bands as follows: 1000 Ft. n Sen.r r 100 Ea. 12" diam. Connecting Bands with Nuts and Bolts -1850.00 1,65ea 165.00 400 Ft. 1811 - 16 ga. (40 sec, 10t)__ 2,561 1024,00 40 Ea. 18t1 diam. Connecting Bands with Nuts and Bolts 200 F " diam. - t 1" 660,00 20 Ea. 24F1 diam. Cormecting ConnectingB nds with Nuts and Bolts 3,30ag 66-00 100 Ft. 3011 diam. - 16 a. (10 sec. 101) 4.0.91 405.00 10 Ea. 3011 diam. Connecting Bands with Nuts and Bolts 4 0 a 400 TotAl_ of Aboyn for 4332.90 Delivery by truck as when and where specified, Terms: Net Accepted __ _. _ EDGERTOES ORPOR N X Title Date ._ Title _ P.re.s id.ent..............._. If accepted as an order, please sign and return one copy. t �)yettan Salej Catr atatialt SPENCERTOWN, NEW YORK 12165 518-353-5901 Materials for Highway, Bridge and Sewer Construction By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of his knowledge and belief: (1) The prices in this bid have been arrived at independently without col- lusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor; and (3) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. The corporate bidder and the undersigned affirms the above certification under the penalties of perjury. Presiden RESOLVED that Paul M. Edgerton be authorized to sign and submit the bid or proposal of this corporation for the following project: Supplying; Corrugated Alumini= and Perfor-ted Culvert Pipe to the town of Southold% New York. Bids_ due F'Pbruar�: S. 1973. and to include in such bid or proposal the certificate as to non -collusion required by section one hundred three -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 is a true and correct copy of the resolution adopted by Edgerton Sales Corporation at a meeting of its board of directors held on the 2nd day of February 19 73 . Secretary (Seal) (609) 692-9250 QUOTATION "O' 1281 - C,oluml is Metal Culvert Co. -9nc. EDRUDO ROAD VINELAND, N. J. 08360 . DATE: FEBRUARY 6 , 1973 F HIGHWAY DEPARTMENT F. D. B. JOBSITE TOWN OF SOUTHOLD TO PECONIC, NEW YORK 11958 TERMS: NET 30 DAYS L DELIVERYs 10 14 DAYS ARO GENTLEMEN: THANK YOU FOR YOUR INQUIRY. OF NO. WE ARE PLEASED TO QUOTE YOU AS FOLLOWS: QUANTITY D E S C R I P T I O N PRICE SPECIFICATION NO. #A.A.S.H.O. M_211-65 SPIRAL SEAM ALUMINUM CULVERT PIPE, PIPE DIAMETER GAGE QUANTITY PRICE PER LF TOTAL 12" PERF. 16 19000 LF $1.75 $1750.00 1811 PERF. 16 400 LF 2.56 1024.00 24" PERF. 16 200 LF 3.25 650.00 30" PERF. 16 100 LF 4.43 443.00 CONNECTING BANDS DIAMETER GAGE QUANTITY PRICE EACH 163.00 12 t1 16 100 $1.63 i*1x:Q2 181? 16 40 2.38 95.20 241? 16 20 3.01 60.20 3011 16 10 4.13 41.30 GRAND TOTAL: $49226.70 COLUMBIA METAL C SRT O.,INC. JOSEPH A. BONJO , PRESIDENT We shall be pleased to supply any further information you may desire and trust that you will decide to fay or us with this order which will receive our prompt and careful attention. Per. CUSTOMER'S COPY Columbia Metal Culvert Co Inc. P. O. Box 538, Vineland, New Jersey 08360 Area Code 609/692-9250 NON COLLUSION AFFIDAVIT TO: HIGHWAY DEPARTMENT TOWN OF S OUT H OL D PECONIC, NEW YORK 11958 Gentlemen: In accordance with the terms as specified in your notice to bidders whereby bids were invited for furnishing various quantities and diameters of spiral corrugated aluminum culvert pipe and connecting bids, please be advised that COLUMBIA METAL CULVERT CO., INC. hereby certify that they are the only persons interested in this bid as principals and that the bid is made without collusion with any person, firm or corporation. COLUMBIA METAL CULVERT CO. , INC . JOSEPH A. BONJOR , PRESIDENT C HELEN UIBEL, NOTARY PUBLIC FEBRUARY 6, 1973 DATE "U" ►nuc of ► , 00h" A49"t 4, 1975 1 • a 5. (a) Request for the purchase i t i ' and delivery of 2500 tons, more or - less, as may be needed, of %11 NOTICE TO BIDDERS �.' � � Blue Stone, to be delivered by •• ' truck to the Highway Dept. yard. NOTICE IS HEREBY , } t Peconic, New York and each + in accordance with the provisions f truck must have a weight slip. of Section 103 of the General i (b) Price loaded on Town Municipal Law, that sealed bids j trucks, from Barge, at Mattituck, are sought and requested for the I , N.Y, i:_purchase of the following items, 'I 6.Tires & Tubes: i more or less, as may be needed:t 2 • 23.5-25 - 16 ply tires 1. 500,000 gallons of Asphalt 4 - 12.00-24 • 12 ply tires &tubes ' I Road Materials, more or less, as 4 - 17.5-25 - 12 ply tires may be needed for the repairs of 2. 10.00-24- 12 ply tires & tubes I I Town Highways. _— 6 - 11.00-22 - 12 ply tires & tubes ► 4 - 12.00-20. 14 ply tires & tubes 2. 10,000 gallons of Diesel Fuel, 4 - 11,00-20 - 12 ply tires & tubes delivered to the Highway Dept. 85 - 10.00-20. 12 ply tires & tubes and the Town Disposal Area. 2-7.50-20 - 10 ply tires & tubes 3. 1,000 lin. ft. of 12" dia. 16 ga. 10lly bes c x •10' lg. Galy. and Aluminum 6 - 50,1 4 ply- l irea & tubesu i Spiral Lock Seam Culvert Pipe 24 2 - 10.00-24 - 8 ply tires &tubes i t (PERFORATED). 22 - 7 10.0-24 ply tires &tubes j 100 pcs. 12 " dia. 16 ga. i 400 lin. ft. of 18„ dia. 16 ga. , 10 - 7.10-15 - tubes 4 • 7.50-15 - 12 ply tires & tubes + j x 10 lg. Galy. and Aluminum ► 4 - 14.00-24 - 10 ply Grader Tires k Spiral Lock Seam Culvert Pipe t ' 11,00-24 -24 - 4 ply fire & tube 213.6-26 - 4 ply Diamond Grip � I (PERFORATED). F 40 pcs. 18” dia. 16 ga. t all weather'lires & tubes 7. 30 -4'6" 8' Drainage Rings r Connecting Bands. ` x 30 - 3G" x tt Drainage Demes 200 lin. ft. of 24" dia. 16 ga. - 3G " Covers x l0' 1 Galv. d Aluminum •g• an► 8,. 10 - Danline (or equal) retitle Spiral Lock' Seam Culvert Pipe , , ' for rear brooms (32 wire 4 (PERFORATED) .r ' i plastic) 20 pcs. 24 16 ga. Con- 10 - 11-7908H gutter broom 'I f" necting Bands a wire I " di 100 lin. ft. of 30a. 16 ga'. Specifications for the above x 10' lg. Galy. and, Aluminum ' Spiral Lock Seam Culvert Pipe ; ned at the Office of be oiHighways, he (PERFORATED).- i Sup't. of Peconic, 10 pcs. 24" 16 ga. Con- New York. i TI10 sealed bids, in duplicate, nBands. + with a non•collusly© �CnIOI- Code No. 31894 Grating,'tnl;ether certificate, will be received byrte and Curb Inlet Casting, 6�� the Sup't of Highways of the 'j ttt. with 4 opening - 22 x35 Town of Southold, at his office, I overall of rating. Peconic, N,Y., until 1:00 P.M., 20 • Code No. 16805 Circulat"" February 8, 1973 at which time Frame and Grate 1 they will be opened and read aloud in public, All bids must be signed and ' sealed in envelopes plainly marked (Bid on —)to ' the Office of the Sup't of High- ways. i The Sup't of Highways reserves 1 . • the right to reject any and all bids and to waive any and all in- i formality in any bid, should it be • deemed to be in the best interest of the Town of Southold to do so. The bid price shall not include any Federal, State or Local Tax, I from which the Town of Southold, Is exempt. Dated: January 23, 1973 RAYMOND C. DEAN ' Sup'tof Highways, 1 �y 4. BID ON GRATING FRAMES AND CURB INLET CASTINGS LOCAL STEEL AND SUPPLY CO. EGER ON SALES CORP. MAIN OFFICE 60 Jeric o Turnpike • � MINEOLA 746-0864 Telephone { 347-2840 LOCAL STEEL AND SUPPLY CO. DIVISION OF THOMPSON MATERIALS CORP. QUOTATION BRANCH OFFICE Route 25, Jericho Turnpike MIDDLE ISLAND, N.Y. Telephone 732-2424 Quantity We are pleased to quote your requirements as follows:— Unit Price Total 30 Code #31894 Grating, Frame and Curb Inlet Castings 611 high with 411 opening - 2211 x 3511 overall of grating @$ 124.00 each 20 Code #15805 Circular Frame and Grate @$ 52.75 each F.O.B. Southold Terms: NET 30 Days Accepted.................................................................................................................................... LOCAL STEEL AN SU L O. Division of T o on t 1 s ... By.......................................................................................... Date ................................................ Representative .... J' A. til. If accepted as an order, please sign and return one copy. QUOTATION SUBJECT TOTH ONDITIONS SET FORTH The prices and terms on this quotation are not subject to verbal changes or other agreements unless approved in writing by the seller. All quotations and agreements are contingent upon strikes, fires, availability of materials and all other causes beyond our control. Prices are based on costs and conditions existing on date of quotation and are subject to change by the seller before final acceptance. LOCAL STEEL AND SUPPLY CO. DIVISION OF THOMPSON MATERIALS CORP. CONSTRUCTION MATERIALS and CONTRACTOR SUPPLIES 60 JERICHO TURNPIKE, MINEOLA, N. Y. 11501 (516) 746-0864 ROUTE 25 MIDDLE ISLAND, N. Y. (516) 732.2424 Re: Bid of 2/1/73 on CASTINGS ay submission of this bid, each biddor end eartl persom %�qn-.nq on behalf of any tsiedex caxtifLos,, ane in the case r.4' M ,jolut bid each party 'thereto Loz't;.�':�,e9 a4q to its tlatt3i c►xgzk-&- ztitian, under penalty of perjuxj� 1 that to th,y. hest of his : gran; et t1 rjd belief i.ef (1) The prices in this U s+ have been a t t x.ve : at indepond- etaltly without collusion, Consultations, cblomu-.1il.a'tima, or xe u�(ant fo-l- the purpose of xestr:Lcting coapatitia, , as tc; r,� w1tt( :•e15ting to Such prices with any other biMe:r or to any cuwp;�Aatqrg and (2) : nIess otherwise required by law,, %Nft prices whit -1,4 .tl.ave 1100n quoted in this bie have not bew knowingly disrl osud by %he b!-ddex and (vil.l. not kaowi.n91V be disclosed by 'thew i.ri,d iex Prior tt� opanix)g,, di reotl,y or indirectly. to any other hitklar or to zivy `iap<<t it ax 6 and .4''3) Atter has been Marie ox ftilx 'bo !rade by the bxdde r to 3 txt u E arW tt'thcC peryono pautz cyxstiip or coi rporat%ton to s tbrait sa"° nf.;t to submit a bid for the: purpose of xw-;tricli..nt) �a��►�i�.�.o�, The corporate bidder i%nd tie atac.rlsrsignal af't i,L'sn the abav w : coxtifl eztian urAer %be penal* i er, ;�,s. jury , CT;' TFDVIP,90`34 AFFILIATES IN BELLEVILLE, N. J. 0 NEW YORK CITY 0 BUFFALO AND LIVERPOOL. N. Y. (�J'etlan Ade.4 Cc, )OICillion Quotation -------------------------------------------- ll// SPE.NCE.RTOWN, NEW YORK 12165 Order ----------------------------------------------- 518-351-5901 Materials for Nighu al', Bridge and Seiner Conslrut inn Feb Date 5 1973, Job Bid_ on Cast Iron--------- Customer Town of Southold, Highay Dept. Frumes &grates - - --- - Location Address --------- Peeonie t L. I., -New--York - R. Dean. Supt, of Highways Att:--------------- --- - -------------------------------- ---- ---- _-- --- ---------- Quantity We are pleased to quote your requirements as follows:— Unit Price Total Per your "Notice to Bidders" we are pleased to quote on the following cast iron frames and -grates 30 Ea. Flockhart Code # 31894 - 6" We offer Campbell Foundry Co. Code # 2540-6", similar to above 125.00 3750.00 20 Ea. Flockhart Code # 15805 Round manhole frame and grate - We offer -=E with C-1182 grate 58.00 1160.00 Total of above for 4910.00 Prints of above castings offered attached. Terms: Net .• Cfayedan Sale.4 Catr atatian SPENCERTOWN, NEw YORK 12165 518-353-5901 Materials for Highway, Bridge and Sewer Construction By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of his knowledge and belief: (1) The prices in this bid have been arrived at independently without col- lusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor; and (3) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. The corporate bidder and the undersigned affirms the above certification under the penalties of perjury. j President RESOLVED that Paul M. Edgerton be authorized to sign and submit the bid or proposal of this corporation for the following project: supplying cast iron frames & grates to Town of Southold, Peconic L. I., New York, bid due Feb. 8, 1973 and to include in such bid or proposal the certificate as to non -collusion required by section one hundred three -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 is a true and correct copy of the resolution adopted by Edgerton Sales Corporation at a meeting of its board of directors held on the 2 nd day Of February 19 '73 . Se retary (Sea!) i v NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the _purchase of the following items, more or less, as may be needed: 1. 500,000 gallons of Asphalt Road Materials, more or less, as may be needed for the repairs of ! Town Highways. 2. 10,000 gallons of Diesel Fuel, delivered to the Highway Dept. and the Town Disposal Area. 3. 1,000 lin. ft. of 12" dia. 16 ga. x -lo' lg. Galy. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED). 100 pcs. 12 " dia. 16 ga. 400 lin. ft. of 18" dia. 16 ga. x 10' lg. Galy. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED). 40 pcs. 18" dia. 16 ga. Connecting Bands. 200 lin. ft. of 24" dia. 16 ga. x 10' lg. Galy. and Aluminum i Spiral Lock Seam Culvert Pipe (PERFORATED). 20 pcs. 24" 16 ga. Con- , necling Bands 100 lin. ft. of 30" dia. 16 ga. C x 10' lg. Galy. and, Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED). . 10 pcs. 24" 16 ga. Con- necting Bands. 4. 30 - Code No. 318(A Grating, 1 Frame and Curb Inlet Casting, 6" '' ht. with 4" opening - 22" x 35" overall of rating. 20 - Code No. 15805 Circular Frame and Grate 5. (a) Request for the purchase and delivery of 2500 tons, more or less, as may be needed, of %" Blue Stone, to be delivered by truck to the Highway Dept. yard. Peconic, New York and each truck must have a weight slip. (b) Price loaded on Town trucks, from Barge, at Mattituck, N.Y. Fires & Tubes: I 2 - 23.5-25 - 16 ply tires 4 - 12.00-24 - 12 ply tires & tubes .I 4 - 17.5-25 - 12 ply tires 2- 10.00-24- 12 ply tires & tubes 6 - 11.00-22 - 12 ply tires & tubes 4- 12.00-20- 14 ply tires & tubes 4 - 11.00-20 - 12 ply tires & tubes 25- 10.00-20 - 12 ply tires & tubes 2 - 7.50-20 - 10 ply tires & tubes 2 - 70).20 - 10 ply tires & tubes 6-5.50-16-4 ply tires & tubes 2 - 10.W-24 - 8 ply tires & tubes ,22 - 7.10-15.6 ply tires & tubes i 10 - 7.10-15 - tubes 4 - 7.50-15 - 12 ply tires & tubes 4 - 14.00-24 - 10 ply Grader Tires 1 - 11.00-24 - 12 ply tire & tube 2 - 13.6-26 - 4 ply Diamond Grip all weather'tires & tubes 7. 30'- 4'6" x 8' Drainage Rings 30 - 3'6" x 8' Drainage Domes 30 - 36" Covers R. 10 - Danline (or equal) refills for rear brooms (32 wire 4 t plastic) 10 - 11-7908H gutter broom wire Specifications for the above' may be obtained at the Office of the Sup't. of Highways, Peconic, j New York. The sealed bids, in duplicate, together with a non -collusive certificate, will be received by the Sup't of Highways of the 'i Town of Southold, at his office, Peconic, N.Y., until 1:00 P.M., February 8, 1973 at which time they will be opened and read aloud in public. All bids must be signed and sealed in envelopes plainly marked (Bid on )to the Office of the Sup't of High- ways. The Supt of Highways reserves the right to reject any and all bids j and to waive any and all in- formality in any bid, should it be deemed to be in the best interest of the Town of Southold to do so. The bid price shall not include i any Federal, State or Local Tax, from which the Town of Southold, i Is exempt. Dated: January 23, 1973 RAYMOND C. DEAN Sup't of Highways 6o BID ON TIRES AND TUBES VAN DYCK & YOUSIK* INC, BRANCH OFFICE: 1785 FEOEREISEN AVE. RONKONKOMA, N. Y. 11779 588-4243 VAN DYCK & YOUSIK, INC. 1165 E. Main Street RIVERHEAD, N. Y. 11901 Phone: 727-4008 January 30, 1973 Office of Superirte"de"t of Highway Southold, New York Atts Raymond C. Dear Dear Sirs We are pleased to bid on your i"vitatio" dated January 23, 1973. Erclosed you will fi-d our quotatio"s. Descriptio" Tire Tube 23.5-25 16ply SHRL D&L >TY TL 677.83 1200-24 14 " CHM NY TT 134.81 8.80 17.5-25 12 " SHAL D&L AT TL 220.04 1000-24 12 " NOT AVAILA,$LE 1100-22 12 " SHM NY TT 77.07 6.92 1200-20 14 " CHM NY TT 122.77 7.88 1100-20 12 " SHM NY 'TT 72.97 6.34 1000-20 12 " SHM NY TT 61.99 5.18 750-20 10 " SHM NY TT 40.08 3.62 700-20 10 " OHM NY rT 36.67 3.12 550-16 4 " HIB IMP. NY Tr 8.31 1.27 1000-24 8 " SURE GRIP GRADER TT 65.30 5.78 710-15 6 ,a, xni'l " I Tx 14.72 1.39 710-15 TUBE 1.39 750-15 12 " CHM NY 'TT 54.71 3.07 1400-24 10 " SURE GRIP GRADER TT141.41 8.05 1400-24 10 " SURE GRIP GRADER TL152.11 1100-24 12 " SHM XY TT 80.06 7.50 13.6-26 4 " NOT AVAILABLE This is to certify that there was no collusior o" our part with a"y other company or orga"iztio" i" arriving at these bid prices. Tha"ki",%-you, 0. B. Vag Dyck Preside"t �pTlOpq� >o GOODS�YEAR ;� L TIRES i rY .� �FDEALE�S\ RECAPPING NON --COLLUSIVE BID CERTIFICATE "The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type &scribed in the invitation for bids, and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an em- ployee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid." INV. OR REQ. NO. VAN` DYCK & YOUSIK, INC. (SIGNED) (CORPORATE TITLE IF ANY) NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Munleipal Law, that sealed bids are sought and requested for the purchase of the following items, more or less, as may be needed: 1. 500,000 gallons of Asphalt Road Materials, more or less, as may be needed for the repairs of Town Highways. 2. 10,000 gallons of Diesel Fuel, delivered to the Highway Dept. and the Town Disposal Area. 3. 1,000 lin. ft. of 12" dia. 16 ga. x • 10' lg. Galy. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED). 100 pcs. 12 " dia. 16 ga. 400 lin. ft. of 18" dia. 16 ga. x 10' ]g. Galy. and Aluminum i Spiral Lock Seam Culvert Pipe (PERFORATED). 40 pcs. 18" dia. 16 ga. i Connecting Bands. 200 lin. ft. of 24" dia. 16 ga. x 10' lg. Galy. and Aluminum F Spiral Lock Seam Culvert Pipe (PERFORATED). ' i 20 pcs. 24" 16 ga. Con- I­ necting Bands 100 lin. ft. of 30" dia. 16 ga. x 10' Ig. Galt'. and' Aluminum Spiral Lock Seam Culvert Pipe . (PERFORATED). . 10 pcs. 24" 16 ga. Con- necting Bands. 4. 30 - Code No. 31894 Grating, Frame and Curb Inlet Casting, 6" 1ht. with 4" opening - 22" x 35" overall of grating. __._ ; 20 . Code No. 15805 Circular Frame and Grate ' Da) Request for the purchase elivery of 25M tons, more or less, as may be needed, of yA" Blue Stone, to be delivered by truck to the Highway Dept. yard. i Peconic, New York and each i truck must have a weight slip. (b) Price loaded on Town trucks, from Barge, at Mattituck, N.Y. 6.Tires & Tubes: 2 • 23.5-25 - 16 ply tires 4 - 12.00-24 - 12 ply tires & tubes 4 - 17.5-25 - 12 ply tires 2- 10.00-24- 12 ply tires & tubes 6- 11.00-22- 12 ply tires & tubes 4 - 12.00-20 - 14 ply tires & tubes 4 - 11.00-20 - 12 ply tires & tubes 25- 10.00-20- 12 ply tires & tubes 2- 7.50-20 - 10 ply tires & tubes 2 - 7.1x► -20 - 10 ply tires & tubes 6 - 5.50-16 - 4 ply tires & tubes 2 - 10.00-24 - 8 ply tires & tubes Z2 - 7.10-15.6 ply tires & tube 10 - 7.10-15 - tubes 4 - 7.50-15 - 12 ply tires & tubes 4 - 14.00-24 - 10 ply Grader Tires i I - 11.00-24 -12 ply tire & tube 2 - 13.6-26 - 4 ply Diamond Grip all weather'tires & tubes 7. 30 4'6" x 8' Drainage Rings 30 - 3'6" x 81 Drainage Domes 30 - 36" Covers ti. 10 - Danline (or equal) refills for rear brooms (32 wire 4 plastic) 10 - 11-7908H gutter broom ' wire Specifications for the above may be obtained at the Office of the Sup't. of Highways, Peconic, New York. The sealed bids, in duplicate, i together with a non -collusive certificate, will be received by the Sup't of Highways of the '.I Town of Southold, at his office, I Peconic, N.Y., until 1:00 P.M., February 8, 1973 at which time they will be opened and read aloud in public. All bids must be signed and sealed in envelopes plainly marked (Bid on )to the Office of the Sup't of High- ways. The Sup't of Highways reserves the right to reject any and all bids I and to waive any and all in- formality in any bid, should it be i deemed to be in the best interest of the Town of Southold to do so. The bid price shall not include any Federal, State or Local Tax, from which the Town of Southold, is exempt. Dated: January 23, 1973 RAYMOND C. DEAN Sup't of Highways lb S. BID ON 3/8 BLUESTONE LOM STAR INDUSMIES, INC. 4 410 t1 LONE STAR INDUSTRIES,. INC. Cement & Construction Materials Group New York Trap Rock Gotham Sand and Stone Co. East Shore Road Port Washington, New York 11050 516 883-2800 February 7, 1973 Mr. Raymond C. Dean Superintendent of Highways Town of Southold Peconic Lane Peconic, N.Y. 11958 Gentlemen: In accordance with your advertisement to bid, we are pleased to submit our quotation on the following; /lh encl. Delivered by truck to the Highway Department yard, Peconic N.Y., 2,500 tons 3/8" Blue Stone......$6.89 per ton, net. Price loaded on Town Trucks, from Barge, at Mattituck, N.Y. .......$5.59 per ton, net. Very truly yours, GOTHAM SAND & STONE DIV. N.Y. Trap Rock Corp. A. Cipria o Assistant Division Gen. Mgr. NON -COLLUSIVE BIDDING CERTIFICATION By submission of this bid or proposal, the bidder certifiez that: (a) This bid or proposal has been independently arrived at without collusion with any other bidder or with any competi- tor or potential 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 penal- ties being applicable to the bidder as well as to the person signing in its behalf; (e) That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the exe- cution of this certificate by the signator of this bid or pro- posal in behalf of the corporate bidder. Resolved that Gotham Sand & Stone Company _ Diirision A _w York Tran Ronk C ornorni-i on be authorized to sign corporation for th I' (Name of the Corporation) and submit the bid or proposal of this e following project (Describe Project) and to include in such bid or proposal the certificate as to 'on -collusion required by section one hundred three -d of the general municipal law as the act and deed of such corporation,., acid for any inaccuracies or misstatements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is a true and correct copyf the resolution adopted by i.R,n �A.ay��,g Q`.` i.1 0+ N - ,A. con oration at a meeting of its board of directors held on the day of Un j 2"A ,, 19 fl3 (SEAL OF THE CORPORATION) tle t NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the purchase of the following items, more or less, as may be needed: 1. 500,000 gallons of Asphalt Road Materials, more or less, as may be needed for the repairs of ` Town Highways. 2. 10,000 gallons of Diesel Fuel, delivered to the Highway Dept. and the Town Disposal Area. 3. 1,000 lin. ft. of 12" dia. 16 ga. x •10' ]g. Galv. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED). 100 pcs. 12 " dia. 16 ga. 400 lin. ft. of 18" dia. 16 ga. ' j x 10' 1g. Galv. and Aluminum fSpiral Lock Seam Culvert Pipe (PERFORATED). 40 pcs. 18" dia. 16 ga. i Connecting Bands. , 200 lin. ft. of 24" dia. 16 ga. x 10' lg. Galv. and Aluminum Spiral Lock ' Seam Culvert Pipe j (PERFORATED). ' 20 pcs. 24" 16 ga. Con - V. . netting Bands j 100 lin. ft. of 30" dia. 16 ga. j x 10' lg. Galv. and' Aluminum ' Spiral Lock Seam Culvert Pipe (PERFORATED). 10 pcs. 24" 16 ga. Con- necting Bands. . 4. 30 - Code No. 318M Grating, t ` Frame and Curb inlet Casting, 6" '':ht. with 4" opening - 22" x 35" overall of grating. j 20 - Code No. 15805 Circular - Frame and Grate V 5. (a) Request for the purchase and delivery of 2500 tons, more or less, as may be needed, of 'y Blue Stone, to be delivered by truck to the Highway Dept. yard. i I Peconic, New York and each i truck must have a weight slip. (b) Price loaded on Town trucks, from Barge, at Mattituek, N.Y. ' 6.Tires & Tubes: 2 - 23.5-25 - 16 ply tires 4 - 12.00-24 - 12 ply tires & tubes 4 - 17.5-25 - 12 ply tires 2 - 10.00-24 - 12 ply tires & tubes i 6- 11.00-22- 12 ply tires & tubes 4- 12.00-20- 14 ply tires & tubes 4- 11.00-20- 12 ply tires & tubes 25 - 10.00-20 - 12 ply tires & tubes 2- 7.50-20 - 10 ply tires & tubes 2- 7.0(1.20 - 10 ply tires & tubes 6.5.50-16 - 4 ply tires & tubes 2 - 10.00-24 - 8 ply tires & tubes 22 - 7.10-15.6 ply tires & tube j 10 - 7.10-15 - tubes 4 - 7.50-15 - 12 ply tires & tubes 4 - 14.00-24 - 10 ply Grader Tires i I - 11.00-24 -12 ply tire & tube 2 - 13.6-26 - 4 ply Diamond Grip all weather'tires & tubes C>30'- 4'6" x 8' Drainage Rings 30 - 3'6" x 8" Drainage Demes � 30 - 36" Covers 0. 10 - Danline (or equal) refills for rear brooms (32 wire 4 plastic) 10 - 11-7908H gutter broom wire Specifications for the above may be obtained at the Office of the Sup't. of Highways, Peconic, j New York. The sealed bids, in duplicate, I together with a non -collusive certificate, will be received by the Sup't of Highways of the Town of Southold, at his office, Peconic, N.Y., until 1:00 P.M., February 8, 1973 at which time they will be opened and read aloud in public. All bids must be signed and sealed in envelopes plainly marked (Bid on )to the Office of the Sup't of High- ways. The Sup't of Highways reserves . the right to reject any and all bids { and to waive any and all in- formality in any bid, should it be deemed to be in the best interest of the Town of Southold to do so. j The bid price shall not include any Federal, State or Local Tax, from which the Town of Southold, is exempt. Dated: January 23, 1973 RAYMOND C. DEAN Sup't of Highways 7. BID DRAINAGE RINGS, DOM COVERS CARBRO INDUSTRIESO INC. 1 30 yXir e /Is G-c,0d ,� &007y 6 i o Cli►RBRO INDUSTRIES. INC. / OLD NORTHPORT ROAD, KINGS PARK, N.Y. 11754 II AU9 CONIXIII Ian FORMERLY CLIFF CARLSON t SONS, INC. N[[Mu 516 489.6141 a Suffolk 516 269.96N QUOTATION Firm To•.an of Southold Date 1-31-73 Address Feconic, New York 11958 Individual Sunt. of 1?wy.-Raynoncl C. Dean Phone Referencelob nid on 2-9-73 (Drainacre rings, do -les, & covers) Terms Net 30 days Shipping Date We are pleased to quote your requirements, subject to the conditions noted: CONDITIONS: The prices and terms on this quotation are not subject to verbal changes or other agreements unless approved by the Seller. All quotations and agreements are contin- gent upan strikes, accidents, fires, availability of materials and all other causes beyond our cantrgl. Prices are based on costs and conditions existing on date of quotation and are 'subject to change by the Seller before final acceptance. Typographical and stenographic errors sub ect to correction. Purchaser assumes liability for patent and copyright infringement when goods are made to Purchaser's specifications. If the Purchawr faits to fully pay for the g s herein agreed .to be purchased, within fen (10) days after written demand for payment is mailed by Seller, and Seller places this agreement in the hands of an attorney for collection, Purchaser agrees to pay attorney; :fees of twenty per cent (20%) of the amount due hereunder. Conditions not specifically stated hp�in shall M govern*d by established customs. Terms inconsistent with those stated herein which may appear on Purchaser's formal order will not be binding on the Seller. All materiel retu►Md wbjeet to 2O% Mndlln[ eherp: QUANTITY DESCRIPTION UNIT PRICE AMOUNT ITEM #7 30 41611111 x Rfoff 0 1�rain'21ngs (dwg. ?fR-100) $66.00 $1,980.00 30 3r0t/ v RgQ11 Drain Domes (d!T-. „8-120) 61.50 1,848.00- ,843.003011 3011x 4t1 Concrete Covers 8.50 255.00 $4,083.00 .11 prices are F.0,.7. ToTm of Southold and are good till 6-1-73. Prices have been established independently by y Carbro Industries, Inc. 1/2 hol.ir unloading time - overtime gill he char -ed accordin ly Crane unloading & installation necessary Prices based on full tractor trailer loads Thomas A. Gray Chief Estimator Purchaser By Date Seller: CARBRO INDUSTRIES, INC. By (For Customers File) Date CARBROINDUSTRIES, INC. OLD NORTHPORT ROAD, KINGS PARK, N.Y. 11754 toPRECAST CONCRETE PRODUCTS FORMERLY CLIFF CARLSON & SONS, INC. / Nassau 516 489.6141 ■ Suffolk 516 269.9688 PURCHASE ORDER Firm Town of Southold Date 1.31.73 Address ReConicll,Aiaw York 119SR Terms Not 30 days _ Individual Supt. of Hwy_,R&ymwd C, Ivan Phone Shipping Date Reference Job Rid On 2-8.73Drai Re rings- dames, & cMrs) We are pleased to quote your requirements, subject to the conditions noted: CONDITIONS: The prices and terms on this quotation are not subject to verbal changes or other agreements unless approved by the Seller. All quotations and agreements are contin- gent upon strikes, accidents, fires, availability of materials and all other causes beyond our control. Prices are based an costs and conditions existing on date of quotation and are subject to change by the Seller before final acceptance. Typographical and stenographic errors subject to correction. Purchaser assumes liability for patent and copyright infringement when goods are made to Purchaser's specifications. If the Purchaser fails to fully pay for the goods herein agreed to be purchased within ten (10) days after written demand for payment is mailed by Seller, and Seller places this agreement in the hands of an attorney for collection, Purchaser agrees to pay attorney's fees of twenty per cent (20%) of the amount due hereunder. Conditions not specifically stated herein shall be governed by established customs. Terms inconsistent with those stated herein which may appear on Purchaser's formal order will not be binding on the Seller. All material returned subject to 20% handling charge. QUANTITY DESCRIPTION UNIT PRICE AMOUNT TIC #7 30 496" x 890" fi Drain Rings (dwg. 08-100) $66.00 $10980.00 30 310" x 890" Drain Dams (dwg. #8.120) 61.60 19848.00 30 30" x 4" Concrete Covers 8.50 255.00 $4,083M All prices are F.O.B. Town of Southold and are good till 6.1-73. Prices have been established independently by Carbro Industries, Inc. 1/2 hour unloading time • overtime will be charged accordliMly Crane unloading & installation necessary Prices based on full tractor trailer loads Thomas A. Gray Chief Estimator Purchaser By Date Seller: CARBRO INDUSTRIES, INC. By (ti-*- ansi-Ret<- --- Rranipt�y) Date v i t NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the j r purchase of the following items, i more or less, as may be needed: 1. 500,000 gallons of Asphalt Road Materials, more or less, as may be needed for the repairs of Town Highways. 2. 10,000 gallons of Diesel Fuel, delivered to the Highway Dept. and the Town Disposal Area. 3. 1,000 lin. ft. of 12" dia. 16 ga. x -10' lg. Galv. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED). 100 pcs. 12 " dia. 16 ga. 400 fin. ft. of 18" dia. 16 ga. ! j x 10' Ig. Galv. