Loading...
HomeMy WebLinkAboutHighway1. Galv. and Aluminum Culvert Pipe and connecting bands 2. Grating Frame and Curb Inlet Casting 3. Blue stone 4. Tires & Tubes 5. Rings, Domes and covers 6. Broom refills 1. Road Asphalt Materials 2. Diesel Fuel r -2/S. 00 'LOCAL STEEL & STUPPLY CO. 'I'S, o o 91199-. ✓GOTHAM SAND & STONE CORP. & s ,.--VAN DYCK & YOUSIK, INC. is —'CARBRO INDUSTRIES, INC. 1'9, 3 a 11.00 ✓+:`4fel. jq --'ASPHALTS, INC. , '2 RAYMOND C. DEAN Superintendent �t�1�fa�g �e�ttz��text# 'T[T�tIt of �svut vib PraniC, N,. V- 11958 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: Tel. 765 - 3140 734-5211 loll 10,000 gallons of Diesel Fuel, delivered to the Highway Dept. and the Town Disposal Area. v 2. ✓ 3. p "YN 1 1,000 lin. ft. of 12" dia. 16 ga.l0�lg. Galv. and Aluminum Spiral Lock Seam Culvert Pipe (PE 100 pcs. 12" dia. 16 ga. Connecta 400 line ft. of 18" dia. 16 ga. x "-0'- 1g. G v. and Aluminum Spiral Lock Seam Culvert Pipe ED) 40 pcs 18" dia. 16 ga. ODnnecting.Bands 200 lin. ft. of 24" dia. 16 ga. x'-40' 1g. Galy. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATgD)m 20 pcs. 24" dia. 16ga. Connecting Bands 100 Lin. ft. #F 30" dia. 16 ga. x 10' Ig. Galy. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 10 pcs. 24" dia. 16:ga. Connecting Batey 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 4. (a) Request for the purchase and delivery of 2500 tons, more or less, as may be needed, of -1/8" Blue Stone, to be delivered by truck to the Highway Dept. yard9 Peconic, New York and each truck must have a weight slip. --15e 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 4 R - 10.00/24 - 12 ply tires & tubes 6 - 1190/22 - 12 ply tires & tubes �11r�Ez" r 4 - 12.00/20 - 14 ply tires & tubes��� 4 - 11.00/20 - 12 ply tires & tubes - ' :?. �u "I. _ G 4�° 25 - 10.00/20 - 12 ply tikes & tubes. - e j,7 `R - 7.50/20 - 10 ply tires & tubes - z.�_�c y t� s /k or. 6 - 5.50/16 - 4 ply tires & tubes .e, r .>+ aco c,,n„ 22 - 7.10/15 - 6 ply tires & tubes Lu C c, .e-,! — C/UG .z- a -- /1,�z-L�� _.. �,,,..,►�a t e l w� d `r �iea , ,c_ Xo£un of "'Sivut4o b Vetuutc, W 1!_ 1.1.95.8 RAYMOND C. DEAN Tel. 765-3140 Superintendent 734-5211 NOTICE TO BIDDERS Page II 6. Tires & Tubes continued: 10 - 7.10/15 - Tubes 4 - 7.50/15 - 12 ply tires & tubes 4 - 14.00/24 - 10 ply Grader Tires 11L - 11.00/24 - 12 ply tire & tube ((���� r 2 - ' � `'"` - 4 ply Diamond grip all `tea` ge"r tires & tubes 7. 30 - 4'6" x 8' Drainage Rings �•�i, a//2 p� f 30 - 316" x 8' Drainage Domes 30 - 36 Covers 3�OWr�� �.� 8. 15 - Danline (OR EQUAL) refills for rear brooms (32_mLae 4-pt"*ic) 15 - H -7908H gutter broom wire I Specifications for the above maybe obtained at the office of the Supt of Highways, Peconic' New York. The Sealed bids, in duplicate, together with a non -collusive certificate, will be received by the Supt of Jiig]Ways _of _the_Town__of Southold, at his office, Peconic, N.Y., untilicUO P.M;�ebruary 22, 1974>at which time they will be opened and read 'altfud �n public. ,. All bids must be signed and sealed in envelopes plainly marked (Bid'on ) to the office of the Supt of Highways. 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 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 Supt of Highways �t�I��tt� �e�ttxtzn.en# 'Tofutt of'Sout4olb Perouic, 'N7_ V. 11958 RAYMOND C. DEAN Superintendent RESOLUTION BY: SlYMNDED BY: RESOLVED, that the Stip"t of Highways of the Town of Southold, be authorized to advertise for bids a.nd to purchase from the lowest responsible bidder, 500,000 gallons of Asphalt Road MateriRls, more or less as may he needed, for the repa4rs of Town Highways. Vote of the Town Board: Supervisor Albert M. Ma.rtocchia. (Yes) (NO) Justice Louis Demarest (Yes) (No) Justice Martin Suter (Yes) (No) Councilman James Rich, Jr. (Yes) (No) Councilman James Homan (Yes) (No) Dated:February 8, 1974 Town Clerk Town of Southold Tel. 765-3140 734-5211 j RAYMOKD C. DEAN Superintendent RESOLUTION BY: SPCONDED BY: Tofun of'Son#Clolb Peronic, N. V~ 11958 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, 10,000 gallons, more or less as may be needed, for the Highway Department and Disposal Area, of Diesel Fuel. 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: February 8, 1974 Town Clerk: Town of Southold m Te I. 765 - 3140 734-5211 'iBhttPx#ztt�# afun of "Solt 4olb Peronir, N. iq_ 11!358 RAYMOND C. DEAN Superintendent RESOLUTION BY: SECXINDED 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 less, as may be needed: 1,000 Yin, ft. of 12" dia. 16 ga. x 10' lg. Galve AND Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 100 pcs. 12" dia.. 16 ga. Connecting Bands 400 tin. .ft. of 18" dia. 16 ga. x 101 1g. Galy. AND Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 40 pcs. 18" dia. 16 ga. Connecting Rands 200 lin, ft. of 24" dia. 16 ga. x 10'l.g. Galv, AND Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 20 pcs. 24" 16 ga. Connecting Bands 100 ?ins ft. of 30" dia. 16 ga. x 10' 1g. Galy. AND Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 10 pcs. 24" 16ga, 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: February 8, 1974 Town Clerk: Town of Southold Tel. 765-3140 734-5211 'ig ftlav PrVartment cTofun of "Sout4olb Prrunir, �K- -9- 11958 RAYMOND C. DEAN Superintendent 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 may be needed: 30 - Code No. 31894 Grating, Frame and Curb Inlet Casting, 6' ht. with 4" opening - 22" x 35" overall of grating. 20 - Code No. 15805 Circular Frame and Grate. 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) Date,!: February 8, 1974 Town Clerk: 7bwn of Southold Tel. 765-3140 734-5211 (` viun of "�Sout4olb Pecouic, '. V_ 119-55 RAYMOND C. DEAN Superintendent 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 Jowest .responsible bidder, the fotlorring, more or less as may he needed: (a) - 2,500 tons of 3/8" Blue Stone, to be delivered by truck to the Highway Department Yard, at Peconic, N.Y., and each truck must have a weight slip. (b) - Price loaded on Town Trucks, from Barge, at Mattitt.:ck, 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) Councilrian James Homan (Yes) (No) Dated: February 8, 1.074 Town Clerk: Town of Southold Tel. 765-3140 734-5211 Tefun of �'Sozl#Ijolb vrronir' �K_ V. 1 958 RAYMOND C. DEAN Superintendent 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: 30 - 4'6" x 8' Drainage Rings 30 - 3'6" x 8' Drainage Domes 30 - 36" covers Vote of the Town Board: Swervisor Albert Me 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: February 8, 1974 Town Clerk: Town of Southold Tel. 765-3140 734-5211 ofnn of "'i'uu#4olb Peranir, N_ Ig- 11955 RAYMOND C. DEAN Superintendent 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: 15 - Danline (OR EQUAL) refills for rear brooms (32 wire 4 plastic) 15 - H -7908H gutter broom wire 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: -Pebruary 8, 1974 Town Clerk: Town of Southold Tel. 765-3140 734-5211 �tg4ftittu PrPartment To£un of '�&uut4vla RAYMOND C. DEAN Superintendent RFSOTUTION 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 responsib' e bidder, the following tires and tubes, more or less as may be needed, for the year 1974: Tel. 765-3140 734-5211 2 - 23.5/25 - 1.6 ply tiros 4 - 12.00/14 - 12 ply tires and tubes 4 — 17.5/25 — 12 -ply tires 2 — 11.00/24 — I?mply 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 - 1.0.00/20 - 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 a - 10.00/24 - R -ply tires & tubes 2? - 7.10/15 - 6 -ply tires & +ubes 10 - 7.10/15 - tubes 4 - 7.50/1.5 - 12 -ply tires & tubes 4 - 14.00/24 - 10 -ply Grader Tires 1 - 11.00/24 - 12 -ply tire & tube 7 - 13.6/26 - 4 -ply Diamond grip all weather tires & tubes r f RAYMOND C. DEAN Superintendent 11au pzparilunli ID Zafurt x11 tY1It II�14 Prunir, �K. 'g_ 1.1.958 RESOLUTION BY: Justice Doyen SECONDED BY: Justice Suter RESOLVED, that the Sup't, of Highways of the To-jn of Southold, be authorized to advertise for bids and to purchase from the lowest responsible bidder, the following items, more or less, as may be needed: 12000 lino ft, of 12" dia. 16 ga. x 10' lg, Ga1v. AND Aluminum Spiral Lock Sean Culvert Pipe (PERFORATED) 100 pcs. 12" dia. 16 ga, Connecting Bands 400 tin, ft, of 18" dia. 16 ga, x 10" 1,-, 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 Ig. 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 Scam Culvert Pipe (PERFORATED) 10 pcs, 24" 16ga, Connecting Bands. Vote of the Town Board Supervisor Albert M, Martocchia Justice Louis Demarest Justice Martin Suter Councilman James Rich, Jr. Cquncilman J,(amesJ Homan / Dated: February 8, 1974 Town Clerk e l Tou,n of Sou Ye ))(No) (No) (No) (No) Tel. 765-3140 734-6211 L� RAYMOND C. DEAN Superintendent RESOLUTION BY: 1 G7(ZoWn of '�&uufljolb Peronir, ' . . 11958 Tel. 765-3140 734-5211 Justice Suter SECONDED BY: Councilman Homan RESOLVED, that the Supt* of Highways of the Torn 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: 30 - Code No, 31894 Grating, Frame and Curb Inlet Casting, 6' ht, with 4" opening - 22" x 35" overall of grating. 20 - Code No. 15805 Circular Frame and Grate* Vote of the Town Board Supervisor Albert M, Martocchia es (No) Justice Louis Demarest -7--- Justice Martin Suteres (No) Councilman James Rich, Jr. ;Pe (No) Councilman James Homan (No) ,�/ .✓ Dated: February S. 1974 Town Clerk• Town of Southold RAYMOND C. DEAN Superintendent RESOLUTION BY: Councilman Homan SECONDED BY: Councilman Rich RESOLVED, that the Sup't of Highways of the Torm 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) - 2,500 tons of 3/8" Blue Stone, to be delivered by truck to the Highway Department Yard, at Peconic, NoYo, and each truck must have a weight slip, (b) - Price loaded on Town Trucks, from Barge, at Mattituck, New York , Vote of the Tovm Board: Supervisor Albert M, Martocchia es (No) Justice Louis Demarest (Y , Justice Martin Suter c�3 (No) Councilman James Rich, Jr,es (No) Councilman James Homan es ` (No) 0i i Dated: February 8, 1974 Tbwn C1erK'�'- Town of Southold Tel. 765-3140 734-5211 � y (` OW11 of 'tSuufljci3 RAYMOND C. DEAN Superintendent RESOLUTION BY: Councilman Homan SECONDED BY: Councilman Rich RESOLVED, that the Supt of Highways of the To•rri of Southold, be authorized to advertise for bids and to purchase from the lowest responsible biddero the following: 30 - 416" x 8' Drainage Rings 30 - 316" x $' Drainage Domes 30 - 36" Covers Vote of the To.,in Hoard: Tel. 765-3140 734-5211 Supervisor Albert Mo Martocchia Qui (No) Justice Louis Demarest (Yesi Justice Martin Suter 6YiD (No) Councilman James Rich, Jr* a (No) councilman James H�o((}y�/�/an ' (No) 17 Dated: February 89 1974 Town Clerk: ss� o of Southold RAYMOND C. DEAN Superintendent �- t���x1►�Id Cx�j3:���:iiii.i ZofVn of Peranir, �K. -f. 11'gJr s RESOLUTION BY: Councilman Homan SECONDED BY: Councilman Rich RESOLVED, that the Supt of Highways of the Town of Southold, be authorized to advertise for bids -nd to purcha;c from the lowest responsible bidder, the following, more or less: 15 - Danline (OR EQUAL) refills for rear brooms (32 wire 4 plastic) 15 - H -7908H gutter broom wire Vote of the Toun Board: Supervisor Albert M„ Martocchia (� (No) Justice Louis Demarest-(yei}--FNoi--Z�e�;c Justice Martin Suteresa (No) Councilman James Rich, Jr,Ye (No) Csouncilman James Ho"n CN ) Dated: February 8, 1974 Town Clerk;'' Town of Southold Tel. 765-3140 734-5211 c fi&uag .eyartramt Petonic, X V. 11958 RAYMOND C. DEAN Superintendent RESOLUTION BY: Councilman Rich SEWNDED BYs COUnt-i m`: Homan RESOLVBD9 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 tires and tubes, more or less as may be needed, for the ear 1974: Tel. 766-3140 734-6211 2 - 23.5/25 - 16 ply tires�%ubes 4 - 12,00/24.- 12 ply tires (9Lva-s 4 - 1795/25 - 12 -ply tires 4-4j0'00a.A..� 2 - 10.00/24 - 12 -ply tires & tubes` 6 - 11.00/22 - 12 -ply tires & tubes 7 4 :m=12900/20 - k4 -ply 14reis & t tibe?:u 11,00/20 - - s & tubes .. 25 - 10.00/20 - 12 -ply tires & tubes . a .•-.� 2 - 7.50/20 - 10 -ply tires & tubes 2 - 7,00/20 - 10 -ply tires & tubes 7-• �.--�__ 6 - 5.50/16 - 4 -ply tires & tubes 2 - 10.00/24 - 8 -ply tires & tubes — .nry. .�•-_ --- s 02 22 - 7,10/15 - 6 -ply tires & tubes `� e r 10 7,10/15 - tubes �� 02 y 4 - 7.50/15 - 12 -ply tires & tubes 4 - 14,00/24 - 10 -ply Grader Tires 1 - 11.00/24 - 12 -ply tyre & tube /9f1 -Cr 2 - 13.6/26 GG - 4 -ply Diamond grip all weather fires & tubes rye-f.t,c4-Q Vote of the Town Board , Supervisor Albert M. Martocchia <jjjD (No) Justice Louis Demarest�� Justice Martin Suter XYEOTO (No) Councilman James Rich, Jr.s (No) nciims"ames Homs� I-Tt� �No) Dateds February 8, 197* Town Clerks Town of SoutRold COUNTY OF SUFFOLK STATE OF NEW YORK ss: C. Whitney Booth, Jr., being duly sworn, says NOTICE TO BIDDERS that he is the Editor, of THE LONG ISLAND NOTICE IS HEREBY GIVEN, TRAVELER - MATTITUCK WATCHMAN, a public news- in accordance with the provision paper printed at Southold, in Suffolk County; and that of Section 103 of the General Municipal Law, that sealed bids the notice of which the annexed is a printed copy, has been are sought and requested for the following ite I' - - purchase of "the_ ms, published m said Long Island Traveler Mattituck Watch- more more or less, as may be needed: 1. 500,000 gallons of Asphalt man once each week for .........J'�:...�l.l.. weep 4 Road Materials, more or less, ^ as may be needed for the �L repairs of Town Highways.successively, commencing on the ............... ...... 0 w000 alions 'of Diesel Fuel, `'� delivered to the Highway day of .......... �.s. a.... 19 g g � .f �...� Dept. and the Town Disposal Area f% Specifications for the above .....................................`.:........................................ _ may be obtained at the office of the Supt of Highways, Peconic, New York. The sealed bids, in duplicate, together with a non-collusive // JJ /� certificate, will be received by Sworn to before me this .......l..�14�(........ day of the Sup't of Highways of the 11 1 Town of Southold, at his Office, C ,fin 1 Peconic, New York until 1:30 ......•••• bt GG.� ��••. 19 . P. M., March 7, 1974 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 ) .o theL..4....... .................... Office of the Sup't of Highways. Notary Publieec The Sup't of Highways re- serves the right to reject any and all bids and to waive ani 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 South- old. Ls exempt. Dated: February 26. 1974 RAYMOND C. DEAN, Supt of Highways 1T-2-28 AGWAY PETROLEUM CORPORATION, BOX 705, RIVERHEAD, LONG ISLAND, N.Y. 11901 PHONE: 516-727-3012 Yarch 7, 1974 Raymond C. Dean Sup It Of Highways Town Of Southold, N.Y. Dear Sir: We hereby submit our bid to deliver approximately 10,000 gallons of Agway Green Diesel Fuel, to your storage in Peconic and Cutchogue, N.Y. at the Agway posted price at the time of de- livery, less discount of .005 per gallon. The posted price today is .342 per gallon. Thank for your cons-.deration. Respectforly Agway Petroleum C rp. Norman Tyte, Mgr r NON -COLLUSIVE BIDDING CERTIFICATION A. By submission of this bid the bidder and each person signing on hebalf of the bidder certifies, and if this is a joint bid each party thereto certifies as to its own organization, under penalty of perjury that to the best of the bidder's knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restrict- ing 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 purposes 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 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 political subdivision, public department, agency or official thereof to which the bid is made, or his designee, determines that such disclosure was not made for the purpose of restricting competition. The fact that the 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 disclosure within the meaning of paragraph A above. C. If the bidder is a corporation the corporation shall be deemed to have been authorized by the board of directors of the bidder to make the above certification and such authorization shall be deemed to include the signing and submission of the bid and the inclusion therein of the certificate as to non -collusion as the act and the deed of the corporation. By, Signature -7> / 974 y 'A. RAYMOND C. DEAN Superintendent �tl$�.tlt��t .E�1c`Zxf�YiEkt� (` afun of �$out4olb Feronic, N. V_ IIS58 March 8, 197+ Asphalts, Inc. 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. Very truly yours, RCD/esg RAYMOND C. DEAN Sup't of Highways Tel. 766-8140 784.6211 Tafun of aSout4IIlb 11958 RAYMOND C. DEAN Superintendent March 8, 197+ Local Steel and Supply Go. 60 Jericho Turnpike Mineola, New York Gentlemen: As a result of recent bids, be advised that you have been awarded the bid on Code #3189+ Grating, Frame and Curb Inlet Castings and Code #15805 Circular Frame and Grate for this year. Very truly yours, RCD/esg RAYMOND C. DEAN Supt of Highways Tel. 765-3140 734-5211 Tofu" of'*o:lt40Ib RAYMOND C. DEAN Superintendent March 8, 197+ Gotham Sand and Stone Corp. Post Office Box 351 East Shore Road Port Washington, N.Y. 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, RCD/esg RAYMOND C. DEAN Supt of Highways Tel. 765-3140 734.5211 RAYMOND C. DEAN Superintendent 'Mg4i ag Ptpartmut Tefun of,' oil March 8, 197+ Van Dyck & Yousik, Inc. 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, RCD/esg RAYMOND C. DEAN Sup't of Highways Tel. 766-3140 734-6211 r ...