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED). 40 pcs. 18" dia. 16 ga. i Connecting Bands. = 200 lin. ft. of 24" dia. 16 ga. x 10' lg. Galv. and Aluminum Spiral Lock " Seam Culvert Pipe (PERFORATED). ' 1 20 pcs. 24" 16 ga. Con- ! i•- necting Bands 100 lin. ft. of 30" dia. 16 ga. x 10' Ig. Galv. and' Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED). - 10 pcs. 24" 16 ga. Con- necting Bands. . 4. 30 - Code No. 31894 Grating, t Frame and Curb Inlet Casting, 1bt. with 4" opening - 22" x 35" overall of rating. - 20 - Code No. 15805 Circular - Frame and Grate r 5. (a) Request for the purchase and delivery of 2500 tons, more or less, as may be needed, of %" Blue Stone, to be delivered by truck to the Highway Dept. yard. Peconic, New York and each i truck must have a weight slip. (b) Price loaded on Town trucks, from Barge, at Mattituck, N.Y. .1 6.Tires & Tubes: 2 • 23.5-25 - 16 ply tires 4 • 12.00-24- 12 ply tires & tubes 4 - 17.5-25 - 12 ply tires d 2- 10.00-24- 12 ply tires & tubes 6 - 11.00-22 - 12 ply tires & tubes 4 - 12.00-20 - 14 ply tires & tubes 4 - 11.00-20. 12 ply tires & tubes 25- 10.00-20- 12 ply tires & tubes 2 - 7.50-20 - 10 ply tires & tubes 2 - 7.1x1-20 - 10 ply tires & tubes 6 - 5.50-16 - 4 ply tires & tubes 2 - 10.00-24 - 8 ply tires & tubes 122-7.10-15 -6ply tires & tubes 10 - 7.10-15 - tubes 4 - 7.50-15 - 12 ply tires & tubes i 4 - 14.00-24 - 10 ply Grader Tires 1 - 11.00-24 -12 ply tire & tube 2 - 13.6-26 - 4 ply Diamond Grip all weather'tires & tubes 7. 30'- 4'6" x 8' Drainage Rings 30 - 3'6" x 8' Drainage Domes , 30 - 36" Covers IQ10 - Danline (or equal) refills rear brooms (32 wire 4 plastic) 10 - 11-7908H gutter broom Wire Specifications for the above may be obtained at the Office of the Sup't. of Highways, Peconic, j New York. ; The sealed bids, in duplicate, i together with a non -collusive certificate, will be received by the Supt of Highways of the .1 Town of Southold, at his office, Peconic, N.Y., until 1:00 P.M., February 8, 1973 at which time they will be opened and read aloud in public. All bids must be signed and sealed in envelopes plainly marked (Bid on -)to the Office of the Sup't of High- ways. The Sup't of Highways reserves the right to reject any and all bids { and to waive any and all in- formality in any bid, should it be 1 deemed to be in the best interest of the Town of Southold to do so. The bid price shall not include any Federal, State or Local Tax, from which the'rown of Southold, is exempt, Dated: January 23, 1973 RAYMOND C. DEAN Sup't of Highways Ll s. BID ON SWHBPER BROOMS BLUE RIDGE OIL 00RP. CAPITOL. HIGHWAY MATERIALS, INC.: - GEORGE MALVESE & 00., INC. ?� 19,41 ,'-0 let- %' �� AUTOMOTIVE - INDUSTRIAL LUBRICANTS AGRICULTURAL - INDUSTRIAL CHEMICALS MAINTENANCE - SANITARY CHEMICALS PAINTS AND FINISHES BLU[I Zdlge MAIN OFFICE AIlule OilCorporcitio n GARFIELD, NEW JERSEY AREA CODE 201-478-2700 LONG ISLAND OFFICE AREA CODE 516-483-5250 January 312 1973 Town of Southold Hwy Dept. Peconic., N.Y. Gentlemen; We are pleased to submit the following delivered price on Item 8 as per your specifications. 10-Danline (or equal) refills for rear broom 32W4P $155.00 each 10-100 lbs. Gutter Wire HW/Jg $32,00 per 100 lbs. Tr*y your Howard Weber -fun of "'�inut4olb ' �econit, �1. �_ 11958 RAYMOND C. DEAN Superintendent NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the purchase of the following items, more or less, as may be needed: 1. 500,000 gallons of Asphalt Road Materials, more or less, as may be needed for the repairs of Town Highways, 29 100000 gallons of Diesel Fuel, delivered to the Highway Dept, and the Town Disposal Area, 3. ±19000 lino fto of 12" dia. 16 ga, x 10' 1g, Galy. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 100 peso 12" diao 16 gao 400 lino ft. of 18" dia. 16 ga. x 101 Ig. Galy, and Aluminum Spiral Lock Seam (Avert Pipe (PERFORATED) 40 peso 18" dia, 16 gao Connecting Bands, 200 lin. ft. of 24" dia. 16 gao x 10' lgo Galv. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 20 peso 24" 16 ga. Connecting Bands 100 lino ft, of 30" dia.16 ga. x 10' 1g. Galy. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 10 peso 24" 16 gae Connecting Bands, 4. 30 - Code # 31894 Grating, Frame and Curb Inlet Casting, 6" ht, with 4" opening - 22" x 35" overall of grating. 20 - Cede # 15805 Circular Frame and Grate 5, (a) Request for the purchase and delivery of 2500 tons, more or less, as may be needed, of 3/8" Blue Stone, to be delivered by truck to the Highway Dep'to yardo Peconic, New York and each truck must have a weight slipo (b) Price loaded on Town trucks, from Barge, at Mattituck,N.Y. 6. Tires & Tubes: 2 - 23.5/25 - 16 ply Tires 4 - 12,00/24 - 12 ply tires and tubes 4 - 17.5/25 - 12 -ply tires 2 - 10000/24 - 12 -ply tires & tubes 6 - 11.00/22 - 12 -ply tires & tubes 4 - 12000/20 - 14 -ply tires & tubes 4 - 31-00/20 - 12 -ply tires & tubes 25 - 10.00/20 - 12 -ply tires & rubes 2 - 7.50/20 - 10 -ply tires & tubes 2 - 7.00/20 - 10 -ply tires & tubes 6 - 5.50/16 - 4 -ply tires & tubes 2 - 10.00/24 - 8 -ply tares & tubes 22 - 7-10/15 - 6 -ply tires & tubes Tel. 765-3140 734-5211 Zefu t of p`&XIW 01b RAYMOND C. DEAN Tel. 765-3140 Superintendent 734-5211 NOTICE TO BIDDERS PAGE II 6. Tires & Tubes continued: 10 - 7010/15 - Tubes 4 - 7.50/15 - 12 -ply tires & tubes 4 -14.00/24 - 10 -ply Grader Tires 1 -1100/24 - 12 -ply tire & tube 2 -1306/26 - 4 -ply Diamond grip all weather tires & tubes 7. 30 - 416" x 8' Drainage Rings 30 - 3'6" x 8' Drainage Domes 30 - 36" Covers 28 wire 4 plastic 10 - Danline (or equal) refills for rear brooms (3Z wire 4 plastiO) $224.00 Ea 10 - H -7908H gutter broom wire @ $51 .95 per box, 100 lbs . per carton. Specifications for the above may be obtained at the Office of the Sup't of Highways, Peconic, New York. The sealed bids, in duplicate, together with a non -collusive certificate, will be received by the Sup't of Highways of the Town of Southold, at his office, Peconic, N.Y., until 1:00 P.M., dip 8, 1973 at which time they will be opened and read aloud in public. All bids must be signed and sealed in envelopes plainly marked (Bid on ) to the Office of the Sup't of Highways. The Sup't of Highways reserves the right to reject any and all bids and to waive any and all informality in any bid, should it be deemed to be in the best interest of the Town of Southold to do so. The bid price shall not include any Federal, State or Local Tax, from which the Town of Southold, is exempt. Dated: r n r RAYMOND Co DEAN Sup't of Highways GEORGE MALVESE & CO.,INC. 2/2/73 530 Old Country Road Hicksville, N.Y.11802 r � r A. V. Malvese, Secretary -Treasurer 0 NON -COLLUSIVE BIDDING CERTIFICATION. By submission of 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 or potential 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, com- petitor 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 certi- fies that he has fully informed himself regarding the accuracy of the state- ments contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder as well as to the person signing in its behalf; (e) That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signator of this bid or proposal in behalf of the corporate bidder. Resolved that..... A,.. V. Malvese,S Fc _,tart'. Treasurer.. , .be (Officer empowered) authorized to sign and submit the bid or proposal of this corporation for the following project.... alJ. Jan.l.:.rne .Qi;. i!q.. Zgr."-.t.c.. . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . 00 . . . . . . . . . . . . . . (Describe Project) and to include in such bid or proposal the certificate as to non -collusion required by section one hundred three -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 is a true and correct copy of the resolution adopted by...... . GEORGE MALVESE & CO. INC. ............................. see ......:................corporation at a meetin .of its board of directors held on the....... sepop-4, ........ day of o �eptember lg (SEAL OF THE CORPORATION) /17) Secretary A'.lhopac 8-4417 TO : CAPITOL HIGHWAY MATERIALS, Inc. ROUTE 6, BALDWIN PLACE PUTNAM COUNTY, NEW YORK 10505 QUOTATION Date January 31- 19 3 Townof Southold • Highway Department • Peconic, L.I...N.Y. • ATTENTION:Mr. Raymond Dean, Supt. Due Dat90:00 P DESCRIPTION AND SPECIFICATIONS I UNIT PRICE ( TOTAL We are pleased to quote your requirements as follows: Item 2- Broom Refills &:froom Wire 10- Steiert refills for rear brooms $169.45 (32 wire 4plastic) ea. 10- Boxes gutterbroom wire( 34.00 per box TERMS: net 30 days Thanking you for the privilege of bidding and hoping to 6e of service to SHIPMENT: YOU, We remain, Very truly yours, DELIVERY: F.O.B. Peconic, L.I. CAPITOL HIGHWAY MATERIALS, Inc. 59782m 6y rJ NONCOLLUSIVE BIDDING CE13TIFICATION Required by Section 103-d of the General Nunicipal Law By submission of this bid or proposal, the bidder certifies that: (a) This bid or proposal has been independeltly arrived at without collusion with any other bidder or with any com- petitor or potential 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 to the person signin in its behalf; (e) That attached hereto (if a corporate bidder is a certified copy of resolution authorizingthe execution of this certificate by the signator of this bid or proposal in behalf of the corporate bidder,, _ /% of Resolved that be aughor zed to Corporation for (S talgnat-tre or ina sign and submit the f ollowig pro ure ividu Signing Lila) the bbd or proposal of this ject t n Bid) t uescrApe vroject ) and to include in such bid or proposal the certificate as to non -collusion required by section one hundred three -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 f ore oing is a true and correct cop of the resolution adopted by 6- 4W G. corporation a meeting of it boar of directors h d on the -fir day of ��"'A A ,19 . ��t�ecretary� (3(Seal of the corporation) -a ALLOW" of � IIlif D� Tel. 765.3140 734-6211 RAYMOND C. DEAN Superintendent March 7t 1973 Agway petroleum Corporation Box 705 Riverhead, New York 11901 Gentlemen: As a result of recent bids, be advised that you have been awarded the bid on Diesel Fuel for this year. Ve truly yours$ RAAYMOND C. DEAN RCD:esp Supt of Highways c tBill aV Piopazaltelii vJ-OW11 of �Vuttinlb Prcoxtic, �K_ V. 11358 RAYMOND C. DEAN Superintendent March 71 1973 Asphalts, Ince Coram, New York 11952 Gentlemen: As a result of recent bids, be advised that you have been awarded the bid on Asphalt Road Materials for this year* rrVery truly yours, RCD:esp YMDND Ce DEAN Supt of Highways Tel. 765-3140 734-5211 RAYMOND C. DEAN Superintendent U`Zufuiz of 'Sout4oln vrranit, �K-_ V_ 11958 March 79 1973 .Edgerton Sales Corporation Spencertown, New York 12165 Dear Sirs: As a result of recent bids, be advised that you have been awarded the bid on Galvanized Spiral Lock Seam Calvert pipe (Perforated) and Connecting Bands for this year. Very truly yours, RCD:esp RAYMOND Co DEAN Supt of Highways Tel. 765-3140 734-5211 (Zlown of '*ou#Ijolb Peconir, �K_ U- 11955 RAYMOND C. DEAN Tel. 765-3140 Superintendent 734-5211 March ?, 1973 Local Steel and Supply Co, 60 Jericho Turnpike Mineola, New York Gentlemens As a result of recent bids, be advised that you have been awarded the bid on Code 1#31894 Grating, Frame and Curb Inlet Castings and Code #115805 Circular Frame and Grate for this year* vegr truly yours, RCDsesp RAYMOND C. DBAN Supt of Highways RAYMOND C. DEAN Superintendent Plr���i►��ili':tltilil`tl� Zofun of "�&on#ljolb Peconir, �K_ 3�_ 11955 March 79 1973 Lone Star Industries, Inco East Shore Road Port Washington, New York 11050 Gentlemen: As a result of recent bids, be advised that you have been awarded the bid on 3/8" Blue Stone for this year, Very truly yours, RCDsesP MYMM Ca BEAN Supt of Highways Tel. 765-3140 734-5211 �``c����iu� ���►uz�Yc�xt� ZoWn of ,,�&oufjolb Peconit, N:,. -V. 11958 RAYMOND C. DEAN' Tei. 765-3140 Superintendent 734-5211 March ?, 1973 Van Dyck & Yousik, Inco 1165 E* Main Street Riverhead, New York 11901 Gentlemen: As a result -of recent bids, be advised that you have been awarded the bid on Tires and Tubes for this year* Very truly yours, 1 RCDsesp RAYMOND C* DEAN Sup't of Highways RAYMOND C. DEAN Superintendent (gown of *ont4V1b Veronir, e_ U- 11958 March 79 1973 Carbro Industries, Inca Old Northport Road Kings Parkq New York 11754 Gentlemen: As s result of recent bids, be advised that you have been awarded the bid on Drain rings, domes and concrete Covers for this yearn Very truly youprst RCD:esp RAY Co DEAN Sup't of Highways Tel. 765-3140 734-5211 • �I�I�iII��i ��'�cl:t.tliL'ri� viuu of '�5rou#holb Verouic, �K_ V_ 11958 RAYMOND C. DEAN Tei. 765-3140 Superintendent 734-5211 March 79 1973 Blue Ridge Oil Corporation Garfield, New Jersey Gentlemen: As a result of recent bids, be advised that you have been awarded the bid on Danline (or equal) refills for rear broom and Gutter Wire for this yearn Very truly yours, RCDsesp RAYMOND C. DEAN Supt of Highways -4, PLEASE FURNISH SERVICE(S) INDICATED BY CHECKED BLOCK(S). REQUIRED FEE(S) PAID. " Show to who date and addressDeliver ONLY where delivered ❑ to addressee 11'1741.1 1 Received thenumbered article described below. REGISTERED NO. SIGNATURE OR N OF ADDRRESSEE (Must always ie filled in) C T �EO Y A10G�j- 4 2 SIGNATUR ADDR E'S AGENT, lF ANY INSURED NO. / DATE DELIVERED SHOW WHERE DELIVERED (o ly ' requested) 44 add-16-71b{6-il 847-196 aro OW11 of p%C0UtIj0Ib vEtIIn ir, �K_ -q_ II!R58 RAYMOND C. DEAN Tel. 765-3140 Superintendent March 22, 1973 734-5211 Asphalts, Inco Route 25 Coram, New York Dear Sir: Enclosed please find your certified check #4148 in the amount of $6,200, we have received the Performance Bond for liquid asphalt road material bid for 1973. RCD/esp Very truly yours, c- � RAYNUND C. DEAN, Sup't of Highways BIDDER'S CERTIFICATE For ASPHALT CUTBACK This is to certify that the undersigned proposes to furnish Cutback Asphalt which will comply with the requirements for type MC, RC2 Grade . The Cutback Asphalt is manufactured by Shell Oil Company whose plant is located at Sewaren, New Jersey The plant bas a capacity of 1, 000.000 gal&ons per 8 -hour day and has regularly manufactured Cutback Asphalt for the past 40 years. The specific source of the Asphaltic Base is selected Gulf (bast and Venezuelian Crudes. If we receive an award of order or contract on any of the items) bid upon we will 1jegin delivery of Cutback Asphalt within_ hours of notice to deliver. We agree to furnish Cutback Asphalt at the rate ordered to maximum rate of100,000 gallons per 8•4jour day. Official title Date 2-2-73 If the bidder is an authorized agent of the manufacturer, the following authorization must be executed by the manufacturers This is to certify that ASPHALTS. INC. Name of Bidder Naugles Drive, Mattituck, New York 11952 Street City & Zone No. State is xa'It ' I our authorized agent and is capable of making deliveries in compliance with the abose certificate. SbC11 Oil Company . Name,.Of !Manufacture r BY Sales Represe tative 1 . Official title Date 12-2-73 ION -COLLUSIVE BIDDING CERTIFICATE BY SUBMISSION OF THIS BID OR PROPOSAL, THE BIDDER CERTIFIES THAT: (a) THIS BID OR PROPOSAL HAS BEEN INDEPENDENTLY ARRIVED AT WITHOUT COLLUSION; (b) THIS BID OR PROPOSAL HAS NOT BEEN KNOWINGLY DISCLOSED, PRIOR TO THE OPENING OF BIDS OR PROPOSALS FOR THIS PROJECT, TO ANY OTHER BIDDER, COMPETITOR OR POTENTIAL MMPETER; (c) NO ATTEMPT HAS 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 THE BID OR PROPOSAL CERTIFIES THAT 1"M3 HAS FULLY INFORMED HIMSELF REGARDING THE ACCURACY OF THE STATEMINTS CONTAINED IN THIS CERTIFICATION AND UNDER THE PENALTIES OF PERJURY AFFIRMS THE TRUTH THEREOF, SUCH PENALTIES BEING APPLICABLL TO THE BIDDER AS WE1.L AS TO THE PERSON SIGNING IN ITS BEHALF; (e) THAT ATTACHED HERETO (IF A CORPORATE BIDDER) IS A CERTIFIED COPY OF THE RESOLUTION AUTHORIZING THE EXECUTION OF THE CERTIFICATE BY THE SIGNATOR OF THIS BID OR PROPOSAL IN BEHALF OF THE CORPORATE BIDDER. RESOLVED THAT: H.M. Brush, President (Name of Officer) AUTHORIZED TO SIGN AND SUBMIT THE BID OR PROPOSAL OF THIS CORPORATION FOR THE FOLLOWING PROJECT. Furnish Asphalt Road Materials (Described project) AND TO INCLUDE IN SUCH BID OR PROPOSAL THE CERTIFICATE AS TO NON -COLLUSION REQUIRED BY SECTION 103-4 OF THE GENERAL MUNICIPAL LAW AS THE ACT AND DEED OF SUCH CORPORATION AND FOR ANY INACCURACIES OR MISSTATEMENTS IN SUCH CERTI- FICATE THIS CORPORATE BIDDER SHALL BE LIABLE UNDER THE PENALTIES OF PERJURY, THE FOREGOING IS A TRJE AND CORRECT COPY OF THE RESOLUTION ADOPTED BY_ASphalts, Inc. CjORPORATION AT A MEETING OF ITS BOARD OF DIRECTORS HELD ON THE 10th DAY OF;Au 19 u 5 Secretary FOR ASPHALT ROAD MATr RIALS FOR DELIVERY TO THE TOWN' OF SOUTHOLD, NEW YORK ITEM NO. 1 TO THE SUPERINTENDENT OF 1-110HWAYS TOWN OF SOUTHOLD PECONIC, N. Y. 1. The undersigned hereby propose to furnish approximately 300,000 gallona of Oradea RC -2 and MC -2 Asphalt Road Materials to the Town of Southold. Suffolk County, N, Y, all In accordance with the Specifications of the Superintendent of Highways of . the said Town datedV,..-1, %� A. Delivered to the Town equipment in the of Southold r 7 per gallon. 2. The undersigned further states that the location, type and capa- city of the storage facilities in the Town of Southold, are as follows: A. Type of Storage Facilities Permanent Heated Storage Tanks �+■■■�w■■ww�nr.ri�w����rir■ � ter. .�■■■ H. Location of Storage Facilities Naauc les Dr_Mattituck, N.Y. 11952 C. Capacity of Storage Facilities 1,0000000 gals. 3. In submitting this bid the undersigned declares that he is or they are the only person or persons interested in the said bid and that it is made without any connection with any person making another bid for the same contract. The undersigned further declares that he has or they have care - fully examined the specifications and this force of bid and has or have satisfied himself or thenselves as to all the terms and conditions, and understand that in signing this proposal he or they waive all right to plead any misunderstanding regarding the same. 4. Accompanying this proposal is cash, a bank check or certified check for ..._..".r. = In Dasa this proposal shall be accepted by the Town of Southold, and the undersigned shall tail to execute the contract and in all reaPects comply with the specifications and this form of bid, the monies repredented by such casha or check shall be regarded as liquidated damages and shall be forfeited and become the property of the Town of Southold; otherwise to be returned to the de- positor as provided in the above said ppeviaiona. S, On acceptance of this bid the undersigned does or do hereby bind himself or thwiselves to enter into a written contract within ten days of the date of notice of the award of the bid with the said Town of Southold, and to comply in all respects with the provisions of the specifications in relation to the security Cor the faithful performance of the terms of said con*Mct. Datudt 2-2- 1973 ASPHALTS, . 1W. ;4.Ma.Br5;;_.__fresident on, or corp a ion The P. 0. Address of the Bidder is Naugles Drive street Mattituck, New York 11952 City and State -2- If a Corporation Name Address H.M.Brush —President 8 Teapot Lane, Smithtown, N.Y. 11787 Kenneth Rhodes Secretary 6 Storey Ave., Central Islip, N.Y". H.M. Brush 8 Teapot Lane, Smithtown, N.Y. 11787 Treasurer Name of Members If a Firm -3 - Address BSM FOR ASPMT ROAD IATF.KIALS FOR DELIVERY TO THE MUNI OF SOUTHOLD9 NEW YORK IM NO. 1 TO THE SUPERINTENDENT OF II1ORWAYS TOWN OF SOUTHOLD PECONIC, N. Y. 1. The undersigned hereby propose to furnish approximately 300.000 gallons of Oradea RC -2 and MC -2 Asphalt Road Materials to the Town of Southold. Suffolk County, N. Y. all 1n accordance with the Specifications of the Superintendent of Highways of . the said Town dated .1 r Z% 3 A. Delivered to the Town equipment in the of Southold ! 1 7%5-- F per gallon. 2. The undersigned further states that the location, type and capa- city of the storage facilities in the Town of Southold, are as follows: A. Type of Storage Facilities Permanent Heated Storage Tanks B. Location of Storage FacilitiesNaugles Dr., Mattituck, N.Y. 11952 .I■1 ■ 1 Ifs C. Capacity of Stor4ge Facilities 110000,000 gals. 3• In submitting this bid the undersigned declares that he is or they are the only person or persons interested in the said bid and that it is made without any connection with mry person making another bid for the same contract. The undersigned further declares that he has or they have care. J RESOLUTION OF WARD OF DIRECTORS I hereby certify that I am the duly elected and qualified Secretary of ASPHALTS, INC. and the keeper of the records and corporate seal of said corporation and that the following is a true and correct copy of a resolution duly adopted at a regular meeting of the Hoard of Directors of said corporation at its offices at Coran, Now York on the 10th day of August,1965. BE It RESOLViD that the President, Vice President are hereby authorised as signators of all certificates, bids or contracts received in supplying equipment or materials as contracted for by municipalities within the State of Now York. President r ------.-•.-t Kenneth Rhodes, Vice President IN WITS= WHERBf$, I have hereunto affixed my name as Secretary and have caused the Corporate Seal of said Corporation to be hereto affixed this , 0 day of __ crust ,1965 Y Secretary I, H. X. amsfi, a director of said Corporation do hereby certify that the foregoing is a correct cosy of a resolution adopted as above set forth. MUrray Hill 4-1818 LAckawarm 4-4150 MUTUAL STEEL DUAL STEEL COMPANY 172 MADISON AVENUE Kta.lue NEW YORK. N.Y. 10016 COPYRIGHT SUITE 602 370 SEVENTH AVENUE NEW YORK I, NEW YORK Feb. 7,1973 Mr.Raynand C. Dean Supt. of Highways Town of Southold Feconic, N.Y. Dear Mr. Dean s According to your advertisement, we wish to quote you on the following items under item #6. 10 - Danline (or equal) refills for rear brooms 172.70 EA Si - s (32 wire.& 4 plastic) 10 - H -7908H gutter broom wire (100 lb.cartons) 30.95 at. Thanking you for the opportunity of bidding on this item and hoping we may be of service to you, we remain, Very truly Non collusive bidding certificate encloses nerewztin. CUTTING EDGES • TRAFFIC AND INDUSTRIAL PAINT • BROOM WIRE • SNOW FENCE AND POSTS • METAL CULVERT TRAFFIC AND STREET SIGNS • TOW AND TIRE CHAIN • CHANNEL POSTS • SNOW PLOW SHOES ANb NOSE PIECES SCARIFIER TEETH AND TIPS 0 BOLTS AND NUTS To ,',,, -,'N OF SOUTHOLD ............... HIGICi&Y DLR'- RTMET 2&L -23-11E 81 2NG C .TI Ca T1 g Made pursuant to :creation 103-d of the General Muniseipal Law of the State of New York as amended by the Laws of 1966. (a) B9 submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the cane of a joint bid each party thereto certifies as to its own organization, under penalty of per jury, that to the best of his knowledge and belief (1) The prices in this bid have been arrived at independently without collusion, consultation* communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; (2) Unless otherwise required by law, the prices which have been quoted in this bid havenot been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to the opening, directly or indirectly, to any other bidder or to any competitor; and (3) oto attempt has been made or will be made by the bidder to induce any Cather person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. (b) A bid shall not be considered for award nor shall am award be made where (a) (1) (2 ) and (3) above, have not been complied with; provided however, that if in any case the bidder cannot take the foregoing certification, the bddder shall so states and shall furnish with the bid a signed statement which seats forth in detail the reasons therefore, where (ca) (1) (2) and (3) above, have not been complied with, the bid shall not be considered for award nor shall arW award be made unloss the head of the purchasing unit of the political subdivision, public department, agency or offical thereof to which, the bid is made. or his designee, determines that such disclosure was not made for the purpose of restricting competition, MUTUAL 172 1' Ia lvrjii �ew York, N.Y. 10016 } Suite 602 RAYMOND C. DEAN Superintendent �iB4tIttLi Prpartmait ZO[VIt of �oxi#hvlb Tel. 765-3140 734-5211 NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the following, more or less, as may be needed: 200 Speed Zone signs and Posts The sealed bids, in duplicate, together with a non -collusive certificate, will be received by the Supt. of Highways of the Town of Southold, at his office, Peconic, N.Y. until 11:00 A.M., May 259 1973, at which time they will be opened and read aloud in public. The Sup't. of Highways reserves the right to reject any and all bids, and to waive any and all informality in any bid, should it be deemed to be in the best interest of the Town of Southold, to do so. All bids must be signed and sealed in envelopes plainly marked (Bids for Speed Zone Signs and Posts) to the Office of the Supt of Highways. The bid price shall not include any Tax, Federal, State or Local, from which the Town of Southold, is exempt. Dated: April 249 1973 RAYMOND C. DEAN Sup't of Highways RAYMOND Q" DEAN 8uperinteftlent ZOE= of 'Snut4olb Peranit, X1-1. V. 11958 April 24t 1973 RESOLUTION BY s � SBOONDED BY s / RESOLVEDs That the Supt. of Highways of the Town of Southold be authorized to advertise for bids and to purchase from the lowest responsible bidders the followings As many Speed Zone signs and posts that will be necessary to implicate new speed control through out the Town of Southold, Vote of the Town Board Supervisor Albert M. Martoechia (Yes) (No) Justice Louis Demarest (Yes) (No) Justice Martin Suter (Yes) (No) Councilman James Richq Jr, (Yes) (No) 0ouncilmaa James Homan (Yes) (No) Town Clerk Town of Southold Dateds April 24, 1973 Tel. 765 - 3140 734-5211 Signs as follows: Line 1 word -*AREA **STATE Use • Letter Size and Series ,Quantity Type Sign No. Size Margin Border Line #1 #2 #3 #4 S eed. 17 Within R 11A 18"x30" 3/8" 3/8" 31"-D* 31"-D 31"-D 81"-E[30] 48 Within R 11A 18"x30". 3/8" 3/8" 31"-D* 3"-D 3"-D 8"-E[35] 15 Entry R 11B 241jx36" 3/8" 5/81" 41"-D* 4"-D 4"D 10"-E[30] 39 Entry R 11B 24"x36" 3/8" 5/81" 41"-D* 41"-D 4"-D 10"-E[35] 34 Exit R 8A 2411x36" 3/8" 5/81" 41'-E** 4"'-E 4"-E 10"-E[55] Line 1 word -*AREA **STATE 6 Signs as follows: Use Letter Size and Series Quantity Type Sign No. Size Margin Border Line #1 #2 #3 #4 Seed 17 Within R 11A 18"x30" 3/8" 3/8"' 3"-D* 3"-D 3"-D 8"-E[30] 48 Within R 11A 18"00" 3/8" 3/8" 3"-D* 3"-D 3"-D 811-E[35] 15 Entry R 11B 241106" 3/8" 5/8" 4"-D* 4"-D 4"-D 10"-E[30] 39 Entry R 11B 24"x36"` 3/8" 5/8" 4"-D* 4"-D 41'-D 10"-E[35] 34 Exit R 8rA 24"x36" 3/8" 5/8" 4"-E** 4"-E 4"_E 10"-E[55] Line 1 word -*AREA **STATE 0 ALL claims and returned, goods: . � MUST be accompanied_ by this bill. Received by .PUTNAM PRINTING, MAHOPAC,N.. Y. 10541 ........................................... �.y?.• N. Y., ...................... TOWN OF SOUTHOLD, COUNTY OF SUFFOLK, N. Y., Dr. To...........................CAPITOL HIGHWAY MATERIALS u. Claimant �nUM"6;"PUTNAiMI... COUNTY .................................. AddiressBALDWIN PLACE, N.Y. .1= .......................................................... Fad. I. D. No. -14-140-19-07-- or Soc. Security No. ..._ . . The undersigned t>E�t,�cnl� (Acting on behalf of above nomlyd Claimant) does hereby certify that the foregoing (Cross out one) I claim is true and correct and that no part thereof has been paid, except as therein stated, and that tho bolance therein stated is actually due and owing. Dated...... 55.56£T�� 0"�1 o4' 0 z ' z511 00•17LT 5C 02T ........................ ,..... 614119-73.. ...5.... ... ... ... Signature 09'TT 09•TT 55•LT 55' L P"Ay Pic s®d 2V 55 Foods 044'iq s It 11 9£XV 5£ 11 11 11 H 9£Xt4Z 0£ u u Is 11 91E 5£ 11 11 11 b 0£xgT 0£ poodS v*aV 400TJC0s M/S OEXOT �••. -3.j143a 1 N011d1210S34 A111Nyh6 oGtiP 0£ 13N I 210040 I £L/?Z/9 I 0969 :SW831 VIA 03ddINS 31VCI 3310ANI ON 830x0 F- 7 956TT *X' H` 0I' 2 `OV009d 44d0Q'SAVEORMOSJO vxoy 01 L J L —1 (nos 01 43ddIH5 S£S8'8 OVdOHVW S0501 NNOA M3N '3JVld NIMdlVB '9 Elinozi 3snOH3dVM — WOONMOHS — 3J1330 •auj frM1q-tom joj!&D V60ZZ3'ON 3010ANI ' 17 18x30 s/w roflect Area spood 30 7 55 124r- 2 48 4 18x30 11 11 111135 7 55 36_ -40 151 24x,36 " 11 11 11 30 11.60 17 .00 39 24x36 '1 it if 11 35 ly 6o 4.02 45; --4.0- 24 2 36 11 11 st►t�, spl�®a 55 11 60 2Q!.�.o $13 5.55 As Per Bid Award The undersigned t>E�t,�cnl� (Acting on behalf of above nomlyd Claimant) does hereby certify that the foregoing (Cross out one) I claim is true and correct and that no part thereof has been paid, except as therein stated, and that tho bolance therein stated is actually due and owing. Dated...... 55.56£T�� 0"�1 o4' 0 z ' z511 00•17LT 5C 02T ........................ ,..... 614119-73.. ...5.... ... ... ... Signature 09'TT 09•TT 55•LT 55' L P"Ay Pic s®d 2V 55 Foods 044'iq s It 11 9£XV 5£ 11 11 11 H 9£Xt4Z 0£ u u Is 11 91E 5£ 11 11 11 b 0£xgT 0£ poodS v*aV 400TJC0s M/S OEXOT �••. -3.j143a 1 N011d1210S34 A111Nyh6 oGtiP 0£ 13N I 210040 I £L/?Z/9 I 0969 :SW831 VIA 03ddINS 31VCI 3310ANI ON 830x0 F- 7 956TT *X' H` 0I' 2 `OV009d 44d0Q'SAVEORMOSJO vxoy 01 L J L —1 (nos 01 43ddIH5 S£S8'8 OVdOHVW S0501 NNOA M3N '3JVld NIMdlVB '9 Elinozi 3snOH3dVM — WOONMOHS — 3J1330 •auj frM1q-tom joj!&D V60ZZ3'ON 3010ANI ' Signs as follows: Line 1 word -*AREA **STATE Use Letter Size and Series Quantity Type Sign No. Size Margin Border Line #1 #2 #3 #4�eed 17 Within R 11A 18"x30" 3/8" 3/8" 3"-D* 3"-D 3"-D 8"-E[301 48 Within R 11A 18"x30" 3/8" 3/8" 3"-D* 3"-D 3"-D 8"-E[351 15 Entry R 11B 241106" 3/8" 5/8" 4"-D* 4"-D 4"-D 10"-E[301 39 Entry R 11B 24"06" 3/8" 5/8" 4"-D* 4"-D 4"-D 10"-E[351 34 Exit R 8A 24"06" 3/8" 5/8" 4"-E** 4"-E 4"-E 10"-E[551 Line 1 word -*AREA **STATE Signs as follows: Use guantity Type Sign No. Size 17 Within R 11A 18030" 48 Within R 11A 18030" 15 Entry R 11B 24"x36" 39 Entry R 11B 24036" V Exit R 8A 24"x36" Line 1 word -*AREA **STATE Letter Size and Series Margin Border Line #1 #2 #3 #4 Sped 3/8" 3/8" 3"-D* 3"-D 3"-D 8"-E[30] 3/8" 3/8" 3"-D* 3"-D 3"-D 8"-E[35] 3/8" 5/8" 4"-D* 4"-D 4"-D 10"-E[30] 3/8" 5/8" 4"-D* 4"-D 4"-D 10"-E[35] 3/8" 5/8" 4"-E** 4"-E 4"-E 10"-E[55] t BIDS FOR SPEED ZONE SIGNS AND POSTS May 25„ 1973 0 11:00 i q ALS - fio s f '7 - iii s�9 1. Mutual Steel C®0 00000.000.000 00 0 0 0 00000..000...0 �<il ds by3,�� of/83iG 7' 8 - 0 n /76-4. '7,6- 6 v 2. Tratnsglobal Steel CAos Inc. o......90....... o - & ad sv 3 N 35- 3. Capitol Hi hwagS, yt7 - �/a Inc* ..u......e........o....../S-_ &.6 R, /�,v.•0 /'j-/ ` Tot a. e+ t 3 r!— yrs'a.lto SALDWIN 3-1313 J TRANSGLOBAL STEEL CO., 514 MERRICK ROAD _ . • May 22, 1973 Mr. Raymond C. Dean, Supt. of Highways Tom of Southold, Highway Dept. Pocono, New York 11958 Res Bid for Speed Zone: Signs & Posts Dear Sirs We are pleased to bid as follows: as per your stated specification: Quantity: Use Types SiSi-No_: Size: Price: RefloctoriEed 17 Within RM 181f x 3011 ; 8.75 each. 48 to IMA 1811 x 30n 8.75 each 15 Entry R11B 24" x 36" 13.50 each 39 It R11B 24 It x 361, 13.50 each 34 Exit R8A 2411 x 361, 13.50 each 1.21 Channel Steel Posts: 4.80 each Delivery: Approx. 3 wceks -- Terms: Net 30 Days Thank you 'for yourrBiind°coonsofa:r&Tion of the above. Very truly ,yours, TRANSCY%QBU STEEL CO., 1110. UM/j W Marton 4 BALOWiN 3.1313 TRANSGLOBAL STEEL CO., INC. 4' 514 MERRICK ROAD BALDWIN, L. I., N.Y. 11510 NONCOLLUSIVE BIDDIN3 CERTIFICATIONs By submission of this bids the b3.Wor corti.f os that; (A) this bid 16as been indepondontl,y arrixod at without collusion wtvi MV otlu;r bidder or with arV coape.titor or potential competltor,, (8) This bid has not been knowrir.ely cUselosed and will not be 1mow.i.nV3'v disclo..;,ac3 prior to the opening of bi.diz for this Pr°o joct, to nrry othor bidd,:l ry, competitor or potential competi.tor; (C) No axttt..npt, dui a been or will be m.ado to i.rk ion any other poraoa, portn€,rvhip, or corporation to syw)nli.t or n(A to lu mait a bid or proposal; (D) Vie -pert o'nA thin bid proposal certifies thwt he has fulV i&o mcd hi.rasolf" rofgardinq the =:uraoy of the statamonts contained In this cort:ifi dati.onp and ander the penalties of porjurys, affirns the truth thereofp such poz7rl ting r)cIng apj)Ucabjf., to tho bidder as well as to the person signing, in it behalf, TRANWLOBAL STEEL CO.., INC. r-," , , I- , " �-' " - � +�x1�1?2"Wi 22�. �' S"u6n; IrreZ MUTUAL STEEL COMPANY t. MUTUAL STEEL CO. COP RIWIT 172 MADISON AVENUE 370 SEVENTH AVENUE NEW YORK, N.Y. 10016 NEW YORK 1, NEW YORK SUITE 602 Mr.Raymond C. Dean Supt. of Highways Town of Southold Peconic, N.Y. Dear Sir: May z3,1973 We wish to quote you below prices on signs and posts according to your advertisement of NOTICE TO JIDD&tS. 17 R 11A Alum. 1811 x 30" S/L 11.27 ea. 48 R 11A Alum. 18" x 3011 S/L 11.27 " 15 R 11B Alum. 2411 x 3611 S/L 16.4.9 It 39 R 11B Alum. 2411 x 36" S/y 16.49 it 34 R 8A Alum. 2411 x 36" S/L 16.49 It DELIVERY 4 to 5 WEEKS U Channel Posts 121 221bs. to ft. Green BA. 5.60 ea. 8 week del. U Channel Posts 12' 3 11 11 11 it 11 6.78'" Immed.del. U Channel Posts 131, 22 It 11 11 n 1t 5.87 " 8 week del. U Channel Posts 13' 3 11 " 11 '1 11 7.27 to 8 week del. Enclosed you will find herewith a non -collusive certificate. Hoping that we may be of service to you on the above items, we remain, Yours very trul v_ CUTTING EDGES • TRAFFIC AND INDUSTRIAL PAINT • BROOM WIRE • SNOW FENCE AND POSTS • METAL CULVERT TRAFFIC AND STREET SIGNS • TOW AND TIRE CHAIN • CHANNEL POSTS • SNOW PLOW SHOES AND NOSE PIECES SCAPOrR Wtl1 ANn YIPS 0 BOLTS AN" NUTS 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 ,I other bidder or with any competitor or potential competitor; (b) This bid or j 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, h fcompetitor, 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 i contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder as well as II to the person signing in its behalf; (e) That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signator of this bid or proposal ih behalf of the corporate bidder. � � 1 Resolved that be authorized to sign and Name of the Corporation submit the bid or proposal of this corporation for the following project D I rA� Describe Project and to include in such bid or proposal the certificate as to non -collusion I required by section one hundred three -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. ., LM The fore'oing is a t e and correct opy of the reso cation adopte by corporation t meeting 0 its board of directors held 'on the day of 19 SEAL -OF THE CORPORATION Secretary )dder _r (Individual, pa tner, orporate officer, t or ag nt.) THIS STATEMENT IS HEREBY SUBSCRIBED BY 4 CAPITOL HIGHWAY MATERIALS, Inc. ROUTE 6, BALDWIN PLACE PUTNAM COUNTY, NEW YORK 10505 QUOTATION Date May 23, 1973 TO Mr. Raymond Dean, Supt. Town of Southold Highway Department Peconic, Long Island, • New York. 11958 • ATTENTION: Mr. Raymond Dean, Supt. Due Data May 25, 1973 @ 11:00 A.M. DESCRIPTION AND SPECIFICATIONS I UNIT PRICE I TOTAL We are pleased to quote your requirements as follows: BEADED REFLECT ON .080 ALUM BLANKS: - 17 - Rll A 18" x 30" - 30 $ 7.55 eaeh 48 - Rll A 18" x 30" - 35 7.60 11 15 - Rll B 24" x 36" - 30 11. " 39 - Rll B 24" x 36" - 35 11.60 " 34 - R8 A 24" x 36„ - 55 11.60 " S CO TCHLI TE ON . 48 0 ALUM. BLANKS: - 17 - Rll A 18" x 30:' - 30 $ 12.75 " 48 - Rll A 18" x 30" - 35 12.75 11 15 - R11 B 24" x 36" -30 20.95 " 39 - Rll B 24" x 36" - 35 20.95 " 34 - R8 A 2411 x 3611 - 55 20.95 11 U CHANNEL POSTS 101 2# per foot 3.10 ach 121 11 f1 11 3.60 if' 11 141 it If if 4.25 TERMS: Net 30 days Thanking you for the privilege of bidding and hoping to be of service to SHIPMENT: YOU, We remain, Very truly yours, DELIVERY: F.O.B. Peconic, L.I .N .Y. CAPITOL HIGHWA,Y/MATERILS, Inc. NONWOLLUSIVE BIDDING CERTIFICATION Required by Section 103-d of the General Municipal Law By submission of this bid or proposal, the bidder certifies that: (a) This bid or proposal has been independeltly Arrived at without collusion with any other bidder or with any com- petitor or potential 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 projoct, 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 tho 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 to the person signin in its behalf; (e) That attached hereto (if a corporate bidder is a certified copy of resolution authorizingthe execut on o this certificate by the signator of this bid or proposal in behalf of the corporate bidder. i (Signature of ndiv dui S gn ng i Bid) Resolved that. (Signature, of'-IridiVidual Signing be aug$orized;to sir,and� s,ubmi ,the bid or proposal of ,this Corporation f'or the f ollowtn project' 1 ` �_ i V/ < ` 1 5; - --- ��escr bQ; ro,ject ) and t� 'irc,uc:e �n such, bi; or proposal tie 'ceft Ific;atd as to non-d9l1usion ,required bj. sec-ti"66..one hundred tfutgd-d , of the ` general miup%61 a. , �1a4w asp the `act and deed of",such', corporations, and. `f'or airy _nacquragiea ' or rids"statements ;.in , such 'certif icat�e this cgrat`a ;b�dde�r r $hqe„'ia?e, under thee;nalt�i:es `of` l pe u j f a ' r�.ury,• i' , .r ?�' �.. , ., t.i1.1 , i f_'” i.;!'1 :) , :"1Y ,� -n+. �.� ;•.... ;?+ .wr, {?'— �"':" ! iC; '' � � t' r• ' '�'he' i`gr.egoih iso a 'true Arid correct `copy or -he, `,re`solution &,doW3i ���� ( "0�.� Y�rdi•j� t EI. J. ���� � � —�' �, 1 s. i / Y O'poratton at"a" 'meet .ng o'f .eta b ar fof directors /held' on the v 'dayof �: ,� � � ,� 14 ri `'•1 �,.`i;Y ij-;C:.i$(;f3�:�;. �:IZ is"a: C��.'a i�. f�''!'.>' "!� rJ-����.. �"�� ':y t���7�'�'("� 1'1�� �cra art .... -. { .. }f 1 +1-,.y! �oOr;p ration? e; r!•.L �. 0.i, �.ii 40,Y ufl.E3 a l";�i 1. �'w t',�' �. i/.� w) E? f"a i3 �. {� +a �' u} : f:' l± �% i .j� � ,� 4 ``l. !� �i � i ..f. r� :3 C:.,� • RAYMOND C. DEAN Superintendent t` efun of `ivw4a1b Verunir, N,-_ U. 11955 RESOLUTION BY : SECONDED BY : RESOLVED, that the Supt of Highways of the Town of Southold, be authorized to advertise for bids and to purchase from the lowest responsible bidder, the following more or less, as needed: Item No. 1 - 159000 li,n. Peet of Snow Pence with pickets lig x �g inches, spaced 2 inches apart, 4 feet high stained red, with five (5) double strands of 12j gauge galvanized wire in 100 lin. foot rolls. Item No. 2 - 1,01110 - 6ft, studded steel T posts with flanges or anchor plates on posts, posts shall not be less than 8.65 lbs. each. Vote of Town Board: Supervisor Albert M. Martocchia (Yes) (No) Justice Louis Demarest (Yes) (No) Justice Martin Suter (Yes) (No) Councilman James H. Rich (Yes) (No) Councilman James P. Homan (Yes) (No) Dated: March 27, 1973 own Merit, Town o d Tel. 765-3140 734-5211 RAYMOND C. DEAN Superintendent t�r,��r�tt� ����xtmPnt Talun of livulljolb Peranir, c- V- iiQas RESOLUTION BY: SECONDED BY: RESOLVED, that the Sup't of Highways of the Town of Southold, be authorized to advertise for bids and to purchase from the lowest responsible, the following more or less, as needed: 300 tons of Grade No. 1 Cayuga (or equal) Rock Salt. Vote of Town Board: Supervisor Albert M. Martocchia (Yes) (No) Justice Louis Demarest (Yes) (No) Justice Martin Suter (Yes) (No) Councilman James H. Rich (Yes) (No) Councilman James F. Homan (Yes) (No) Dated: March 27, 1473 Town Clerk, Town of Southold Tel. 765-3140 734-5211 RAYMOND C. DEAN Superintendent viun of 'I&ontholb Veconir, N. 1195 NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the purchase of the following items, more or less, as may be needed: 1. 15,000 lin ft. of snow fence with pickets 1ri x 2 inches, spaced 2 inches apart, 4 feet high stained red with five (5) double strands of 124� gauge galvanized wire, in 100 lin. foot roils. 2. 19000 - 6 ft, studded steel T posts, with flanges or anchor plates on posts, posts shall not be less than 8.65 lbs, each. 3. 300 tons of Grade No, 1 Cayuga (or equal) Rock Salt, delivered in 100 lb* bags to the Highway Dep't., Peconic, New York, by truck. The Sup't. of Highways reserves the right to reject any and all bids, and to waive any and all informality in any bid, should it be deemed to be in the best interest of the Town of Southold, to do so. All bids must be signed and sealed in envelopes plainly marked (Bid on ) to the office of the Sup't of Highways, and the bid price shall not include any Federal, State or Local tax, from which the Town of Southold, is exempt. All sealed bids together with a non -collusive certificate, will be received by the Sup't of Highways, at his office on April 12, 1973. Items 1 -2 will be opened to the public at 1:00 P.M. and Item 3 at 1:30 P.M. Dated: March 27, 1973 RAYMDND C. DEAN Supt of Highways Tel. 765-3140 734-5211 r � i �rtt a' e ttx invent VU 31T cf Soldholb RAYMOND C. DEAN Superintendent TOWN OF SOUTHOLD NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the purchase of the following items, 1. 15,000 lin ft* of snow fence with pickets 1�9 x 19 inches, spaced, 2 inches apart, 4 feet high stained red, with five (5) double strands of 12�-2 gauge galvanized wire, in 100 lino foot roils. 2e 1,000 - 6 ft* studded steel T posts, with flanges or anchor plates on posts, posts shall not be less than 8.65 lbs, each. 3. 300 tons of Grade Noe 1 or Grade CC Cayuga (or equal) Rock Salt, delivered in 100 ib. bags to the Highway Dept. Peconic, New York, by truck. The Sup't of Highways reserves the right to reject any and all bids, and to waive any and all informality in any bid, should it be deemed to be in the best interest of the Town of Southold, to do so. All bids must be signed and sealed in envelopes plainly marked (Bid on ) to the office of the Sup't of Highways and the bid price shall not include any Federal, State or Local tax from which the Town of Southold, is exempt. All sealed bids to- gether with a non -collusive certificate, will be receLved by the Sup't of Highways at his office on June 29, 1973. Items 1-2 will be opened to the public at 1:00 P.M. and Item 3 at 2:00 P.M. Dated: June 18, 1973 RAYMDND C. DEAN Sup't of Highways Tel. 765-3140 734-5211 1 f BIDS FOR SNOW PENCE AND POSTS .................6/29/'73 @1:00 I Fence Posts Brighton Steel Company, Inc• Capitol Highway Materials, Inc. / 3s 1- Chemung Supply Corp. Mutual Steel Co. `41/, fid' �� jam, B s e BRIGHTON .STEEL COMPANY, INC. HOPEWELL JUNCTION, NEW YORK 12533 914 - 897-4440 July 3, 1973 Town of Southold Highway Department Peconic Lane Peconic, New York 11958 Gentlemen: EAST NORWICH We regret that we have to withdraw our bid for 1/2" thick snow fence. It seems that there is no 1/2" snow fence available and our supplier does not seem to be able to obtain any in the near future, which puts us in a position that we cannot deliver snow fence this year. We regret that this happened, but our supplier had given us no notice of any problems. LD: ms Very truly yours, BRIHTO9S L COMPANY, INC. -1 r Lou s Davidson, Vice President EAST NORWICH LONG ISLAND 516 - 922-6933 BRIGHTON 'STEEL COMPANY, INC. HOPEWELL JUNCTION, NEW YORK 12533 914 - 897-4440 June 27, 1973 Town of Southold Highway Department Southold, New York Attn: Mr. Raymond C. Dean, Highway Supt. Gentlemen: We are pleased to quote on the following items: 15,000 lineal feet of snow fence with pickets, 4 ft. high, stained red in 100 ft, rolls - $25.00 roll. 1,000 - 6 ft. studded tee posts - $1.50 each. Delivery is 30 - 45 days and the terms are net 30 days. Thank you for the opportunity to quote. LD: ms Very ruly,yours, BRI HTON EL COMPANY, INC. Loliis Davidson, Vice President I NO--'ollusive Bidding Certification (1) The prices In this bid have been arrived at independently with- out colInsion, t,oasultation, communication, or agreement, for the purp-ase of r e-4tricting competition, ad to any matter re- lating to such prix -as with any other bidder or With any compet 1tor . (Z) Unless; otherwise retquirld by law, the prices which have been quoted in this �ji.d have L,%t been knoivllntly disclosed by the bidden and will. not knowliLvly be disclosed by thv bidder prior to opening, dir(3 �A1y or indii,-%Ctjy, to any other . biddear or to any ether compe"itior. (3) No ottempi has `)een made or will g�N mode by the bidder to induce any other persv-> , partnerstip or co.:voration to k sabmi.t a bid for the purpos .f restricting Competition. Very truly yoL,*S, Stee o:'� any, Ir:c I MAhopac 8-4417 CAPITOL HIGHWAY MATERIALS Ing- ROUTE nc ROUTE 6, BALDWIN PLACE PUTNAM COUNTY, NEW YORK 10505 QUOTATION - Date June 22, 1973 TO ; Raymond C. Dean Supt. of Highways Town of Southold Peconic, L.I.N.Y. 11958 • • ATTENTION: Mr. Raymond C. Dean- Supt ofbivpate June 29, 1973 @ 1:00 P.M. DESCRIPTION AND SPECIFICATIONS UNIT PRICE TOTAL We are pleased to quote your requirements as follows: 1,000 - 6 ft. studded steel T posts, with flanges or anchor plates on posts, posts shall not be less than 8.65 lbs. each. $ 1.38 eac Delv. TERMS: Net 30 days Thanking you for the privilege of bidding and hoping to be of service to SHIPMENT: you, We remain, Very truly yours, DELIVERY: F.O.B. Peconic, L.I.N .Y. CAPITOL HIGHWAY MATE ALS, Inc. 6978 2M by - 41 NON#COLLUSIVE BIDDING CERTIFICATION Required by Section 103-d of the General TAunicipal Law By submission of this bid or proposal, the bidder certifies that: (a) This bid or proposal has been independeltly arrived at without collusion with any other bidder or with any com- petitor or potential 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 to the person signin in its behalf; (e) That attached hereto (if a corporate bidder is a certified copy of resolution authorizing he execution of this certificate by the signator of this bid or proposal in behalf of the corporate bidder. / (Sign ure o Indivi(yulil Signing Bid) Resolved that S gnatu of' Individual gign ng B be aughorized to sign and submit the bid or proposal of this Corporation for the following projep,t tuescribe rroject) and to include in such bid or proposal the certificate as to non -collusion required by section one hundred three -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 fore oin is a tru adopted by.__ iAl 'd4 corporation t a meeting of the - day of (Seal of the corporation) and cor�c���pyS o� ,the resolution Pr V fs/b�oa� d of dirre �toorr's , ld on - -- — .. -- 9,19 IF -�t-L— etre CHEMUNG SUPPLY Telephone (607) 733-5506 HEAVY PLATE AND CORRUGATED CULVERTS CORNING ROAD - RT. 328 O. BOX 527 P. STRUCTURAL STEEL — SNOW FENCE — SIGNS — POSTS ELMIRPNEW YORK 14902 June 27, 1973. Town of Southold Highway Dept. Attn: Raymond C. Dean, Supt. of Highways Peconic, New York 11958 Gentlemen: In response to your request for bids on Snow Fence and Snow Fence Posts, we are pleased to quote you as follows: Item No. 1- 15,000 lin ft. of snow fence with pickets 11-,x;� inches, spaced 2 inches apart, 4 feet high stained red, with five (5) double strands of 12'- gauge galvanized wire, in 100 lin. foot rolls. I $ 37.73/100 ft. Total delivered price $ 5659.50. As an alternate bid, we would like to quote you on 15,000 lin ft. of snow fence with pickets 1l�inches, the balance of the specifications as all above -1 $ 30.43/100 ft. Total delivered price $ 4564.50. Item No. 2- 1000 ft. - 6 ft. studded steel T posts, with flanges or anchor plates on posts, posts shall not be less than 8.65 lbs. each `� $ 1.429 ea. Total delivered price $1429.00 Enclosed find our Non -Collusive Bidding Certificate. HW: EB Enc. Very truly yours, Chemung Supply Corp. Herman Warshaw NON -COLLUSIVE BIDDING CERTIFICATION Section 103-d of the General Municipal law "By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and, in the case of a joint bid, each party thereto certifies as to its own organi- zation, under penalty of perjury, that to the best of knowledge and belief: "The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpos6 of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor: "Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor, and "No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition." ._ i President I MUrmy Hill 4-1818 • 1 MUTUAL STEEL COMPANY MUTUALT,�+ STEEL Kta.he 1 2 MADISON AV COPYRIGHT NEW YORK, N.Y. 10016 370 SEVENTH AVENUE SUITE 602 NEW YORK I, NEW YORK June 26,1973 Mr,Raymond Dean Supt. of Highways Town of Southold Peconic, N.Y. 11958 Dear Sir: Thank you for the opportunity to quote you on the following items for a bid opening 6/29/73 at 1.00 P.M. ITEM #1 15,000 lin.ft. of snow fence stained red. 511x Jill x 4.1 high. 2" spacing with (5) double strands of 122 gals.wire. 100 ft. rolls 4.1.80 per roll ITE24 #2 1000 61 studded steel T posts with flanges or anchor plates 8.65 lbs. per post 2.15 ea. Hoping that we may be successful in securing the above order, we remain, Very LAckowammo 4-41 S0 CUTTING EDGES • TRAFFIC AND INDUSTRIAL PAINT • BROOM WIRE • SNOW FENCE AND POSTS • METAL CULVERT TRAFFIC AND STREET SIGNS • TOW AND TIRE CHAIN • CHANNEL POSTS • SNOW PLOW SHOES ANb NOSE PIECES SCARIFIER TEETH AND TIPS 0 BOLTS AND NUTS WX CO UUSIU EMDDING CERTIMATION Made pursuant to Section 103-4 of the General Municipal Law of the State of Now York as amended by the Laws of 1966. (a) By submission of this bid, each udder and each person signing an behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of per jury, that to the best of his knowledge and belief (1) The prices in this bid have been arrived at independently without Collusion, consultation, communication, or agreement, for the purpose of restricting cc!spetition, as to any matter relating to such prices wirh any other bidder or with any oompetitor: (2) Onleas otherwise required by Lax, the prices which have been quoted In this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to the opening, directly or indirectly. to any other bidder or to any campetitorl and (3) No attempt has been made or will be made by the bidder to induce any other person. partnership or corporation to submit or not to summit a bLd for the purpose of restricting competition. (b) A bid shall not be considered for award nor shall any award be mad* where (a) (1) (2) and (3) above, have not been complied with; provided however, that if in any case the bidder cannot Joke the foregoing Certification, the bidden shall so state and shall furnish with the bid a signed statement which sets forth in detail the reasons therefore. where (a) (1) (2) =nd (3) above, have not been complied with, the bid shall not be considered for award nor shall any award be made unless the head of the purchasing wait of the political subdivision, public department, agency or offical thereof to which the bid is made, or his design**, determines that such disclosure was not made for the purpose of restricting competition. New York, 500; 4E . 4 ROCK SALT HID soeeeees*esee*eeeeeeeeo*�6/29/73 @ 2sOO PU� Cargill 4Cytyttga Reck Salt Ce,, Inc*) �� ",�� ✓ .Y. internati®nal Salt Company Iftrten Salt Company INTERNATIONAL SALT COMPANY A PART Of/-VCzona INC. Neil G. Corbett Vice President Industrial/Highway Products July 9, 1973 Town of Southold Highway Department Office of the Superintendent of Highways Peconic, New York 11958 Gentlemen: ADMINISTRATIVE HEADQUARTERS Clarks Summit, Pennsylvania 18411 Phone: 717/587-5131 Telex: 83-7442 Cable: ISCO, Clarks Summit, Pa. Our representative, Mr. Pape, has informed us that we have received the award of 350 tons of rock salt for your bid of .Tune 29, 1973. Your order will be placed for shipment in September. Thank you for your consideration We sincerely appreciate your interest in Sterling Salt Products. Very truly yours, INTERNATIONAL SALT COMPANY Virginia Frankenf field Public Contracts Clerk 250 Madison Avenue Morristown, N.J. 07960 201/267-5353 Salt Mine Office: Lansing, New York 607/533-4221 June 25, 1973 Office of the Superintendent of Highways Town of Southold Peconic, New York 11958 Gentlemen: As per telephone conversation with our sales representative, Ted Vogelsang, and your office on the above date, we are sending a complete second bid in order to give you the bulk prices that were not requested on your bid notice. Very truly yours, CAYUGA ROCK SALT COMPANY, INC. (;al ; Patricia E. Cogbill Assistant Secretary A Crnr./ill Gmnthalty 614 H - 250 Madison Avenue Morristown, N.J. 07960 201/267-5353 Salt Mine Office: Lansing, New York 6071533-4221 A C'm-gill Company June 25, 1973 Office of the Superintendent of Highways Town of Southold Peconic, New York 11958 Gentlemen: Cayuga Rock Salt Company, Inc. is pleased to submit the following bid for furnishing your rock salt requirements: 100# Bags - Grade No. 1 or Grade CC - Delivered - $35.60/T Bulk - Grade No. 1 - Treated - Delivered - $27.40/T Bulk - Grade CC - Treated - Delivered - $19.25/T These prices will remain firm through May 31, 1974, and are based upon furnishing American mined rock salt which will meet or exceed your specifications. Our terms are net 30 days. Orders may be placed with Mr. "Butch" Nagy at our Mine office in Lansing, New York - 607/533-4221. Deliveries will be made in 20 ton truck load quantities from our nearest stockpile or the salt mine to assure you of the best possible service, normally within 48 hours after ordering. Service is the main consideration in the salt business, and Cayuga Rock Salt Company can provide the best service in your area. Thank you for considering our bid. If you have any questions, or if we can be of any service, please call us. Very truly yours, CAYUGA ROCK SALT COMPANY, INC. A. R. Sarvi Assistant Vice President ARS:pc NON -COLLUSIVE BIDDING CERTIFICATION 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 or potential competitor; (b) This bid or proposal has not been knowingly disclosed and will not be knowingly disclosed, prior to the open- ing of bids or proposals for this project, to any other bidder, competitor or poten- tial 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 per- son signing this bid or proposal certifies that he has fully informed himself regard- ing 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 to the person signing in its behalf; (e) That attached hereto is a certified copy of resolution authorizing the execution of this certificate by the signator of this bid or proposal in behalf of the corporate bidder. "RESOLVED, That Stuart J. Leisz, Vice President, A. R. Sarvi, Assistant Vice President, Michael A. Lilly, Regional Product Manager, Robert S. North, Marketing Manager, W. Worth Parks, Walter E. Lauderdale, T. H. Vogelsang, Fred W. Croft or Patricia E. Cogbill be authorized to sign and submit the bids or proposals of this corporation for the sale of any products or pro- perty, including but not limited to mineral rock salt, to be submitted to the State of New York, all agencies thereof, the New York State Thruway Authority, and/or all such political sub -divisions regulated by the Laws of the State of New York and to include in such bids or proposals the certificate as to non -collusion required by Section 103-d of the General Municipal Law of the State of New York, section 139-d of the State Finance Law of the State of New York, or Section 2604 of the Public Authorities Law of the State of New York as the act and deed of such corporation, and for any inaccuracies of misstatements in such certificate this corporate bidder shall be liable under the penalties of perjury. "RESOLVED FURTHER, That all prior authorities granted by this Board of Directors to any persons whomsoever to do any of the acts hereinabove mentioned are hereby superseded and, to the extent in conflict herewith, are cancelled and rescinded. "RESOLVED FURTHER, That the foregoing resolution shall continue in full force and effect unless and until rescinded by action of the Board of Directors of this corporation and shall apply to all such bids or pro- posals made prior to any such rescission of this resolution." The foregoing is a true and correct copy of the resolution adopted by Cayuga Rock Salt Company, Inc. at a special meeting of its board of directors held on the 22nd day of February, 1972, and I hereby certify that this resolu- tion is still in full force and effect at the date of this bid. (Seal of the Cerpo tin) O jl. S'gnature A. R. Sarvi Assistant Vice President CAYUGA ROCK SALT COMPANY, INC. Assistant Secretary June 25, 1973 r {NL ,�Y 1114N aJ ,� VIP 250 Madison Avenue Morristown, N.J. 07960 201/267-5353 Salt Mine Office: Lansing, New York 607/553-4221 June 25, 1973 Office of the Superintendent of Highways Town of Southold Peconic, New York 11958 Att: Mr. Raymond C. Dean Superintendent of Highways Gentlemen: We want to take this opportunity to advise you, in connection with the attached bid, that Cayuga Rock Salt Company, Inc. will be liquidated on the first day of July, 1973 and merged into its parent corporation, Cargill, Incorporated. As a result, if we are the successful bidder on this con- tract, performance of the contract will be accomplished by the same personnel, utilizing the same facilities; however, there will be a name change from Cayuga Rock Salt Company, Inc. to Cargill, Incorporated. This action will not constitute an assignment of the subject contract by Cayuga; rather, Cargill will be a successor in interest to Cayuga business. Very truly yours, CAYUGA ROCK SALT COMPANY, INC. Ole A. R. Sarvi Assistant Vice President ARS:cb A Caryr(I Compatgl • 4 CAYUGA ROCK SALT COMPANY, INC. 250 Madison Avenue Morristown, N.J. 07960 201/267-5353 Salt Mine Office: Lansing, New York 607/533-4221 June 22, 1973 Office of the Superintendent of Highways Town of Southold Peconic, New York 11958 Att: Mr. Raymond C. Dean Superintendent of Highways Gentlemen; Cayuga stock Salt Company, Inc. is pleased to submit the following bid for furnishing your rock salt requirements. 