•. �t�C��U�C�T �E�J�tz�1lt.Exi� vfnn of'Sou#llolb RAYMOND C. DEAN Tel. 765-3140 Superintendent 734-5211 March 8, 197+ Carbro Industries, Inc. Old Northport Road Kings Park, New York 1175+ Gentlemen: As a result of recent bids, be advised that you have been awarded the bid on Drain rings, domes and concrete covers for this year. Very truly yours, RCD/esg RAYMOND C. DEAN Suptt of Highways RAYMOND C. DEAN Superintendent Zvf n of '*Vut4IIb Prouir, X. It. 11958 March 8, 197+ Blue Ridge Oil & Chemical Corporation Garfield, New Jersey 07026 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 year. Very truly yours, RCD/esg YMOND C. DEAN Sup't of Highways Tal. 765-3140 734-5211 • ZofZrn of'SontIT01b Fetonit,_ a JS$ RAYMOND C. DEAN Tel. 765-3140 Superintendent 734-5211 March 13, 197+ Chemung Supply Corporation Corning Road, Rte 328 P.O.Box 527 Elmira, New York 14902 Gentlemen: As a result of recent bids, be advised that you have been awarded the bid on Corrugated Aluminum Spiral Look - seam Culvert pipe (Perforated) and Connecting Bands for this year. Very truly yours, RCD/esg RAYMOND C. DEAN Supt of Highways RAYMOND C. DEAN Superintendent �i$��ntt� -�e�ttx#1ttE�tt vfun of Aaut4olb FBrunir, X. at. 11955 Tel. 766.3140 734-6211 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. 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, New York until 1:30 P.M., March 7, 1974 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 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 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 26, 1974 RAYMOND C. DEAN Sup't of Highways RAYMOND C. DEAN Superintendent �t���tt� �.e�rttz-�mextt Tofun of Aout4vlb Fecanic, �K. V. 11958 TOWN OF SOUTHOLD LIQUID ASPHALT BID Due to the unstable petroleum prices our bid for supply of liquid road materials for the year of 1974 is submitted with the following addendum: Should there be a general increase in the cost of supplies and materials specified herein, the successful bidder may apply for an increase in the unit price bid, but not to apply after the first delivery of material shall start. All increases shall be in letter form from the manufacturer. Tol. 766-3140 734-6211 p , J Tol. 766-3140 734-6211 BIDDER'S CEI M;.ICACE For ASPHALT CUTBACK This is to certify that the undersigned proposes to furnish Cutback Asphalt which will comply with the requirements for type Grade • The Cutback Asphalt is manufactured by whose plant is located at The plant 1}as a capacity of _ gal&ons per 8 -hour day and has regularly manufactured Cutback Asphalt for the past i_years* The specific source of the Asphaltic Base is selected Gulf Coast and Venezuelian Crudes. If we receive an award of order or contract on any of the item(s) bid upon we will begin delivery of Cutback Asphalt within_ hours of notice to deliver. We agree to furnish Cutback Asphalt at the rate ordered to maximum rate of gallons per 8••bour day. Company By official title Date If the bidder is an authorized agent of the manufacturer, the following authorization must be executed by the manufacturer: This is to certify that Name of Bidder Street City & Zone No. State is xrocik*=kxad our authoriLzed agent and is capable of making deliveries in compliance with the aboww certificate, r Name of Manufacturer BY official title Date: Name Nam of Members If a Corporation President Secretary Treasurer If a Firm -3- Address Address FOR ASPHALT ROAD MAMIALS FOR DUMMY TO THE T= OF SOUTHOLDt NEW YORK ITER NO. 1 TO THE SUMBUINDENT OF HIGIMAYS TOWN OF SUUTIIOLD PECONIC, N. Y. L. The undarsij;nod horoby propose to iumish approximately 500.000 gallons of Grades RC -2 and MIC -2 As;:�halt Road Materials to the Town of Southold, Suffolk County, N. Y. all in accordance -with the Specifications of the Superintendent of Ilighways of th aid `des m dated A. Delivered to the Towm*ft ' mdpMont in the jown of Southold per gallon. 2. The undersigned furtheAtates that the location, type and capa- city of the storage facilities in the Toim of Sowthold, are as follows: A. Type of Storage Facilities B. Location of Storage Facilities C. Capacity of stor4ge Facilitios 3. In submitting this bid the undersigned declares that lie is or they are the only person or persons interested in the said bid and that it is mado without any conxiection with any person makinZ another bid for the same contract. The undersigned further declares that he has or they huve care- • fully exaamixied the specifications and Ui.sa form of bid and has or have satisfied him4elf or themselves as to all the tor►,.:a and corw1itionsa, and understand that in signing this proposal he or they waive all right to plead any miaunderstanding regarding the same. 4. AccompatWing this proposal is cash, a bank check or certified check for In case this proposal shall all be accepted by the 'Town of Southold, and the undersigned shall fail to execute the contract and in all .reopocts comply with the specifications and thin form of bid, the moniaa roprodented by such casshin or chook &hall be regarded as liquidated dairAgesa 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 ppovivions. g. On acceptance of this bid the undersiZnwd does; or do hereby bind himself or themselves to enter into a written contract within tan days of the date of notice of the award of the bid with tho said Town of Southold, and to comply in all respects with the provisions of the specifications in relation to the, security Cor they faithful performance of the terms of said contract. Datods , 3199 The P. 0. Address of the Bidder is :Legal name of per on, firm or corporation .LYS Stroot City and Stater "2 - SPECIFICATIONS FOR THE PURCHASE OF ASPHALT ROAD MATERIALS, TOWN OF SOUTHOLD, SUFFOLK COUNTY, N. Y. r ,,. Under'ahese specifications, bids are sought for the purchase of Asphalt Road Material for the use by the. Southold Town Highway -Department, in the repair and maintenance of flown Highways. Each bid must be submitted in duplicate in sealed envelopes clearly J ' endorsed with the name of the -person, firm or corporation presenting it. $ach bid must be marked "Bid for Asphalt Road Materials".. -Bid forms and Bidders Certificate, may be obtained at the Office of the Superintendent of Highways of the Town of Southold, Peconic Lane, Peconiel N. Y., Bids will be received'at the Office of the Superintendent of Highways of the Town of Southold, Peconic Lane, Peconic, N. Y. until ►+clock P tL. on as set forth in the published notice to bidders published in thp.L. I. Traveler-Mattituck Uhtchman, Each bid must be accompanied by a bank draft or oertified,check made payable to the "Town of Southold!' in an amount'equal to 3% of the amount of the bid.' All deposit checks 'except those of the •lowest. responsible bidder will be returned within s days after the opening of the bids. The bid check of the lowest responsible bidder will be retained until said bid er has executed aro delivered to the Superintendent of Highways the contract, bonds and all other documents required by these specifications. Should the lowest responsible bidder fail to execute the contract and furnish the bond and other documents required, hi's bid deposit shall be forfeited to the Town of aouthold as liquidated damages and shall be deposited by an officer or e�►ployee of,the Town of Southold'to the oftdit of the proper town fund,, and the Superintendent may award the contract to the second lowest responsible bidder or may re -advertise for bids; which ever he deems in the;best interest of the Town. In the event all bids are rejected, all bid checks will be returned immediately upon such rejection. The Superintendent of Highways preserves the right, to reject any and ! ' all bids, The successful bidder shall furnish and maintain at his oxpenso, during the term of the contract, a bond for the faithful performance of j the contract, the coverage, of which ' shall be 100N of the ' contract araount. The form of the required performl.:nco bond, the sur^ oioncy of sureties and the =nner of execution shall be* approved by the Superintendent of Highways. , ITEM NO. 1, Under this` Item No. 1. bids aro requested for the purchase of approxi-,, mately 500,000 gallons (or as` much thereof as may b© necessary) for the ' I repair 'aixi , maintenanco of the town hir' raja;' for 'a period of one year, of Grades RC -2 and M--2 An, halt 'Road14,atorials, which materials &hall comply with the specifications sat forth below. Said materials must be dolivored, to and made available in the Town of Southold, `1.o.be dolivorod to txucks of the Town of Southold. The bidder must have not less'than 30.000 gallons of Grade RC -2 znateri.al and not less than 30,'000 gallons of Grado MC -2 material in permanently heated storage tan13 located in the Town of Southold, heatod to a te:aporaturo of not loss that 150 degrees Fahrenheit and available for :L=edi.ato dolivoinj to trucks of the Town of Southold, as' and when required by the Superintendent of kliChwaya for a'poriod of one i year. The bidder must specify the facilities which he will,maintain in the I Town of Southold for storaeo o€,the above materials as'well as,the location od said atorago facilities in the Town of Southold. Each bid must be accompanied by a "Biddor Certificate" for Asphalt Cut Back, showing tho supplier of this material and the location of the Plant. An authorization by the supplier, authorizing the Bidder to acteas•agent for the supplier, in the Town of Southold. 1 ' W 1 „ r I �I Ir The successful bidder shall furnish and maintain at his oxpenso, during the term of the contract, a bond for the faithful performance of j the contract, the coverage, of which ' shall be 100N of the ' contract araount. The form of the required performl.:nco bond, the sur^ oioncy of sureties and the =nner of execution shall be* approved by the Superintendent of Highways. , ITEM NO. 1, Under this` Item No. 1. bids aro requested for the purchase of approxi-,, mately 500,000 gallons (or as` much thereof as may b© necessary) for the ' I repair 'aixi , maintenanco of the town hir' raja;' for 'a period of one year, of Grades RC -2 and M--2 An, halt 'Road14,atorials, which materials &hall comply with the specifications sat forth below. Said materials must be dolivored, to and made available in the Town of Southold, `1.o.be dolivorod to txucks of the Town of Southold. The bidder must have not less'than 30.000 gallons of Grade RC -2 znateri.al and not less than 30,'000 gallons of Grado MC -2 material in permanently heated storage tan13 located in the Town of Southold, heatod to a te:aporaturo of not loss that 150 degrees Fahrenheit and available for :L=edi.ato dolivoinj to trucks of the Town of Southold, as' and when required by the Superintendent of kliChwaya for a'poriod of one i year. The bidder must specify the facilities which he will,maintain in the I Town of Southold for storaeo o€,the above materials as'well as,the location od said atorago facilities in the Town of Southold. Each bid must be accompanied by a "Biddor Certificate" for Asphalt Cut Back, showing tho supplier of this material and the location of the Plant. An authorization by the supplier, authorizing the Bidder to acteas•agent for the supplier, in the Town of Southold. 1 ' W 1 „ 1 I �I The successful bidder shall furnish and maintain at his oxpenso, during the term of the contract, a bond for the faithful performance of j the contract, the coverage, of which ' shall be 100N of the ' contract araount. The form of the required performl.:nco bond, the sur^ oioncy of sureties and the =nner of execution shall be* approved by the Superintendent of Highways. , ITEM NO. 1, Under this` Item No. 1. bids aro requested for the purchase of approxi-,, mately 500,000 gallons (or as` much thereof as may b© necessary) for the ' I repair 'aixi , maintenanco of the town hir' raja;' for 'a period of one year, of Grades RC -2 and M--2 An, halt 'Road14,atorials, which materials &hall comply with the specifications sat forth below. Said materials must be dolivored, to and made available in the Town of Southold, `1.o.be dolivorod to txucks of the Town of Southold. The bidder must have not less'than 30.000 gallons of Grade RC -2 znateri.al and not less than 30,'000 gallons of Grado MC -2 material in permanently heated storage tan13 located in the Town of Southold, heatod to a te:aporaturo of not loss that 150 degrees Fahrenheit and available for :L=edi.ato dolivoinj to trucks of the Town of Southold, as' and when required by the Superintendent of kliChwaya for a'poriod of one i year. The bidder must specify the facilities which he will,maintain in the I Town of Southold for storaeo o€,the above materials as'well as,the location od said atorago facilities in the Town of Southold. Each bid must be accompanied by a "Biddor Certificate" for Asphalt Cut Back, showing tho supplier of this material and the location of the Plant. An authorization by the supplier, authorizing the Bidder to acteas•agent for the supplier, in the Town of Southold. 1 ' W 1 „ ' I 1 ' r i + ' r + SP.=F1CA T w• v1 -u S FOR RC -2 AND i N.0-2 AsPaLT XM-RDISO,,`, r MADE Y- _29 `{ GR APY ' 17.3 ,r i 15.7 5pao., Gravity c 77° F r; 0.95 o•96 " Flash Tom CC°r � -7 • 170 ' ' ViaSS£ . 1�;4°Fon 152 , U �r. 19 .0'.. ,I 21 ,ca�i� c &A 23 1� . G 680°F 241 23 Distillate % to 6u0°r 37 0500017 r 86 G 600°,',' 98 7a Residue. by =.C. • L Vol. . 76 77 Toot On R0Sida0 6r0M ; distial Pon at 770: 96 187 Ductility at 770E 110¢ 110 1/0 Sol in CC 14 99.9 , 99.9 Spot test�OLS�S Rog. Rog. D7►tod: 19 TOWN OF SOU HOLD RAYMOND C. DEA? Suporin�c►ondont ofF;hways :7, i • �t�.�£utt� �.e�ttztxtt.ez�# 3 (` afun of �*Cnt4vlb RAYMOND C. DEAN Superintendent TOWN OF SOUTHOLD LIQUID ASPHALT BID Due to the unstable petroleum prices our bid for supply of liquid road materials for the year of 197+ is submitted with the following addendum: Should there be a general increase in the cost of supplies and materials specified herein, the successful bidder may apply for an increase in the unit price bid, but not to apply after the first delivery of material shall start. All increases shall be in letter form from the manufacturer. Tel. 766-3140 734-6211 BIDDER'S C'lsrii'.Ll•J.QU2 For ASPHALT CUTBACK This is to certify that the undersigned proposes to furnish Cutback Asphalt which will comply with the requirements for type Grade The Outback Asphalt is manufactured by whose plant is located at The plant bas a capacity of gal4tons per 8 -hour day and has regularly manufactured Cutback Asphalt for the past years* The specific source of the Asphaltic Base is selected Gulf Coast and Venezuelian Crudes. If we receive an award of order or contract on any of the item(s) bid upon we will begin delivery of Cutback Asphalt within_ hours of notice to deliver, We agree to furnish Cutback Asphalt at the rate ordered to maximum rate of aallons per 8 -jour day. Company By Official title Date If the bidder is an authorized agent of the manufacturer, the following authorization must be executed by the manufacturers This is to certify that Name of Bidder Street City & Zone No. State is xtttkamixed our authorized agent and is capable of making deliveries in compliance with the abovw certificate. Name of Manufacturer BY official title Date t , r If a Corporation Name Address President Secretary Treasurer Name of lRombers If a Firm -3- J� � Address I BU) FCR4/, FOR ASPEALT FOAL X&TaRIJIS FOR DBIU.-MY TO THE TOUN OF SOUTHOLD, EBW YORK ITZE4. NO. 1 TO THE SUMBTLINDENT OF HIGHWAYS TOWN OF SUUTIIOLD PECONIC, N. Y. I. The undarsiZned hereby propose to furnizh approximtely 500.000 gallons of Grades RC -2 and Asphalt ljoad joatf,,r�t 13 to the Town of .1a Southold, Suffolk County,, N. Y. al'A. in accordance with the Specifications of the Superintendent of II ot4 iglnla;�sf said Town dated A. Delivered to the Town pqui�xaont in the '�mm of Southold NN per gallon. 2. The undersigned further states that the location, type and capa- city of the storage facilities in Uie Toum of Southold, are as follows: A. Type of Storage Facilities, B. Location of Storage Facilities C. Capacity of Storqge Facilities 3. In Oulvdttina this bid tae undersigned dccalares that he is or they are the only person or persons intcxested In the said bid and tl4t it is mado without any corulection with any perzon makinanother bid for the sa.m.o contract. The undersiened further deal res that he has or they have care- • fully examined the &pecifications and this for: of bid and has or have satisfied himself or themseivos as to all the tori, -.a and conditions, and understand that in VQW5 this proposal he or thqy waive all right to plead any misunderstanding regardi, the same. 4. Accompanying this proposal is cash, a bank check or certified check for ;0 - . In case this proposal shall be accepted by the ".'own of Southold, and the under signed shall fail to execute the contract and in all reapays comply with the specifications and thin form or bid, the mDnies ropmented by auch cashn or clock shall be regardsi as liquidated davitsesand shall be foNeited and become the property of the Tows of 6outhold; otherwise to be returned to the de- positor as provided in the above said ppovisiorz. 