100# Bag Grade No. 1 or Grade CC Delivered -$35.60/T This bid will remain firm through May 31, 1974, and is based upon furnishing American mined rock salt which will meet or exceed your specifications. Our terms are net 30 days. Orders may be placed with Mr, "B.utch'' Nagy at our mine office in Lansing, New York - 607/533.4221. Deliveries will be made in 20 ton truck load quantities from our nearest stockpile or the salt mine to assure you of the best possible service, normally within 48-72 hours after ordering. Service is the main consideration in the salt business, and Cayuga Rock Salt Company can provide the best service in your area. Thank you for considering our bid. If you have any questions, or if we can be of any service, please call us. Very truly yours, CAYUGA R CK ALT COMPANY, INC. 0��4�A— A. R. Sarvi A Cargill Company Assistant Vice President ARS:cb • NON -COLLUSIVE BIDDING CERTIFICATION 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 or potential competitor; (b) This bid or proposal has not been knowingly disclosed and will not be knowingly disclosed, prior to the open- ing of bids or proposals for this project, to any other bidder, competitor or poten- tial 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 per- son signing this bid or proposal certifies that he has fully informed himself regard- ing 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 to the person signing in its behalf; (e) That attached hereto is a certified copy of resolution authorizing the execution of this certificate by the signator of this bid or proposal in behalf of the corporate bidder. "RESOLVED, That Stuart J. Leisz, Vice President, A. R. Sarvi, Assistant Vice President, Michael A. Lilly, Regional Product Manager, Robert S. North, Marketing Manager, W. Worth Parks, Walter E. Lauderdale, T. H. Vogelsang, Fred W. Croft or Patricia E. Cogbill be authorized to sign and submit the bids or proposals of this corporation for the sale of any products or pro- perty, including but not limited to mineral rock salt, to be submitted to the State of New York, all agencies thereof, the New York State Thruway Authority, and/or all such political sub -divisions regulated by the Laws of the State of New York and to include in such bids or proposals the certificate as to non -collusion required by Section 103-d of the General Municipal Law of the State of New York, section 139-d of the State Finance Law of the State of New York, or Section 2604 of the Public Authorities Law of the State of New York as the act and deed of such corporation, and for any inaccuracies of misstatements in such certificate this corporate bidder shall be liable under the penalties of perjury. "RESOLVED FURTHER, That all prior authorities granted by this Board of Directors to any persons whomsoever to do any of the acts hereinabove mentioned are hereby superseded and, to the extent in conflict herewith, are cancelled and rescinded. "RESOLVED, FURTHER, That the foregoing resolution shall continue in full force and effect unless and until rescinded by action of the Board of Directors of this corporation and shall apply to all such bids or pro- posals made prior to any such rescission of this resolution." The f_uregoing is a true and correct copy of the resolution adopted by Cayuga Rock Salt Company, Inc. at a special meeting of its board of directors held on th,e 22nd day of February, 1972, and I hereby certify that this resolu- tion is scill in full force and effect at the date of this bid. (Seal cf the Corporation) CAYUGA ROCK SALT COMPANY, INC. signature Assistant Secretary A. R. Sarvi Assist. Vice Pres, June 22, 1973 • EVE h S�" T h M7F iii .,� 350 Madison Avenue Morristown, N.J. 07960 301/367-5353 Salt Mine Office: Lansing, New York 607/533-1331 June 22, 1973 Office of the Superintendent of Highways Town of Southold Peconic, New York 11958 Att: Mr. Raymond C. Dean Superintendent of Highways Gentlemen: We want to take this opportunity to advise you, in connection with the attached bid, that Cayuga Rock Salt Company, Inc. will be liquidated on the first day of July, 1973 and merged into its parent corporation, Cargill, Incorporated. As a result, if we are the successful bidder on this con- tract, performance of the contract will be accomplished by the same personnel, utilizing the same facilities; however, there will be a name change from Cayuga Rock Salt Company, Inc. to Cargill, Incorporated. This action will not constitute an assignment of the subject contract by Cayuga; rather, Cargill will be a successor in interest to Cayuga business. Very truly yours, CAYUGA ROCK ALT COMPANY, INC. A. R. Sarvi Assistant Vice President ARS:cb A Gwflill GNnpaiiy T �r _ INTERNATIONAL SALT COMPANY _ A PART OFAzDna INC. Neil G. Corbett Vice President Industrial/Highway Products June 25, 1973 Town of Southold Highway Department Office of the Superintendent of Highways Peconic, New York 11958 Gentlemen: ADMINISTRATIVE HEADQUARTERS Clarks Summit, Pennsylvania 18411 Phone: 717/587-5131 Telex: 83-7442 Cable: ISCO, Clarks Summit, Pa. International Salt Company is pleased to offer the following quotation for your consideration: STERLING ICE CONTROL ROCK SALT Truck Delivery- Minimum Truckload 20 tons Bulk - treated with anti --caking agent $19.25 per ton 100 lb. Multi -wall paper bags $36.90 per ton The delivered costs apply F.O.B. Town of Southold, with all transportation charges prepaid. Bulk rock salt will be treated with an anti -caking agent. We will protect our prices through March 31, 1974, provided our quotation is accepted within thirty days from .Tune 29, 1973.. Our terms of payment are net thirty days from date of shipment. Attached is a Non -Collusive Certificate. Thank you for the opportunity to offer this proposal. Very truly yours, INTERNATIONAL SALT COMPANY Virginia Frankenfield Public Contracts Clerk 7- NON -COLLUSIVE BIDDING CERTIFICATION (a) by submission of this bid, each bidder and each person sianing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of his knowledge and belief: (1) The prices in this bid have been arrived at independ- ently without collusion, consultation, communication or agreement, for the puroose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor; and, (3) No attempt has been made or will be made by the bidder to -induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. (b) A bid shall not be considered for award nor shall any award be made where (a) (1) (2) and (3) above have not been complied with. provided, however, that if in any case the bidder cannot make the foregoing certification, the bidder shall so state and shall furnish with the bid a signed statement which sets forth in detail the reasons therefor. Where (a) (1) (2) and (3) above have not been complied with the bid shall not be considered for award nor shall any award be made unless the head of the purchasing unit of the state, public department or agency to which the bid is made, or his designee, determines that such disclosure was not made for the puroose of restricting competition. The fact that a bidder (a) has published price lists, rates or tariffs covering items being procured, (b) has informed prospective customers of proposed or pending publication of new or revised price lists for such items, or (c) has sold the same items to other customers at the same prices being bid, does not constitute without more, a disclo- sure within the meaning of subparagraph one (a). 2. Any bid hereafter made to any public authority or to any official of any public authority created by the state or any political subdivision, by a corporate bidder for work or services performed or to be performed or goods sold or to be sold, where competitive bidding is required by statute, rule, regulation or local law, and where such bid contains the certification referred to in subdivision one of this section, shall be deemed to have been authorized by the board of directors of the bidder, and such authorization shall be deemed to include the signing and submission of the bid and the inclusion therein of the certif- icate as to non -collusion as the act and deed of the corporation. The Vendor hereby agrees to the provisions of Section 103-a of the General Municipal Law which requires that upon the refusal of a person, when called before a grand jury to testify concerning any transaction or contract with the state, any political subdivision thereof, a public authority or with any public department, agency or official of the state or of any political subdivision thereof or of a public authority, to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning such transaction or contract, (a) such person, and any firm, partnership or corporation of which he is a member, partner, director or officer shall be disqualified from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any municipal corporation or any public department, agency or official thereof, for goods, work or services, for a period of five years after such refusal, and (b) any and all contracts made with any municipal corporation or any public department, agency or official thereof, since the effective date of this law, by such person, and by any firm, partnership, or corpora- tion of which he is a member, partner, director or officer may be cancelled or terminated by the municipal corporation without incurring any penalty or damages on account of such cancellation or termination, but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid. NOTE: This certificate must be dated, signed and submitted by prospective vendor with bid. INTERNATIONAL SALT COMPANY Virginia Frankenfield Public Contracts Clerk June 25, 1973 MORTON SALT COMPANY • 939 NORTH DELAWARE AVENUE • PHILADELPHIA, PA. 19123 • 215/923-8030 June 25, 1973 Town of Southold, New York Peconic Lane Southold, New York 11971 Re: Rock Salt Bid Opens June 29, 1973 Gentlemen: We are pleased to quote the following on 20 ton minimum truckloads Morton Rock Safe -T -Salt delivered to your facilities in Southold, New York (Sufflok County). Bulk Rock Safe -T -Salt Treated $26.40 per ton 100# Sacks Rock Safe -T -Salt $36.20 per ton Morton Safe -T -Salt meets A.S.T.M. specifications and is suitable for use in highway maintainence. Above prices firm for 30 days from date of bid opening and, if accepted, will remain in effect thru March 31, 1974. TJD/skc Very truly yours, p Z,_,1`"J. Dwy r Hi' way Sales Manager MORTON SALT COMPANY A DIVISION OF MORTON -NORWICH PRODUCTS, INC. RAYMOND C. DEAN Superintendent RESOLUTION BYs SECONDED BYs ` efun of "I�oU#ljnlb Perunir, �K. ij. 11958 June 19, 1973 RESOLVED: That the Supt, of Highways of the Town of Southold, be authorized to advertise for bids and to purchase from the lowest responsible bidder, the followings One (1) New 1973 International Fleet Star Dump Truck, or EQUAL: - Vote of the Town Boards Supervisor Albert Me Martocchia Justice Louis Demarest Justice Martin Suter Councilman James Rich, Jr. Councilman James Homan Town Clerks Dated: June 19, 1973 (Yes) (No) (Yes) (No) (Yes) (No) ( Yes) (No) (Yes) (No) Town of Southold Tel. 765-3140 734-5211 RAYMOND C. DEAN Superintendent r,7�r�n�� �e�ttr#rriext� ofUYt of �Vut4v b Peranic, W_ i1_ 11955 NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the purchase of One (1) New 1973 Model 2010A Fleetstar International Dump truck, OR EQUAL: - The sealed bids in duplicate, together with a non -collusive certificate, will be received by the Supt of Highways of the Town of Southold, at his office, Peconic, New York until 2:00 P.M., July 5, 19739 at which time they will be opened and read aloud in public. Specifications for the above may be obtained at the Office of the Supt of Highways, and delivery date must be submitted. The Sup't of Highways reserves the right to reject any and all bids and to waive any and all informality in any bid, should it be deemed to be in the best interest of the Town of Southold, to do so. All bids must be signed and sealed in envelopes plainly marked (Bid on 1973 Fleetstar International Dump truck) to the Office of the Sup't of Highwayse The Bid price shall not include any Tax, Federal, State or Local, from which the Town of Southold, is exempt. Dated:June 19, 1973 RAYMDND C. DEAN Sup't of Highways Tel. 765-3140 734-5211 NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Sect ' ion 10*of the General Municipal Law, that sealed bids are soukht and requested for the purehase of One (1) New I913 Model 2010A Fleet.star In- ternational Dump truck, OR EQUAL:— The sealed bids in duplicate, together with, a non -collusive cerlificate, will be. received by the Sup't of Ifighways of the Town of Southold, at his office, 1"eronic, New York until 2:00 P.M., July 5, ion, at which time they will be opened and read aloud in public. Specifications for the above may be obtained at the Office of the Sup't of Highways, and delivery date must be submitted. The Sup't of Highways reserves the right, to reject any and all bids and to waive any and all in- formality in any bid, should it be deemed to be in the best interest of the Town of Southold, to do so. AD bids must be signed and sealed in envelopes plainly marked (Bid on 1.473 Fleetstar International Dump truck) to the Office of the Sup't of Highways. Tlie Bid price shall not include any'tax, Federal, State or Local, from which the Town of Southold, is exempt, Dated: June 19, I= RAYMOND C. DEAN Sup't of Highways ITJ28 COUDITY OF SUFFOLA. I STATE Or NEW YORK- 1 ss: ........ S.tuart. C.. Loom .n .............. being duly Sworn, says that ... is Printer and Publisher of the SUFFOL:C WEEKLY TIMES, a newpaperpublished at Greenport, in saic; county; cnij that the notice. of which the cmnexed is a �printcii copy, has been publisLed in the said Suffolk Weekly T'1111ics one ............... W "9" once iii each week, fuz ... .... twent successive -.1y commencing on the ......... ........ day of . . . . . . . . . . . . . . . . . . . . . . . . Swo= to before me Chis ........ - V'� 19 17 day of j . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Resor NEW OF NEW yORK Oks. 'n Silflolk County co" No. 529366350 Expires M.)rcti ' TRYAC TRUCK & EQUIPMENT CO., INC. P. 0. BOX 98 — ROUTE 58 — RIVERHEAD, NEW YORK 11901 PHONE: (516) 727-0200 INTERNATIONAL TRUCKS • TRACTORS • FARM AND INDUSTRIAL EQUIPMENT July 2, 1973 Mr. Raymond Dean Superintendent of Highways Town of Southold Peconic Lane Peconic, New York 11958 Dear Sir: We wish to bid on a International Model 2010A Cab and Chassis, with the following specifications: NEW 1973 INTERNATIONAL 2010A TRUCK 13611 W.B. G.V.W. 26,000 lbs. , 7,500 lb. front axle 18,500 lb. 2 speed rear axle 6.50/8.87 ratio 2 front tow hooks 9,000 lb. front springs 23,000 lb. rear springs M 39 Sheppard power steering 12" x 4" DCM Parking brake Bendix Westinghouse air brakes w/12 cu. ft. Compressor Eaton 16" x 236" S Cam front brakes Timken 16Y2" x 6" S Cam rear brakes Horizontal muffler and tail pipe 12 Volt electrical system 55 Amp. alternator 70 Amp hr. battery N.Y.S. lights 50 gal. right side mtd. fuel tank RD 450.99 cu. in engine 6 cyl. valve in head 202 B.H.P. @ 3000 RPM 14" x 15 spring single plate clutch T-54 transmission 47.7 qt. cooling system, 3 piece bolted radiator 775 sq. in. frontal area Dual king size mirrors (6) 10.00 x 20-12 ply tires & tubes on cast spoke wheels Power take off with controls Butterfly hood Color: Southold Town Highway Blue with white top A D•244.5 • TRYAC TRUCK & EQUIPMENT CO., INC., -2- July 2, 1973 NEW 1973 INTERNATIONAL 2010A TRUCK (CONTINUED) Our bid price for this vehicle is $9,469.78 (Nine Thousand Four Hundred Sixty-nine and Seventy-eight cents). Delivery in approximately 180 days. Thank you for the opportunity to bid on this vehicle. Very truly yours, TRYAC TRUCK & EQUIPMENT CO., INC. CHARLES GRIGONIS, SALES REPRESENTATIVE CG:mk va NON-COLLUSIVY BID CERTIFICATE "The undersigned bidder cep tifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of [tie type dewribed in the invitation for bids, and the contents of ,this bid have not been conimunicat.ed by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any Person not an em- ployee or agent'of the bidder or Its.4iii-vty on any bond furnished herewith prior to the official opening of the bid." INV. OR REQ, ANO LESrER W. )WMG 0 WOKPOIZATE TITLE , SECRErARY IF ANY) PLEASE FURNISH SERVICE(S) INDICATED BY CHECKED BLOCK(S). REQUIRED FEE(S) PAID. ❑Show to whom, date and address Deliver ONLY where delivered ❑ to addressee _EUMPT, Received the W. .RED NO. SIGNATURE OR NAME OF W A X sVENUC 1 APHANA, 4 [ it Z SIGNATURE OF ADDRESSEE'S AGENT, IF ANY DATE DELIVERED SKUW WHERE DELIV -711,'-7 3 45-16-71348-11 347-188 GPO 316 924-3431 • COUNTY OF SUFFOLK DEPARTMENT OF PUBLIC WORKS R. M. KAMMERER. COMMISSIONER YAPHANK. NEW YORK, 11980 BARNEY A. EVANS WILLIAM S. MATSUNAYE, JR. CHIEF DEPUTY COMMISSIONER CHIEF [NGIN[ER July 24, 1973 0 Mr. Albert W. Richmond, Town Clerk Town of Southold Main Road Southold, New York 11971 Dear Mr. Richmond: We are enclosing two approved copies of Contract and Specifications for the Purchase of Road Equipment for the Town of Southold covering the purchase of One (1) International Model 2010A Dump Truck as per secif- ications. Please deliver one copy to vendor. The extra copy is being sent to Superintendent Raymond C. Dean. w RM: ema Encls. Very truly yours, tow-A-- R.M. Kammerer Commissioner ,/ c.c. - Hon. Raymond C. Dean, Superintendent of Highways 4. FOR THE PURCHASE Ci ROAD EQUIP EN Y This is a contract to purchase the following road equipment one (1) 10,73 International Model 2010A dump truck (SEE ATTACHED SPECIFICATIONS) (Set forth herein or attach detail specifications upon which bids were based) entered into this 5th day of July , 19 73 , between the Town Superintendent of Highways of the Town of So thold Iin the County of Suffolk New York, and Tryan Truck & Equipment CO.- Inc. the Vendor, whose principal office is located at Riverhead* New York . 0. Address) for a total price of Nine Thousand Four Hundred Sixty-nine & Seventy ei ;hl'�. ollars ($ _9,469o7"-'______ j. This contract has been awarded to the aforesaid Vendor who was the lowest, responsible bidder determined by receipt of scaicu bids which were publicly opened and read at the time and place stipulated previously in a public advertisement for such bids in accord- ance with the provisions of Article 5-A of the General Municipal Law. A resolution authorizing the purchase of the above-named equipment was passed by the Town Board at a meeting hcki June 19 19 73. The resolution further directed that when this contract has been signed by the Town Superintendent of Highways, the Vendor or his agent, and approved by the County Superintendent of Highways, of the above county, becomes effective and that upon delivery of the equipment named and its acceptance by the Town Superintendent of Highways, the Supervisor shall pay for it in the following manner: (1) By delivery to the Vendor, as a trade-in, the equipment described at the agreed value of: (2) By payment from current appropriations (3) By payment from proceeds of obligations 9,469,78 TOTAL $ 94469478 _— It is agreed that the title to said trade-in equipment mentioned at "(1)" above shall remain in the Town until delivered to tue Vendor at the time mentioned, and further that said equipment may be used by the Town until delivered to the Vendor and at such time it will then be accepted by the Vendor at the value mentioned providing that it is in as good condition as at present, normal wear, tear and usage excepted. (Strike out (1) and this paragraph if not applicable). The Vendor guarantees the above described equipment purchased under this contract against defects of workmanship and mareri., for a period of 360 days and that it will be delivered in first class condition at PeCOniCgNCh not later than the 31Stday of December , 19 73. The Vendor hereby agrees to the provisions of Section 103-a of the General Municipal Law which requires that upon the retus"„ of a person, when called before a grand jury to testify concerning any transaction or contract had with the state, any politica. suo- division thereof, a public authority or with any public department, agency or official of the state or of any political subdivision thereo: or of a public authority, to sign a waiver of immunity against subscquent criminal prosecution or to answer any relevant question con- cerning such transaction or contract, (a) such person, and any firm, partnership or corporation of which he is a member, partner, director or officer shah uc dis- qualified from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any municipal corporation or any public department, agency or official thereof, for goods, work or services, for a period or five years after such refusal, and (b) any and all contracts made with any municipal corporation or any public department, agency or official thereof, since the effective date of this law, by such person, and by any firm, partnership, or corporation of which he is a member, partner, director or officer may be cancelled or terminated by the municipal corporation without incurring any penalty or damages on account of such cancellation or termination, but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid. The Vendor hereby agrees not to assign, transfer, convey or otherwise dispose of this contract, or his right, title, or intere.,i therein, or his power to execute the same, to any other person or corporation without the previous consent, in writing, of the Town Superintendent of Highways. The Vendor hereby certifies that there are no Federal or State taxes included in the above purchase price and that he is the only intermediary between the manufacturer and the purchaser. This contract comprises the entire - contract between the parties and supersedes any and all other agreements respecting the pro,,- erty h in escribed. Town Superintendent of Highways (Ven or) APPROV` EST /-r County Sup r tendent of Highways NOTE: This contract is for use when the purchase price of the equipment is over $1,000. It must be executed in triplicate and .;e. - livered to the county superintendent of highways. If approved by the county superintendent, he shall file one copy in his office a;:a within ten days of the date of his approval file two copies with the town clerk. The town clerk shall file one copy and deliver oiie copy to the Vendor. WHERE APPLICATION IS MADE PURSUANT TO SECTION 104.10, SUBDIVISION 3, OF THE LOCAL FINANCE LAW, A COPY 01- THIS cTHIS FORM MUST BE FILED WITH THE STATE COMPTROLLER. SOIrIrT?OLD TOWN Y110MAY DMIT, 41 SPECIFICATIONS FOR (1) NEW 1973 INTERNATIONAL 2010A TRUCK 136" W,B, GoV.W, 26sC"n lbs 7P500 lb* front axle 18,500 The 2 speed rear, axle 6*50/8987 ratio 2 .front tee -M hooks 99000 lbo front springs 23,000 ?l.be rear springs M 39 Sheppard power steering 12" x 4" DC,' � Parking brake Bendix Westi.r ghouse air brakes w/12 cue fto Compressor Eaton 16" x ?4" S Cam front brakes Timken 1615" x 6" S Cain rear. brakes Horizontal r uffler and tail pipe 12 Volt electrical system 55 Amro alternator 70 Amp hro battery N.Y.S. lights 50 nal right side mtdo fuel tank RD 450099 cu. in engine 6 cylo valve in head 202 B.H.P. n ..000 RPM 14" x 15snri.ng single plate clutch T-54 transmission 47.7 qto cooling system, 3 piece bolted radiator 775 sqe ine frontal area Dual king s.ze mirrors (6) .10000 x 20-12 ply tires & tubes on cast spoke wheels Power take off with controls Ntterfly ?r,,od Color: Southold Town Higtmrray Blue with white top 'm ATAIL ORDER FOR NEW INTERNATIONAL MOTOR VEHICLES AND ATTACHMENTS (PREPARE ONE COPY FOV PURCHASER) SELLER CITY AND STATE I hereby order from you, subject to all terms, coSiditions and agreements cor PURCHASER (FIRM NAME ADDRESS CITY STATE AND ZIP CODE (� tainarl herein ind the COUNTY PHONE, ) AL PROVISIONS printed on the REVERSE TERMS are cash on delivery Delivery to be made at MAKE YEAR -MODEL CHASSIS NO. ENGINE NO. BODY TYPE 7 below) unless items 8 t ough 11 are completed as appplicable. tj 1. SALES PRICE TRADE-IN 2. SALES TAX ' 3. CASH PRICE (INCLUDES TAX) 1LLOWANCE $ $ RATED CAPACITY E TRADE-IN kMT. OWING WHEELS TIRES - PAINT CAST DISC SIZE PLY RATIN G RIM — TOTAL DOWNPAYMENT d OU. MAXI MUM LBS. (Gvw) YEAR* MODEL WHEEL- .3 6. A. PHYSICAL DAMAGE INCLDG. BODY & LOAD BASE NO. E] 0 FRONT - TITLE FEE —COLOR /, 6 E SGLDUAL w ' nrS6 v 1i,,• / ? 0 0 A AXLE VEHICLE IDENTIFICATION NO. ENGINE NO. N CID RATIO `�/ La C = v "Year shown is the year designated by manufacturer under its procedures as the 'year' to be applied to the vehicle for titling and registration purposes." — - ---- --- M`o -- 1C wOA W Af At --_ W --_ in N in vO d -- c G C7 p W OO TERMS are cash on delivery Delivery to be made at MAKE YEAR -MODEL CHASSIS NO. ENGINE NO. BODY TYPE 7 below) unless items 8 t ough 11 are completed as appplicable. tj 1. SALES PRICE TRADE-IN 2. SALES TAX ' 3. CASH PRICE (INCLUDES TAX) 1LLOWANCE $ $ $ E TRADE-IN kMT. OWING (NET ALLOWANCE) (IF ANY; X X TOTAL DOWNPAYMENT JET TRADE-IN E $ $ $ ALLOWANCE 6. A. PHYSICAL DAMAGE PHYSICAL DAMAGE INSURANCE COVERAGE Plivsical damage insurance to said motor vehicle, as designated below, is to be purchased for term from date of delivery until expiration date of — — __ , 19_ . (Check proper coverage.) If a commercial motor vehicle, insure for fire, theft, combined additional cover- age and $ deductible collision and upset. Such insurance shall be based upon the principal usage of said vehicle(s) as checked below, including insurance upon other equipment described as of the value of $ -- to be attached to said vehicle(s) by the purchaser. ❑ Tractor type motor vehicle ❑ Local hauling (under 50 miles) ❑ Intermediate hauling (50 to 150 miles) ❑ Long distance haul- ing (over 150 miles) ❑ Hauling explosives, flammable liquids or gases j_,' Logging and forestry operations, hauling logs, stumps, pulpwood, wholesale lumber. If a motor vehicle defined for insurance purposes as a private passenger vehicle, then for ❑ Comprehensive (includes fire, theft, and combined additional coverage) ❑ Fire, theft and combined additional coverage ❑ $— deductible collision and upset. ❑ Towing and labor costs. Such (private passenger) vehicle insurance shall be based on collision classifica- tion as determined from rating statement. 0" orwbMIT- 19,73 tyT 4. CASH DOWNPAYMENT TRADE-IN (NET ALLOWANCE) XXXX X X X TOTAL DOWNPAYMENT 5. UNPAID BALANCE OF CASH PRICE (3 LESS 4) 6. A. PHYSICAL DAMAGE INSURANCE B. CERTIFICATE OF TITLE FEE C. OFFICIAL FEES D. GROUP CREDITOR LIFE INSURANCE I I X X X X X X X TOTAL OTHER CHARGES 7. UNPAID BALANCE (AMT. FINANCED) �� (TOTAL OF 5 AND 6) 8. FINANCE CHARGE ANNUAL PERCENTAGE RATE —% 9. TOTAL OF PAYMENTS (TOTAL OF 7 AND 8) 10. DEFERRED PAYMENT PRICE (TOTAL OF 3. 6 AND 8) 11. PAYMENT SCHEDULE: Purchaser agrees to pay the "Total of Payments" to be evidenced by a Retail Instalment Contract in— instalments of each and instalments of $ each, and _ instalments of $— each, payable on the same day of the month com- mencing , 19_ and as follows _ 12. GROUP CREDITOR LIFE INSURANCE is NOT required by the seller. Should purchaser desire such insurance, purchaser shall make written application for the same, and if qualified, the cost of such insurance shall be $ (Item 6D above). 13. SECURITY INTEREST: At the request of seller, purchaser agrees to execute a Retail Instalment Contract evidencing the indebtedness contained herein and granting a purchase money security interest under the Uniform Commercial Code in the property ordered and furnished hereunder. 14. DELINQUENCY CHARGES: Purchaser agrees to pay a delinquency charge on any instalment in default for a period of 10 days (15 days in Mas- sachusetts) or more of 5%p of the amount of such instalment in default or the sum of $5.00, whichever is the lesser. lb. PHYSICAL DAMAGE INSURANCE is required by this contract and the cost of such insurance, if obtained through the seller, shall be $ as set forth in item 6a above; provided, however, the purchaser shall have the right, at his option, to obtain such insurance elsewhere (subject to seller's right to refuse to accept any such insurer for reasonable cause). Liability insurance coverage for bodily injury and prop- erty damage caused to others is NOT included herein. Purchaser agrees that this contract, including the ADDITIONAL PROVISIONS PRINTED ON THE REVERSE hereof, which he has read and to which he agrees, contains the entire agreement relating to the instalment sale of said property. NOTICE TO BUYER: 1. Do not sign this contract before you read it or if it contains any blank spaces. 2. You are entitled to a completely filled-in copy of this contract when you sign it. 3. Under the law, you have the following rights, among others: (a) To pay off in advance the full amount due and to obtain a partial refund of the finance charges based on the"sum-of-the digits" method (ruleof 78's) ; (b) To redeem the property if repossessed for default; (c) to require, tender certain conditions, a resale of the property if repossessed. 4. According to law, you have the privilege of purchasing the insurance on the motor vehicle provided for in this contract from an agent or broker of your own selection. 5. You may cancel this agreement if it has been consummated in Massachusetts by it party thereto at a place other than an address of the seller, which may be his main office or branch thereof, provided you notify the seller in writing at his main office or branch by ordinary mail posted, by telegram sent or by delivery, not later than midnight of the third business day following the signing of this agreement. NOTE: This order is subject to the written acceptance of the dealer to which it is addressed, and if addressed to International Harvester Company is subject to written acceptance by its Regional Sales Management or Branch Managers. Purchaser's deposit will be returned if not accepted. H CSER ACANOWLED ES RECEIPT OF AN EXACT ACCEPTED: PY OF T SIGNED BY SELLER. BY DATE PU R DATE ORDER /'� TAKEN BY ! / R FI -I -1453-L. For use in Connecticut, M ehusetts, New York and North Dakota. For sales of motor vehicles primarily for personal, family, household Form app. 4-155-73. or agricultural use. N ADDITIONAL PROVISIONS The title to all property ordered and furnished hereunder shall remain in the seller until the full purchase price and all notes given therefor have been paid in full in cash, and nothing herein shall release the purchaser from paying therefor, and after delivery to the purchaser said property shall be held and used at his risk and expense with respect to loss or damages and taxes and charges of every kind. Seller specifically reserves the right to withdraw, at any time prior to delivery, any extension of credit proposed herein, in the event there is a change in the credit worthiness of the purchaser which, in the good faith judgment of the seller, would impair the prospect of payment or performance of any other obligation required of the purchaser. The purchaser agrees to reimburse the seller for any and all sales, use or excise taxes, whether imposed by federal, state or local laws, which the seller may be required to pay or to reimburse to others by reason of the manufacture, purchase or sale of any property delivered under this contract. If seller retains or is to retain a security interest to secure payment of the Total of Payments, at all times until the indebtedness contained herein shall have been paid in full, physical damage insurance shall be maintained in effect on the property secured hereunder in the amount and to the extent as may be specified by seller. In the event purchaser provides such insurance, purchaser specifically covenants to name the holder hereof as loss payee as its interests may appear. If any such insurance by whomever placed is cancelled, purchaser shall immediately provide new insurance to replace such insurance, purchaser shall cause to be delivered to holder, evidence satisfactory to holder that insurance satisfactory to holder is in effect, and purchaser's failure in this respect shall entitle holder, at its election, either to procure such insurance and charge same to purchaser, or to treat such failure as a breach of condition of this contract. Any amount so paid by the holder shall become a part of the indebtedness secured hereunder. The seller is not to be responsible for loss, damage or delays in transportation after shipment, nor for failure to supply any property ordered hereunder or to ship the same on time where prevented by strikes, fires or accidents or by the demand exceeding the available supply, or by any other causes beyond its reasonable control; and acceptance of said property shall be deemed a waiver of all claims for delays arising from any cause. In case the purchaser refuses to receive and make settlement for said property as herein provided, the seller may retain as liquidated damages all moneys or property paid on account of said property, not exceeding, however, twenty-five percent of the purchase price, and in such case any trade-in property taken by the seller in part payment shall be accounted for at the price at which resold, less expense of reconditioning, handling and selling. The cash price quoted herein will be subject to adjustment to conform to the seller's regular cash price of the property covered by this order in effect at the time of delivery. If the price adjustment results in an increase in price, the purchaser shall have the privilege of accepting delivery at the increased price or cancelling this order by giving written notice of such cancellation to the seller within S days after notice of such price increase is given to purchaser. The trade-in allowance set forth herein is based upon an appraisal by the seller of the trade-in described in this order in its present mechanical condition and with the equipment and attachments thereon as set forth upon seller's appraisal sheet and free of all liens except as stated herein. Such trade-in shall be subject to reappraisal by seller at the time it is delivered to seller and if it is reappraised at a different value than the trade-in allowance set forth herein, because of difference in mechanical condition or because of removal or substitution of equipment or parts or attachments, or because it is subject to a lien not set forth herein, the trade-in allowance set forth herein shall be changed to such reappraisal value and the difference between the trade-in allowance set forth herein and the reappraisal value shall be paid in cash by the purchaser at the time that the new vehicle or vehicles covered by this order is or are delivered to the purchaser. If the purchaser shall be dissatisfied with such reappraisal he shall have the option of cancelling this order. If the price of the property covered by this order is increased as provided above, or the trade-in allowance upon the trade-in described in this order is reduced by the seller as provided above, and the purchaser does not exercise the privilege or option to cancel this order, a new order shall be written to reflect such price increase or reduction in trade-in allowance and shall supersede this order. The purchaser agrees to accept the property covered by this order, as fulfilment thereof, with such changes in design and materials, or either of them, that the manufacturer may make because of governmental priorities, shortages of materials or other causes beyond the manufacturer's reasonable control. NEW MOTOR VEHICLE WARRANTY International Harvester Company warrants to the first user purchaser of each new International motor vehicle that it is free from defects in material and workmanship under normal use and service, its obligation under this warranty being limited to repairing or replacing, as the Company may elect, any part or parts thereof, including all equipment or trade accessories (except tires and tubes and diesel engines not manufactured by the Company as these items are warranted separately by their respective manufacturers) supplied by the International Harvester Company, which shall be returned to the seller's place of business, or if the first user purchaser is in transit or has moved, to the most convenient International Truck Dealer authorized to handle motor vehicles of the model covered by this warranty, with transportation charges prepaid, and as to which examination shall disclose to the Company's satisfaction to have been thus defective, provided that such part or parts shall be so returned not later than twelve (12) months after delivery of such vehicle to the first user purchaser, and that at the time of such return, the said vehicle shall not have been operated in excess of twelve thousand (12,000) miles. Such defective part or parts will be repaired or replaced free of charge and without charge for installation to the first user purchaser at the seller's place of business or if the first user purchaser is in transit or has moved, to the most convenient International Truck Dealer authorized to handle motor vehicles of the model covered by this warranty. This warranty shall not apply (1) to normal maintenance services or adjustments, including but not limited to, fuel system cleaning, wheel alignment and balancing, engine tune-up, brake inspection or adjustment, nor to the replacement of spark plugs, ignition points, condensers, lubricants and filters when such replacements or adjustments are made as part of any such normal maintenance service, or (2) to any vehicle which shall have been repaired or altered outside of a Company authorized service center in any way so as, in the Company's judgment, to affect adversely its stability or reliability, nor which has been subject to misuse, negligence or accident, nor to any vehicle which shall have been operated at a speed exceeding the factory rated speed, or loaded beyond the factory rated load capacity, or (3) to any vehicle on which the odometer has been disconnected or the mileage reading has been altered and the vehicle's actual mileage cannot be readily determined. THIS WARRANTY IS IN LIEU OF ALL OTHER WARRANTIES, EXPRESSED OR IMPLIED, INCLUDING WITHOUT LIMITATION, WARRANTIES OF MERCHANTABILITY AND FITNESS FOR PARTICULAR PURPOSE, ALL OTHER REPRESENTATIONS TO THE FIRST USER PURCHASER, AND ALL OTHER OBLIGATIONS OR LIABILITIES, INCLUDING LIABILITY FOR INCIDENTAL AND CONSEQUENTIAL DAMAGES, ON THE PART OF THE COMPANY OR THE SELLER. No person is authorized to give any other warranties or to assume any other liabilities on the Company's behalf unless made or assumed in writing by the Company, and no person is authorized to give any warranties or to assume any liabilities on the seller's behalf unless made or assumed in writing by the seller. International Harvester Company RAYMOND C. DEAN Superintendent ct���ttt� �e�ttx�xiterc� efun of 'Snut4olb Peconic, NN. V. 11958 April 249 1973 G RESOLUTION BYt SEOONDED BY: m u � RESOLVED: That the Supto of Highways of the Town of Southold$ be authorized to advertise for bids and to purchase from the lowest responsible bidder, the following: Surfacing for the approaches to Grand Avenue Bridge, Mattituek, New York Vote of theTown Board Supervisor Albert Mo Martocchia (Yes) (No) Justice Louis Demarest (Yes) (No) Justice Martin Suter (Yes) (No) Councilman James Rich, Jro (Yes) (No) Councilman James Homan (Yes) (No) Town Clerks Town of Southold Dated: April 24, 1973 Tel. 765.3140 734.5211 RAYMOND C. DEAN Superintendent �IIfI1YT II^��. �IILifi�D��I NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the following more or less, as may be needed: Surfacing for the approaches to grand Avenue Bridge, Mattituck, New York Specifications for the above may be obtained at the Office of the Supt. of Highways, Peconic, N.Y. The Supt. of Highways reserves the right to reject any and all bids, and to waive any and all informality in any bid, should it be deemed to be in the beat interest of the Town of Southoldq to do so. All bids must be in duplicate, together with a non -collusive, certificate, bids must be signed and sealed in envelopes plainly marked ( Bid on Surfacing the approaches to Grand Avenue Bridge, Mattituck, New York) to the office of the Supt of Highways. The bid price shall not include any tax, Federal, State or Local, from which the Town of Southold, is exempt. The bids will be received by the Sup't. of Highways and opened to the public at 10:00 A.M., May 239 1973. Dated: April 24, 1973 RAYNDND C. DEAN, Supt. of Highways Tel. 765-314o 734-5211 j Bids SURFACING THE APPROACHES TO THS GRAND AVENUE BRIDgB 1. "OZ' i Columbia Asphalt Gspo / � oo..o......o. . 20 Rasoa Asphalt# Inco 10800 AM May 259 1973 aa, 7,50. TBL NIC Ma 25 1973 vie *7 so Y • n. ,�s woo Town of Southold Youngs Avenue Southold, N. Y. Gentlemen: Our price for Installing Asphaltic Concrete or, Wickham Avenues Mattituck, N. Y. under your specifications is $21.80 per ton. Very truly yours RASON ASPHALT, INC. T. S. Bladykas f' Executive Superin endent TSB/ef "IT IS RESOLVED that any one of the officers or other persons who may be officially designated by this corporation, be and hereby is authorized to sign and submit the bid or proposal of this corporation for any or all projects of a public nature and to include in such bid the certificate as to non -collusion required by section 139d of the state finance law and or section 2604 of the public authorities 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." w The foregoing is a true and correct excerpt from the resolution adopted by RASON ASPHALT, INC., a corporation, at a meeting of its Board of Directors held on the 3rd day of November, 1965. (Seal of the Corporation) Secretary RV.*.(.',' JNSYRUCTION PARKING PIELD* ATHLETIC PIELD* 't-il Ft.b`1II MIX 4.6PHALT MATERIALS PAVING PRODUCT* COLUMBIA ASPHALT CORP. 127-50 NORTHERN BLVD. MAIL ADDRESS: P. O. BOX 145 FLUSHING, NEW YORK, 11352 PHONE 446.7000 AREA CODE 212 May 24, 1973 Mr. Raymond C. Dean Department of Highways Town of Southold Gentlemen: We will surface the approaches to the Grand Avenue Bridge, Mattituck with two courses of 1A top, Item 51F. First course 1-1/2", second sourse 1" as per plans and specifications. Our price for this work will be $17.50 per ton. 470 additional if work is done after July 1, 1973. P FN/tn Very truly yours, COLUMBIA ASPHALT CORP. Paul F. Niklarz Assistant Vice President / NON-COLLUSIQN AFFIDAVIT STATE OF NEW YORK) ) SS: COUNTY OF QUEENS ) I, Paul F. Niklarz, of the Town of Oyster Bay, County of Nassau and State of New York, being of full age and fuly sworn according to law on my oath depose and say: That I am, Assistant Vice President of the firm of Columbia Asphalt Corporation, the Bidder making the Proposal submitted to the Department of Highways Town of Southold on the 24th day of May, 1973 for Surfacing the approaches to Grand Avenue Bridge, Mattituck, New York; that I executed the said Proposal with full authority to do so; that said bidder has not directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free, competitive bidding in connection with the said Contract; and that all state- ments contained in said Proposal and in this Affidavit are true and correct and made with full knowledge that the said Department relies upon the truth of the statements contained in said Proposal and in this Affidavit in awarding the said contract. I further warrant that no person or selling agency has been employed or retained to solicit or secure the said Contract upon an agreement or undermanding for a comission, percentage, brokerage or contingent fee, except bona fide full-time employees. By: Pual F. Nikla.rz, Assistant V.P. Sworn to and subscribed before me this 24th day of May, 1973 .a Notary Public 01 THERESA NIMSGER (Notary Public, State of New York Registration # 41.8147585 Qualified in Queens County Commission Expires March 30, 1974 RAYMOND C. DEAN Superintendent (`�l1 OW11 of 'g�ou#i1olb Perouir, cam- iU_ 11955 NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the following more or less, as may be needed: Surfacing for the approaches to grand Avenue Bridge, Mattituck, New York Specifications for the above may be obtained at the Office of the Sup'to of Highways, Peconic, No Y, The Sup'to of Highways reserves the right to reject any and all bids, and to waive any and all informality in any bid, should it be deemed to be in the best interest of the Town of Southoldq to do so. All bids must be in duplicate, together with a non -collusive, certificate, bids must be signed and sealed in envelopes plainly marked ( Bid on Surfacing the approaches to Grand Avenue Bridge, Mattituck, New York) to the office of the Sup't of Highways, The bid price shall not include any tax, Federal, State or Locals from which the Town of Southold, is exempt* The bids will be received by the Sup't. of Highways and opened to the public at 10:00 A,M69 May 259 1973. Dated: April 249 1973 RAYMOND C. DEAN9 Sup'to of Highways Tel. 765-3140 734-5211 Section 8 BITUMINOUS CONCRETE 'TE GM 1VJj SPECIE1CATRUS These general speoifioations apply to all plant mixed bituminous concrete items. PAVING PIAN T ACCEPTANCE; AND TWIFORMITY. Each bitiuninous sni.xing plant (fixed or portable) shall. be in— speoted and approved by the Engineer. The right :is reserved for the Engineer to discontinue the use of any previously approved Equipment at any time, providing unsatisfaotory results occur during the progress of the work. The mixing plants shall be so designed, coordinated and. oper— ated as to produce a uniform mixture for the type of material specified. ECUIPMUNT FOR PREPARA.TICISI OF BITCTT+LMOUS Y1F,'.1RIAL.S. Tanks for the storage of Bituminous Material requiring heat shall be capable of heating the material under effective and positive control at all times to the temperatures retiuired by the specifications or ordered by the Engi— neer. Heating shall be accomplished by stem or oil coils, electricity, or other means such that no flame shall, come in contact with the heating tank. Storage tams: capacity shall. be suf— fioient for at '.least one da=ys run. Separate tanks and pipe _Lines shall be provided when mixtures containing asphalt cement and liquid asphalt materials are -to be mixed in the same mixer. When tar products or emulsified asphalts are to be used. as the binding medium in bitiuni.nous mixtures, separate storage tanks as well as separate pipe lines shall. be provided. X1.1 mixing plants shall be equipped w.'L•th a., sampling valve so designed and, installed as to be noncloggirig, safe and completely di.voroed from any solvent cleanout operation. The type, of valve and its location shall be approved by -the Chief Engineer. When samples are taken through such valves in accordance with Department instructions, they shall. be considered to be representative of all. ma•teri.al used by the plant until. -the time of the next sampling. DTfE.R. All plants shall. be equipped with a dryer or dr=yers for drying the mineral aggregates. The dryer used for heating the mineral aggregates shall be of the cylindrical rotating type and shall be capable of drying and heating mineral aggregates in quantities in excess of the operating capacity of the plant. liny size aggregate shall be considered dry when its moisture content just prior to batching does bort exceed. 0.5''o of oven dried weight. It shall also be capable of maintaining the temper— atures :required by the specifications without leaving any unburned oily residue on 'the aggregate •when it is discharged from the: dryer. The aggregates shall be so fed to the dryer, by such procedures or feeders as are satisfac— tory to the Chief: Engineer, that they will be in substantially -the same proportions as are re— quired in the finished mix. SCRET S. Each mixing plant shall. be equipped with screens capable of screening all aggregates to the sizes required for proportioning the mix. The operating capacities of the screens shall be in excess of the full: capacity of the mixer. AGGitEIGA'TF STORAGE BTNS. The bituminous mixing plant shall include storage bins of sufficient capacity to inc• re uniform and continuous operation. There shall be at least four storage bins so arranged a:; to Insure separate and adequate storage of the appropriate fractions of the aggregates required t, gi.vo proper proportioning of, the mix. Each bin shall be provided with an overflow ohute , 7,At sl:ic,,ll. be of suela a size and location. as to prevent any backing up or overflow of mater— ial iiilo other bins. Bins shall be provided with adequate "telltale" devices to indicate the posi— tion of the aggregate in the bins at the lower quarter points. Sampling facilities shall be provided which allow the Inspector to obtain representative samples from the full. vridth and depth of the discharge area from each bin. The sampling tray shall be structurally supported during the sampling operation. Alternate sampling facilities may be pro— vided sub jeot to the approval of -the Chief Engineer. In no case shall a shovel be considered a -satisfactory sampling device. Access to the sampling facilities shall be provided with no more difficulty than that required to climb a ladder leading to a secure platform with railings. 129 Nr 00 otlo 5jL.j,4L-'D 501L 6ASL, CRO55 SECTION OF API'ROPa CH ROAD jj� of iu &PON BITUMINCUS CONTROL UNIT. Satisfactory means, either by weighing, metering or volumetric measurements, shall be provided to obtain the proper amount of bituminous material in the mix. Suitable means shall be provided; either by steam jacketing or other insulating, for maintaining the specified temperatures of the bituminous materials in the pipe lines, meters, weigh buckets, spray bars and other containers or flow lines. Where metering or a volumetric device is used to proportion bituminous materials for plant mixtures, a suitable valve and by—pass shall be provided so that the measuring device may be on— veniently checked by actual weight. THERMOMETRIC EQUIPMENT. An armored thermometer, with a temperature range in degrees Fahren— heit sufficient to cover the required temperature range of the bituminous material used to manu— facture the mix produced at the plant, shall be fixed in the bituminous feed line at a suitable location near the discharge valve at the mixer unit. The plant shall be further equipped with an approved thermometric instrument placed at the discharge chute of the dryer and in the lower quarter of the fine bin so as to indicate the temperature of the heated aggregates. The above thermometers shall be accurate to 2.5 degrees Fahrenheit above or below the indicated reading. DUST COLLECTORS. Bituminous mixi.n�, plants ;hall be oqu.ipped with adequate dust collecting; systems so that objectionable dust and fumes will be removed. TRUCK SCALES. Each bituminous mixing plant shall be equipped with approved platform scales of sufficient capacity and size to accurately weigh the heaviest loaded trucks or tractor—trailers, that are used for the delivery of the plant mixed bituminous materials from that plant unless otherwise approved by the Chief Engineer. Such approval will not be given unless approved auto— matic recording equipment in compliance with these specifications is in use in the plant to ac— curately record batch weights. SAFETY RE9UIRENENTS. Adequate and safe stairways to the mixer platform and guarded ladders to other plant units shall be placed at all points required for accessibility to plant operations. All gears, pulleys, chains, sprockets and other dangerous moving parts shall be thoroughly guarded and protected. Ample and unobstructed space shall be provided on the mixing platform. A clear and unobstructed passage shall be maintained at all times in and around the truck loading space. This space shall be kept free from drippings from the mixing platform. Each mixing plant shall be equipped with adequate fire fighting equipment. PLANT INSPECTION. Each bituminous mixing plant site shall provide a suitable building or room for use as an office and testing facility by the Engineer or his Inspectors. Department representatives shall be given priority of access to these facilities. The plant shall provide a building with adequate space and necessary equipment for a testing of bituminous concrete. The space shall be properly ventilated by windows, exhaust fans or other approved means. The Depart— ment representative shall be provided with convenient access to a telephone or other approved means of communications. The following list of equipment is the required minimum and shall be properly installed and maintained in good operating condition: 1. Bitumen extraction apparatus, power driven centrifuge or reflux, with a minimum capacity of 1000 grams. 2. Coarse aggregate sieve shaker, power driven, with a minimum clear screen area of 324 sq. inches and equipped with a shut—off timing device. The shaker shall be attached to a firm anchorage. 3. Fine aggregate sieve shaker, power driven, independent of the coarse aggregate shaker, for eight—inch (S") diameter sieves and equipped with a shut—off timing device. 4. Scale, 1000 gram minimum capacity with maximum 0.5 gram graduations. 5. Scale, Thirty—pounds (30) minimum capacity with maximum 0.01 pound graduations. 6. Fine aggregate sample pltter suitable for splitting samples having a maximum particle size of one—half inch ?1/211). 7. Stove, oven, or hotplate suitable for sample drying. B. Necessary accessory equipment for testing bituminous concrete including sieves suitable for all types of,material to be produced, solvent, filters, and sample containers. 9. Two (2) drawer, legal size, file oabinet with two (2) keys for the exclusive use of the Inspector. The suitability of office and testing facilities, including the equipment, shall meet the approval of the Chief Engineer. 130 BATCHING PLANTS AUTOMATIC PROPORTICNING. All batch type mixing plants used to produce bituminous concrete for County work shall be equipped with approved automatic proportioning devices unless otherwise shown on the plans or proposal. Such devices shall include equipment for accurately proportioning batches of the various components of the mixture by weight or volume in the proper sequence and for controlling the sequence and timing of mixing operations. There shall be auxiliary interlock cutoff circuits to interrupt and stop the automatic cycling of the batching operations at any time an error in weighing occurs, when any aggregate bin becomes empty or when there is a malfunctioning of any portion of the control system. RECORDING EGUIPMN T. A recorder or recorders of a type and number approved by the Department shall be provided in all bituminous mixing plants used to produce bituminous concrete for County work unless otherwise shown on the plans or proposal. Each recorder shall produce a printed graphic or digital record on a chart or tape of the weights of the materials batched. All charts or tapes shall show the date and time of day to the nearest minute for each batch and shall be so marked that each batch may be permanently identified and so that variations in batch weights can be readily observed. All originals of charts, tapes or other recorded data pertaining to the proportioning of bituminous concrete, after recordation, shall become the property of the County. ECUIPMW T FAILURE. If at any time the automatic proportioning or recording devices become inoperative, the plant may be allowed to batch and mix bituminous materials for a period of not more than 48 hours from the time of the breakdown if approved by the Engineer. Written permis— sion of the Chief Engineer will be required for periods of operation without automatic propor— tioning facilities longer than 48 hours. WEIGH BOX OR HOPPER. This equipment shall include a means for accurately weighing each bin size of aggregate in a weigh box or hopper suspended on dial scales. The weigh box shall be of ample size to hold a full batch without hand raking or spillage. The gates on the aggregate bins and the hopper shall be so constructed as to prevent leakage when closed. AGGREGATE SCALES. Scales for any weight box o having a full complement of index pointers and shall be accurate to 0.5 percent, have minimum graduations readable and sensitive to 0.25 percent or less, the weight. Scales shall be so located as to be easily dials from the operator's normal work station. The batching controls shall meet the following ious components weighed in each batch: Aggregate Components Mineral filler Asphalt r hopper shall be of the springless dial type, be of a standard make and design. They shall not greater than 0.5 percent and shall be preceding percentages based on total batch readable by direct sight or through repeating delivery tolerances with respect to the var— ± 1.5% of total batch weight ± 0.50 of total batch weight ± 0.1% of total batch weight The total weight of the batch shall not vary more than plus or minus 2q from the theoretical design weight. All plant scales, including truck scales, shall be tested at the expense of the contractor by a competent scales technician as follows: 1. Annually prior to use in County work. 2. At intervals of not more than 60 calendar days. 3. At any time ordered by the Engineer. A cr dle or platform, approved by the Engineer for each scale and at least ten (10) standard fifty (50� pound test weights shall be provided for testing scales whenever directed by the Engi— neer. The use of a set of test weights for two (2) or more plants will be permitted only when they can be made readily available within no more than an hour's notice. If directed by the Engi— neer, provision shall be made for locking all scales against tampering. BITUhENOUS BUCKET. If a bituminous bucket is used it shall have a working capacity of not less than 11 percent b y weight of the rated capacity of the mixer. It shall be heated in an approved manner by steam, oil, electricity or other approved means. It shall be suspended on dial scales so that the tare weight can be conveniently brought to zero reading at all times. The bucket shall be so arranged that it will deliver the bituminous material in a thin uniform sheet or in multiple streams the full length of the mixer. The asphalt oement may be introduoed into the mixer by means of an asphalt bucket, by steam pressure and a spray bar or by a pressure pump and spray bar. If spray bars are used to introduce the bituminous material into the mixer they shall be so heated and so constructed as to distribute the bituminous material uniformly upon the mineral aggregates. 131 Bi:'ii3tAD'CUS A'vll�llASUPUG .DEVICES. All measuring devices shall be aci;urate to 0.1.0 percent, have allLailmu.ui graduations not greater than 0.0.`...0 percent and shall be readable Paid. sensitive to 0.025 percent or less, the preceding percentages being based on total batciT weight. They shall. be so located as readable 'by di -.rent sj.gh.t or througli repeating dials from the operator's normal. work. S't at 103'! . Where bi-t'amen. is proportioned by weight, the scales shall be of the. springl.ess dial type of sta.nda:rd make and design. iVr)LER UNIT. The mixer unit shall be. of arT approved. twin shaft .pupill type. It shall be capable of producing a satisfactory uni fonn mixture within the limits of the specifications.. The rc,ixer shall have a capacity of not less than two thousand pounds. The blades of the pugnill shall have a. clearance from all fixed and moving parts not in excess of three—quarters of an inch. i'ad.d'.le blades reduced by wear in excess of 25 percent in. face area, from their new condition shall. be replaced. The mixer. shall 'be so constructed as to prevent leakage of contents until the batch is discharged. The use of batteries of small. batch Tnixers will not be allowed. 7`l•ME. LOCB'LNG DENIM The mixer shall., have an accurate time locki.xLg device to control the operat~Lon of a complete mixing; cycle by l.00't:ing the weigh box gate a:ft;er cha griLng the mixer, until t.be closing of the mixer discharge gate at, the completion of the cycle. It shall lock the bi.tumT mous material. feed throughout the dry rn.lx:ing period and. shall. look the mixer discharge gate thr•ou.r hou•t the dry and 'we't mixing periods. The d.r.'y mixing period is defined as the interval of t1aie 1)etween the opening of the we`cr;1T t,o:a gate and the coTCFnen.ca;STuixl't of appl.iaati.anof the bi.tllm:i.71rnx6 mater^i.al. The wet; mixing period is t.bo interval of time 'between. 'the coamenoement of application of the bi-huni.nous material. and. the opening of the mixer discharge gate. The co:ntro_L of the timing shall be flexible and capable of 'being set at :intervals of not more than five seconds throughout -the cycles up to three minutes. Changes in mixing time shall be made only when ordered by 'the Engineer. The point of control of the time locking device shall. be so located that it is not readily accessible to the operator of the mixing plant. CONT-01TOUS Iv1EMG PLANTS, GbITL1R,AI). The Contractor znay, at; his option, use a continuous mixing plant of an approved type 'rteet.'ing the following requirements: I IEUORIDI G E(IJIMONT. Each continuous mixing plant shall. be provided -with approved platform scales in conformance with the requirements of. the Naj.ional Bureau of Standards, Handbook 44. s,i.t, ject to the provisions herein. They shall be equipped with a recorder of a type approved by ttc- :Dep.-artment. The recorder shall produce a printed digital record on a ticket of the gross and tare wei g�hts of -the delivery trucks along with a time—date print; for each. ticket. Tare we.'