3. On acceptance of Chia bid teats undersioncd does or do hereby bind himaelf or the waaivee to e0er into a written contract nAthin teen days of Ue date of notice of the award of the bid with the said Town of Southold, and to comply in all reopecto with tho provisions of the specifications 14 rulation to the security bor the faithful performance of the terms of said contract. Dated 19i The P. 0, Address of the Bidder is Legal name of person, firm or corporation BY: Stroot ---City and State Ob 2 00 j SPECIFICATIONS FOR THE PURCHASE OF ASPHALT ROAD MATERIALS, TOWN OF SOUTHOLD, SUFFOLK COUNTY, N. Y. Under:these specifications, bids are sought for the purchase of Asphalt Road Material for the use by the Southold Town Highway Department in the repair and maintenance of Town Highways. Each bid must be submitted :in duplicate in sealed envelopes clearly endorsed with the name of the person, firm or corporation presenting it. Ach bid must be marked "Bid for Asphalt Road Materials".. Bid forms and Bidders Certificate, may be obtained at the Office of the Superintendent of Highways of the Town of Southold, Peconic Lane, Peconiol N. Y., Bids will be received at the Office of the Superintendent of Highways of the Town of Southold, Peconic Lane, Peconic, N. Y. until 0 clock PPL. on as set worth in the published notice to bidders published in the L. I. Traveler-Mattituck Watchman, Each bid must be accompanied by a bank draft or certified check made payable to the "Town of Southold'.' in an amount equal to 5% of the amount of the bid. All deposit checks except those of the lowest responsible bidder will'be returned within 5 days after the opening of the bids. The bid check of the lowest responsible bidder will be retained until said bid er has executed and delivered to the Superintendent of Highways the contract,, bonds and all other documents required by these specifications. Should the lowest responsible bidder fail to execute the contract and furnish ' the bond and other documents required, his bid deposit shall be forfeited to the Town of Southold as liquidated damages and shall be deposited by an officer or employee of the Town of Southold'to the credit of the proper town fund', and the Superintendent may award the contract to the second lowest responsible bidder or may re -advertise for bids; which ever he deems in the best interest of the Town. In the event all bids are rejected, all bid checks will be returned immediately upon such rejection. The Superintendent of Highways preserves the right to reject any and r all bids, Y. j SPECIFICATIONS FOR THE PURCHASE OF ASPHALT ROAD MATERIALS, TOWN OF SOUTHOLD, SUFFOLK COUNTY, N. Y. Under:these specifications, bids are sought for the purchase of Asphalt Road Material for the use by the Southold Town Highway Department in the repair and maintenance of Town Highways. Each bid must be submitted :in duplicate in sealed envelopes clearly endorsed with the name of the person, firm or corporation presenting it. Ach bid must be marked "Bid for Asphalt Road Materials".. Bid forms and Bidders Certificate, may be obtained at the Office of the Superintendent of Highways of the Town of Southold, Peconic Lane, Peconiol N. Y., Bids will be received at the Office of the Superintendent of Highways of the Town of Southold, Peconic Lane, Peconic, N. Y. until 0 clock PPL. on as set worth in the published notice to bidders published in the L. I. Traveler-Mattituck Watchman, Each bid must be accompanied by a bank draft or certified check made payable to the "Town of Southold'.' in an amount equal to 5% of the amount of the bid. All deposit checks except those of the lowest responsible bidder will'be returned within 5 days after the opening of the bids. The bid check of the lowest responsible bidder will be retained until said bid er has executed and delivered to the Superintendent of Highways the contract,, bonds and all other documents required by these specifications. Should the lowest responsible bidder fail to execute the contract and furnish ' the bond and other documents required, his bid deposit shall be forfeited to the Town of Southold as liquidated damages and shall be deposited by an officer or employee of the Town of Southold'to the credit of the proper town fund', and the Superintendent may award the contract to the second lowest responsible bidder or may re -advertise for bids; which ever he deems in the best interest of the Town. In the event all bids are rejected, all bid checks will be returned immediately upon such rejection. The Superintendent of Highways preserves the right to reject any and r all bids, N The successful bidder shall furnish and maintain at his oxpenso, during the term of the contract, a 'bond for tho faithful performance of, the contract, the cover a o of which ;hall be 100% of tho'contract amount. The form of the required performance' bond, the suff6oieney of sureties and the nanner of execution shall be'approved by the Superintendent of Highways. ITM Undor this' Item i:o. 1, bids are .requested for the purchase of approxi.., mately 3000000 gallons (or a:s ' much thoreof as may be necessary) for the repair Aird maintenanco of they town Y:i. h ays,' for a period of one year, of Grades RC -2 and MC -2 Asphalt 'Road11%atorials , which materials shall comply with the specifications set forth below. Said materials must be delivered to and made available -in the Town of Southold, to be d©livorod to trucks of the Town of Southold. The bidder must have not less 'Uan 30.000 gallons of Grade RC -2 mm:teriul and not less than 30,000 gallons of Grado Z•iC-2 material in permanently heated storage tanks located in the Toxax of Southold, heated to a temperature of not less that 150 degrees Fahrenheit And available for i=edl ato dolivo:rj to trucks of the Town of Southold, as and when required by the Superintondont of Highways for a period of one year. The bidder must specify the facilities which he will.maintain in the Town of Southold for storage of the above materials as well as the location od s4id storaeo facilities in the Town of Southold. Each bid must bo accompanied by a "Biddor Certificates" for Asphalt Cut Back, showing tho supplier of this material and the location of the Plant. An authorization by the supplier, authorizing, the Bidder to acteas-agent for the supplier, in the Town of. Southold. , - 2 f I Ir N The successful bidder shall furnish and maintain at his oxpenso, during the term of the contract, a 'bond for tho faithful performance of, the contract, the cover a o of which ;hall be 100% of tho'contract amount. The form of the required performance' bond, the suff6oieney of sureties and the nanner of execution shall be'approved by the Superintendent of Highways. ITM Undor this' Item i:o. 1, bids are .requested for the purchase of approxi.., mately 3000000 gallons (or a:s ' much thoreof as may be necessary) for the repair Aird maintenanco of they town Y:i. h ays,' for a period of one year, of Grades RC -2 and MC -2 Asphalt 'Road11%atorials , which materials shall comply with the specifications set forth below. Said materials must be delivered to and made available -in the Town of Southold, to be d©livorod to trucks of the Town of Southold. The bidder must have not less 'Uan 30.000 gallons of Grade RC -2 mm:teriul and not less than 30,000 gallons of Grado Z•iC-2 material in permanently heated storage tanks located in the Toxax of Southold, heated to a temperature of not less that 150 degrees Fahrenheit And available for i=edl ato dolivo:rj to trucks of the Town of Southold, as and when required by the Superintondont of Highways for a period of one year. The bidder must specify the facilities which he will.maintain in the Town of Southold for storage of the above materials as well as the location od s4id storaeo facilities in the Town of Southold. Each bid must bo accompanied by a "Biddor Certificates" for Asphalt Cut Back, showing tho supplier of this material and the location of the Plant. An authorization by the supplier, authorizing, the Bidder to acteas-agent for the supplier, in the Town of. Southold. , - 2 f I V i J SPSCBlIC��'1'I, I'03 TiC.,2 AND N.0-2 aSPI�:�LT iK.{TI:fZx.'�LS. ' On�,D� RC -2 Nom:. CR APS ! 17.3 15.7 Spas., Gravit? 0 770r „ 0.95 0.96' Flash TCZ CCo ' 870 170y'* vis SSF . 1440? $52 149 Dis 411 lan % no J IAx. 140 i 4,370P. 21 u �� 6 o o 23 1a G 6uoor 24 23 Di3111a'�•o to 630°F 370 57 37oF 7S 0 C 500°r.836 J5 , G 6000:r.' 93 73 Residue by Muff Vol.: 76 ?7 Toot on Rosidue cro" diotial Pon at 7702 96 187 Ductility at 770r 110A 110A 1/0 Sol in CC 14, 99.9 99.9 Spot tont OLI atia S RQ'r• RoC. Datod: 1960 TOWN OF SOUTIHOLD RMOND ND C . DEAN Suporinxendont of Lichways i RAYMOND C. DEAN Superintendent Zvfun of "Sout4olb Fecvmr, cy. V. 119!is Tel. 765.3140 734-5211 TOWN OF SOUTHOLD LIQUID ASPHALT BID Due to the unstable petroleum prices our bid for supply of liquid road materials for the year of 197+ is submitted with the following addendum: Should there be a general increase in the cost of supplies and materials specified herein, the successful bidder may apply for an increase in the unit price bid, but not to apply after the first delivery of material shall start. All increases shall be in letter form from the manufacturer. ASPHALTSI INC .M.us! President For ASPHALT CUTBACK This is to certify that the undersigned proposes to furnish Cutback Asphalt which will comply with the requirements for type RC 2. MC 2 Gradc The Cutback Asphalt is manufactured by Shell Oil Co. whose plant is located at Sewaren, N.J. The plant bas a capacity of 1,000,000 galbons per 8 -hour day and has regularly manufactured Cutback Asphalt for the past 35 years. The specific source of the Asphaltic Base is selected Gulf Coast and Venezuelian Crudes. If we receive an award of order or contract on any of the item(s) bid upon we will begin delivery of Cutback Asphalt within 8 hours of notice to delitver. We agree to furnish Cutback Asphalt at the rate ordered to maximum rate of 100,000 gallons per 8 -hour day. ASPHALTS, INC. Fy.M. President Official title Date March 5 1974 If the bidder is an authorized agent of the manufacturer, the following authorization must be executed by the manufacturer: This is to certify that ASPHALTS, INC. Name of Bidder Naugles Drive, Mattituck, New York Street City & Zone No. State is aukkaxi3md our authorized agent and is capable of making deliveries in compliance with the abovw certificate. Shell Oil Company Yme ® ufa¢tur BY Y L Sales Representative Date: March itle f�fici�l.� 2 If a Corporation Nam Address � H.M. Brush President 8rTeapot Lane, Smithtown, N.Y. I x_ Rhodes Secreta:yy 6 Storey Ave. Central Islip, N.Y. ir .r�rrrr+rr`rr�r .rrrrrrrrr rrrw .rrrrrri rr.�rrrrrrr.�rr�irr H.M. Brush Treasu•ar 8 Teapot Lane, Smithtown, N.Y. a Fira i Name of Mewlers i _3_ Address BID 'CRT", FOR ASPHALT ROAD IMAT:: -iALS FOR DELIV Y TO THE T= OF SOUTHOLD, NEW YOU ITER NO. 1 TO THE SUPERINTENDENT OF HIGHWAYS TOWN OF SUUTHOLD PECON LC. N. Y. 1. The undorsi.Cned hereby proposa to furnish approxiDately 500,000 Gallons of Grados RC -2 and YC -2 Asphalt load 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, dated 3/5/ 91934 A. Delivered to the Town equipmont in tho "own of Southold _.=, �T ......` ....... per gallon. 2. The undersigned further state, that the location, type and capa- city of the storage facilities in tho Town of Southold,, are as follows; A. Type of Storage Facilities Permanent, Heated Storage B. Location of Storage Facilities Mat t itu ck Inlet C. Capaoity of Stor4ga Facilities 1,000,000 gals. 3. In submittingr this bid the undersigned doolaren that he is or they are the only person or persons intoroted in the said bid and that it is wade without any connection with any person ratd.r,; another bid for the same oontract. The undersigned further declares that Y.o has or they have care - fully examined the specifications and tills four, of bid and has or have satisfied himself or themselves as to all the torr -,s and conditions, and understand that in signing this proposal he or thoy waive all right to plead any misunderstanding regarding; the same. 4. A000mpanying this proposal is cashg a bard check or certified check for-�'t:-M � Q-+� . In case this proposal shall be accepted by the Town of Southold., and the undersigned shall fail to execute the contract and in all respects comply with the specifications and this form of bid, the monies represented by such casho or cheek 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 ppovisions. 5. On acceptance of this bid the undarsiLnod does or do hereby bind himself or thw selves 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 thu provisions of the specifications in relation to the security Cor the faithful performance of the terms of said contract. Datudt March 5, r—.9 19174 �..ri—irrw�.nr The P. 0. Address of the Bidder is Naugles Drive Street Mattituck N.Y. City and State -2• SPECIFICATIONS FOR THE PURCHASE OF ASPHALT ROAD MATERIALS, TOWN OF SOUTHOLD, SUFFOLIC COUNTY, N. Y. Under ,these specifications, bids are sought for the purchase of Asphalt Road Material for the use by the. Southold Town Highway -Department in the repair and maintenance of Town Highways. Each bid must be submitted in.duplicate in sealed envelopes clearly endorsed with the name of the person, firm or corporation presenting it. tach bid must be marked "Bid for Asphalt Road Materials".. Bid forms and Bidders Certificate, may be obtained at the Office of the Superintendent of Highways of the Toum of Southold, Peconic Lane, Peconicl N. Y., Bids will be received'at the Office of the Superintendent of Highways of the Town of Southold, Peconic Lane, Peconic, N. Y. until 1:30 010100k -P,%. on the 7th day of Mar'cks set forth in the published notice to bidders published in the L. I. Traveler-Mattituek Watchman, Each bid must be accompanied by a bank draft or certified,oheck made payable to the "Town of Southold!' in an amount'equal to 5 of the amount of the bid. All deposit checks'except those of the•lowest.responsible bidder will be returned within 5 days after the opening of the bids. The bid check of the lowest responsible bidder will be retained until said bid er has executed and delivered to the Superintendent of Highways the contract, 1 bonds and all other documents required by these specifications. Should the lowest responsible bidder fail to execute the contract and furnish the bond and other documents required, hi's bid deposit shall be forfeited to the Town of Southold as liquidated damages and shall be deposited by an officer or employee of,the Town of Southold'to the m�edlt of the proper town fund., and the Superintendent may award the contract to the second lowest responsible bidder or may re -advertise for bids; which ever he deems in the best interest of the Town. In the event all bids are rejected, all bid checks will be returned immediately upon such rejection. The Superintendent of Highways preserves the right to reject any and all bids, 1 1 NON -COLLUSIVE CERTIFICATION Section 103-d General Municipal Law (a) 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 therto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: 1. The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreemnet, 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 lay, the prices which have been quoted in this bid have not been knowlingly 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 net to submit a bid for the purpose of restricting competition. Dated: March 5, 1974 Signature of Individual Bidder FOR CORPORATION USE: ASPHALTS C. nH, f orpor tions . Br President By Title (Corporate Seal) The successful bidder shall furnish and maint,-ain at his oxponso, during the term of the contract, a bond for the faithful performance of the contract, the coverage of which ;.hall be l0Vp of the contract araount. The form of the required perfo:.^m nco bond, the suff6ciency of sureties and the =nner of execution shall be approved by the Superintendent of highways. 1TM NO. 1, Under this" Item io. 1, bids are reo.uosted for the purchase of approxi- mately 500,000 gallons (or ai; socia thoreof as may be necessary) for the repair and , maintenanco of the town UL-A1, a- ya. f or a period of one year, of Grades RC-2 and IMC-2 Asphalt 'Road X'atcrials, Vaich materials shall conplJ with the specifieationo set forth below. Said materials must be delivorcd to and made available in tho Ton of Southold. to be delivered to trucks of the Town of Southold. The biddor must have not loss ta= 30,000 (gallons of Grade RC-2 ; tcrial and not less than 30,000 gallons of Grado NC-2 material in permarantly heated storage tames located in the Tou*n of Southold, heated to a temporaturo of not less that 150 degrees Fahrenheit and available for ix=ediato doliveinj to trucks of the Town of Southold. as and whon required by t::e Superintendent of I C:hways for a period of one year. The bidder must spoeify the faailitios which he will.maintain in t%o Town of Southold for storage of the above materials as well as the location od said atorage facilities in the Town of Southold. Each bid must bo accompanied by a "Biddor Certificate," for Asphalt Cut Tack, showing the supnUor of this material and the location of the Plant. An authorization by the supplier, auiaorizing the Bidder to act{as agent for tho supplier, in the Town of, Southold. 2 IN, For ASPHALT aUIMCK This is to certify that the undersi ncd proposes to furnish Cutback Asphalt which will comply with the requirements for type RC 2 MC 2 Grade The Cutback Asphalt is manufactured by Shell Oil Co. whose plant is located at Sewaren N.J. The plant bas a capacity of 1, 000,900 __CP -&10ons per 8 -hour day and -has regularly manufactured tback Asphalt for the past 3 5 _years. The specific source of the Asphaltic Base is selected Gulf Coast and Venezuelian Crudes. If we receive an award of order or contract on any of the item(s) bid upon we will begin delivery of Cutback Asphalt within Q_ hours of notice to deliver. We agree to furnish. Cutback Asphalt at the rate ordered to maximum rate of100, 000 gallons per &-hour day. n CpT4nT.T14 TNC _ Date March S� 1974 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. Dame of Bidder Naugles Drive, Mattituck, New York Street City & zone No. State is Xmiiwatixad our authors zed agent and is capable of making deliveries in compliance with the abovw certificated Shell Oil Company Nam of Ma0ure/r BY , Sales Representt�tive titiQ Date: March j i Shell Oil Company Nam of Ma0ure/r BY , Sales Representt�tive titiQ Date: March j NON -COLLUSIVE CERTIFICATION Section 103-d General Municipal Law (a) 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 therto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: 1. The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreemnet, 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 lay, the prices which have been quoted in this bid have not been knowlingly 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 net to submit a bid for the purpose of restricting competition. Dated: March 5, 1974 Signature of Individual Bidder FOR CORPORATION USE: ASPHALTS. INC. ratiow (Corporate Seal) President Title If a Corporation Name Address H. M. Brush President 8 Teapot Lane, Smithtown, N.Y. �_ Rhodes Sect®tar�r 6 Storey Ave. Central Islip, N.Y. �.l..