� 7rts sha' l be printed either by-wei.ghi_ng each truck empty for each delivery or by setting blit tare weititt on the recorder so that it is printed alarTg with the ;,gross weight. if the latter System is adopted, Lase wei.tshts of each truck shall be checked at least twice a day or more frequently as ordered by the E,n.g:ineer. Provisions shall be made so that scales may not be man-^ ua.l.l.y manipulated durin}; the printing process. In addition, the system. Shall be so interlocked as to allau printing only v;hen the scale has come to a complete .rest. The: scales and recorder ohRil be of sufficient capacity and. size to accurately weigh the heaviest loaded truc'r:s or trac— tor trailers -that are used for -the delivery of the bituminous concrete from that plant. G.RAUTTON CONTROL UNIT. The unit shall include interlocked feeders mounted under the com— partment bins. Llach bin shall have an acouirately controlled individual gate to fox -in an orifire: for vol.uznetr^ically measuring the material drRwn. from each respective bin compartment. The feed-- Int; orifice shall be o ' adequate d,'unensicns to 'provide a. -positive feed 'without bridging an(!with durtenszon. adjustable by positive mechanical means and to be provided with a lock. Indicators ffraduated to tenths of fin inch shall. be provided on, each gate -to show the calibrated gate open— ing. Wheil added mineral filler is specified, a separate bill and feeder shall be furnished with ',.ts drive interlocked with 'the aggregate :feeders. The i-nterl.ocked feeders shall be equipped with a revolution counter reading to .01 of a. revolution to facilitate the calibration of the aggregate flow. Eno:h hot; aggregate bin shall. be equ:i.pped with an .approved indicating device which shall auto— matica.l.l.y stop plant Operations *hen the aggregate level falls below that requ.irAd. for uniform a�.;g?,rc+�,ai;e flour. N--HUGH'T CALIBRATION OF FEEDS. The piano Shall be provided with approved devices capable of a.atrTaai:icall.y sampling, weighi.ng,, and. recording the quantities of each hot bi.rT aggregate size arid, sampli.ng', vreighing; or metern.n.g and reoording 'tf,,) bitiunen fed to the p'ugrnill. firing either a known n,unber of revolutions of the plant or knovrm interval of time. The resultant sample size shall be s-afficient to yield repeatable results of 0.5% .for aggregates and 0.1% fox, bitumen, the preceding percentages based on the total amount of bittaninous concrete delivered per revolution or interval of tfune. The weighing and .recording of each aggregate size and bitumen may be either individual 132 ox~ olnxrulative. The reoordixig equipment uny be either d.i.t i.ta1 or ?ranhical type. :In adci.-.a: iorn to the reeoor.•dirng of the sample quanti.tlees, the time and date., accurate to the nearest nniraute, sl,a,l.:L also be r. eco ~ded. The ;rsr, ,�l.i.ng and r. ecardink system r ,<.Lll. be so designed. and ituate'�d. as to allow operations with minimum production delay and maxliown faoi.lity of inspection. The plana: shall proportion. eaoYn site of aggregate to t:en�e pug�nill. vri-th suer. accuracy aria The that the vari..a.tion grid weight of material from each hot bin per revolution or in - ten, -al of time: shall not exceed an amount equal to 1.5% of the total weight of bituxiinous (,on- cx^etc delivered per :revolution or iretexva.l. of time. Where the separate addition of mineral filler is required, it shall be added vrith a un;formii;y of 0.5% on the basis stated above :for aggregates. The bitumen shall be added with a uniformity o:f 0.1% on the basis stated above for agiregate s. In no case shall the total veiLzht of bi-twninous concrete vaa^y from the des.'L�n -vre i.O:it by more than :t2% of the desigrn weight. S`)NCJ1R( 1ZAT.)N OF FLIMS. Satisfactory paeans shall be provided to afford positive mechatn- iral interlocking control between the flow of aggregate from the bins and 'the flow of bitanern I rom a positive displacement metering; pump. The point of con.tro:l of the meter. in pump capacity shall be so located that it is not accessible to the operator :front, the mixer platform. The bituminous feed system shall be so interlocked as to automatically stop plant operations whenever the flow of bitumen is interrupted. .AI.:F'R UNIT. The plant sha11 be equipped vr.'nth a continuous,, steam jacketed, twin. shaft pair -- mill type mixer vihich shall be capable of producing a uniforfa mi.-xture within the job mix toler- anoes. The paddles shall be of a type adjustable for an,crtnla:r pos:i.ti.on on the shafts and shall be reversible to retard the flow of the rsei.xturce. .Che putVill shall be equipped with a d.isoha:r fie hopper having a capacity of appro:x::unately one iron. The hopper shall be equipped. with dAunp rates v+hich will permit rapid and complete discharge of the b3.-biri:3_ncti:ie, Mixture and shall be of a design approved by the, Department. The mixer shall carry a, manufacturer's plate showing the net volu- metric contents of the rai.xer at the several heigl'L'ts inscribed on a peramnent gauge. Charts shall. be provided showing 'the rate of feed of a�t;;regate per feeder revolution. :for -the specific aggregate being used.. Determination of mixing t=une shall be by weight method using the following fornrnnla: Pugmil.l dread. capac`Lty in lbs. Nixing time in seconds=---------------�--- Pugni.11. output in lbs. per. second The weights shall. be determined for the job by tests naadLe by the Engineer. The plant shall have a rated capacity of not less than X1,0 tons per hour. .APPROVED MATERIALS. Laboratory approval of the sources of supply of the coarse aand fine mineral a,'r1greg;ates arid -the acceptance of the miner.•a.l. filler, hyd.r.•ated lime, bituminous ar.;ateria.Ls, :t:iruefieers and any other materials that are used in the ani:x shall be obtained from the: Chief .Ungineer or his Representative before the delivery is made of maxed ma:teria.l. from any bituna rums mixing plant. DI.'IG.r1IW)US MATE,119ALS. A.11 bituminous materials used Ln the various mixes shall comply ;Yit;h the standard specifications, l;r>, Bituminous Materials, or with the special specifications for the particular type of inixxed product that is being produced at the plant. The suppliers of bituminous materials shall furnish the Department with data ori the teca erature- viscosity relationship for. each :Lot of asphalt to be used on a project. These data shall take, t:ne form of a graph as approved. by 'the Laboratory arid shall cover the range of tcariperrsture. s and vis- cosities within which the asphalts may be used.. MrLI ;RAL FILLER. The artneral filler shall conform with the .requ.a.rements of 143E, Milri,ern.l. I~i.11.er. In all Vit-1_1311..,Laous nni.xing plants where mineral filler i.s required to be added, it sYnall be ac- curately vveigbed and introduced in the required amount into the mix tb.rough the wei;_ln box. l:t shall not; be passed through the drier, but skull. be :fed by e:Leva:tor or other acceptable nneans di- re3otly to the deoignated bin. The portion of :the approved .fine end, ooarse agtreg;ates w*hloh a No. 200 sieve will 'be 'oonsidcered as filler and -the added nr:ine:ral filler shall bre reduced pro- portlonatel.y. FYYDRA'iED Li:14if',. Eydra.ted. Lime shall conform to the requirements of 1442, Hydrated Line. 1:h.e aanount of hydrated 1-1me for eaoh batch may be measured by volume on the basis of a volcune weight relation. ^"CiiiiGA'CFiS. Fine aggregates shall. consistnf material. ccnfornring to file r.ecluir.ements of l�S:i, .e_G a . Fine Aggy~egates, except for gradation axnd :rational analysis, and except that approved. limestone screenings may be used. Coarse aggregates (retained on the 1/8 inch screen) shall consist of approved. broken stone, crushed gravel, 'Types A or B or approved. broken slag 133 Slag aggregates, rine or coarse, shall not be used except when indicated on the plans or in the itemized proposal. When slag is permitted, as the aggregates to be used in the mix, the asphalt content of that mix shall be increased by approximately 25 percent. Crushed gravel shall not be used except when indicated on the plans or in the itemized proposal. Mineral aggregates that have a hydrophilic (electro—negative) characteristic may be approved by the Department for use in bituminous plant cold mixes provided a sa zsfaetory anti—stripping agent is used'in the"mi.x. Mineral aggregates that have a hydrophilic keleotro negative) charac— teristic shall not be used in hot mixes. PREPARATICN OF MINERAL AGGREGATES. All aggregates shall be heated and dried at the mixing plants. Both fine and coarse aggregate may be fed simultaneously into the same dryer in approximately the proportions that are required in the mix, but in all cases, immediately after heating, they shall be screened into the bins necessary to control the proper aggregate sizes required in the mix. PREPARATICN OF BITUMMOUS MATERIALS. Bituminous material shall be delivered to the mixer at a temperature within the range specified for the type material being mixed. PREPARATION OF MIXTURE. The introduction of the materials into the mixer, and the mixer operation, shall be carried out as outlined below unless the specification for the particular type of material that is being manufactured calls for some other method of procedure, in which case, the mixing operation detailed in that particular specification shall be followed. Each size of properly heated aggregate, the dry mineral filler, if required, and the bitumi— nous material shall be measured separately and accurately to the proportions in which they are to be mixed. The volume of the mineral aggregates and the bitumen, when placed in the mixer, shall not be so great as to extend above the tips of the mixer blades when these blades are in vertical position nor such as to exceed the manufacturer's rated capacity of the mixer. In no case shall the total quantity of material mixed be less than 50 percent of the manufacturer's rated capacity of the mixer unit. MIXING AND CYCLE TIME. Terms relating to timing of the mixing cycle are defined as follows: Cycle Time: The interval of time between successive openings of the pu grill discharge gate for succeeding batches. Mixing Time: The interval of time between the opening of the aggregate weigh box gate and the opening of the pu gmill discharge gate. Dry Mixing Time: The interval of time between the opening of the aggregate weigh box gate and the beginning of application of bituminous material. Wet Mixing Time: The interval of time between the beginning of application of bituminous material and the opening of the pugmill discharge gate. Finishing Mixing Time: The interval of time between the termination of application of bituminous material and the opening of the pu grill discharge gate. Standard dry and wet mixing times for any plant mixed bituminous concrete shall be 15 and 45 seconds, respectively. Any deviation from standard mixing times shall be as approved by the Chief Engineer as necessary to meet the requirements outlined below. Base course mixes shall be dry mixed for at least the period of time necessary to discharge all aggregates into the mixer. The wet mixing period shall then commence and continue at least until 85 percent of the coarse aggregate particles are fully coated or the finish mixing time exceeds 10 seconds, whichever is longer. Top and binder course mixes shall be dry mixed for at least the period of time necessary to discharge all aggregates into the mixer or 10 seconds, whichever is longer. The wet mixing period shall then commence and continue until at least 95 percent of the coarse aggregate particles are fully coated or the finish mixing time exceeds 10 seconds, whichever is longer. In no case shall the cycle time be so short as to result in a rate of production exceeding the operating capacities of the plant. JOB MLX FORMJLA. For any bituminous mixture required by the plans or proposal, the Con— tractor shall formulate and submit to the Chief Engineer, a job mix formula that satisfies the General Limits imposed by the table, "Composition of Mixtures for Plant Mixed Bituminous Materials". Once approved, the mix shall be ixsed within the Job Mix Tolerances set forth in the table "Composition of Mixtures for Plant Mixed Bituminous Materials". The aggregate tolerances shall be based on the total weight of the aggregate and the asphalt cement tolerances shall be based on the total weight of the mix. However, in no case shall the Job Mix Tolerances fall outside the General Limits for a particular item. If for any reason a change in materials occurs or is contemplated, a separate Job Mix Formula shall be used to fit each change in materials or conditions. 134 H to 1-11 COMPOS171.0 OF RI`ItI?V r --G TS PLANT RliX`i`TURES Note 1. The 20 mesh screen and subsequent screens do not apply to the aggregates of the binder or macadam courses passing the 1/8`t screen. Note 2. il1e asphalt cement used in the binde..r course shall be the same type as that spe— cifi.ed for the top course except that 85-100 penetration asphalt may be substituted 2-n the binder course underly—ng Type Z.A or Type ?B top course-. Note 3. All aggregate percentages are based on the total weight of the aggregate. All other percentages are based on the total weight of the mix. 4 ote 4. An asphalt ce-nier_t haying a penetration from 85-100 -with 157b p�nTered gilsoni to or powered asphalt, added by weight of the asphalt cement, may used instead of 60-70 penetration asphalt cement. Biturnirous Type' Screen Concrete IA Sizes Binder Course Type IA `(Hot Process) Type IAC Type 2A Tye 2B General _T-� Gene:aI! Job C.ne:aI Job �Gereral j Job � erat JoS +� job {Trob Limits s�tix Limits ! . Liriis Mix i' Limits ' Mix Limits 'Iix i Li_�its + Wix Pass Tel. Pass Tel. + Y s Ton i Pass To!. Pass Tel.. Pass ( Tel. 2. ' 100 1 0 IY^ 0 IIS -100 +±$ i - 1 _lUU 90-100 1 T5 80 � -5 i IOi ! 0 35- 65 1 +•5 23- 42 L± i 90-100 , +5 I 200 I 0 I 1001-0 01?e o 0-- I 20- 3i +_.4 +� 1 y T`�..----_T`z-c 3- ..0 4 + 65- 855 95-10-J 1 ±5 gl. �-c 90-100 93 W F 5- 21 1 ±3 '- 15 i3 13J- 65 -+-6 i45-70 -6 65- 810 �£ ISS- 72 +6 i 20 I See ?dote 1 See Note 1 + 115- 393-7 ' 8- 40 1 -7 i i 1 135- 34 40- 1 7- 25 -+-6 i 35-- 70 6 ± g0 I 3- 12 --i--3 3_-_ I5 + ±3 I7- 200 I 2- 6 ' -4.2 i 2- 8 1 4-2 5- 12 _^ + F l_' �•2 i + i Asphalt+, 1 Cement 4.0 s".5 =0.412.5 5.0 0.4 5.8-7.0 _0.4 1 6.0 $.�J i 0.4 ¢ ? 7.5 &.5 +_ 0.d;:...r +--0.4 Penetration I + of Asphalt See Note 85-100 60--70 + 60--70 Cement I 2 85-100 85-100 See Note 4 See Note 4 m Placing Tep225-360`F._ 225-3013 1 225-300 T X50 325 t 275-350 7? -350 Texture of Surface (.carse Granular Smooth -Gritty I Smwwth Gritty t S mocth-,Gritty Typical uses I Base Cour-5 �- Intery.bar.- 1 R—face Unbar i Ee- f -----__-_— + Urbar. T nterurtan — _—t Pacrd1e." i�—�—_ -�.`�_ ___-_ Note 1. The 20 mesh screen and subsequent screens do not apply to the aggregates of the binder or macadam courses passing the 1/8`t screen. Note 2. il1e asphalt cement used in the binde..r course shall be the same type as that spe— cifi.ed for the top course except that 85-100 penetration asphalt may be substituted 2-n the binder course underly—ng Type Z.A or Type ?B top course-. Note 3. All aggregate percentages are based on the total weight of the aggregate. All other percentages are based on the total weight of the mix. 4 ote 4. An asphalt ce-nier_t haying a penetration from 85-100 -with 157b p�nTered gilsoni to or powered asphalt, added by weight of the asphalt cement, may used instead of 60-70 penetration asphalt cement. BITUMINOUS PAVING CONSTEUCTICN GENERAL. The Contractor shall construct a pavement as specified and shown on the plans on a prepared base course in accordance with the speoifications and in conformity with the linen, Crades and typical cross—seotion shown on the plans. The Contractor olitill stakeout it grade lino on stakes spaced at 25 feet centers measured parallel to the pavement center line unless otherwise directed by the Chief Engineer. BIMMMOUS PAVEDVIENT THICKNESS AND 'SURFACE TOLEPZCE. The thickness indicated for each of the various courses of bituminous pavement is the nominal thickness. The pavement shall be so constructed that the final compacted thickness is as near to the nominal thickness as is prac— tical. A tolerance not to exceed 1/4" from the nominal thickness of any one pavement item will be acceptable where the required nominal thickness is 4" or less. Where the required nominal thickness of any pavement item is over 4" a tolerance not to exceed 1/2" will be acceptable. However, the sum total thickness of all bituminous treated courses shall not vary from the total of the nominal thickness indicated on the plans by more than 1/4" where the total nominal thick— ness is 4" or less, or more than 1/2" where the total nominal thickness is over 4" but not more than 8"; and by not more than 5/8" where the total nominal thickness is more than 8". Determination for final acceptance and payment will be made from cores or thickness measure— ments taken on the completed pavement. The Contractor shall replace the cored material in a manner satisfactory to the Engineer. No payment will be made for the extra thickness over and above the indicated tolerance except as provided for in "Tolerances — Multilayer Pavements". Material which is part of a truing or leveling course will not be considered in pavement thickness determinations. TOLERANCES — WLTILAYER PAVEMENTS. Tolerances indicated for the thicknesses of individual layers of multilayer pavements (including composite pavements) are basically guides which should be met as closely as practical. Tolerance for the total thickness of such pavement is also a guide. In order to attain the ultimate objective of a smooth riding pavement substantially true to line and grade, pavements which substantially conform to the plans and specifications, even though the thicknesstolerances may not be exactly met, may be accepted and paid for under the following conditions: Where the total thickness of such pavements is less than the specified thickness, including tolerances, the Chief Engineer may approve, accept and pay for such pavements; where the total thickness of such pavements is greater than the specified thickness, the Chief Engineer may exercise his judgment and accept and pay for such pavements when, in his opinion, the excess thickness was necessary to attain a smooth riding pavement surface. TESTING SURFACE. The surface shall be tested with a 16 foot straight edge or string line placed parallel to the center line of highway and with a 10 foot straight edge or string line placed transversely to the center line of highway on any portion of the highway surface. Var— iations exceeding 1/4 inch shall be satisfactorily eliminated or the pavement relaid at no additional cost to the County. When a two course pavement is to be constructed the fine mix top course shall constitute approximately one—third and the coarse mix bottom course approximately two—thirds of the thick— ness of the finished consolidated pavement, unless otherwise shown on the plans. The consolidated top course shall have a minimim thickness of three—quarters of an inch. Prior to the arrival of the bituminous concrete mixture for paving courses, the underlying course shall have been brought to the grade and surface in accordance with the tolerance indicated under the appropriate fine grade item. All courses of bituminous concrete pavement shall be brought to grade in accordance with the tolerances indicated above. All loose and foreign material shall be cleaned from the surface of the base course by brooming or other satisfactory method. FORMS. When forms are required for bituminous paving work it shall be noted on the Plans and their location and use defined. Forms will be required for gutters and paved ditches unless other methods are approved in writing by the Chief Engineer. They may be of wood or metal and in lengths of 10 feet unless directed otherwise by the Engineer. All forms shall be straight, free from bends and warps and of a thickness large enough to be able to resist all forces in— cident to their use and retain a rigid and straight face and profile. They shall be cleaned and oiled thoroughly each time they are used. The forms shall rest firmly upon the thoroughly compacted subgrade throughout their entire length and be securely staked or pinned to the sub— grade in such a manner as to resist successfully any movement or displacement of the bituminous material while being placed, formed or compacted into its final shape and position. The finished result should have straight or smoothly curved lines and profile, without pockets or hollows and fit the topography of the area which it is designed to serve. TRANSPORTATION AND DELIVERY OF MIXTURES. The mixture shall be transported from the mixing plants to the work site in tight vehicles previously cleaned of all foreign materials and each load shall be covered with canvas or other suitable material of sufficient size and thioknoss to protect it from weater conditions. No loads shall be sent out so late in the day as to 136 interfere with: spreading and coutpacting the mixture during, &a.yl:i.Th.t. The mixture, shall be de— livered. witTzi.re 200F. of the tecupe:rat'ure specified by the Engineer. The temperature of the delivered material shall not be greater than is necessary for good workability. When air temperature is near the mla:bauxm temperature pe nni.t'ted for laying -the pavement, the Engineer shall require the Contractor to insulate the sides of steel bodied vehicles used for the transportation of plant mixed material. Rail shipment shall be made in cars free from dirt, Cinders or other forei0i matter. The plant mix shall be so loaded into tixht vehicles, carts, wagons or trucks, previously cleaned of all foreign material, and delivered to the work, that ;it v-1111 not become contaminated in any way. i'he inside surfaces of the vehicles used for the, transportation pl.a:nt mixes shall be ling fitly coated with a wrhitevrash of lime and water, soap sol..atiorR or detergents approved. by the Chief ungi.n.eer just before the vehicles are loaded. 'The use of any asphalt or tar, solvents for coating t1ne inside of the vehicles will not 'ire per ai.t•ted. WEIGHT OF TRICK LOADS. W.h.en tI'ie net; weight of o. t uok: load of plant mixed bituminous ala-- teria). varies by more than two percent; .:from the product of the batch vreights times the number of batches in -the truck, the load of material may be rejected. The net weight of each truck load of bi'�ium.nous inate:rial shall be oirta. in.ed by first weighing the truck empty, and then wreighi.ng the truck ,Load of bituinino-as material.. The only vehicles that will be permitted. :for the delivery of plant maxed, bituminous materials will. be -those that can dump directly -into the hopper of -the spreading machine. The extrerce c1:it-- si.de dimensions. of the rear tires of such machines shall be at least one inch less than -the Width between. the supports of 'the Wheels of the spreader. Base and binder course material. may be de— livered from more -than one plant so long as no placing or compaction, difficulties are evident to the Engineer. The delivery of top course material from two or, more plants, in alternate deliveries to the rause spreader, will net; be pexsnit;ted unless both the same aggregate source and job mix formula are used 'by all plants. PLACING. The course shall be laid with an. approved niechaniral, self—powered finishing maw chine, ,vhich has on edging attachinen't to aid in securing a satisfactory joint between lands and is capable of spreading and finishing the nxixture true to tlae line, grade, and crown required. m _ F'II�IlS"mm, Ibu m'IU, SHALL BE' EdTJTPPFTD WITH JV4 E.LECTRCNiI;C.r>-UN GUiTROLL_ i MOTii AND SLOPE DL'V:C('E VaAH C,H, BY FOLLOWING A PRE—DE'TER;rENED GRADE .Pu::EERI'S`.TCE, .AUTO',, T:ICALLY CONTROLS TFF SCREED tND ASSI3RES .AN ACCURATE CONTROL PIT PLACING T131E, CCUI1LSI TO T1-U.q ILLNE AND GI-',A.DE AS SHUMI CAN THE PWIS AND PROVIDES A PRECISE TRRA SVE,1: SgE pILTgi. !-,of, `_I'IiD] Sl%.TtI'ACE OF J'Me TiOAD. TfII; PRE--7ie'f�PVL1 +. D C�'.ADE P,F ERNIC'I; SHALL BE EST'ABLTSI1'D x3Y SETTING A TJWT STPING Ia}SME ON STI.LKES SP.A.CK) I"KF11 Yr--YC'a 2 EN (V C 511TTE'R,5 NSA URED P.ARALLEI, TO TUI C NT'T'I': RI:a 1,TE OF THE P11VTD Zq T. D(Ji iil G LAYING OPERA`ia.ONS, ME SCREED SH&LL. BE HEATED TO blAlx7'.l'07'd THE.Rit;�Ul..aED `.C`-Dux"ER.AIVRE AS SE T' FORTH INille, ITFIV Z1,) SP1+ 31— FICAT'1CSTS FOR THE IUS3i:. THIO SCREED S:HAL.L. Far, OF THE VIBRATING TYPE. The :finishing machine shall be in the charge of: an experienced operator.. 'if there are less than 1,500 square yards in the contract, or 'the areas to be pared are small and scattered, a finishing machine may be dispensed with and the course spread by hand methods as directed. by t,ie Engineer. In placing and compacting abutting courses of bitwninous concrete pa'vemen't items, which constitute the final or wearing si)rfa.ces (binder and top courses), joint heater devices shall. be -used on all joint, both transverse, and longitudinal.. These joint heater devices shall be of the int'xa—r. ed type or equal Wl-1'ich will not oxidize the bit;urninr.us znaterial. Direct flame heaters are expressly prohibited. The joixit heater devices will be so constituted as to permit ad,justrnent of the neat; applied -to the joixit;s in order -to suit conditions at the time of paving. I -,e joint; he atter units will be such that they will uni.fonnly heat the joints against which adjac:en.t lands are beim; placed, -to a temperature of not; more than 275"F., and operations will be scheduled so that the previously placed pavement material. at -the joints is heater' to a temperature o:f not; i.ess t' -an 2000.1", ort the time the adja.een.t; hot paving ma-eri.al is plat :d against them. Paving operation in cool and wrinry weather wi.11 be carried on. at. the upper range of temperature indicated above. A sufficient member of heater units shall be utilized. -to attain -t-he above indicated teinpera:tlares vrhil.e operating at the desired. rate of speed. No separate or additional. payment; will be made for the joint heater devices. The cost of fLx:rnishi.n.g a.11 the necessary labor, equipment, and materials shall be included in the unit price bid for the paving items. Thi• 'type of Joint heaters used unat be approved by the Chief Kagin.eer before use on tbo work. When th.e paving operation is done by tandem payers operating olosely behind the other, the 3!aginee+r may dispense with the use of joint heater devices an the oonxnon longitudinal joint pro— vided the tEtmpera.ture of the material at the joint, where the back paver is placing the material, is treater than. 1500.I'. Ydxtures shall be placed only where the si:irfaoe to be covered is dry and ol.ean. �:i.ytures shall be laid only whon weatt'hor cond.iti.on-S, in the op'!ri'ion of the Ligi.rieer, are suitable. All defective areas in a foundation for a course shall be repaired, as directed, in advance of laying the bituminous course. Placing of the inixture by machine shall be continuous at; a, desired rate of not less thwui 50 tons per hour. ale engineer may in his discretion permit a lesser rate if a satisfactory job is obtained. 13'7 The contact surfaces of all curbings, gutters, manholes and of adjacent pavement edges shall be painted or sealed with approved bituminous material before placing the course. Upon arrival, the mixture shall be dumped into the approved mechanical spreader and immediately spread and struck off to the full width required and to such appropriate loose depth that when the work is completed the compacted thickness of mixture required in each square yard will be secured. The course shall be struck off by mechanical equipment. For use in striking off the course, the machine shall be equipped with easily adjustable strike—off plates. When hand spreading is permitted, the mixture, upon arrival, shall be dumped on approved dump sheets outside of the area on which it is to be spread and shall then be immediately dis— tributed into place by means of suitable shovels and other tools and spread with rakes in a uniformly loose layer of such depth, as shown by template cut to proper crown, as will result in a completed pavement having the thickness per square yard required. Any deviation from standard crown or section shall be immediately remedied by placing additional material or removing surplus as directed. The Engineer may direct that other means of placing the material in addition to the rakes be used to insure a better control of the depths of material and the surface finish. The depth of any one course of plant mixed material shall not be greater than 4 inches before consolidation except for any Bottom Course Asphalt Concrete. Before any rolling is started, the finished surface struck off by the machine shall be checked, any inequalities adjusted, and all fat spots or fat areas from any source shall be removed and re— placed by satisfactory material. COMPACTING THE COURSE. After placing and while still hot or workable the course shall ini— tially be rolled with a 10-12 ton three wheel power—driven roller, an 8-10 ton tandem roller or a roller producing a compression with the rear wheels of not less than 250 pounds per inch of tread. The rollers used for this rolling shall have steel wheels. During the initial rolling, the roller shall travel parallel to the centerline of the pavement beginning at each edge and working toward the center, overlapping on successive trips by one half the rear wheel of the roller. Immediately following the above mentioned initial rolling the bituminous course shall be compacted using pneumatic rubber—tired rollers meeting the following requirements: Maximum Wheel Load 5,600 Tire compression on pavement 80 p.s.i. t5 (for each wheel) (area of contact as measured on a hard, unyielding surface) Total Maximum Load on front or back axle 221400 (an axle is assumed to be a single axle or a group of axles in the same alignment.) The rubber—tired rollers shall be self—propelled and shall consist of two axles on which are mounted multiple pneumatic—tired wheels in such a manner that the group of wheels will not follow in the tracks of the forward group and will be spaced to give essentially uniform coverage with each pass. The axles shall be mounted in a rigid frame provided with a loading platform or body suitable for ballast loading. The wheels shall be so mounted as to oscillate individually or in pairs. Rollers shall be equipped with tires of equal size and diameter which shall be uniformly inflated so that the air pressure of the several tires shall not vary more than five pounds per square inch. Tires shall be smooth and show no tread pattern. The wheel loads and tire pressure shall be controlled so as to produce the required degree of compaction without resultant rutting of the pavement surface. Rubber—tired rolling is to take place at pavement temperatures consistent with the mix used. A minimum of 8 passes of the rubber—tired roller will be required. The rollers shall be operated at a speed satisfactory to the Engineer but not to exceed 3 miles per hour and the rolling shall proceed continuously. When in the opinion of the Engineer, additional roller capacity is needed it will be furnished. The Engineer is authorized to approve such a combination of rollers as he deems necessary when a multiple paver operation is being carried on. The added rolling capacity of three axle tandem rollers will be considered in deter— mining the necessary number of rollers. Shallow ruts and ridges which may develop from pneumatic—tired rolling shall be smoothed with a tandem roller. The entire surface should be finished with a tandem roller after pneumatic com— paction. This final rolling shall immediately follow the pneumatic—tired roller, and shall be both longitudinal and diagonal, as ordered by the Engineer. The Contractor may be required to adjust and change both the equipment and the procedure as directed by the Engineer. The Contractor may furnish equivalent equipment, if approved by the Chief Engineer in writing. When trench widening of existing pavements is made with bituminous materials, and this widening is such that, in the opinion of the Engineer, pneumatic tire rollers cannot be utilized, the subgrade and all materials that are placed in the trench shall be oonso;idated by means of a trench roller which has a compression under the roller of not less than 325 pounds per inch of tread. 