� ■. ._ ...� ._ !.� .._. �.....�..._. H.M. Brush Treasurer 8 Teapot Lane, Smithtown N.Y. Name of Members If a Firm, m, Address BID FM"I FOR ASPHALT ROAD NATZRIALS FOR DELI'd�%Y TO THE TOIAN OF SOUTHOIZ9 mu YORK ITEM, E0. 1 TO THE SUMM&MENT OF HIGHWAYS TOZ OF SOUT11OLD PECONICo N. Y. le The undersigned hereby propose to furnish approximately 300.000 gallons of Grades RC -2 and I -44C-2 Asphalt Road Katerials to the Town of Southold, Suffolk County, N. Y. all in accordance with the Specifications of the Superintendent of Highways of the said Town dated 74 A. Delivered to the Town equipment in the jown of Southold per gallon. 2. The undersigned further states that the location,, type and oapa. city of the storage facilities in the Town of Southold,, are as follows: A. Type of Storage Facilities pArmanennt,.ierated StoLgae B. Location of Storage Facilities M=+-+-j+-iir.1r Timlm* C. Capacity of Storage Facilities .-200. 000 gals s,,,,,,,, In sub-mitting this bid the undersigned declares that he is or they are the only person or persons interested in the said bid and VAt it is made without any connection with wW 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 form of bid and has or have satisfied himself or themselves as to all the terr:s and conditions, and understand that in signing this proposal he or they waive all right to plead any misunderstanding regardin the same. 4. Accompanying this proposal is cash, a barb; check or certified check for —_ 00,6� O a • In care this proposal shall be accepted by the Town of Southold,, and the undersigned shall fail to execute the contract and in all respects comply with the specifications and this form of bird. the monies represented by such cashn or &leo c shall be regarded as liquidated dairages and stall 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 ppovisions. S. On acceptance of this bid trio undersigned does or do hereby bind himself or thaiwelves to ex -iter :.:oto 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 re3pocts with tlao provisions of the specifications in relation to the security for the faithful performance of the terms of said contract. Datods March 51 19+74.. The P. 0. Address of the Bidder L Naugles Drive Stat Mattituck, N.Y. City and State - 2 or 1 SPECIFICATIONS FOR THE PURCHASE OF ASPHALT ROAD MATERIALS, TOIAN OF SOUTHOLD, SUFFOLK COUNTY, N. Y. i Under:these specifications, bids are sought for the purchase of Asphalt Road Material for the use by the Southold Town Highway Department in the repair and maintenance of Town Highways. Each bid must be submitted in duulicate in sealed envelopes clearly endorsed with the name of the person, firm or corporation presenting it. Tach bid must be marked "Bid for Asphalt Road Materials".. Bid forms and Bidders Certificate, may be obtained at the Office of the Superintendent of Highways of the To-= of Southold, Peconic Lane, Peconicl N. Y., Bids will be received at the Office of the Superintendent of Highways of the Town of Southold, Peconic Lane, Peconic, N. Y. until 1: 30 delock P on the 7th day of Mares set forth in the published notice to bidders published in the L. I. Traveler-Mattituck Watchman, , Each bid must be accompanied by a bank draft or certified,check made payable to the "Town of Southold!' in an amount'equal to 5% of the amount of the bid. All deposit checks 'except those of the -lowest responsible bidder will'be returned within 5 days after the opening of the bids. The bid check of the lowest responsible bidder will be retained until said bid er has executed and delivered to the Superintendent of Highways the contract,, A bonds and all other documents required by these specifications. Should the lowest responsible bidder .fail to execute the contract and furnish AA the bond and other documents required, his bid deposit shall be forfeited to the Town of Southold as liquidated damages and shall be deposited by an officer or employee of,the Town of Southold to the credit of the proper town fund, and the Superintendent may award the contract to the second lowest responsible bidder or may re -advertise for bids; which ever he deems in the best interest of the'Town. In the event all bids are rejected, all bid checks will be returned immediately upon such rejection. The Superintendent of Highways preserves the right to reject any and r all bids, Y The successful bidder shall furnish and maintain at his expense, during the term of the contract, a 'bond for the faithful performance of, the contract, the cover ago of VnIaa ~hall be 100"N of the ' contract araount. The form of the required per Soz=-nce bond. the sufMeiency of sureties and the manner of exec•eUon shall be'approved by the Superintendent of Highways. ITLu'1 NO. I* Under this Item Pio. 1, bias are r eauosted for the purchase of approxi-,, mately 500.000 gallons (or a:s'much thorcof as may be necessary) for the repair ai-d , maintenanco of the to= fogy.^ a period of one year. of Gradcs RC -2 and MC -2 Ac.nhalt 'Road ,Iatcrials, why oh matorials shall comply with the specifications set forth below. Said materials must be delivered to and made available r.n they Town of Southold, to be delivorod to trucks of the Town of Southold. The bidder must have not less than 30,000 gallons of Grade RC -2 =,tcrlal and not less than 30,000 gallons of Grade MC -2 material in perr^arantly heated storage tanks located in the Tounn of Southold, heated to a tcmcoraturo of not, less that 150 degrees Fahrenheit and available for im -ediate dolivc::rj to trucks of the Town of Southold, as and when required by tro Superintondont of Highways for a period of one year. The bidder must specify the facilities which he will.maintain in the Town of Southold for storage of,tho above materials as well as the location od said stora;e facilitios in the Town of Southold. Each bid must bo accompanied by a "Biddor Certificate" for Asphalt Cut Back, showing tho suppl.ior of this material and the location of the Plant. An authorization by the aupplier. authorizing the Bidder to acteas agent for the supplier, in the Town of, Southold. 0 RAYMOND C. DEAN Tel. 765-3140 Superintendent 734-6211 TOWN OF SOUTHOLD LIQUID ASPHALT BID Due to the unstable petroleum prices our bid for supply of liquid road materials for the year of 197+ is submitted with the following addendum: Should there be a general increase in the cost of supplies and materials specified herein, the successful bidder may apply for an increase in the unit price bid, but not to apply after the first delivery of material shall start. All increases shall be in letter form from the manufacturer. ASPHALTS, Br , President RAYMOND C. DEAN Superintendent �t����� �e�ttx#xnextt Tofun of "-sant4olb PQrunic, �K. V. 1195$ April 2, 1974 Re: Asphalt Road Materials Town of Southold and Asphalts, Inc. Bid of March 7, 1974 I, Raymond C. Dean, Superintendent of Highways for the Town of Southold release to Mr. H. M. Brush, President of Asphalts, Inc. the certified check No. 4559 in the amount of $6,500.00 in return for the Performance Bond. Tel. 765-3140 734-5211 PERFORMANCE AND NQ -LIEN BOND ,M�+NCE C ETNA INSURANCE COMPANY HARTFORD, CONNECTICUT Bond # S 71 49 87 KNOW ALL MEN BY THESE PRESENTS: That _ .ASPHALTS,. INC,. Route 25, Coram, New York ................. ......... .. .. . (hereinafter called the Principal), and AETNA INSURANCE COMPANY, Hartford, Connecticut, a corporation of the State of Connecticut (hereinafter called the Surety), are held and firmly bound unto TOWNSHIP OF SOUTHOLD, NEW YORK__ (hereinafter called the Obligee(s)), in the sum of ONE HUNDRED TWENTY THOUSAND AND 00X00_ Dollars ($120.,.000..00 _ ), for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, administrators, executors, succes- sors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a written contract dated _ _ _ 19 with TOWNSHIP. OF SOUTHOLD, _ SOUTHOLD, _ NEW YORK NAME OF OWNER for Supplying of _ approximately. 500, 00.0 gallons of liquid_ asphalt -road material 1,4C2 _and RC2_ for the year 1974, said materials._ to be pickedupby Township which contract is hereby referred to and made a part hereof, as fully as if recited at length herein. NOW, THEREFORE, the conditions of this obligation are such that if Principal shall indemnify the Obligee(s) against any loss or damage directly arising by reason of the failure of Principal to faithfully perform said contract, and shall cause all lien claims for labor and materials furnished in the prosecution of the work thereunder to be discharged of record, then this obligation to be null and void, otherwise to remain in full force and effect, subject, however, to the following express conditions : (1) The Surety shall not be liable hereunder unless payments to Principal under said contract be made strictly in accordance with the terms thereof, nor unless all other provisions and covenants set forth therein for the benefit of Principal be observed and performed strictly in the manner and at the time specified therein, and provided further that the aggregate liability of the Surety hereunder is limited to the penal sum above stated. (2) That upon receipt of written notice from the Obligee(s) of the default of the Principal, the Surety shall have the right within thirty (30) days after the receipt of such notice to remedy the default or to proceed, or procure others to proceed, with the performance of such Contract; that if the Surety does proceed or procure others to proceed with the performance of such Contract any and all money that may at the time of such default be due, or that thereafter become due to the Principal under said Contract shall become due and payable to the Surety and be paid to it; and the Surety shall be subrogated to all the rights of the Principal. (3) That no claim, action, suit or proceeding shall be had or maintained against the Surety on this instrument unless the same be brought or instituted and process served upon the Surety within six months after the date of completion of the Contract. In case any limitation herein be void under the law of the place governing the construction hereof, that the shortest period of limitation permitted by such law shall be deemed applicable. (4) That no right of action shall accrue upon or by reason hereof, to or for the use or benefit of anyone other than the Obligee(s) herein named; nor shall any interest herein or any right of action hereon, be assigned without the prior consent in writing of the Surety. Signed and sealed this 26th day of _ _ March. 1974 _ (Seal) Principal AETNA I NSURAN5V. COMPANY By G"�" (Seal) Form 1-630-1002B Mary Kohlmeyer �Atto ey in Fact . tua jusumurr allamp Utt.4 OF HARTFORD, CONNECTICUT POWER OF ATTORNEY Know all Men by these Presents, That AETNA INSURANCE COMPANY, a corporation created by and existing under the laws of the State of Connecticut, having its principal office in the City of Hartford, State of Connecticut, does hereby nominate, con- stitute and appoint John S. Plis or Mary Kohlmeyer or James A. McKeown of Melville, New York its true and lawful Attorney -in -Fact, with full power and authority hereby conferred to make, sign, execute, acknowledge and affix the Corporate Seal of the Corporation, as Surety, as its act and deed, any and all bonds and undertakings of suretyship, recognizances or other written obligations in the nature thereof and to bind -/ETNA INSURANCE COMPANY thereby as fully and to the same extent as if such bond was signed by the duly authorized officers of IETNA INSURANCE COMPANY, and all the acts of said at- torney, pursuant to the authority herein given, are hereby ratified and confirmed. This power of attorney is granted under and by the authority of the following applicable paragraphs of ARTICLE 11 of the BYLAWS of the company: The president or a vice president may execute fidelity and surety bonds and other bonds, contracts of indemnity, recognizances, stipulations, undertakings, receipts, releases, deeds, releases of mortgages, contracts, agreements, policies, notices of appearance, waivers of citation and consents to modifications of contracts as may be required in the ordinary course of business or by vote of the directors, and such execution may be attested where necessary or desirable and the seal of the company where necessary or desirable may be affixed to the specific instrument by a secretary or an ` -- assistdfi1 secretary. The president or a vice president may with the concurrence of a secretary or an assistant secretary appoint and authorize an attorney-in- fact or any other person to execute on behalf of the company any such instruments and undertakings and to affix the seal of the company thereto where necessary or desirable. The attorneys -in -fact under the preceding paragraphs of this article are authorized and empowered to certify to a copy of any of the bylaws of the company or any resolutions adopted by the directors or to the financial statement of the condition of the company and to affix the seal of the company thereto where necessary or desirable. This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the )ETNA INSURANCE COMPANY at a meeting duly called and held on the 11th day of February, 1966. RESOLVED THAT, in the execution, attestation and sealing of any instrument or undertaking authorized by Article 11 of the Bylaws, the facsimile signatures of the officers and the facsimile seal of the Company affixed thereto shall be valid and binding upon the Company. IN WITNESS WHEREOF, IETNA INSURANCE COMPANY has caused these presents to be signed by its President and its Secretary and its corporate seal to be hereunto affixed, attested by its Secretary, this 9th day of March, 1973. 1ETNA INSURANCE COMPANY %TFORO • President Attest: �•� eWE ,retary ixs CO State of Connecticut, $c.t� ° err City of Hartford, ss. On this 9th day of March, 1973, before me, the undersigned, a Notary Public in and for the City of Hartford, in the State of Connecticut, duly commissioned and qualified, came F. D. WATKINS, President, and J. J. MURPHY, Secretary, of )ETNA INSURANCE COMPANY, to me personally known to be the individuals and officers described in, and who executed, the preceding instrument, and they each acknowledged the execution of the same and being by me duly sworn, severally, and each for himself deposeth and saith, that they are the said officers of the Corporation aforesaid, and that the Seal affixed to the preceding instrument is the Corporate Seal of said Corporation, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. State of Connecticut, City of Hartford, ss. a #OTAgt,.A s�wuiLt6r' �4rRoeo.�o CERTIFICATE Notary PAC My commission expires April 1, 1977. I, the undersigned, Secretary of the zETNA INSURANCE COMPANY, a Connecticut corporation, DO HEREBY CERTIFY that the above and foregoing Power of Attorney remains in full force and has not been revoked; and, furthermore, that the above quoted applicable paragraphs of ARTICLE ,11 of the BYLAWS of the company, as set forth in the Power of Attorney, are now in force. Signed and Sealed at Hartford, Connecticut, this... 26th day of . Mar Ch 19 74.. 4TF0�0 I1f50lA1�s CO. ecretary State of New York County of Suffolk ss Township of Huntington On this ...26th ..... da of .... March, , 4 Y • • • .... • .., 19.7.., before me personally appeared ... M1ry, . Kohlmeyer . , , , , _ , .., to me known, who being by me duly sworn, did depose and say that he resides inDeq T' Park , New York .. ; that he is Attorney -in -Fact of ETNA INSURANCE COMPANY, the corporation described in and which executed the foregoing instrument; that he knows the seal of the said Corporation; that the seal affixed to such in- strument is such corporate seal and was attached thereto by authority granted under the By -Laws of said Corporation, and that he signed his name thereto as Attorney -in -Fact by authority granted under the By -Laws of said Corporation, and that the said Corpo- ration has received from the Superintendent of Insurance of the State of New York a certificate of solvency and of its sufficiency as surety or guarantor under Section 327, Chapter 882 of the Laws of 1939, being Chapter 28 of the Consolidated Laws of the State of New York for the year 1939, and as amended and that such certificate has not been revoked. (SEAL) CHARLES JUou . NOTARY PUBLIC, o' �, .rt York �r �: No. 52-0980Gbu, Atfclk (,o r No Pu bli.....c Term Expires March 30, 19 % Form 630-144 (OVER) )ETNA INSURANCE COMPANY Financial Statement December 31, 1972 ASSETS Bonds............................................... Stocks............................................... Real Estate .......................................... Cash on Hand and in Bank ........................... Premiums in Course of Collection ...................... Interest Accrued ..................................... Other Assets ......................................... TOTAL I, L. B. Bogart, Vice President of ETNA INSURANCE COMPANY, certify that the foregoing is a true and correct statement of the financial condition of the Company as of December 31, 1972. President a z o V Z n z - U —role U V vZN w r a026 l Z ix C C4 d .r OLL Q Q Q ao 0 0 J o = Q J � 0 w > m a Z z -- 0 _ LIABILITIES $397,522,418 Reserve for Unearned Premiums ....................... $215,238,680 195,432,110 Reserve for Losses and foss Expense. .................. 251,384,623 3,966,466 Reserve for Taxes .................................... 7,4737800 8,293,919 Reserve for Dividends ................................. 0 60,310,692 Funds Held under Reinsurance Treaties ................ 1,502,907 7,132,471 Other Liabilities ..................................... 38,119,350 31,560,290 TOTAL LIABILITIES ........................ $513.719,360 $704,218,366 Capital: 1,000,000 Shares, $10 Par Value .............. $ 10,000,000 Z w o Voluntary Security Valuation Reserve .................. 59,631,440 Surplus (Unassigned) ................................ 120.867,566 SURPLUS TO POLICYHOLDERS ............ $190,499,006 Q' J TOTAL . ..................................... $704,218,366 I, L. B. Bogart, Vice President of ETNA INSURANCE COMPANY, certify that the foregoing is a true and correct statement of the financial condition of the Company as of December 31, 1972. President a z o V Z n z - U —role U V vZN w r a026 l Z ix C C4 d .r OLL Q Q Q ao 0 0 J o = Q J � 0 w > m a Z z -- 0 _ ,ETNA INSURANCE COMPANY 1 N • i Cry F, 7 w U Q n ^Y W F- r c h w N Z 6 O Z w o 0 Q' J a `o0. ,ETNA INSURANCE COMPANY 1 RAYMOND C. DEAN Superintendent Tafun of ,�*ant4alb Veranir, W_ V. 11958 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 1971 four -door Sedan - Specifications for the above may be obtained at the Office of the Sup't of Highways (One 1970 Pontiac Executive 4 dr Hardtop must be taken in trade, as part payment on new car. Tel. 765-3140 734-5211 The sealed bids, in duplicate, together with a non -collusive certifi- cate, will be received by the Supt. of Highways of the Town of Southold, at his office, Peconic, N.Y. until 9:00 A.M., March 14, 1974, at which time they will be opened and aread aloud in public. The Supu, of Highways reserves the right to reject any and all bids and to waive any and all informality in any bid, should i 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 New Car) 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 26, 1974 RAYNrO_,D C. DEAN, Sup't of Highways ` ofun Of 'SOut4ath PPCOnic, �K_ V. 11958 RAYMOND C. DEAN Superintendent RESOLUTION BY: SECONDED BY: RESOLVED, that the Superintendent of Highways of the Town of Southold, be authorized to advertise for bids and to purchase from the lowest responsible bidder, the following: One (1) New 1974 four -door Sedan with trade-in allowance on a 1970 Pontiac Executive 4dr Hardtop Vote of the Town Board: Supervisor Albert M. Martocchia (Yes) (No) Justice Louis M. Dema.rest (Yes) (No) Justice Martin Suter (Yes) (No) Councilman James Rich, Jr. (Yes) (No) Councilman James Homan (Yes) (No) Dated: February 26, 1974 Town Clerk, Town of Southold Tel. 765-3140 734-5211 VAIL BROTHERS, INC. MOTOR SALES AND SERVICE TELEPHONES: 734-6774 & 765-3050 PECONIC, NEW YORK 11958 SERVICE 516-765-5450 March 13, 1974 Superintendent of Highways Town of Southold Peconic, New York 11958 Dear Mr. Dean: It would be our pleasure to deliver to the Superintendent of Highways of Southold Town a 1974 Pontiac Bonneville, 4 door Hardtop Sedan, equipped as follows: Base Price $4,594.05 V-8 Engine, 455 Cubic inch engine - 4 BBL Carburetor "Regular Fuel" 119.00 Turbo»Hydramatic Transmission Power Steering, Variable Ratio Power Windows 133.00 Power Seat, Six Way 106.00 Power Front Disc Brakes Vinyl Interior Radio - AM 85.00 Electric Clock Positive Traction Differential 45.00 Tires - White Wall Steel Belted Radials 155.00 Tinted Windshield 36.00 Air Conditioning (Custom) 446.00 Overall Length 226.0 inches Overall Width 79.6 inches Wheel Base 124.0 inches Tread - Front and Rear 64.164.0 inches Weigth (approximately) 4479 lbs. Fuel Tank Capacity 25.8 gallons Cooling System 21.6 quarts Total Price of Vehicle - Less Excise Tax $59719.05 Less Trade»In Allowance for 1970 Pontiac, 4 dr. Hardtop Sedan, presently owned by the Town of Southold and used by the Superintendent of Highways. 1,880.05 Cash Difference Very truly yours, VAIL BROTHERS, INC. Herbert W. Wells Jr. Vice -President $3,839.00 SALES 516-734-6774 March 13, 1974 VAIL BROTHERS, INC. PECONIC, NEW YORK NON-COLLUSM CERTIFICATION.?URSU M TO SECTION 103 (d) OF TRE GENERAL MUNICIPAL LAW: By submission of'this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own orgcxi:ation, under penalty of perjury, that to the best of his knowledge and belief: (1) The prices of this bid h^-,ro been arrived at independently without collusion, consultation, communication, or eagreenont, for the purpose of restricting competition, as to any mattor relatin„ to such prices with any other bidder or with any competitor: (2) Unless otherwise required by law, the prices which have been quoted in this bid have not boon knowingly dinclosod by the bidder and will not knowingly be disclosed by the bidder prior to opening' directly or indirectly, to any other bidder or to any competitor= (3) No attempt has been made or will bo made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting oompotition. C=>,TZF'2ED BY 1 i i A.C.142 T%. H. 19- 1966 CONTRACT AND SPECIFICATIONS FOR THE PURCHASE OF ROAD EQUIPMENT This is a contract to purchase the following road equipment One (1) New 1974 Pontiac Bonneville, 4 dnnr Tia.rdtn1p Spdnn (SEE ATTACHED SPECIFICATIONS) (Set forth herein or attach detail specifications upon which bids were based) entered into this 14thday of March' 19 74 , between the Town Superintendent of Highways of the Town of Southold , in the County of Suffolk New York, and Vail Brothers, Inc. the Vendor, whose principal office is located at Peconic, New York Address) for a total price of Five thousand seven hundred nineteen & 05/100...... Dollars ($ 5,719.05 ). This contract has been awarded to the aforesaid Vendor who was the lowest, responsible bidder determined by receipt of sealed bids which were publicly Of 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 held February 26 , 1974 . 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 of: One (1) 1970 Pontiac Executive 4—dr Hardtop ,1,880.05 (2) By payment from current appropriations (3) By payment from proceeds of obligations TOTAL $ 5.713-05 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 7360 days and that it will be delivered in first class condition at Snuthol d rPnwn TTJ ghway Dept„ Peconic Lane, Peconic, New York 11958 not later than the _ -L4-Lhday of May 19 74 . 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 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- erty herein described. Town Superintendent o/ Highways APPROVED: County Superintendent of Highways NOTE: This contract is for use when the purchase price of the livered to the county superintendent of highways. If approved by within ten days of the date of his approval file two copies with copy to the Vendor. By Its (Vendor) (Indicate whether officer or agent) equipment is over $1,000. It must be executed in triplicate and de - the county superintendent, he shall file one copy in his office and the town clerk. The town clerk shall file one copy and deliver one 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. Suggested Form of Resolution For Town Highway Equipment Purchases Exceeding $1,000 Resolution by (Justice of Peace) (��) Nudge„Martin Suter .................................................................................... Seconded by (Justice of Peace)' Judie .....Lou...is ...M.....Demarest.. ................................................................................... Whereas, the Town Superintendent of Highways did, on the 26th,..,...,., day of _ February 19 , duly recommend the purchase of certain equipment pursuant to the provisions of'Section 142 of the Highway Law, Now, Therefore, Be It Resolved that pursuant to Section 142 of the Highway Law the Town Superintendent of High- ways is hereby authorized to purchase, in accordance with the provisions of Article 5-A of the General Municipal Law, with the approval of the County Superintendent of Highways, the following: ..........(SEE ATTACHED SPECIFICATIONS ..................................................................................................... .............................................................. ...................................................................................................................................................................................................................... for a maximum price of .I'' Y�..thQl�aSax,�,,,g�y�B,, and ,fid„n ne en„ „Q�IlOQ-----,--------------,----Dollars ($ ..5.,.7.19_05 ............. ), delivered at Southold„down„ 3ighway„Dept,,,, Peconic L.ane,,,,,PeCOn19 N y and to be delivered on or about ...............my.a. th............................ . 19.7:x?.. 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 $.2..,.82.0.05 ......................One ...(.9..).. 7 ...Rw tiac...Exea-uta us...?4-dx.. Hax dtaA.}...................................................................................... A contract for the item() purchased shall be duly executed in triplicate between the Town Superintendent of Highways and such vendor, and when approved by the County Superintendent of Highways, it shall become effective. When the con- tract has been executed and approved, and upon delivery of the item(s) purchased, the supervisor shall pay the following amounts as specified: (1) $ from current appropriations (Item 3) (2) $ from the proceeds of obligations issued pursuant to the Local Finance Law. .................................. (Issuance o/ such obligations will be authorized by a separate resolution.) Vote of Town Board (Aye) ( .........Albert M. MartOcchia Supervisor .. .......... Vote of Town Board ............ (Aye) W4i54 .........Louis M,,,,Demarest Justice of Peace Vote of Town Board (Aye) Mxy) Martin Suter ( Justice of Peace Vote of Town Board (Aye) M*9 ................................................................ { Town Councilman Vote of Town Board ............ (Aye) MW) ,,,,,,,,,James Homan ............................................................................................ Town Councilman Type or write in names of Town Board members and indicate how they voted. (The foregoing is a suggested form of resolution to be used at a town board meeting in connection with the purchase of town highway equipment under Section 142 of the Highway 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.) II 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 NOTICE TO BIDDERS:` TRAVELER - MATTITUCK WATCHMAN, a public news - NOTICE IS HEREBY GIVEN, . paper printed at Southold, in Suffolk County; and that in accordance with the provisions of Section 103 of the General the notice of which the annexed is a printed copy, has been Municipal Law, that sealed bids are sought and requested for published in said Long Island Trove ler-Mattituek Watch - one (1) New 1974 four -door sedan— Specifications for the above man once each week for ........_" � �.���z? ,.:.. weeps' -y may be obtained at the Office of �- -' the Supt of Highways (One 1970 successively, commencing on the.............y..... .................. Pontiac Executive 4 dr Hardtop must be taken in trade, as part payment Jn new car). �>i^�' day of ..........�..e�.f.....� .. . ,,. j.. 1. The sealed bids, in duplicate, J together with a nen-collusive certificate, will be received by ...................................................... ........................ the Sup't of Highways of the Town of Southold, at his office, Peconic, N. Y. until 9:00 A. M., March 14, 1974, at which time `X they will be opened and read - "& aloud in public. Sworn to before me this .................. day of The Sup't of Highways re- serves the right to reject any and „ �` all bids and to waive any and •••••• ••�••�^•t-•�L�"�•�•'�••�. I9.� 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 mark- 1,,, '„ .' �'��;�� .-� - ed (Bid on New Car) to the Notary Publla Office of the Supt. of Highways. The bid price shall not include any Tax, Federal, State or Local, /;CELE PAYNF_ from which the Town of South- Nohry Pu' Ir•:, r,rL of Ai eN ?SIG!C;.; York old, is exempt. �' :"�;�'�'; Co;;nt Dated: February 26, 1974 " Q i l S(i0 y RAYMOND C. DEAN, Commission f ai; es t&jtch 30, 197 -� Sup't of Highways 1T-3-7 COUNTY OF SUFFOLK DEPARTMENT OF PUBLIC WORKS R. M. KAMMERER, COMMISSIONER YAPHANK, NEW YORK, 11980 BARNEY A. EVANS CHIEF DEPUTY COMMISSIONER Mr. Albert W. Richmond, Town Clerk Town of Southold Main Road Southold, New York 11971 Dear Mr. Richmond: 516 924-3431 WILLIAM S. MATSUNAYE, JR. CHIEF ENGINEER April 1, 1974 We are enclosing two approved copies of Contract and Specifications for the Purchase of load Equipment for the Town of Southold, covering the purchase of one (1) New 1974 Pontiac Bonneville 4 door hardtop Sedan as specified, and one (1) Mobil Sweeper Model TE -4, as specified. Please deliver one copy to vendor for each of these items. One copy is being sent to Superintendent Raymond C. mean and one copy is being retained in this office. Very truly yours, R. M. Kammerer RM, :hl Commissioner of Public Works encs. VI/cc. Superintendent Raymond C. Dean RECEIVED APR 4 - io" V Sotny-4'01, 1 —1 1 A. C. 142 - T. H. 19 - 1966 4. CONTRACT AND S:'ECIFIC,ATIONS FOR THE PURCHASE OF ROAD EQUIPMENT This is a contract to purchase the following road equipment One (1) New 197+ Pontiac Bonneville, 4 rinor Hardtns SR(Jan (SEE ATTACHED SPECIFICATIONS) (Set forth herein of attach detail specifications upon which bids were based) entered into this 14thday of March 19 74 , between the Town Superintendent of Highways of the Town of Southold , in the County of Suffolk New York, and Vail Brothers, Inc. the Vendor, whose principal office is located at Peconic, New York Address) for a total price of Five thousand seven hundred nineteen & 05/100...... Dollars ($ 5,719.05 ). This contract has been awarded to the aforesaid Vendor who was the lowest, responsible bidder determined by receipt of sealed bids which were publiclyopened 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 held February 26 , 1974 . 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 One (1) 1970 Pontiac Executive 4—dr Hardtop $ ,1,880.05 (2) By payment from current appropriations (3) By payment from proceeds of obligations TOTAL $ 5,719-05 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 360 days and that it will be delivered in first class condition at Snuthn1 r3 Tnwn Highway_ Dept., Peconic Lane, Peconic, New York 11958 not later than the 1 hday of May , 19 r - 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 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 an 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 entir ct between the parties erty h n scribed. 01-11 /--' HigbTownSupeite nant ways APPROVED: 4 - County Superintendent o/ Higbways and supersedes any and all other agreements respecting the prop. (Vendor) By Q l Gt.." Its -- (Indicate whether officer or agent) *RE : This contract is for use when the purchase price of the equipment is over $1,000. It must be executed in triplicate and de - d to the county superintendent of highwayg. If approved by the county superintendent, he shall file one copy in his office and 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 the Vendor. APPLICATION IS MADE PURSUANT TO SECTION 104.10, SUBDIVISION 3, OF THE LOCAL FINANCE LAW, A COPY OF FORM MUST BE FILED WITH THE STATE COMPTROLLER. Specifications for a 1974 4 door Hardtop Sedan for use by the Superintendent of Southold Town Highway Overall length 226.0 inches Overall width 79.6 inches wheel base 124.0 inches Tread front/rear 64.164.0 inches Weight 4479 lbs. Fuel tank capacity 25.8 gallons Cooling system 21.6 quarts Engine V-8 455 cubic inches, 4 bbl. Garb. "regular::fuel" Turbo—Hydramatic Transmission Power Steering Power Windows Power Seat Power front disc brakes Vinyl Interior Radio AM Electric clock Positive Traction differential Tires — HR 78x15 white wall steel belted radials Tinted windshield Air Conditioner March 12, 1974 Bid on New Car for Supt. of Highways, Southold Town 1974 Delta 4 dr. Hdtp. Sedan $4460.05 Rocket 455 Engine, replay gas 123.00 Electric power windows 133.00 6 -way electric seat 106.00 AM Radio, pushbutton 85.00 Electric clock 18.00 Anti -spin rear axle 48.00 Steel belted radial tires 140.00 Tinted windows 50.00 Air conditioner 446.00 $5609.05 1970 Pontiac trade allowance 1534.05 Total Bid 4075.00 OLDSMOBILE • F-85 • TORONADO UY.; MARK OF EXCELLENCE NON-COLLUSIVE CERTIFICATION,?URSUA= 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 orCr=ization, under penalty of perjury, that to the best of his knowledge and belief: (1) The prices of this bid h^vo been arrivod at independently without collusion, consultation, communication, or agroc:zont, for the purpose of restrioting competition, as to any mattor rolating 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 dinclosod 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; (3) No attempt has been made or will bo 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 co=potitzion. CMITIFIED BY is rA RAYMOND C. DEAN Superintendent P'tg4fuav Pgartmrnt To£un of,' 5out4olb veronic, �K. V. 11955 March 29, 197+ Mr. Harry McComb Motor Vehicle Bureau 1500 Privado Road Westbury, New York 11590 Dear Mr. McComb: We have enclosed the necessary forms for the transfer of plates and hope all the forms are in order. We again thank you for your cooperation. RCD/esg Very truly yours, f�12 OND C. DEAN Sup't of Highways Te I. 765 - 3140 734.5211 _il / / ' P 010 616 STATE OF NEW YORK r r ORIGINAL DEPARTMENT OF MOTOR VEHICLES' � _ / -<-VEHICLE CERTIFICATE OF SALE r; I. E p,,' �]i'"�' J) ^cR C. 4! � �is1 ! nA T. P /� YEARJMAK!;,� TYPE .' ,' _�� NAME ANNDADDe�ESs OF PU RCH SE-Rl/� / !