138 In all places inaccessible to a roller, the required corrt,ression shall. be secu.rec', wltl:i tampers. Each tamper shall weig2:i not :Less that; 25 pounds, and shall have a, tamping area, of x o7;, more thaw 0 square inches. 17ie wheels of the roller and paver sha.il. be kept clewar.,cb• all. times. 'They may be kept moist iv-ith ws.ter or a mixture of water with not more thasi '10% lubr•ioating oil. as directed. Dirty water, petroleum solvents or grease shall not be allowed -to drop from the roller or paver onto the pavement. If depressions remain after rolling, more of the mixture shall be added at such points and firmly rolled into place. After the rolling has been finished, the surface of the course shall have the required crown, density, and thicimess and by at the grade established for -the surface of the finished pavement. At the direction of the Chief Engineer, any unsatisfactory areas that develop during the life of the contract; shall be removed and. replaced with suitable material at the expense of the Contractor,. ale Contractor shall provide suitable means for .keeping all. ;mall tools clean and free from bituminous accumulations. "Pile surface of pavement shalt be protected from drippings of oil, kerosene, etc, used for -the cleanof small tools. The Contractor shall provide arhd b. -se re<,dy for use at all times sufficient tag)aulins or covers as may be direr..teli by the Engineer for use in any emergency, such as rains, chilling winds or umavold.able delays, for the purpose of covering, or protecting any material that may be dumped and not spread. After the top course has been completed to the satisfaction of the Engineer- and before opening to 'traffic an approved fine aggregate may be uni.fonaly dusted. over -the surface, if shown on ti;e-. plans and in the s,pecifloations or :if ordered by the 73ngin.eer. For mixers using a flivxang a} erht surface dusting will be delayed. until the fluxing agent has passed out of the mixture after pl,.L(,ing and prior to opening to traffic. SEASCVAi AND WERATMER LIM"ITAl'IMS. Unless otherwise stated in the plans and specificati.o:n.s no bituminous paving material shall 'be placed on any surface ixrhen the temperature of surface on. •wlhich the paving is to be placed is less than 450F. Al.l teanper.atures shall 'be measured on the surface where the paving is to be placed and the controll.ir._g temperature shall be the average of three temperature readings taken at locations 25 feet t apart. Zhe Chief. Engineer mayhowever, authori. e in - ri.ti.ng tlhr e placing of bilaodnous gutte;., bittLninous curbs and cold --Laxed materials on surfaces whose temperatures, measured a:oove, are 35°F or higher, subject to such conditions as he may i:n.d'ica,t;e in the authorization. These m.a,y include but are not 1.-im-Ited to added, bi.tumincus material-, a.dditi:vesp extra sealing or tr•eatmerlt, insulation of carrying vehicles and rorhta,ir?E:rs or any other condition that, in his jtxii cent �v,7i1l provide; a satisfactory result. No extra, payment will he made for any conditions :unposed or for any material, labor or equipment used to meet these conditions. Bituminous pavement for temporary detours, which are not and will not become part of a, peraiv,nent pavement, tivi.11 not be subject to the above regulations in regard to seasonal and tem- perature requirements. 133 k!VZ_,�ing 1&thod---Hot AMLx—Two Course) _ 1. DESCRIPTION. Under this item the Contractor shall construct a two-oourse bituminous concrete pavement laid to conform to the required grade, thickness and cross-seotion shown on the plans and in accordance with the general specifications for "Bituminous Conorete--dart II -- Section u". 2. MATERIALS AND CONS-LRJCTi0ll DETAILS. Coarse aggregates used in Top Course shall be from approved sources and shall meet one of the fol. crAringf reTi.irements: 1. Gushed li:nestcne and dolomite that has an acid insoluble content not less -than 10 percen•i (excluding particles of chert or similar silicious rocks). Where more than one geologic stratum is quarried, each stratum shall meet this requirement. 2. Crushed sandstone, granite, chert, trap rock, ore tailings, slag and other similar material. 3.. Crushed hardheads, crushed gravel (where permitted) and blends of two or more of the following; types of materials --crushed hardheads, gravel, lime- stone, dolomite, sandstone, granite, chert, trap rock, ore tailings, slag or othe-c similar materials. These aggregates shall meet the following requirements: To;;a.1.. Cor,_;^; sirrek�ate (plus 1/8" materials) Not less -ahan 20 percent (by weight with adjustments to equiva-lent volumes for materials of different specific fravines) of the afgrevate particles shall be non -carbonate Non-Chrbonate--Acid insoluble content not less than 80 percent) Plus 1/1" Not less than- 20 percent (by weight with adjustments to equivalent voumes for materials of different specific �avities) of the aEgregate particles shall be non -carbonate (ion -Carbonate ---Acid insoluble content not less than 80 percent) Where coarse aggrega-,:es for Top Course are from -more than one source or of more than one type of material, they shah be proportioned and blended to provide a uniform mixture. PrepGrat on. o- thy: A. ,acerates. The properly sized aggregates shall be introduced into the pugmi�t a temperature spec feed by the Engineer, between the limits of 225°F. and 300°F. &1 halt CNMC.At. The asphalt cement used in the mix shall be a paving grade asphalt meeting the requirements of Item 64. The asphalt cement shall be introduced into the pugni.11 at a tem- perature compatible with that of the aggregates as determined by the Zagineer, between the limits of 2.250F. and 3500r'. Proportion in._s; A_ll materials used in the mix, including the bituminous material shall be proportioned as speoifie3 for Type IA top or binder under the table COUPOSITICN OF BHUMMOUS PLANT 1GXTi TM in the Geier. al Specifications. �• 3. NETH'O1) 01'' hZw SUI'tUMTT. Mie quantity to be paid for under this item will be the number of tons of compacted znateriai placed in accordance with the plans and specifications. 4. B.ISIS OF RAYVU;`P. The unit price bid per ton for this item shall include the cost of furnishing all mater-.ais, including the bitumen, the mixing, transporting, placing and rolling ano. all l�.bor and eri:ipment necessary to oomplete the work except that payment for surface dusting with an approved aggregate when required will be made under its respective item. 5/71 219 ,Ri.. ..1.1TU 5lY....,AS'PHAL'T1C CQNCRETZ, FOR SHOULDE%t 1. DESCRIPTICN. Under this item the Contraotor, shall construct a bituminous concrete course laid to conform to the required gado thickness P4,d cross-zeotion shown on the plans and in ,,o- eordanoe with the speoifioations for Iituminous Concrete Part 11 ,Seotion 8 of the Publio Works Specifications and amendments thereto, exoept as herein modified. 2. MATERTALS AND CONSTRICTION DETAILS. The atr�re}gutea to b;:; us0d shall bo a local b3ank run wvel ;saki 1.'unee,t:one filler or a comb "S of ;ar13, stono andlanc,stan�� fill:r. A].1 oxoopt •che limestone filler shall. be passed through a dryer o.nd thu ,iroperly �;ruded agE:re�;rltr;,s o1:all iso introdvood into the pugulill at a temperature speeifit,d by •t"rxt% 1i,ngineor, bot -ween the limits of 250"F. and 3256F. • , 'lsalt ('em ,tel The asphalt oement used in the mix shall be a paving grade asphalt meoti.ng . _ tale roqulr-ement of Item 64 and shall be introduced into the pugmill at a temperature specified by the Engineer between the limits of 225°F. and 3000Y. !aS1ft onin9. All materials used in the mix including the Bituminous material shall be proportioned as speoified.under table "Composition of Mixture" of this specification. COMPOSITTON. OF = U "� Passing 1" screen 100% " 1/2" sorean 7&-100%" 1 4" screen Passing X10 sieve 64- 90% 41- 70;; itu40 17- 38o " 9%80 " 6- 21% " „200 " Asphalt Cement 4- 12)a 6- 8"% 7910 submission of a job snix formula as required in the general speoifioations will not be required for this item. The plan fornaila knad the proportion of tht, mixture will be specified by the. Engineer within the limits stated in the table "Composition of Mixture". Material passing the 200 mesh sieve will be considered as filler and will be deducted from the amount of pulverized limestone needed to meet the requirements of the 52200 mesh sieve. W.Y,IN G Jae at• The agL:PXegates shall be introduced into the mixer at the temperature specified by the Engineer and dry mixed for a period of at least 15 seconds before the asphalt.is added. A_,Jshalt Cement. The asphalt cement shall be introduced into the mixer at the temperature specified 'by •the ngineer and the mixing period after the introduction of the asphalt cement :,hall be at least 45 seconds or as long as may be necessary to completely and uniformly ooat all aggregate particles with the asphalt oement. The maximum thickness of any one cosmpaoted course shall be 3 inohes and the mixture shall not be of a temperature less than 225°F. at the time of placing. Where, typical sections of greater t.lan three inches, is called for on the plans or in the itemized proposal this course shall. be placed and oompaeted in equal depths and in no case shall any course be less than the 1-1/4 inches in ocrnpa.oted thickness. 9"le use of an automatic eoreed will not be required. When hand spreading is permitted, the use of dumping sheets outside of the area in which the material is to be spread will not be required. 3„ METHOD OF MF; MREQ4T. The quantity to be paid for under this item will be the number of tons of oompaoted material placed in aocordanoe with the plans and specifications. 4. B SIS OF F'AY'M74T. The unit price bid per ton for this item shall include the cost o ll furnishing all materials including the bitumen, the mixing, transporting',-plaoing, rolling and all labor and equipment necessary to complete the work except the payment for any surface treat- ment with an approved aggregate where required will be made under its respective item. 3 SOVnIOLD TOWN HIOfdWAY DPYARTMPNT TOTAL HOURS s OVERTIME s Arnold, I3rs'►nk r r r Y r r w w r w r 88 'Raker v Paul r r as r" r r Y r w w w r 88 ,gpakowski s John w r r w r r w r r i r r as B$ ndv Willi r w r N i r r w r w w w w 88 a� Capon $ George r r r r w r r r i r w i r 88 ['oI t s, Milton w r r w Y r r w w w w r •Nr 88 Goldsmith, Chas*- w r r r w Y r w Y ae w j,roldsmith, Russ.- r N Y Y N i Y Y N Y Y ^'• $� rp V1, rattan, Paul r N Grattan, r Y w w Y Hubbard, Robert r w N r r w r r w w r r An Jacobs* Raymond r w Y r w Y r w am w r N 88 Januskewicz, Stan, r N r r r w r w w r r as �i K:ippf Jason- r i r r w Y r N w w N w r M linauskas, John w se r w r r N w r N w Mlsllasq PsaulI w w w r r w w w r w r r w ii:Alden, Leon- w r r r w w r w w r r r r Ruroede, Arthur r N r r i w r r w r w r Sled,3fn1eskiv Leo. w w r r w r w r w r r w Slivpnlk, Frank N r r w r w w w r r w r .rrodth, Russe- w w w r r r r r r r w w r Strange,, Harvey w r r r w r r w r w w r Tyler, Henry- r i r r r w r w w r w w r rd'ilsong AO w w w r r r w w N NO r r w w WiAniewski, Frank w w r w w w r r Witt, William w r w,y w r w w r r w r w r Zanghett3., Sr., Marko r w r Y w w r r r .4meTuso, Georgia r r w r w r r r w r w r • rr wwwM Aanestad, Donaldr w r r w r r r w w r r "..hl , Jr., Andy r w r r r r w M w r w w King, Roscoe- w* w r w w w w w r w r r r Stepnowsky, Carl. r w r r w r w w Y N w Tyler, Greg r w w w r r r w w r w w r w DLP? W - Latham p Ray N r w w r r w r r w w r r r Latham, Henry C'roodwin, John White, SORO r w r r r r r r w w w r r w Zina., Frank w w r N r w w r r r w w w w Quilling Thomas, Jr, r r r r r r N r w CERTIFICATE OF TME DEPARTMENT HEAD I HEREBY CERTIFY that the persons named ie the foregoing payroll are employed solely in and have actually perforated the proper duties of positions and employments indicated, and that the persons described herein as "laborers" are employed at ordinary unskilled labor only; that said payroll for the payroll period uf, ..—.....,:,......,,.,I, npprovcd nl.,.,.,_...... ............... , ....... I ... dollar*. $ 1—.,.-.1-11 .......... and Is certified for pnymeul from like nppruprintlons nulhoriredl and that the perauus named herein, except those appointed and employed as laborers, have taken and filed the Constitutional Oath in accordance with the provisions of Chapter 574, Laws of 1917. - ......................DATE ............................ ......................................SIGNATURE...................................... ............. I .................. .....TITL.E•................................... �rp(fIMiXIY J1 YIAU, u,i u•��. �$�.u.ua 1 idYilL ylii,y�`J.FaI�!pj`Iy�I�Sii ii i ili li 11 Ili iiiil ii li iil iu p Illi li lliY �illilii iii 1■■I�III I ■.�l��iuinuiii"'iii �""�' 51Y.. -,ASPHALTIC OCNCRETE FOR 1. DESCRIPTICN. Under this item the Contraotor, shall construct a bituminous concrete course laid to oonform to the required grade thickness ,aqd oross-section shown On the plaps and in aa- eordance with the speoifioations for Aituminous Conorete Part 11, Seotion 8 of the Publio Works Speeifioations and amendments thereto, except as herein modified. 2. MATERIALS AND CONST..TUCITON DETAILS. The aggregates 'to be, used shall be a Loral bank nzn gavel and limestone filler or a combination of san3,stone and lixnesi;one filler. .�a.l ;I.,;� rc gsku e�xoept the limestone filler shall be passed through a dryer and the proerly graded aggreT;ate; :.all be introduced into the pu gnill at a temperature specified by the ngineer, between the liaiits oA 250'F. and 325°F. Al halt Cement. The asphalt cement used in the mix shall be a paving grade asphalt meeting the requirement of Item 64 and shall be introduced into the pu grill at a temperature specified by the Engineer between the limits of 225°F. and 300°F. Prp-portioning. All materials used in the mix including the Bituminous material shall be proportioned as apeoified under table "Composition of Mixture* of this specification. COMPOSITICnV OF MIXTUPM Passing 1" screen 100% " screen 78-100% ��4112" " soreen 64-. 90% Passing 0 sieve 41- 70% " X40 " 17 31;3'3% of AO " 8-- 21% " ,200 " 4- 12% Asphalt Cement 6-- 8% The submission of a ,job mix formula as required in the general specifications will not be required for this item. The plan formals. and the proportion of the mixture will be specified by the Engineer within the limits stated in the table "Composition of Mixture". Material passing the 200 mesh sieve will be considered as filler and will be deducted from the amount of pulverized limestone needed to meet the requirements of the 2+200 mesh sieve. WXIN G A , e ates. The aggregates shall be introduced into the mixer at the temperature specified by the Engineer and dry mixed for a period of at least 15 seconds before the asphalt.is added. Asphalt Cement. The asphalt cement shall be introduced into the mixer at the temperature specified 'by the Engineer and the mixing period after the introduction of the asphalt cement :,hall be at iea.st 45 seconds or as long as may be necessary to completely and uniformly coat all aggregate particles with the asphalt cement. The maximum thickness of any one compacted course shall be 3 inches and the mixture shall not be of a temperature less than 225°F. at the time of placing. Where typioal sections of greater than three inches is called for on the plans or in the itemized proposal this course shall be placed and compacted in equal depths and in no case shall any course be less than the 1-1/4 inches in compacted thickness. T.ze use of an automatic soreed will not be required. When hand spreading is permitted, the use of dumping sheets outside of the area in which the material is to be spread will not be required. 3. METHOD OF MEPMRE rUN T. The quantity to be paid for under this item will be the number of tons of compacted material placed in accordance with the plans and specifications. 4. BASIS OF PXfN7NT. The unit price bid per ton for this item shall include the cost of furnishfn g all materials including the bitumen, the mixing, transporting, -placing, rolling and all labor and equipment necessary to complete the work except the payment for any surface treat- ment with an approved aggregate where required will be made under its respective item. IL Fit M100 LA 0 1/4" Perst. --.- Z _c,"SrABILIZLD SOIL BASL- CRO55 SECTION OF APPROACH ROAD .9 C A L- C' . ! I * - 4i'- () " fJ Y' 14 1 S, cwrinlrUct - 10'r% Of (Arprrallcil Y"(71ACA t" Ito JLAT%o 1.s CA 1 000 IL Fit M100 LA 0 1/4" Perst. --.- Z _c,"SrABILIZLD SOIL BASL- CRO55 SECTION OF APPROACH ROAD .9 C A L- C' . ! I * - 4i'- () " fJ Y' 14 1 S, cwrinlrUct - 10'r% Of (Arprrallcil Y"(71ACA t" Ito JLAT%o 1.s CA Gvd� r%/C�*�G Orel ADC71rL" ,A7 06 7q 1.7 15:7 VO .Q oY )WOD66 A--,0aeIre clv�v�o 6:� 2 iii �� n _,_ � � 9 �� __ i SPECIFICATIONS FOR (1) NEW 1973 - �j TON PICIQJP TWO (2) *mm DRIVE (OR BQUAL) MDDEL - F-100 8ft Bed Stgleside Color -• Blue Reduced Sound Level Exhaust (S) G78xiS - 4PRT Tires six cyl. Engine - 240 cubic inch One box cover with windows NOTICE TO BIDDERS: - NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the purchase of One (1) New 1973- '1-2 Ton Pickup two wheel Drive, OR BQUAL:- The sealed bids in duplicate, together with non -collusive certificate, will be received by the Supervisor of the Town of Southold, at his office, 16 South Street, Greenport, until 2:00 P.M., February4t, 1973, at which time they will be opened and read aloud in public. 9 Specifications for the above may be obtained at the office of the Supervisor, and delivery date must be submitted. The Supervisor reserves the right to reject any and all bids and to waive any and all informality in any bid, should it be deemed to be in the best interest of the Torn of Southold, to do so. All bids must be signed and sealed in envelopes plainly marked (Bid on 1973 -'2 Ton Pickup two wheel drive) to the Office of the Supervisior. The bid price shall not include any tax, Federal, State or Local, from which the Town of Southold, is exempt. Dated: January 23, 1973 ALBERT M. MARTOCCHIA Supervisor, Town of Southold RAYMOND C. DEAN Superintendent pts ftiaV Pryartment Tatun of "Soutllolb Pecouir, N. -f. 11958 RESOUMION BY t SECONDBD�� t{1 1 s RESOLVED,, that} a Sun endent of Highways of the Town of Southold, be auoripd t advertise for bids and to,purchase from the lowest r66poas le bider, the following; Item 1 - One New 1973 Mobil,Sweep , Model TB 4 (or equal) with the trad in'a ' il anon a 1967 Mobil Sweeper. Item 2 - One New Mobil One erg 7�Model TE 4 (or equal) without any trade- no i Vote of the Town Boards; Supervisor Albert M, Martocchia t (Teat) (No) Justice Louis Demarest(No) Justice Martin Suter (No) Councilman James Rich, Jr.�) (No) Councilman James Homan (jam (No) Town Clerk: Town of Southold Dated: February 13, 1973 Tet. 766.8140 784.6211 Suggested Form of Resolution For Town Highway Equipment Purchases Exceeding $1,000 Resolution by (,y(pbOC6= (Town Councilman) ..Jame3..P....o Homan .............................................................................................................. Seconded byGi01C9QP9v (Town Councilman) ...!ERIC$..v...�rhs..JA......................................................................... Whereas, the Town Superintendent of Highways did, on the lith day of ...February 197.3„ , duly recommend the purchase of certain equipment pursuant to the provisions of'Section 142 of the Highway Law, Now, Therefore, Be It Resolved that pursuant to Section 142 of the Highway Law the Town Superintendent of High- ways is hereby authorized to purchase, in accordance with the provisions of Article 5-A of the General Municipal Law, with the approval of the County Superintendent of Highways, the following: ................................................................................................................................................ ...........................................................................:,........................................................................................................................................... ...................................................................................................................................................................................................................... ...................................................................................................................................................................................................................... for a maximum price of .Nineteen..�lousand...*n*..bun4xad..tl.'iOA"...aV.e.A..Q.0a%........................................ Dollars ($ .a,%195sOA........... .), delivered at ............... N. Y., andto be delivered on or about .................. MaY... s............................... , 19.73. The Town Superintendent of Highways is authorized (subject to the approval of the County Superintendent of Highways if value exceeds $1,000.00) to surrender to the vendor the following equipment at an agreed trade-in value of $ .............r... ...................................... ( IONS).................................................................................................................................................................. ...................................................................................................................................................................................................................... A contract for the item(s) purchased shall be duly executed in triplicate between the Town Superintendent of Highways and such vendor, and when approved by the County Superintendent of Highways, it shall become effective. When the con- tract has been executed and approved, and upon delivery of the item(s) purchased, the supervisor shall pay the following amounts as specified: (1) $ 19.49100.0 ............ from current appropriations (Item 3) (2) ; from the proceeds of obligations issued pursuant to the Local Finance Law. .................................. (Issuance of such obligations will be authorized by a separate resolution.) Vote of Town Board ............ (Aye) #WK ) .........AJLbert..Ido...MartACrChiA............................................................... Supervisor Justice of Peace Vote of Town Board ............ (Aye) Or) .........Li Uis..Mo..Demarest.... :................................................. Ixammu=6 Vote of Town Board .......... (Aye) ) ......... M tJA..SUtOX.............................................................. j Justice of Peace Vote of Town Board ............ (Aye) ') .........,...JAS.................................................... f IdUIMXX)D=xX l Town Councilman Vote of Town Board ............ (Aye) ) ..........Jamen...Vn... ilk........................................................... {J [1ifr7Ex76yEA iiIXX t Town Councilman Type or write in names of Town Board members and indicate how they voted. (The foregoing is a suggeilted form of resolution to he used at a town board meeting in connection with the purchase of town highway equipment under Section 142 of the Highway Law. It does not have to be followed in the exact language used. If it is followed, it should be changed, where necessary, to fit the circumstances.) RAYMOND C. DEAN Superintendent Tufun of 'S"nut4olb Prrunir, '. V. 11958 March 7, 1973 On March 79 19739 I, RAYMOND C, DEAN, Superintendent of Highways of the Town of Southold awarded to George Malvese & Co,, Inc,, in the best interest of the Town of Southold the bid on the New 1973 Mobil Sweeper Model TE -4 and not to Rand Mac Murray, Inc, because of the following reasons: The Town Highway Department is now the owner of two (2) Mobil sweepers and therefore if there should be a breakdown the parts would be interchangeable and one (1) sweeper could continue in operating service, Tel. 765-3140 734-5211 We now stock some sweeper parts and would, find this advantag- eous and economical, it would be time consuming to send a man off of the job to pick up parts that would be needed at a moments notice, My two head mechanics went tick Brookhaven Town and inspected the Wayne Sweeper discussing the operating and breakdown problems with their shop foreman and operator, They were convinced that the sweeper was not heavy enough for our area. I will be sending the one sweeper that was to have been a trade- in over to Fishers Island to my other crew, but before doing so we will remove the gutter brooms and hold as spares for the two other sweepers, The bid did comply with the specifications for the Mobil T -E or EQUAL, Mobil Sweeper, that was submitted by George Malvese & Coo, Inco PLEASE FURNISH SERVICE(S) INDICATED BY CHECKED BLOCK(S). REQUIRED FEE(S) PAID. ❑Show to whom, date and address Deliver ONLY where delivered ❑ to addressee KCGCIr I Received the num r is ggcribed below. REGISTERED NO. SIG NARKTIMIM E VIPMEtS be wilt }iP� Ahh AVENUE CE IF � 1 TAPW 4 It Y. Z SI TURE OF ADDRESSEE'S ENT, IF INSURED NO.' DATE DELIVEIRED S W AERE D EKED (an if regwit—,d) e 3 05-16-71561-11 847-168 Gpo 1#01 1 BARNEY A.EVANS CHIEF DEPUTY COMMISSIONER COUNTY OF SUFFOLK DEPARTMENT OF PUBLIC WORKS R. M. KAMMERER, COMMISSIONER YAPHANK, NEW YORK, 11980 March 30, 1973 Mr, Albert W. Richmond, Town Clerk Town of Southold Main Road Southold, New York 11971 Dear Mr. Richmond: 516 924-3451 WILLIAM S. MATSUNAYE, JR. CHIEF ENGINEER 4e are enclosing two approved copies of Contract and Specifications for the Purchase of Road Equipment for the Town of Southold covering the purchase of One (1) New 1973 Mobil Sweeper as per specifications. Please deliver one copy to vendor. The extra copy is being sent to Superintendent Raymond C. Dean. Very truly yours, R, M. Kammerer Commissioner of Public Works RMK: cl enols. cc. Wpt. Raymond C. Dean, Town Highway Supt. Q K :.lily -1966 CONTRACT AND S?Z'r(.UiC.AT10NS FOR THE PURCHASE OF ROAD EQUIPMENT This is a contract to purchase the following road equipment one S1) New 1973 Mobil Sweeper (SVE ATTACHED SPECIFICATIONS) (Set forth herein or attach detail specifications upon which bids were based) entered into this 1 61.h day of 197:, between the Town Superintendent of Highways of the Town of Southold , in the County of Suffolk New York, and rromorge M1 ye e & Co,,. -Inc. the Vendor, whose principal office is located at 530 Old Country Roads Hicksvilleg New York rens for a total price of Nineteen thousond one hundred ninety five & 00/100 Dollars ($ 19_��1t.'�•40 ). This contract has been awarded to the aforesaid Vendor who was the lowest, responsible bidder determined by receipt of sealed bids which were publicly opened and read at the time and place stipulated previously in a public. advertisement for such bids in accord- ance with the provisions of Article S-A of the General Municipal Law. A resolution authorizing the purchase of the above-named equipment was passed by the Town Board at a meeting held FAbnlar. ry 13 , 19 7 3 . The resolution further directed that when this contract has been signed by the Town Superintendent of Highways, the Vendor or his agent, and approved by the County Superintendent of Highways, of the above county, it becomes effective and that upon delivery of the equipment named and its acceptance by the Town Superintendent of Highways, the Supervisor shall pay for it in the following manner: (1) By delivery to the Vendor, as A trade'.in, the equipment described at the agreed value oft (2) By payment from current appropriations (3) By payment from proceeds of obligations S TOTAL $ 19.1950.00 It is agreed that the title to said trade-in equipment • mentioned at "(1)" above shall remain in the Town until delivered to the Vendor at the time mentioned, and further that said equipment may be used by the Town until delivered to the Vendor and at such time it will then be accepted by the Vendor at the value mentioned providing that it is in as good condition as at present, normal wear, tear and usage excepted. (Strike out (1) and this paragraph if not applicable). The Vendor guarantees the above described equipment purchased under this contract against defects of workmanship and material for a period of 90 days and that it will be delivered in first class condition at Peconic, New York not later than the 19t day of May 19%3• The Vendor hereby agrees to the provisions of Section 103-a of the General Municipal Law which requites that upon the refusal of a person, when called before a grand jury to testify concerning any transaction or contract had with the state, any political sub- division thereof, a public authority or with any public department, agency or official of the state or of any political subdivision thereof or of a public authority, to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question con- cerning such transaction or contract, (a) such person, and any firm, partnership or corporation of which he is a member, partner, director or officer shall be dis- qualified from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any municipal corporation or any public department, agency or official thereof, for goods, work -or services, for a period of five years after such refusal, and (b) any and all contracts made with any municipal corporation or any public department, agency or official thereof, since the effective date of this law, by such person, and by any firm, partnership, or corporation of which he is a member, partner, director or officer may be cancelled or terminated by the municipal corporation without incurring any penalty or damages on account of such cancellation or termination, but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid. The Vendor hereby agrees not to assign, transfer, convey or otherwise dispose of this contract, or his right, title, or interest therein, or his power to execute the same, to any other person or corporation without the previous consent, In writing, of the Town Superintendent of Highways. The Vendor hereby certifies that there are no Federal or State taxes included in the above purchase price and that he is the only Intermediary between the manufacturer and the purchaser. This contract comprises the entire contract between the parties and supersedes any and all other agreements respecting the prop• arty her •e tibed. GEORGE MALVESE & CO.,INC. own Superintendent o/ Highways Pendor APPROVED: C a a a Its Vice President of Sales linty Superintendent Highways (Indicate whether officer or agent) TE: This contract is for use when the purchase price of the equipment is over $1,000. It must be executed in triplicate and de- ivered to the county superintendent of highways. If approved by the county superintendent, he shall file one copy in his office and 'chin ten days of the date of his approval file two copies with the town clerk. The town clerk shall file one copy and deliver one o y to the Vendor. WHERE APPLICATION IS MADE PURSUANT TO SECTION 104. 