/� WEIGHT DOjEL CrI:ORR CAP. SEATINGI��tC•J%IL�I K�K PLATE HO. OF PURCHASE INSPECTION CERT O. DATE INSP CiII/ON"STA7IONl O. SERIAL OR IDENTIFICATION NO. CYLS, c bF �I E�HIF - '9AM1'"D Kb CFAfSS " y e r � ) LAST PLATE N0. OF VEHICLE DATE OF PURCHASE / �tir i�L#EJ GJ d.ci v L. .ly 6 a.-�. ry a.+r i - q DLR. CERT. N.�ATE OF SALE PRESENT ODOMETER READING I cerfif - Vehicle described above was sold to the purdase�on date indicated. At time of de livery the was entitled to register the vehicle. Thispvehicle complied with equipmpen rJ)` 7 purchaser requirements of the Commissioner's Regulations and such equipment was in condition and re ai t0 render under normal use, satisfactory and adequate service upon the public highway at th, time of delivery. Equipment certification does not appl to vehicle sold as new, wholesale o junk. All New York State and Local Taxes due as a res.tif this sale have been collected fron +I,. .^L- -L-­ ;[irk ❑ DIESEL ❑ ELECTRIC TEMP. CERT. OF REG. 1 DR No. of DEALER PLATE LOANED Al ,, CERTIFICATION OF RETAIL PURCHASER I hereby certify that I have purchased the ❑ new ❑ used ❑ demonstrator vehicle described above. /✓!/�L�wtc- t ^ �i Check Proper Bair �� Au;} rized Sigrr$.turfi- f Dealer -S �/ � �) Power of'Atty. on File ❑ Partner MV -50 (10/69) Signature of Retail Purchaser ❑ Officer of Corp. ❑ Individual Owner ANY CHANGE OR ALTERATION VOIDS THIS CERTIFICATE ❑ STATE OF NEW YORK 7 ORIGINAL P C %� DEPARTMENT OF MOTOR VEHICLES IVeW VEHICLE CERTIFICATE OF SALE U 4 325 NAME AND ADDRESS OF DEALER - YEAR MAKE TYPE Vail Brothers, Inc., Peconic bane, Peconic, N•Y• 1974 Pontiac I Sedan NAME AND ADDRESS OF PURCHASERPeconic, N.Y. WEIGHT MODEL COLOR SEATING CAP- Southold Town HighyraY Deptartment, Peconic Lane, 4623 12P49 Blue 6 PLATE NO. OF PURCHASER INSPECTION CERT. NO. DATEINSPECTION STATION NO. SERIAL OR IDENTIFICATION NO. CYLS. 12810H 1 487795 1 3--27-74 ! 3142 21`49114P1370658 SOURCE OF OWNERSHIP NAME AND ADDRESS LAST PLATE NO. OF VEHICLE ' DATE OF PURCHASE DLR. CERT. NO. DATE OF SALE PRESENT ODOMETER READING I certify: Vehicle described above was sold to the purchaser on date indicated. At time of de- livery the purchaser was entitled to register the vehicle. This vel-.ic'e complied with equipment !`211034 3-2874 0084 requirements of the Commissioner's Regulations and such equipment was in condition and repair TEMP. CERT. OF REG. to render under normal use, satisfactory and adequate service upon the public highway at the ® GAS ❑ DIESEL 1 time of delivery. Equipment Certification does not apply to vehicle sold as new, wholesale or OR N0. OF DEALER 170622-9 funk. All New York State and Local Taxes due as a result of this sale have been collected from ❑ ELECTRIC PLATE LOANED GG7 r the purchaser. � CERTIFICATION OF RETAIL PURCHASER I hereby certify that I have purchased the new _ (i L` L ) \h t\\\ ❑ used ❑ demonstrator vehicle described above Authorized' ;gnature of Dealer o ALSO 1 flledto Check Proper Box "Form orm 1 • M Power of Atty. on File ❑ Partner MV -50 (10/69) Signature of Retail Purchaser ❑ Officer of Corp. ❑ Individual Owner LO ANY CHANGE OR ALTERATION VOIDS THIS CERTIFICATE 0 FIRST ASSIGNMENT FOR VALUE RECEIVED, the undersigned hereby r/ansfers the St ement oP i7r gin at n e tndioY. vehicle described therein to, Add,ess Cl:,-jnq 1 f'vt�L,—ti 4� .ti and certifies that the v icle is new and `as notr been registered in this or any other ate: he also )iarrants the title of said motor vehicle at time of del,ery. subject to the liens and encumbrances, if any, asset out below: Amt. of Lien Date To Whom Due Address i� 0 N c �y_ IK _ 'EL, 1NC. Dated ;�li j-�, t oL 191 at J� I yc✓�� E. KOEP PEL, INC. r) - IL -19 HILLSIDE AVE, BY: Fir N e Sign Here sition Dealer License (Permit) No. r..,, Before me personally appe4Ved R- -Lwhp 1>y,me beirig duly swom upon oath says that the statements set forth above are true and corrdcf""`-r' L ?e ;el (,,_w, Subscribed and sworn to before me this day o '19— Notary 19_Notary Public for County. State of Notary Seal false Wliitc!n Statements Herein PundsM.tTe under N. Y. Pere[ UtSECOND ASSIGNMENT FOR VALUE RECEIVED, the unders:e-ed hereby transfers this Statement of Origin and the motor vehicle described therein to Southold Town Highway Department Address Peconic Lane, Peconic, New York 11958 and certifies that the vehicle is new and has not been registered in this or any other state: he also warrants the title of said motor vehicle at time of deovery, subject to the liens and encumbrances, if any, as set out below: Amt. of Lien Date To Whom Due Address NOME Dated 3`28 19 74 .,at Peconic N.Y. 11958 Vail Brothers, Inc. By: t� Transferor (Firm Name) 1034 ,,,Sig Here Posittj-;, Dealer License (Permit) No. faiSe i`rtiti' n 5:3:9..^.SBnic } gr±jn T Before me personally appeared PBniste}'lC uedfr +`.' fwho by me being duly sworn upon oath says that the statements set forn above are true and correct. Subscribed and sworn to before me this day of .19_ Notary Public for County. State of Notary Seal THIRD ASSIGNMENT FOR VALUE RECEIVED. the undersigned hereby transfers this Statement of Origin and the motor vehicle described therein Address and certifies that the vehicle is new and has not been registered in this or any other state; he also warrants the title of said motor vehicle at time of delivery, subject to the liens and encumbrances, if any, as set out below: Amt. of Lien Date To Whom Due Address Dated 19 By Transferor (Firm Name) Sign Here Position Dealer License (Permit) No. Before me personally appeared Who by me being duly swom upon oath says that the statements set tcrh above are true and correct. Subscribed and sworn to before me this day of_. 19 _ Notary Public for County. State of Notary Seal xq a m c Ema f o� m= _163 -m' O j!� ao$ O¢ E m a m` Ea;s Amo pDm c Cm0 O u4o` CL om• J U O �mE L>� m p � VLm U >;a eID c amo ..O 9 g s � el 0, o o � ¢R p . m • 5 o o u 3 c o 9 Y C o Z ; f, E� 4 g $s Q8. > E] � 3 o o� w v 22" o o i u _ 3 o mom r v 5 s = e ? cmc c v ' =J t-ao o Gcy = v Wo ria= -s o m n Wgis e ti a U. O ® S r. STATE11'1,--NT Car ORIGIN TO A MOTOR VEHICLE The undersigned CORPORATION hereby certifies that the new motor vehicle described below, the property of said CORPORATION• has been transferred I this`71 day of OCTOBER 19 73 on Invoice No. PPA 122266 to 02 301 E. KOEPPEL, INC. whose address is (Distributor. Dealer. Etc.) 162-19 HILLSIDE AVE JAMAICA (Street and No.) (C ty a �,d State) 1Y 11432 Vehicle Make PONTIAC Series or Model CP AN OV 1 L L ear 19 74 'Body Type 4DR HARDTOP SEDAN No. Cyl. 8 2P49•74P 137065 Manufacturer's Motor Vehicle Identification No. H.P. (SAE) 55.2 Shipping Weight 4623 If Truck or Commercial Vehicle, Give Capacity (To be given in terms as required by the State) The CORPORATION further certifies that this was the first transfer of such new motor vehicle in ordinary trade and commerce. PONTIAC MOTOR DIVISION GENERAL MOTORS CORPORATION (Gorporation) By: Accountant Sign Name Title or Position PONTIAC, fAICHIGAN C" c_ address of S (C:; a c S:a:e) 0-229rgji —1: Gi`: E2 t a S A (P4200) - - - - -- - - ----v- (�Gi 3 cn U ca F+(71d U O co E U 2} _- o i O i v- i7 O O CU C) M O �� �cov i i �— Cil d c E v� -5 ri O E UCO7Uii W r1� f \� CrC2UVOi� J cit ❑ ON r U ! tn >� CO N; Q 3 Y ,'� 0��-�Q co iZ0O d - -0 El I a �._300� C) it �'- �� v-OOCL-7 cCi 3 �O 4\ d O O -00 � c 0� �I 3 L r� c a U CU ® Q u ri _moo m 0-0 cts (t5 ) Q p O a Q' in Op U p u� o Ito \ NOC �- LL rcn ^� O v`t `� i EEcvm O IU E0 N UOr3> C � 00, cam O U) pLL 0) I. N >,--0 a0 N "3 ctf v O > ci3 c6 O O -r fl O" 2 aC� cA o tno. EE= O r O °rO o QQ o � M v Q) ca ca 5oxnoO T-0 il s O 0 O co j a) O T.12 z O O O O dLUV i Cil - --' Q) -0 r�� L Q P -400O V CU Q - Lr O + CV C U +O O d LJJ 0 0) OAOcC .� *r ` •N y M J v, N O� U O� E O O •-. 6O=N. �(4 z �? Tia,= a) U U CU i Q ;_ oIo =co�a� O a cd, N ca 4- m -0 Q O y ca N iuo•Lcs0�� a� 0a) y a (1)at L s 0 co 0 OZil— ca. 0.00 ¢O0 ¢U� O LL v) Y 1-0 CE ww¢ ZU Lfl tT' VA r1 CIO r- ° o c� C N 1-j6W�S• W a C1 Z. C -j Lj 0 7c V1 tz � � Cl? 7 ttt�•:SUU gi > ru Ct +-t W Li CRP, ti �4 C-+ M � N M m aCZa F 0 0 Cn Lri V - Er m Q a> . O C3 a Z d < ,�- U) a; moo• c3 r La> a J. a] ° U E (, U Z L� J U F U c Z c Q N > RAYMOND C. DEAN Superintendent �t��fntt� ���ttx#�tten# Tofun of'SOW4101b Petomr, C. V_ 11!358 NOTICE TO BIDDERS: NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the. General Municipal Lawn, that sealed bids are sought and requested -fnr the purchase of One (1) New 1974 International #200 Cab and Chassis with 132" W.B., 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, New York, until 10:00 A.M., February 15, 1974, at which time they will be opened and read aloud in public. Specifications for the above may he obtained at the Office of the Sup't of Highways and delivery date must be Submitted. The Sup't of Highways reserves the right of 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 (Pid on 1974 International #200 Cab and Chass? s write 132" W.B.) 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. RAYMOND C. DEAN Dated: Jarnary22, 1974 S+tp't of Highways Te I. 765 - 3140 734-5211 SPECIFICATIONS FOR (1) NF?W 1974 INTERNATIONAL #200 CAB AND CHASSIS WITH 132" W.B. (OR AQUAE.) 9,000 lb. G.V.W.R. FA -7, 49000 ib. front axle 3,800 lb, front springs w/H.D. Shock Absorbers Front disc. brakes 12.75 rotor w/3.38 Caliber Bore RA -7500 lb. rear axle Aux. rear springs w/H.D. Shock Absorbers V-345 cit. in. 8 cyl. engine w/ emission controls Net B.H.P. 156 @ 3600 R.P.M. (with dual exhaust) Increased cooling 11" H.D. clutch 4 speed transmission 5 cab 3dertification lights Dual Jr. king size mirrors 7.50 x 16-8 ply rating T.T. front tires 5.50 F -rim 7050 x 16-8 ply rating M & S. T.T. dual rear tires 5.50 F -rim undercoating SPECIFICATIONS FOR DUMP BODY, HOIST & CONTROLS DUMP BODY: Shall be a Daybrook Maintainer or equal lo6 yards water level 8 foot all steel body. Height of sides 10" height at front and rear 16". The body SHALL BE 6'6" wide insideo Sides and frl-oor shall be 12 gauge reinforced. Structural steel underbody support. Full length rub rails. Double acting tailgare with steel hardware. There shall be inclu-ded all necessary N.Y.S. lights, flaps and reflectorso There shall be screened window in cab shield 9" x 21" opening of 3/4" expanded metal screen 11" x 23" 10 - gauge steel frame. HOIST: Shall be a direct lift, capacity of 5 tons, dumping angle 45 degrees, mounting height - 9 5/8". Single sealed 5" cylinder with a displacement of 550 cu. in., stroke 28", cylinder wall thickness - 1/4", piston rod diameter 2 3/16 and spring loaded self-adjusting packing. CONTROLS: F=loor lever controls for hoist and power-take-off,front lever control for body tailgate. RAYMOND C. DEAN Superintendent Zviu t of "Sout4olb Feranic, N. V. 1.955 January 22, 1974 RESOLUTION BY: 4 /C SECONDED BYs 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; One (1) New 1974 International #200 Cab and Chassis with 132" W.B. (OR EQUAL) Vote of the Town Boards Supervisor Albert M. Martocchia (les) (No) Justice Louis Demarest Yep) (No) Justice Martin (16-�) (No) Councilman James Rich, Jr. ((&J) (No) Councilman James Homan esj (No) Town Clerk: Town of Southold Dated: January 22, 1974 Tel. 765-3140 734-5211 RETAIL ORDER FOR NEW INTERNATIONAL 0 PURCHASER MOTOR VEHICLES AND ATTACHMENTS FIRM NAME ADDRESS PREPARE ONE COPY FOR PU HASER) SELLE CITY CITY AND •- STATE AND STATE - ZIP CODE C S I herebv order from vou. subiect to all terr&. conditions and aereements contained herein and NTY 1 I4 C11 IPr,oNE I ADDITIONAL PROVISIONS nrintPri nn the B,EVEILSE hereof, the following: ` Y QV• RATED CAPACITY MAXIMUM LBS (GVW) INCLDG. BODY & LOAD YEAR• MODEL 1 �}�! rf�_ WHEEL- BASE 1 WHEELSTIRES cAET i.... - PAINT CHASSIS NO. SIZE PLY RATING RIM NO. COLOR FRONT - -- 2. DOWN PAYMENT: X X X X REAR SGL DUAL BODY TYPE CASH DEPOSIT WITH ORDER ALLOWANCE ��, jar I►" Y� l ! �"' $ $ CASH ON DELI VERY AMT. OWING (IF ANY) g AXLE RATIO SERIAL NO.Lj14 40 0 ._/ Q f3 J�► /'� Q wi ENGINE NO. NIS Year shown is the year designated by manufacturer procedures as the "year" to be applied to the vehicle for titling and registration purposes. I NET TRADE-IN ALLOWANCE l�under yits OI&A AS 04 ft $ Q i $ M A D W TOTAL DOWN PAYMENT � O r PHYSICAL DAMAGE INSURANCE COVERAGE Physical damage insurance to said motor vehicle, as designated below, is to be Delivery of this purchase to be made at f.,&lp" on or about 07AAg.&L / 1, 19 701 TRADE-IN CASH SALE PRICE -- ADD SALESLJSE X { $ �- — MAKE YEAR -MODEL - CHASSIS NO. 1. TOTAL CASH SALE P ICE $ ENGINE NO. - -- 2. DOWN PAYMENT: X X X X -'- XX BODY TYPE CASH DEPOSIT WITH ORDER ALLOWANCE $ $ $ $ CASH ON DELI VERY AMT. OWING (IF ANY) I NET TRADE-IN ALLOWANCE NET TRADE-IN ALLOWANCE $ $ $ $ TOTAL DOWN PAYMENT $ PHYSICAL DAMAGE INSURANCE COVERAGE Physical damage insurance to said motor vehicle, as designated below, is to be 3. UNPAID CASH PRICE (I LESS 2) purchased for term from date of delivery until expiration date of — , 19 . (Check proper coverage). 4. OTHER CHARGES DESCRIBE: ❑ If a commercial motor vehicle, insure for fire, theft, combined additional cover -5. 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 COST OF PHYSICAL DAMAGE INSURANCE — — 5a SUB TOTAL $ of the value of $ _ to he attached to said vehicle (s) — 6. COST OF GROUP CREDIT LIFE INSURANCE by the purchaser. ❑ Tr for type motor vpkicle ❑ Local hauling (under 50 miles) ❑ Intermed• a hauling (50 to miles) ❑ Long distance haul- _ 7. BASIC TIME PRICE (TOTAL OF ga AND 6) $ ing (over 150 miles) ❑ Hauling ex sives, flammable quids or gases ❑ Logging and fore y op rations, h ing logs, stumps, p wood, wholesale lumber. as Tiger vehicle, past ❑ If a motor vehicle efined f r ins ance purposes as a p(erage 6 TIME PRICE DIFFERENTIAL then for ❑ C prehensi Includes fire, theft, a ned additional coverage) ❑ ire, theft and combined additional co ❑ $ deductible collision and -upset. ❑ Towing and labor Such (private passenger) vehicle insurance shall be based on collision classi- fication as determined from rating statement. 9. TIME BALANCE (TOTAL OF 7 AND 8) $ $ 11. TERMS OF PAYMENT: Purchaser agrees to pay Time Balance to be evidenced by instalment sale contract in instalments of $ each, and instalments of $ each, and instalments of $each, and instalment of $ payable on the same day of each successive month, commencing 19 , or After maturity each instalment of the note or contract described above shall draw interest at the rate of percent per annum. At the request of seller, purchaser agrees to execute a security agreement covering the property ordered hereunder to secure payment of said note or contract. If cash payment with or- der is made by check, cashing or depositing the same shall not be considered as an acceptance of this order. The property ordered hereunder is sold under the regular warranty of the International Harvester Company, as printed on reverse hereof and under no other, express or implied. Liability insurance coverage for bodily injury and prop- erty damage caused to others is NOT included herein. NOTE: This order is subject to the written acceptance of the dealer to which it is addressed. NOTICE TO PURCHASER: See that all necessary blank spaces are filled before and if addressed to International Harvester Company is subject to written acceptance by signing this order. No insurance will be obtained by the seller unless a charge one of its District Managers. Asst. District Managers or Branch Managers. Purchaser's for insurance has been made in the space provided for that purpose. deposit will be returned if not accepted. I agree that this order, including ADDITIONAL PROVISIONS printed ACCEPTED: on REVERSE hereof, which I have read and to which I agree, constitutes the entire agreement relating to sale of said property, and that I have recei_vAdg3 true copy thereof. BY TAKEN BY DATE For use in all states except CaliforIJ, Iowa, Kansas, Louisiana, Ohio, Rhode Island and Vermont. FH -1062-L. DATE Form app. 1-2-73. 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 5 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 INTERNATIONAL MOTOR VEHICLE WARRANTY International Harvester Company warrants to the original purchaser of each new International motor vehicle to be free from defects in material and work- manship 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) supplied by the International Harvester Company, which shall be returned to the seller's place of business (or in the event of an emergency, to an International Harvester 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 original 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 original purchaser at the seller's place of business (or in the event of an emergency, at the place of business of an International Harvester 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 or filters when such re- placements are made as part of any such normal maintenance service, or (2) to any vehicle which shall have been repaired or altered in any way so as, in the Company's judgment, to affect adversely its 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. 