10, SUBDIVISION 3, OF THE LOCAL FINANCE LAW, A COPY OF THIS FORM MUST BE FILED WITH THE STATE COMPTROLLER. a • —SPECIFICATIONS r It is the.Intent of these specifications to describe a four wheel, rear wheel drive, twin engine Power street broom with a right side gutter broom, rear broom and a four cubic yard dirt hopper, It shall have a minimum dry weight of not less than 119700 pounds, Unit shall be a Mobil Sweeper, Model TE -4, OR EQUAL: Engine (Propulsions) Engine: (Auxiliary) Engine shall be a Ford Model C5PG9 six cylinder overhead valve gasoline engine with a seven main bearing crankshaft, 8.4 to 1 compression ratio having not less than 300 cu, in, displacement and developing 165 horsepower at 3,300 RPM, A Donaldson Donaclone heavy duty air cleaner and hour meter shall be furnished, Engine in rear of sweeper driving brooms, elevator and water pump shall be a 4 -cylinder Ford industrial water cooled gasoline engine with 192 cu, in, piston displacement, auxiliary engine controls located in the cab, Reversing transmission and 12 volt electrical system combined with main system. Auxiliary engine to be equipped with an hour meter, heavy duty Donaldson Donaclone air cleanor and be well ventilated and accessible from the ground for easy maintenance, Dirt Hopper: Dirt hopper shall have a capacity of not less than four cu. yards and filled by a rubber type squeegee conveyor driven by steel chains on rubber sprockets and dumped by a hydraulically operated, fiat reinforced steel, quick opening dumping gate, Conveyor chains and sprockets shall be guaranteed for two years Of 12,000 miles, whichever occurs first, on a pro -rata basis, Rear Broom: Sweeper shall have a rear pick up broom not less than 36" in diameter and 60" long filled with polypropylene. It shall be hydraulically raised and lowered, full floating and self -aligning, with variable speeds forward and reverse, Distance from center line 6f rear wheel to center line of rear broom shaft shall not exceed 62" in a down position, Gutter Brooms Sweeper shall be equipped with 42" free floating, full side way oscillating, hydraulically raised and lowered, seven aluminum section type gutter broom, having variable speeds forward and revserse, broomed with 26" standard steel wire, Final drive to use shafting and mitered bevel gears, Operator shall be able to see gutter broom from a normal driving position with cab door closed without the use of mirrors, Sprinkler System: Sweeper shall bee equipped pped with a 280 gallon water tank having a sprinkler system to cover the sweeping path for dust control, Water tank to be coated with piexoblack and have a manhole with cover, Rear Axless Unit shall be equipped with a heavy duty truck type two speed, electrically shifted, double reduction rear axle with 6,75:1 and 12,64:1 ratios. Weight on rear axle shall not exceed 179000 pounds with hopper and water tank fully loadede Rear axle mounting plates on under side of axle housing 3/4" steel plates. shall be Front Axless Front axle to be rated at not less than 7,000 lbs., having dual full hydrau- lic power cam and lever type steering. 'dress Front tires shall be at least 7.50x20, 8 -ply and rear tires 10.00x20, 12 -ply. --rakes: Sweeper shall be equipped with not less than four wheel hydraulic brakes with Hydrovac booster* =ransmission: To be Heavy Duty, Cruis-OftMatic, dual range transmission with three speeds forward and one reverse, which will permit sweeping speeds from 2/3 M,P,H. to 12 M.P.H. and legal travel speeds to 55 M.P,H, nrque Converter atio: 2,1:1 at stall* Converter shall operate in a completely enclosed fluid filled housing and continue to multiply torque until turbine is driven at 9/10 im- peller speed, A heat exchanger for cooling the transmission will be supplied. 1 •• 't Specifications continued: Electrical System: Unit shall be equipped with a 12 volt electrical system, a 55 amp heavy duty alternator with dual belt drive and 70 amp battery, Controls: All operating controls shall be mounted on the dashboard in full view of the operator so he will not have to divert his eyes from the road, Bumper: Front bumper shall be channel type wrap around without counterweight, Frame: Sweeper using a standard or modified truck chassis as opposed to having a full sweeper frame will not be accepted, Cab and Accessories: Sweeper shall be equipped with the following: A fully enclosed cab with roll up and down windows, and doors that hinge at the rear and lock back against cab to keep them open during the summer months, A heater and defroster, self -cancelling directional signals with fourwway hazard flasher switch, Federal Sign #184 revolving cab flasher or equal, front and rear fenders, cutter broom, and rear broom spotlights, two West Coast side mirrors, (convex mirrors not acceptable) dual electric wind- shield wipers with washers, dual stop and taillights, rear license plate bracket with light, 7 spare gutter broom segments, wire filled, one spare rear broom refill, one 15' length of 2-1/2"hydrant hose with couplings, reflectors, clearance lights, adjustable operator's Bostrom seat with seat belts, undercoating, rear fender mud flaps, front and rear towing eyes, mounting steps on rear fenders, hydrant flow valve and slow moving vehicle decals, Miscellaneous: Turning radius not to exceed 19', Overall height including cab, not to exceed 89", Overall sweeper length not to exceed 20"7", wheelbase not to exceed 115", NOTE The successful bidder shall furnish the following: 1- Maintenance Repair Manual 1- Parts Manual 1- Operator's Manual m 2 . 0 NOTICE TO BIDDERS: NOTICE IS HEREBY GIVEN, COUNTY OF SUFFOLK, l in accordance with the provisions STATE OF NEW YORK. of Section 103 of the General Municipal Law, that sealed bids are sought and requested for One Stuart C. Dorman ........ ................ .............. being duly Sworn. (1) New 19M Mobil Sweeper, EQUAL:- says that he.. is Printer and Publisher of the SUFFOLK Model TE -4, OR .. The sealed bids in duplicate, WEEKLY TIMES. a newspaper published at Greenport, in said together with a non -collusive certificate, will be received by county; and that the notice, of which the annexed is a printed the Sup't. of Highways of the Town Of Southold, at his Office, dopy. has been published in the said Suffolk Weekly Times Peconic, New York, until 1:00 P.M., March 2, 1973, at which once in each week, for......OriC............... weeks ' ' time they will be opened and read aloud in public.twenty-second. successively commencing on the • _ .... . Specifications for the above may be obtained at the Office of day of ....Alareh . , 19.7.3. the Sup't. of Highways, and delivery date must be submitted. L ,,✓,Y-%"` / . • • . In submitting the bid (a) state the cost of the above WITH an Sworn to before me this .. 7..:-:... allowance on a 1967 Mobil Sweeper and (b) the cost of the day of .. �' k!'. �..... above WITHOUT any trade-in : c:.�= : = ' ' s l!.�a ✓ ' . allowance, as part payment on-`:y� ' ' the New Sweeper. 10 EPH LA sPiETIO�.IQ'hi�fSE^1D .......... • ........ • • ... . The Sup't. of Highways NJ1Ar;Y PUBLIC Of NEW YORK reserves the right to reject any P,es;'ing in Suffolk County and all bids and to waive any and 1 / C'ks. No. 52-9566350 all informality in any bid, should My Commission Expires March 30, 19 it be deemed to be in the best interest of the Town of Southold, to do so. All bids must be'signed and sealed in envelopes plainly marked (BID of New Sweeper) to the Office of the Sup't. of High- ways. The bid price shall not include any Tax, Federal, State or Local, from which the Town of Southold, is exempt. Dated: February 13, 1973 RAYMOND C. DEAN, Sup't. of Highways 1TF22 ig4fuaV PrVartmut Znfun of ,`ividbv1b �xxnnit, �_ i�. 11J5� RAYMOND C. DEAN Tel, 765-3149 Superintendent 734-5211 NOTICE TO BIDDERS: NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for One (1) New 1973 Mobil Sweeper, Model TE -41, OR BQUAL:- The sealed bids in duplicate, together with a non -collusive certificate, will be received by the Supt. of Highways of the Town Of Southold, at his Office, Peconic, stew York, until 1:00 P.M., March 2, 1973, at which time they will be opened and read aloud in public. Specifications for the above may be obtained at the Office of the Supt. of Highways, and delivery date must be submitted. In submitting the bid (a) state the cost of the above WITH an allowance on a 1967 Mobil Sweeper and (b) the cost of the above WITHOUT any trade-in allowance, as part payment on the New Sweeper. The Sup'te of Highways reserves the right to reject any and all bids and to waive any and all informality in any bid, should it be deemed to be in the best interest if the Town of Southold, to do so. All bids must be signed and sealed in envelopes plainly marked (BID of New Sweeper) to the Office of the Sup't. of Highways. The bid price shall not include any Tax, Federal, State or Local, from which the Town of Southold, is exempt. Dated: February 13, 1973 RAYMDND C. DEAN, Supt. of Highways January 1973 It is t11 - intent of these specifications_ o describe a four wheel, rear wheel - drive, twin engine power.street sweeper with a right side gutter broom, rear broom and a four cubic yard dirt hopper. It shall have a minimum dry weight of not less than 11,700 pounds. Unit shall be a Mobil Sweeper, Model TE -4,c--,/ or equals Engine Engine shall be a Ford Model C5PG, six cylinder overhead (Propulsion) valve gasoline engine with a seven main bearing crankshaft, 8.4 to 1 compression ratio having not less than 300 cu. in. displacement and developing 165 horsepower at 3,300 RPM. A Donaldson Donaclone heavy duty air cleaner and hour meter shall be furnished. Engine: Engine in rear of sweeper driving brooms, elevator and (Auxiliary) water pump shall be a 4 -cylinder Ford industrial water cooled gasoline engine with 192 cu. in. piston displace- ment, auxiliary engine controls located i. the cab. Reversing transmission and 12 volt electrical system combined with main system. Auxiliary engine to be equipped with an hour meter, heavy duty Donaldson Donaclone air cleaner and be well ventilated and accessible from the ground for easy maintenance. Dirt Hopper: Dirt hopper shall have a capacity of not less than four cu. yards and filled by a rubber type squeegee conveyor driven by steel chains on rubber sprockets and dumped by a hydraulically operated, flat reinforced steel, quick opening dumping gate. Conveyor chains and sprockets shall be guaranteed for two years or 12,000 miles, whichever occurs first, on a pro -rata basis. Rear Broom: Sweeper shall have a rear pick up broom not less than 361, in diameter and 601, long filled with polypropylene. It shall be hydraulically raised and lowered, full floating and self -aligning, with variable speeds forward and reverse. Distance from center line of rear wheel to center line of rear broom shaft shall not eXceed 621, in a down position. Gutter Sweeper shall be equipped with 42" free floating, full Broom: side way oscillating, hydraulically raised and lowered, seven aluminum section type gutter broom, having variable speeds forward and reverse, broomed with 26" standard steel wire. Final drive to use shafting and mitered bevel gears. Operator shall be able to see gutter broom from a normal driving position with cab door closed without the use of mirrors. Sprinkler Sweeper shall be equipped with a 280 gallon water tank System: having a sprinkler system to cover the sweeping path for dust control. Water tank to be coated inside with plexo- black and have a manhole with cover. - 1 - Rear, �fxl�s Unit shall, be equipped with a heavy duty truck type two speed,' electrically shifted., double reduction rear axle with 6.75:1 .,„ and 12.64:1 'rat os... Weight on rear axle shall''not`exceed 17,000 pounds with hopper and water tank fully,loaded. Rear axle mounting plates on under side of axle housing shall be 3/41.1:steel plates, Front Axlee; Tires: Brakes. Front axle to be rated at not less than 7,000 lbs., having dual full hydraulic power cam and lever type steering. Front tires shall be at least 7.50x20, 8 ply and rear tires 10.00x20, 12 ply. Sweeper shall be equipped with not leas than four wheel hydraulic brakes with Hydrovac booster. Transmission: To be Heavy Duty, Cruis=0-Matic, dual range transmission with three speeds forward and one reverse, which will permit sweeping speeds from 2/3 M.P.H. to 12 M.P.H. and legal travel speeds to 55 M.P.H. Torque Con- 2.1:1 at stall. Converter shall operate in a completely verter Ratio: enclosed fluid filled housing and continue to multiply . torque until turbine is driven at 9/10 impeller speed. A heat exchanger for cooling the transmission will be supplied. Electrical Unit shall be equipped with a 12 volt electrical system, System: a 55 amp heavy duty alternator with dual belt drive and 70 amp battery. Controls: All operating controls shall be mounted on the dashboard in full view of the operator so he will not have to divert his eyes from the road. Bumper: Front bumper shall be channel type wrap around without counterweight. - • •h Frame: Sweeper using a standard or modified truck chassis as opposed to having a full sweeper frame will not be accepted. Cab and Sweeper shall be equipped with the following: Accessories: A fully enclosed cab with roll up and down windows, and doors that hinge at the rear and lock back against cab to keep them open during the summer months. A heater and defroster, self -cancelling directional signals with four- way hazard flasher switch. Federal Sign #184 revolving cab flasher or equal, front and rear fenders, gutter broom and rear broom spotlights, two West Coast side mirrors, (convex mirrors not acceptable) dual electric windshield wipers with washers, dual stop and taillights, rear license plate bracket with light, 7 spare gutter broom segments, wire filled, one spare rear broom refill, one 15' length of 2-1/2" hydrant hose with couplings, reflectors, clearance lights, adjustable operator's Bostrom seat with seat belts, undercoating, rear fender mud flaps, front and rear towing eyes, mounting steps on rear fenders, hydrant flow valve and slow moving vehicle decals. m - 3 - T MALYESE GEORGE MALVESE & CO., Inc. Z_W, LONG ISLAND'S O[,F POWER EQUIPMENT pp �,,yOLDEST W W T 1"'R T .. k t4 ,'-."s. t9'"„'.T'R't 0 A.lDI:SSTRIBUTOR ',tG t4 'L'WT' M :S$,4' P.O. BOX 295 • 530 OLD COUNTRY ROAD HICKSVILLE, L. I., NEW YORK 11802 516 681-7600 • 212 886-1900 February 28, 1973 Town of Southold Highway Department Peconic, New York 11958 BID: One (1) New 1973 Mobil Sweeper, Model TE -4 or Equal DUE: March 2, 1973 @ 1:00 P.M. Gentlemen: We wish to submit the following: One Twin Engine MOBIL SWEEPER Model TE -4, having a drive en ine for the truck chassis (designed and fabricated by Mobil Sweeper, and a separate auxiliary engine for sweeping, right hand hydraulically raised and lowered gutter broom, 4 cu, yd, dirt hopper, 280 gallon water tank, coated with Plexoblack and manhole cover, 7161, sweeping path, powered by a 300 cu, in. Ford 6 cylinder gasoline engine with Donaldson Donaclone air cleaner, hour meter, 55 amp dual belt drive alternator, power steering, gutter and rear broom spotlights, dual stop and tail lights, 7.50x20, 8 ply fronts and 10.00x20, 12 ply rear tires, one rear pick up broom polypropylene filled (Speed Sweep), plus one rear broom refill, rear broom, gutter brooms, elevator, and water pump powered by an Industrial Ford, 192 cu, in. 4 cylinder gasoline engine with Donaldson Donaclone air cleaner, hour meter, automatic transmission having 3 speeds forward and one reverse, two speed rear axle, 7 spare wire filled gutter broom segments, fully enclosed cab with roll up and down windows, hot water heater and de- froster fan, interior dome light, dual windshield wipers with washers, 2 West Coast rear view mirrors, rear fenders, mud flaps and mounting steps, 15' length of hydrant hose with couplings, Federal Sign #184 cab mounted revolving flasher, directional signals with 4 -way hazard flasher switch,4 clearance lights, front and rear towing eyes, 6 re- flectors, one Bostrom operator's adjustable seat with seAt belts, rear license plate bracket with light, hydrant flow valve and slow moving vehicle decals. Sweeper to be painted Highway Yellow and undercoated. Net Bid Price delivered without 1967 Mobil Swpr, trade in ...... $199195.00 Net Bid Price delivered including 1967 Mobil Swpr, trade in.... $17,000-00 Delivery: 45 days after receipt of order. Nicholas Barra, P'4�e President of Sales NPS:jc >-.sa d NON-COLT-USIVE 9IDDaI,?G Ci3RTIFICAT1ON By submission of this bid or proposal, the bidder certifics that: (a) This bid or proposal has been independently arrived at without collusion with any other bidder or with any compc?ti- tor or potential competitor: (b) This bid or proposal has not been 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 imformed himself regarding the accuracy of the statements contained in this certification and under the penalties of perjury affirms the truth thereof, such penali.ties being. applicable to the bidder as well -as to the person signing in its behalf; (e) That attached hereto (if a corporate bidder) is a certified copy of the resolution authorizing the execut- ion of this certificate by tho signator of this bid or proposal in behalf of the corpo'e'1te bidder. Nicholas P. Sbarra, V.P. of Sales, of be Resolved that George Malvese & Q -, Inn - (Name of Officer authorized to sign and submit the bid or proposal of this corporation for the following project. One (1) New 1973 Mobil., Sweeper, Model TE -4 or Equal (Described Project and to include in such bid or proposal the certificate as to non -collusion required by section one hundred three -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 is a true and correct copy of the resolution adopted by Gem -__6 Malvese & Cc) — , Tn(' . _ _ __ corporation at a meeting of its board of directors held on the 2nd day OfP�L:YI1hPr. , 19 �:.. (Seal of Corporation) (SECRETARY) A.V.Malvese um..zz����on. uew ;axwnuu+: �.,,�..w+,�.. re n�au.a. it «� +u.x. �, +�impaua�a.awanrxuoni.rnaun a a a Y'Ilf6ka'y'. Yn1iD�iM UYi. 4 i' UI. IIYli. W li ��NI AIi Y" -'w W4 .0'1 '.W,y1, di it I.IJ I Ill, 11 1i it lil 1, ISI wi I LAI MUNICIPAL MACHINERY CO., INCA MUNICIPAL a CONTRACTORS EQUIPMENT JERICHO TURNPIKE (Route 25) SALES a SERVICE CORAM, N. Y. 11727 SELDEN 2-85556 February 27, 197t rwa oaf Southold Highway Department Peconic, New York Attention: Raymond C. Dean, Superintendent Gentlemen: We thank you for forwarding the specifications on your purchase of a 1973 Street Sweeper. We have been advised by our factory that the M -B Cruiser II which we successfully demonstrated to you recently, has been discontinued. The factory is re-engineering this model with many changes. As we have not seen the new model nor seen its performance, we do not wish to offer it to the Town of Southold Highway Department at this time. We are, therefore, not bidding. We thank you again for this opportunity and trust we may be of service to you in the future. DK/mf cc: GSM very truly yours, MUNICIPAL MACHINERY CO., INC. P0�-1 'AC Donald Kempster Sales Manager ' r ' RAND -MAC MURRAY INC. 670 EAST JERICHO TURNPIKE • HUNTINGTON STATION, LONG ISLAND, N. Y. 11746 TEL. (516) 427.8400 (516) ED 4-3807 DISTRIBUTORS OF CONSTRUCTION AND MUNICIPAL EQUIPMENT • SALES. SERVICE AND RENTALS March 2, 1973 Town of Southold Office of Supt. of Highways Peconic Lane Peconic, New York Re: Bid: (1) New Sweeper Due: 3/2/73 Gentlemen: In accordance with your Notice to Bidders, we are pleased to offer our bid as follows: 1 - New WAYNE FOUR WHEEL STREET SWEEPER, MODEL 1-945 Equipped per specifications TOTALPRICE ..................$18,100.00 LESS TRADE: 1967 Mobil....... 1,375.00 NET RTn......... .$16,725.00 TOTAL PRICE WITHOUT TRADE.... $18,100.00 Terms: Net Delivery: 30/45 days from receipt of order We enclose brochure and specifications on the WAYNE MODEL 945 for your perusal. Thank you for the opportunity of submitting our bid. If we can be of further service, please do not hesitate to call. Yours truly, RAND -MAC MURRAY, INC. R. L. Rand S/R/d President NON COLLUSIVE BIDDING CERTIFICATE 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 or potential competitor; (B) this Bid or Proposal has not been know- ingly 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 sign- ing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certifica- tion, 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. Resolved that, RAND -MAC MURRAY, INC., be authorized to sign and submit the bid or proposal of this Corporation for the following project; FOUR WHEEL STREET SWEEPER and to include in such bid or proposal, the certificate as to non- collusion required by Section One Hundred Three "D" of the General Municipal Law as the act and deed of such Corporation, and for any inaccuracies or mis-statements in such certificate, this Corporate -bidder shall be liable under the penalties of perjury. The foregoing is a true and correct copy of the resolution adopted by RAND -MAC MURRAY, INC., at a meeting of its Board of Directors held on the 29th day of October, 1965. ssistant Secretary (Corporate Seal) — --->.2- 7s 'Tafull of "Soldbaib Pxconic, 'N7. V- 11958 RAYMOND C. DEAN Tel. 765-3140 Superintendent 734-5211 NOTICE TO BIDDERS: NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for One (1) New 1973 Mobil Sweeper, Model TE -4, OR EQUAL: - The sealed bids in duplicate, together with a non -collusive certificate, will be received by the Supt, of Highways of the Town Of Southold, at his Office, Peconic, New York, until 1:00 P.M,, March 29 19739 at which time they will be opened and read aloud in public* Specifications for the above may be obtained at the Office of the Supt, of Highways, and delivery date must be submitted, In submitting the bid (a) state the cost of the above WITH an allowance on a 1967 Mobil Sweeper and (b) the cost of the above WITHOUT any trade-in allowance, as part payment on the New Sweeper, The Sup't* of Highways reserves the right to reject any and all bids and to waive any and all informality. in any bid, should it be deemed to be in the best interest df the Town of Southold, to do so* All bids must be signed and sealed in envelopes plainly marked (BID of New Sweeper) to the Office of the Supt. of Highways. The bid price shall not include any Tax, Federal, State or Local, from which the Town of Southold, is exempt, Dated: February 13, 1973 RAYMOND C. DEAN, Sup'to of Highways S VE C I F I C A T I O N S It is the. intent of these specifications to describe a four wheel, rear wheel drive, twin engine power street broom with a right side gutter broom, rear broom and a four cubic yard dirt hopper, It shall have a minimum dry weight of not less than 119700 pounds. Unit shall be a Mobil Sweeper, Model TE -4, OR EQUAL: - Engine (Propulsion) Engine shall be a Ford Model CSPG, six cylinder overhead valve gasoline engine with a seven main bearing crankshaft, 8,4 to 1 compression ratio having not less than 300 cuo ino displacement and developing 165 horsepower at 39300 RPM. A Donaldson Donaclone heavy duty air cleaner and hour meter shall be furnished, Engine: (Auxiliary) Engine in rear of sweeper driving brooms, elevator and water pump shall be a 4 -cylinder Ford industrial water cooled gasoline engine with 192 cu. in, piston displacement, auxiliary engine controls located in the cab. Reversing transmission and 12 volt electrical system combined with main system, Auxiliary engine to be equipped with an hour meter, heavy duty Donaldson Donaclone air cleaner and be well ventilated and accessible from the ground for easy maintenance, Dirt Hopper: Dirt hopper shall have a capacity of not less than four cu. yards and filled by a rubber type squeegee conveyor driven by steel chains on rubber sprockets and dumped by a hydraulically operated, flat reinforced steel, quick opening dumping gate, Conveyor chains and sprockets shall be guaranteed for two years of 129000 miles, whichever occurs first, on a pro -rata basis, Rear Broom: Sweeper shall have a rear pick up broom not less than 36" in diameter and 60" long filled with polypropylene. It shall be hydraulically raised and lowered, full floating and self -aligning, with variable speeds forward and reverse. Distance from center line bf rear wheel to center line of rear broom shaft shall not exceed 62" in a down position. Gutter Broom: Sweeper shall be equipped with 42" free floating, full side way oscillating, hydraulically raised and lowered, seven aluminum section type gutter broom, having variable speeds forward and reverse, broomed with 26" standard steel wire. Final drive to use shafting and mitered bevel gearso Operator shall be able to see gutter broom from a normal driving position with cab door closed without the use of mirrors, Sprinkler System: Sweeper shall be equipped with a 280 gallon water tank having a sprinkler system to cover the sweeping path for dust control: Water tank to be coated with plexoblack and have a manhole with cover, Rear Axles: Unit shall be equipped with a heavy duty truck type two speed, electrically shifted, double reduction rear axle with 6.75:1 and 12.64:1 ratios. Weight on rear axle shall not exceed 179000 pounds with hopper and water tank fully loaded: Rear axle mounting plates on under side of axle housing shall be 3/4" steel plateso Front Axles: Front axle to be rated at not less than 7,000 ;bso, having dual full hydrau- lic power cam and lever type steering, Tires: Front tires shall be at least 7,50x20, 8 -ply and rear tires 10,00x20, 12 -ply. Brakes: Sweeper shall be equipped with not less than four wheel hydraulic brakes with Hydrovac booster, Transmission: To be Heavy Duty, Cruis-O-Matic, dual range transmission with three speeds forward and one reverse, which will permit sweeping speeds from 2/3 M.P,H. to 12 M.P.H. and legal travel speeds to 55 M.P.H, Torque Converter Ratio: 2,1:1 at stall, Converter shall operate in a completely enclosed fluid filled housing and continue to multiply torque until turbine is driven at 9/10 im- peller speed, A heat exchanger for cooling the transmission will be supplied, Specifications continued: Electrical System: Unit shall be equipped with a 12 volt electrical system, a 55 amp heavy duty alternator with dual belt drive and 70 amp battery, Controls: All operating controls shall be mounted on the dashboard in full view of the operator so he will not have to divert his eyes from the road, Bumper: Front bumper shall be channel type wrap around without counterweight, Frame: Sweeper using a standard or modified truck chassis as opposed to having a full sweeper frame will not be accepted, Cab and Accessories: Sweeper shall be equipped with the following: A fully enclosed cab with roll up and down windows, and doors that hinge at the rear and lock back against cab to keep them open during the sumer months, A heater and defroster, self -cancelling directional signals with four -+way hazard flasher switcho Federal Sign x'184 revolving cab flasher or equal, front and rear fenders, gutter broom and rear broom spotlights, two West Coast side mirrors, (convex mirrors not acceptable) dual electric wind- shield wipers with washers, dual stop and taillights, rear license plate bracket with light, 7 spare gutter broom segments, wire filled, one spare rear broom refill, one 15' length of 2-1/2"hydrant hose with couplings, reflectors, clearance lights, adjustable operator's Bostrom seat with seat belts, undercoating, rear fender mud flaps, front and rear towing eyes, mounting steps on rear fenders, hydrant flow valve and slow moving vehicle decals, Miscellaneous: Turning radius not to exceed 199, Overall height including cab, not to exceed 89"o Overall sweeper length not to exceed 20''7", Wheelbase not to exceed 115", NONCE: The successful bidder shall furnish the following: 1- Maintenance Repair Manual 1- Parts Manual 1- Operator's Manual 2 -