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 ORIGINAL 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 liability cn 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. Backer for FH -1062-L. TRYAC TRUCK & EQUIPMENT CO., INC. P. 0. BOX 98 — ROUTE 58 — RIVERHEAD, NEW YORK 11901 ■ I PHONE: (516) 727-0200 INTERNATIONAL TRUCKS • TRACTORS • FARM AND INDUSTRIAL EQUIPMENT Feb rua ry 13, 1974 Mr. Raymond Dean Superintendant of Highways Town of Southold Peconic Line Peconic, New York 11958 Dear Sir: We are pleased to bid on one (1) International Model 200 truck with the follow- ing specifications: SPECIFICATIONS FOR (1) 14EW 1974 INTERNATIONAL 200 CAB & CHASSIS W/132" W.B•(OR EQUAL) 9,000 LB. G.V.W.R. FA -7, 4,000 LB. FRONT AXLE 3,800 LB. FRONT SPRINGS W/H.D. SHOCK ABSORBERS FRONT DISC BRAKES 12.75 ROTOR W/3.38 CALIBER BORE RA -7500 LB. REAR AXLE AUX. REAR SPRI14GS W/H.D. SHOCK ABSORBERS V-345 Cu. IN. 8 Cu. ENGINE W/EMISSION CONTROLS NET B.H.P. 156 @ 3600 R.P.M. (WITH DUAL EXHAUST) ITV CRFA SED COOLING 11" H.D. CLUTCH 4 SPEED TRANSMISSION 5 CAB IDENTIFICATION LIGHTS DUAL JR. KING SIZE MIRRORS 7.50 x 16-8 PLY RATTING T.T. FRONT TIRES 5.50 F -RIM 7.50 x 16-8 PLY RATING M & S T.T. DUAL REAR TIRES 5.50 F -RIM UNDERCOATING SPECIFICATIONS FUR DUMP BODY, HOIST & CONTROLS DUMP BODY: SHALL BE A DAYBROOK MAINTAINER OR EQUAL 1.6 YARDS WATER LEVEL 8 FOOT ALL STEEL BODY. HEIGHT OF SIDES 10" HEIGHT AT FROAIT AND REAR 16". THE BODY SHALL BE 61611 WIDE INSIDE. SIDES AND FLOOR SHALL BE 12 GAUGE REINFORCED. STRUCTURAL STEEL, UNDERBODY SUPPORT. FULL LENGTH RUB RAILS. DOUBLE ACTING TAILGATE W/STEEL HARDWARE. THERE SHALL BE INCLUDED ALL NECESSARY V.Y.S. LIGHTS, FLAPS AND REFLECTORS. THERE SHALL BE SCREENED WINDOW IN CAB SH1ELD 9"x21" OPENING OF 3/4" EXPANDED METAL SCREEN ll"x23" 10 -GAUGE STEEL FRAME. AD -244.5 -2- HOIST: SHALL BE A DIRECT LIFT, CAPACTIY OF 5 TORS, DUMPING ANGLE 45 DEGREES, MOUNTING HEIGHT 9 5/811. SINGLE SEALED 5" CYLLIDER WITH A DISPLACEMENT OF 550 CU. 1i4., STROKE 2811, CYLIivDER WALL THICKWESS 34", PISTON ROD DIAMETER 2 3/16 AI4 D SPRIW G WADED SELF-A DJUSTIWG PACKING. COiiTROLS: FLUOR LEVER COLITROLS FOR HOIST ABD POWER-TAKE-OFF, FR011T LEVER COATROL FOR BODY TAILGATE. Delivery date is 30 days from time of order. Our bid price on this vehicle is $5,284.28 (Five thousand two hundred eighty- four dollars and twenty-eight cents.) Thank ;you for the opportunity of bidding on this vehicle. Very truly yours, TRYAC TRUCK & EQUIPMENT CO . , lktC. C4,, CHARLES GRIGOIUIS, SALES REPRESENTATIVE CG:mk Att. NON-COLLUSIVE BID CERTIFIC'AT`E " 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 materiala, supplies or equipment of the type described in the invitation for b ds, and the contents of this bid Kive not beenf commun- is*ted by the bidder, ..nor, to its best'"knowledge and bgjief, by any of its em- ployees or agents, to any person not an employee or agent of the bidder or a its 9nrety on any botA furnished herewith prior to the 6ificial opening otthe Ai;, lei ' 91;& INV. OR REQ. M ( SIONED) l LEVER W. JTIIG ( CORPORATITLE, TTE ., IF ANY ;F =y y r. .4 `-, r a. .. ._ _ ., rl ��r�wWiixW+Y+Wa�..sd+wiJYiiW�liWwi,rwWrxW�W �YYwc.aiaiYiY'nSnWWtiw�S�dYam".9oiiWWiilyVlq+�iro:.nY....... NOTE: This contract is for use when the purchase price of the equipment is over $1,000. It must be executed in triplicate and de- livered to the countysuperintendent of highways. If approved by the county superintendent, he shall file one copy In his office and within ten days of the date of his approval file two copies with the town clerk. The town clerk shall file one copy and deliver one copy to the Vendor. WHERE APPLICATION IS MADE PURSUANT TO SECTION 104,10, SUBDIVISION 3, OF THE LOCAL FINANCE LAW, A COPY OF THIS FORM MUST BE FILED �TH THE STATE COMPTROLLER. ��- 4Z 67 316 924-3451 COUNTY OF SUFFOLK DEPARTMENT OF PUBLIC WORKS R. M. KAMMERER, COMMISSIONER YAPHANK, NEW YORK, 11980 BARNEY A.EVANS WILLIAM S. MATSUNAYE, JR. CHIEF DEPUTY COMMISSIONER CHIEF ENGINEER February 20, 1974 Albert W. Richmond, Town Clerk Town of Southold Main Road Sall '.hold, New York 11471 Dear Mr. Richmond: We a -^e enclosing two approve(] copies of Contract and SpecificatJons for the Purchase Of Road rcpilpirent for the Town of Southold, coverlr:g the narchasp of One (1) New 1974 International 200 Cab & Chassis w/132" W.B. as per attached bid specifications. Please deliver one copy to vendor. The extra copy is beingtsent to Superintendent Raymond C. Dean. RMK: ce enc. cc..: Supt. Raymond C. Dean Very truly yours, R. M. Kammerer Commissioner of Public Works A. C, 142 - T. H.19 - 1966 s h CONTRACT AND SPECIFICATIONS FOR THE PURCHASE OF ROAD EQUIPMENT This is a contract to purchase the following road equipment One () New IP74 International 200 Cab & Chassis W/132" W.B. (Set forth herein or attach detail specifications upon which bids were based) SHE ATTACHED SPEC'IFIC'ATIONS entered into this 15thday of February 19 74 , between the Town Superintendent of Highways of the Town of Southold , in the County of Stiffol, k New York, and Tri; ac Truck & EQu� Amen+ Co Inc. the Vendor, whose principal office is located at Riverhead New York . 0. Address) for a total price of Five thousand two hundred eighty �hty four & twenty eightollars ($ 5,284,28 >. 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 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 held January 22, , 1974 . 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 of: (2) By payment from current appropriations (3) By payment from proceeds of obligations 5o284.28 TOTAL $ 5,284.28 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 gime 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 360 days and that it will be delivered in first class condition at J!P _oni c Neter York not later than the 15thday of March , 1974 - 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 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. Thi tract comprises thef ire contract between the parties and supersedes any and all other agreements respecting the prop- ertyfi eiescribed. / Town Superintendent of Highways (Ve dor) By APPROVED: Its _ County Superintendent of Hig ays (Indicate whe er officer or agent) NNe his contract is for use when the purchase price of the equipment is over $1,000. It must be executed in triplicate and de- li the county superintendent of highways. If approved by the county superintendent, he shall file one copy In his office and widays of the date of his approval file two copies with the town clerk. The town clerk shall file one copy and deliver one COPY 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. 1 W SPECIFICATIONS FOR (1) NEW 1974 INTERNATIONAL #200 CAB AND CHASSIS WITH 132" W.B. (OR UAL) 9,000 lb. G.V.W.R. FA -7, 49000 ib, front axle 3,800 lb. front springs w/H,D, Shock Absorbers Front disc, brakes 12,75 rotor w/3,38 Caliber Bore RA -7500 Ib, rear axle Aux, rear springs w/H,D. Shock Absorbers V-345 cu, in. 8 cyl. engine w/ emission controls Net BoH,Po 156 @ 3600 R,P*Mo (with dual exhaust) Increased tooting ll" H.D. clutch 4 speed transmission 5 cab identification lights Dual Jr. king size mirrors 7.50 x 16-8 ply rating To To front tires 5,50 F -rim 7o50 x 16-8 ply rating M & So T*To dual rear tires 5,50 F -rim undercoating SPECIFICATIONS FOR DUMP BODY,HOIST & CONTROLS DUMP BODY: Shall be a Daybrook Maintainer or equal lo6 yards water let►el 8 foot all steel body. Height of sides 10" height at front and rear 16", The body SHALL BE 6'6" wide insideo Sides and floor shall be 12 gauge reinforced. Structural steel underbody support. Full length rub rails. Double acting tailgare with steel hardivare. There shall be inclu:;ded all necessary N.Y.S. lights, flaps and reflectors* There shall be screened window in cab shield 911 x 2111 opening of 3/4" expanded metal screen 11 11 x 23" 10 - gauge steel frame. HOISTS Shall be a direct lift, capacity of 5 tons, dumping angle 45 degrees, mounting height - 9 5/8"o Single sealed 5" cylinder with a displacement of 550 cu* in,, stroke 28", cylinder wail thickness - 1/4", piston rod diameter 2 3/16 and spring loaded self-adjusting packing, CONTROLS: Floor lever controls for hoist and power-take-off,front lever control for body tailgate. RAYMOND C. DEAN Superintendent RESOLUTION BY: SECONDED BY: RESOLVED, that the Superintendent of Highways of the Town of Southold, be authorized to advertise for bids and to purchase from the lowest responsible bidder, the following: One New Mobil Sweeper, 197+, Model TE 4 (or equal) without any trade-in. Vote of the Town Board: Supervisor Albert M. Martocchia (Yes) (No) Justice Louis M. Demarest (Yes) (No) Justice Martin Suter (Yes) (No) Councilman James Rich, Jr. (Yes) (No) Councilman James Homan (Yes) (No) Dated: February 26, 197+ Town Clerk, Town of Southold Tel. 765-3140 734-5211 Pg4fing plevntrarnt vfun of '*IIutljulb �stumt, �_ �_ 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 1974 Mobil Sweeper 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 9:30 A.M., March 14, 1974, 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 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 26, 1974 RAYMOND C. DEAN Supt of Highways NOTIOE 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 1974 Mobil Sweeper TE - 4, or EQUAL:— 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, Pe - conic, New York until 9:30 A. M., March 14, 1974, at which time they will be opened and read aloud in public.. Specifications for the above may be obtainers at the Office of the Sup't. of Highways, and de- livery date must be submitted. 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 South- old, to do so. All bids must be signed and sealed in envelopes plainly mark- ed (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 South- old, is exempt. Dated: February 26, 1974 RAYMOND C. DEAN Supt, of Highways 1T--3-7 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 er-Mattituck Watch- man once each week for .....�� : :f.... / ..J... wee�s successively, commencing on the ....................................... .M_. day of ............ :. �l 2, Sworn to before me this ........... ............. day of Notary �ftblic Notar n, ADELF. PAYNE Y lic, State of New Res;dna in SufYork L; County Co,��mi,scn`'x�i, v1101)D A es fvlarcli 33, 197 ` January 1974 It is the intent of these specifications to 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 13,000 pounds. Unit shall be a Mobil Sweeper, Model TE -4, or eq,. -al. :ergine: Eng-.ne shall be a ford Model 300-01'-6001-I1W, six cylinder (Propulsion) overhead valve gasoline engine with a seven main bearing crankshaft, 2.4 to 1 compression ratio having not less than 300 cu. in. displacement and developing '165 horsepower at 3,300 Rr-. A Donaldson Donaclone heavy duty air cleaner and hour meter shall be furnished. _ xmg-ine : (Auxiliary) .Engine in rear of sweeper driving brooms, elevator and water pump s' ---all be a 4 -cylinder lord industrial water cooled gasoline engine with 192 cu. in. piston displace- ment, 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 or 12,000 miles, whichever occurs first, on a pro -rata basis. Rear Broom: Sweeper shall have a,.rea.r pick up broom not less than 36" in diameter and 58" 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 62" -'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 Cutter broom from a normal driving position with cab door closed without the use of mirrors. 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 inside with plexo- black and have a manhole with cover. - 1 - Hear xx S"►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 ratios. Weight on rear axle shall not exceed 17,000 pounds with hopper and water tank fully loaded. !-tear axle mounting plates on under side of axle housing shall be 3/4" steel plates. Front Axles: Front axle to be rated at not less than 7,000 lbs., having dual full hydra;lic power cam and lever type steeriv.g. Tires: Front ties 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 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 61 amp heavy duty alternator with dual belt drive and 74 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 cl.annel 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 Sweeper shall be equipped with the following: Accessories: A fully enclosed cab with air conditioner, pressurizer, full vision 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. Dietz 211 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, slow moving vehicle decals and back-up alarm. Sweeper to be painted Highway Yellow. 2 - miscellaaneous : Turning radius not to exceed '18'. Overall h�ei �ht i ncludir.g cab, not to exceed By". Overall sweeper length riot to exceed 21"71". Wheelbase not to exceed 115" A. C.142 - T. IiT 19 - iyGG C 0 T rJ. A (.. -Z N 6 FOR THE PURCHASE OF ROAD EQUIPMENT This is a contract to purchase the following road equipment ONE (1) Mobil Sweeper Model TE -4 (Set forth herein or attach detail specifications upon which bids were based) 19 , between the Town Superintendent of Highways of the entered into this 11.}th day of March , Z Town of Southold , in the County of meq„-P-Pnl Ir -- New York, and George Malvese & Co. Inc. the Vendor, whose principal office is located at 0 Old County Road Hicksville res New York for a total price of Twenty-two thousand and 00/100 ----------------------Dollars ($ 22,, 000.00 )• 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 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 held February 26, , 19 _}1- . 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 of: (2) By payment from current appropriations (3) By payment from proceeds of obligations TOTAL $ 22.000.E 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 30r0 clays and that it will be delivered in. first class condition at Southol r3 'T'ntm Ni ohtraer De t Peco i not later than the lAt�ay of Ma 19 74. he refusal The Vendor hereby agrees to the provisions of Section 103-a of the General Municipal Law which requires that upon t 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 of 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 i 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. Tliis ract comprises the entire contract between the parties and supersedes any and all other agreements respecting the prop- erty ficin d scribed. GEORGE MALVESE & CO., INC. C ' Vendor) i Town Super intenden o/ Highways APPROVED: '/'•I . Goupfy Superintendent of Highways ich as P. Sbarra It. Vice President of Sales (Indicate whether officer or agent) tTE. This contract is for use when the purchase price of the equipment is over $1,000- It must be executed in triplicate and de - in his office and d to ten the cou the uperintendedate of taof hig l file.twof apps ved h he ton the clek eThe town clerkhe sshall flehall file oone cne opy ad deliver one o 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. P.O. BOX 295 • 530 OLD COUNTRY ROAD HICKSVILLE, L. I., NEW YORK 11802 516 681-7600 • 212 886-1900 March 129 1974 Town of Southold Peconic bane Peconic, New York Bid: One MOBIL SWEEPER Model TE -4 or equal Due: March 14, 1974 @ 9:30 A.M. One Twin engine MOBIL SWEEPER Model TE -4, having a drive engine for the truck chassis, and a separate auxiliary engine for sweeping; right hand hydraulically raised and lowered gutter broom with 7 wire filled segments, 4 cu, yd, hopper, 280 gallon water tank, coated with Plexoblack and manhole cover, powered by a 300 cu, in. Ford gasoline engine with Donaldson Donaclone air cleaner, hour meter 61 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 rear broom, gutter brooms, elevator anc wa-t�er pump powered by an THdi dtYl, Ford, 1`927"c`i-, in, gasoline engine with Donaldson Donaclone air cleaner, hour meter, automatic transmission, two speed rear axle, 7 spare wire filled gutter broom segments, fully enclosed cab with full vision door, air conditioner and pressurizer, hot water heater and defroster fan, dual windshield wipers with washers, 2 West Coast rear view mirrors, rear fender mud flaps and mounting steps, 151 length of hydrant hose, Dietz #211 cab mounted revolving flasher, directional signals, clearance lights, front and rear towing eyes, reflectors, one Bostrom seat with seat belts, rear license plate bracket with light, hydrant flow valve, slow moving vehicle decals, undercoated and back-up alarm. Sweeper to be painted Highway Yellow. NET BID DELIVERED PRICE ....................22,000.00 GEORGE MALVESE & Q;., INC . � Gr Nicholas P. Sbarra Vice President of Sales �1PM N r C l , N P ESE GEORGE MALVESE & CO., Inc. LONG ISLAND'S OLDEST DISTRIBUTOR OF POWER EQUIPMENT P.O. BOX 295 • 530 OLD COUNTRY ROAD HICKSVILLE, L. I., NEW YORK 11802 516 681-7600 • 212 886-1900 March 129 1974 Town of Southold Peconic bane Peconic, New York Bid: One MOBIL SWEEPER Model TE -4 or equal Due: March 14, 1974 @ 9:30 A.M. One Twin engine MOBIL SWEEPER Model TE -4, having a drive engine for the truck chassis, and a separate auxiliary engine for sweeping; right hand hydraulically raised and lowered gutter broom with 7 wire filled segments, 4 cu, yd, hopper, 280 gallon water tank, coated with Plexoblack and manhole cover, powered by a 300 cu, in. Ford gasoline engine with Donaldson Donaclone air cleaner, hour meter 61 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 rear broom, gutter brooms, elevator anc wa-t�er pump powered by an THdi dtYl, Ford, 1`927"c`i-, in, gasoline engine with Donaldson Donaclone air cleaner, hour meter, automatic transmission, two speed rear axle, 7 spare wire filled gutter broom segments, fully enclosed cab with full vision door, air conditioner and pressurizer, hot water heater and defroster fan, dual windshield wipers with washers, 2 West Coast rear view mirrors, rear fender mud flaps and mounting steps, 151 length of hydrant hose, Dietz #211 cab mounted revolving flasher, directional signals, clearance lights, front and rear towing eyes, reflectors, one Bostrom seat with seat belts, rear license plate bracket with light, hydrant flow valve, slow moving vehicle decals, undercoated and back-up alarm. Sweeper to be painted Highway Yellow. NET BID DELIVERED PRICE ....................22,000.00 GEORGE MALVESE & Q;., INC . � Gr Nicholas P. Sbarra Vice President of Sales �1PM N r C l , N P J N 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; (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 COMPETER; (c) NO ATTEMPT ZEAS 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 HE HAS FULLY INFORMED HIMSELF REGARDING THE ACCURACY OF THE STATEMENTS CONTAINED IN THIS CERTIFICATION AND UNDER THE PENALTIES OF PERJURY AFFIRMS T, --M TRUTH THEREOP, SUCH PENALTIES BEING APPLICABLE: TO THE BIDDER AS WELL AS TO THE PERSON SIGNING IN ITS BEHALF; (e) THAT J=ACHED HERETO (IF A CORPORATE BIDDER) IS A CERTIFIED COPY OF THE RESOLUTION AUTHORIZING THE EXECUTION OF THE CERTIFICATE BY TETE SIGNATOR OF THIS BID OR PROPOSAL IN BEHALF OF THE CORPORATE BIDDER, RESOLVED THAT: i of asP . Sbarra . V.P. of Sales of (Name of Officer) GEORGE MALVESE & CO . , INC . AUTHORIZED TO SIGN AND SUBMIT THE BID OR PROPOSAL OF THIS CORPORATION FOR THE FOLLOWING PROJECT. One 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 103-4 OF THE GENERAL MUNICIPAL LAW'AS THE ACI' 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 TRUE AND CORRECT COPY OF THE RESOLUTION ADOPTED BY Geo.Malvese &Co.Inc CORPORATION AT A MEETING OF ITS BOARD OF DIRECTORS HELD 'ON THE 2nd DAY OF Sept. 19 650 Secretary A . 'V. Malvese. TRIt 369 DUFFY AVENUE • HICKSVILLE, L. 1., N. Y. March 13, 1974 Town of Southold Peconic Lane Peconic, N.Y. 11958 Gentlemen: inc. 11802 • 516 935-2600 We are pleased to submit our bid for a Wayne model 964 4 Wheel Sweeper as follows: Wayne Model 964 Sweeper $20,333.00 Option: Coating Water Tank $ 425.00 We feel this is unnecessary because our water tank is constructed of Corten steel which has rust inhibitive characteristics. Very truly yours, William Kollm Vice President WK/dc Encl: 0y",tY 3 NON C;OLLUSI , 131DPTNO CY i TI'1 `'j CA TION 9y submission of this bid or proposal, the binder certifies thats (a) This bid or proposal has been independently arrived at without collusion with ate► other bidder of vith any co"titor or potential competitor; (b) This bid or proposal has nct been knowingly disclosed and will not be k wwingly disclosed, prt*r to the opening of bids or proposals for this project, to arr other bidder,, competitor or potential cp Wetitorl (c) No attempt has been or will be made to inftoe aM other person, partnership or corporation to submit or not to subwdt a Lid or prcposal.g (d) The person signing this bid or proposal certifies that he has fully informed hineelf rsp;arding the accuracy of the statements contained in this cer14-,0'4-c:?ticn, and un'er the penalties of perjury, affirms the truth thereof', such penalties being applicable to the bidder as well as to the parson signing in its behalf; (c) 'Iba L attached 'bereto (if corporate bidder) is a certified copy of reoel.nti.on au;thorining the e"oution of this certificate by the sipator of -chis bits or proposal in behalf of the corporate bidder® Trius Inc. iaaoived. tbat +a.....w.worn.......•..o.....rr•owe.wo.o.•.o.ra..oeo... (Name of the Corporation) authorized to sign and submit the bid or pMoaal of this corporation for the 4 Wheel Sweeper follovi.np. project ��••..w..w.s•.«.r..r.rrr.••rtrr.�r.�.•a......w.•.•.....tro..... (pesaribe ;;o�'►ect) and to r civaU in such bid or pxopomal the certificate as to nor.-collusi®n re- quired by section one hundred three - d of the penerel eninicipal lav as the act and deem of such corporation, and for am inaccuracies or miestatenents in such certifyrr.te this corporate bidder shall be liable under the T*iwtltlea of perjury. '''be fornmire- <P a t ze and correct cop,- of Tri.us Inc �oaXdwr•o.r�o.sS�7'E3•hil?wQilwt�i�w.w•.�3thaor (ci?sY►NL . '. O r.'A TINE) grwt;�: 6, c:_dpi®r if an individualE the resolution adopted by •.......r:. corporation rat at weti.r?p of its 74 day o. r. wi..10 r.♦eiwwa,/�9-`�.. a.w.6. Secretary .... w .. • .. r 4 .......... • . • .. w . 0 0 0 0 a . IN ORDER THAT WE PROVIDE OUR CUSTOMER WITH A THOROUGHLY INSPECTED AND ADJUSTED NEW MOBIL SWEEPER, THE FOLLOWING PRE -DELIVERY INSPECTION MUST BE MADE. ALL UNITS ARE FACTORY TESTED AND ADJUSTED, BUT TO COVER THE EFFECTS OF TRANSPORTATION OR STORAGE AND TO PROTECT THE WARRANTY ON EACH MOBIL SWEEPER, COMPLETE THIS FORM AND RETURN TO: SERVICE DEPARTMENT MOBIL SWEEPER DIVISION AMERICAN HOIST & DERRICK COMPANY 1057 - 10th AVENUE, S. E. MINNEAPOLIS, MINNESOTA 55414 MODEL 1 `lv- 4 S E RIA L NO. A 1 Z 1 e 3 DELIVERY DATE /o `16 - 77` INSPECTED BY }l ; PA( -r% OWNER TOLVkl ff DISTRIBUTOR ( } f27) . UA/_('it=`/�F 1 CITY ]�Q.('•pAJI STATE Alai) /�k < STATE yo C I TY�( �/ STATE /v NOTE: THIS FORM MUST BE COMPLETED AND MAILED WITHIN 7 DAYS OF DELIVERY OF SWEEPER. INSPECTION _ OPTIONS - AS PER YOUR PURCHASE ORDER TO MOBIL SWEEPER. INSPECTED FOR DAMAGE AND/OR SHORTAGE IN SHIPMENT. �- CHECKED COOLING SYSTEM COOLANT LEVEL. �- CHECKED ALL LEVELS (REFER TO LUBRICATION GUIDE IN OPERATOR'S MANUAL): A. CRANKCASE B. AIR CLEANER C. TRANSMISSION D. DIFFERENTIAL E. GEAR BOXES F. HYDRAULIC SYSTEM RESERVOIR G. BRAKE SYSTEM MASTER CYLINDER ✓ CHECK AIR CLEANER HOSE CONNECTIONS TO CARBURETOR. �- LUBRICATED ENTIRE SWEEPER. CHECKED BATTERY WATER LEVEL �- CHECKED ALL SPROCKETS & CHAIN FOR PROPER ALIGNMENT & TENSION CHECKED TIRE PRESSURE �- CHECkED ENTIRE SWEEPER FOR LOOSE NUTS, BOLTS, AND PINS CHECKED ALL INSTRUMENTS AND GAUGES FOR CORRECT OPERATION CHECKED COMPLETE SWEEPER FOR CORRECT OPERATION. INSPECTED SWEEPER FOR FUEL, OIL COOLANT AND EXHAUST LEAKS. GAVE SWEEPER ROAD TEST, CHECKED: A. BRAKES B. CONTROLS C. BROOM ADJUSTMENTS D. GENERAL SWEEPER AND HANDLING MS -26 1 j SERVICE DEPARTMENT MOBIL SWEEPER DIVISION AMERICAN HOIST & DERRICK COMPANY 1057 - 10th AVENUE, S. E. MINNEAPOLIS, MINNESOTA 55414 GENERAL INSTRUCTIONS GIVEN TO CUSTOMER AND/OR OPERATOR ORIENTATION OF ALL CONTROLS AND INSTRUMENTS. REVIEWED FUEL AND LUBRICATING OIL SPECIFICATIONS. REVIEWED ALL AVAILABLE SERVICE INFORMATION WITH CUSTOMER. ✓ REVIEWED POINTS TO BE LUBRICATED (PROPER GRADES OF LUBRICANT). PROPER STARTING AND STOPPING OF ENGINE. �— OIL LEVEL CHECK POINTS: A. ENGINE CRANKCASE B. AIR CLEANER C. GEAR BOXES D. TRANSMISSION E. DIFFERENTIAL F. HYDRAULIC SYSTEM RESERVOIR CARE OF AIR CLEANER - SPECIAL ATTENTION TO INTAKE HOSE CONNECTION TO CARBURETOR. CARE OF ELECTRICAL EQUIPMENT. CARE OF COOLING SYSTEM, DRAIN PLUGS. OWNER OR OPERATOR HAS RECEIVED OPERATOR'S MANUAL. REMARKS: PREPARED FOR DELIVERY BY ! DATE CUSTOMER ij i DEALER Cj)eV k(L �L_ Vt`jr t SIGNE mit' SIGNED TITLE t of T4igbwqycz TITLE THE CUSTOMER'S SIGNATURE ABOVE ACKNOWLEDGES THAT THE MOBIL SWEEPER WAS DELIVERED TO HIM IN A SATISFACTORY CONDITION AND THAT HE RECEIVED INSTRUCTIONS AS TO THE PROPER OPERATION AND MAINTENANCE. MS -26 Tafun > AVUtha1b 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 the sale of the following item: 1 pair used Chris-Craft, 283 cu. in., 185 horsepower marine engines The sealed bids will be received by the Sup't of Highways of the Town of Southold, at his office, Peconic, New York, until 1:00 P.M. on April 25, 197+ at which time they will be opened and read aloud in public. The marine engines may be seen at the Southold Town Highway Department, Peconic, New York. 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. Dated: April 9, 197+ RAYMOND C. DEAN Supt of Highways 'Old" _ r RAYMOND C. DEAN Superintendent Prank, CN_ V. 11958 Tet. 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 purchase of the following items, more or less, as may be needed: 1. 15,000 lin. feet of Snow Fence with pickets 12 x 2 inches, spaced 2 inches apart, 4 feet high stained red, with five (5) double strands of 122 gauge galvanized wire in 100 lin. foot rolls. 2. 19000 - 6ft. 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, de- livered in 100 lb. bags to the Highway Dept., Peconic, New York, by truck 4. 300 tons of Grade No. 1 Cayuga (or equal) Rock Salt, de- livered in bulk to the Highway Dept., Peconic, New York, by truck. The Supt, of Highways reserves the right to reject any and all bids, and to waive any and all informality in Way 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 Supt 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 Supt of Highways, at his office on August 9, 1974. Items 1 - 2 will be opened to the public at 1:30 and Item 3 - 4 will be opened at 2:00. Dated: July 9, 1974 RAYMOND C. DEAN Supt of Highways ti ROCK SALT . .August 9, 197+ .......2:00 P.M. 1. Cargill std 2. Interbational Salt Company .�..... ........ 3. Morton Salt CompanyQ`. ......... RAYMOND C. DEAN Superintendent Tufun of "Sout4olb PPronir, �K_ 1!. 11!358 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 bidder, the following more or less, as needed: Item No. 1 - 15,000 lin. feet of Snow Fence with pickets 12 x z inches, spaced 2 inches apart, 4 feet high stained red, with five (5) double strands of 12z gauge galvanized wire in 100 lin. foot rolls. Item No. 2 - 19000 - 6ft. studded steel T posts with flanges or anchor plates on posts, posts shall not be less than 8.65 lbs. each. 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: July 9, 1974 Town Clerk, Town of Southold Tel. 765-3140 734-5211 RAYMOND C. DEAN Superintendent (`�vixm of,' i;aut4o1b rcuxric, C V_ 11958 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, the following more or less, as needed: 300 tons of Grade No. 1 Cayuga ( or equal ) Rock Salt, delivered in 100 lb. bags to the Highway Dept., Peconic, New York, by truck. 300 tons of Grade No. 1 Cayuga ( or equal ) Rock Salt, delivered in bulk to the Highway Dept., Peconic, New York, by truck. 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: July 9, 1974 Town Clerk, Town of Southold Tel. 765-3140 734-5211 RAYMOND C. DEAN Superintendent of n of "!i;II11ff1Dlb 1cranit, �K_'u_ 11958 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 purchase of the following items, more or less, as may be needed: 1. 15,000 lin, feet of Snow Fence with pickets 12 x 2 inches, spaced 2 inches apart, 4 feet high stained red, with five (5) double strands of 122 gauge galvanized wire in 100 lin. foot rolls. 2. 1,000 - 6ft. 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, de- livered in 100 lb. bags to the Highway Dept., Peconic, New York, by truck 4. 300 tons of Grade No. 1 Cayuga (or equal) Rock Salt, de- livered in bulk 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 Supt 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 August 9, 1974• Items 1 - 2 will be opened to the public at 1:30 and Item 3 - 4 will be opened at 2:00. Dated: July 9, 1974 RAYMOND C. DEAN Sup't of Highways G �x U� /�'C4✓LLd% 'f7 e, 7A 7ua-Qi y C MORTON SALT COMPANY 939 NORTH DELAWARE AVENUE PHILADELPHIA, PA. 19123 • 215/923-8030 August 5, 1974 Town of Southold, New York Peconic Lane Southold, New York 11971 Re: Rock Salt Bid Opens August 9, 1974 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 (Suffolk County). Bulk Rock Safe -T -Salt Treated $19.25 per ton 100# Sacks Rock Safe -If -Salt $39.60 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, 1975. TJD/abc Very truly yours, J1 I T J. er ighway+ Hales Manager MORTON SALT COMPANY A DIVISION OF MORTON -NORWICH PRODUCTS, INC. R a / AA* MORTON SALT COMPANY A DIVISION OF MORTON -NORWICH PRODUCTS, INC. August S, 1974 GENERAL MUNICIPAL LAGS 103-d Statement of Non -collusion in bids and proposals to political subdivision of the State or Fire District. "NON -COLLUSIVE BIDDING CERTIFICATION (a) 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 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 have not been knowingly disclosed by the bidder prior to the 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." ;Jl U , Akr-w� T4ji. Der Sales Manager - H hway Division SPECIFICATIONS FOR SODIUM CHLORIDE RUCK SALT FOR SNOW AND ICE CONTROL The Sodium Chloride shall conform with requirements of American Society for Testing and Materials (A.S.T.M.), designation D 632-72 for Type 1, Grade 1. The Sodium Chloride shall be manufactured and produced within the confines of the United States. All bulk salt shall be uniformly treated with an anti --caking compound (Yellow Prussiate of Soda [Y.P.S.] or equal.) The Sodiui Chloride shall arrive at tha delivery point in a free-flowing and usable condition. A. S. T. 11. D 632-72 Type 1, Grade 1 (Eastern United States) Chemical Requirements Sodium Chloride (NaCl) min. percent .... 95.0 Physical Requirements SLS ve Size 1/2 in. (12.70 run) 3/8 in. ( 9.51 mm) No. 4 (4.76 mm) "No. 8 (2.38 mm) No. 30 (0.595 mm) Weight Percent Passing 100 95 to 100 20 to 90 10 to 60 0 to 10 Permissible Variations Gradation - 5 percentage points on each sieve except 1/2 in. and 3/6 in. for Grade 1. Chemical Composition 0.5 percentage points. S 1 _AM INTERNATIONAL SALT COMPANY A PART of/ -V zont) INC. ADMINISTRATIVE HEADQUARTERS Clarks Summit, Pennsylvania 18411 Phone: 717/587-5131 Telex: 83-7442 Cable: ISCO, Clarks Summit, Pa. August 6, 1974 Town of Southold Highway Department Office of the Superintendent of Highways Peconic:, New York 11958 Gentlemen: The International Salt Company is pleased to submit the following Rock Salt quotation for your consideration: STERLING "CC" ICE AND SNOW RMIOVAL ROCK SALT Truck Delivery Minimum truckload - 20 tons Bulk $20.00 per ton 100 lb. Multi -wall paper bags $39.40 per ton Our delivered price quoted above applies f.o.b. your storage area, Town of Southold with all transportation charges prepaid. Terms of payment are net 30 days from shipment. Bulk rock salt will be treated with an anti -caking agent. We will protect our quoted prices through the period ending March 31, 1975 provided our quotation is accepted and acknowledged within 30 days from your bid opening date of August 9, 1974. :jkk Thank you for the opportunity to submit our quotation. Very truly yours, (ms.)Joan K. Kelleher Public Contracts Clerk Z NON -COLLUSIVE BIDDING CERTIFICATION (a) 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 independ- ently 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 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 not 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 purpose 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. August 6, 1974 INTERNATIONAL SALT C014PANY (Ms`. ) Joan K. Kelleher Public Contracts Clerk k 0 CARGIR SALT OEPANICARGILL SALT MENi 250 Madison Avenue Morristown, N.J. 07960 201/267-5353 Salt Mine Office: Lansing, New York 607/533-4221 August 6, 1974 Obbiee ob the Supeti.vitendevrt ob Highways Town o b Southo.td Peconi.c, New yottk 11958 Genttemen: Cangit t, I neonpo t ted is p.teaz ed to zubm,c t the bottowing bid ban bunnizhing youA uck .batt nequucemewtz: Bu.tk - Deicing - CC - Ttceated - De.P.i.veAed - $20.15/Tan Bu.tk - Deicing - #1 - TAeated - De iveAed - $30/60/Ton 80# Bags CC oA #1 GAade - Deti.veAed - $42.20/Tan Theile pAice/s w t t %ema i.n 4i,,m through May 31, 1975, and ane ba6ed upon buAni/shing AmeAi.can mined nodi za.tt which Witt meet on exceed your speci4icati.onz . OuA teAmz ane net 30 day. OndeAz may be p2.aeed with. MA. "Butch" Nagy an our Mane obbice in Lawsing, New VoAk. - 607/533-4221. De,P.i.veti a w tt be made in 20 ton tAuck .toad quan#.itie,6, noAma,tty within 48 houAz a.bten ondex ng; up to 72 houAz bon bagb. SeAvice iz the main eonzideAati.on in the Batt buzina.6, and CoAg.i Et, I neott potuxted can provide the best z envice in yowt aAea. Thank you bon ean6ideAing ouA bid. Ib you have any questions, on i- we can be o6 any s eAvice, p.teaz e cats u s . Very tAuty youm , CARGILL, INCORPORATED PaVr c is B. StAykeA AttoAney-in-Fact PES: pis C;ARvILL, INCORPORATED CORPORATE SECRETARY'5 DEPARTMENT CARGILL BUILDING CALVIN. ANDERSON MINNEAPOLIS, MINNESOTA 55402 SECRETARY JOHN F. MCGRORY ASSISTANT SECRETARY RODNEY M. OLSON ASSISTANT SECRETARY I hereby certify that I am Assistant Secretary of Cargill, Incorporated, a Delaware corporation; that as such Assistant Secretary I have custody of certain of the books and records of said corporation, including the Certificate of Incorporation thereof, that pursuant to Paragraph 4 of' Article TFNTH. of said Certificr.:te of Incorporation, as amended, the Board of Directors is expressly authorized as follows: W "4. By resolution or resolutions passed 'LIy a majority of Lhe whole Board to designate one or more.cor1mittees, each committee to consist of two or more Director; of the corporation, which, to the extent provided in said resolution or resolutions, or in the By-laws of the corporation, shall have and may exercise the powers of the Board of Directors in the management of the business and affairs of the corporation, and may have power to authorize the seal of the: corporation to be affixed to all papers which may require it. Such committee or conunittees shall have such n„me or names as may be stated in the By-laws of the corporation or as may be determirc�d from time, to time by resoluw t-4__ A__* -d 1— , #-I,— 'D --.-x; .o_4' T14 -n-4 � II � G /s' tant Secretary CARGILL, INCORPORATED CORPORATE SECRETARY 5 DEPARTMENT CARGILL BUILDING CALVIN J. ANDERSON MINNEAPOLIS, MINNESOTA 55402 SECRETARY JOHN F. M cGRORY ASSISTANT SECRETARY RODNFY M. OLSON ASSISTANT SECRETARY I hereby certify that I am Assistant Secretary of Cargill, Incorporated, a Delaware corporation; that as such Assistant Secretary I have custody of certain of the books and records of said corporation, including the By-laws thereof; that Section 4 of Article III of said By-laws, as amended, reads as follows: "SECTION 4. The Board of Directors may by resolution or resolutions pass- ed ,hy a majority of the whole Board designate an Executive Committee, a Finance Committee, a long --Range Planning Committee, a Salary Committee rind. am. Audit Commit tee. Each of such Cor:mitt. s shall consist of at least three members of the Board. The Executive Committee shall. have and may exercise such powers in the management of the business and affairs of the corporation as may from time to time be granted to and conferred upon said Committee by resolution by the Board of Directors, and shall have power to authorize the seal of the corporation to be affixed to all papers which nvay- require it; but the Executive Committee shall. not have power to fill vacancies in the Board, or to change the membership of, or to fill vacan- cies in said Connaittee, or to make or amend By-laws of the corporation. The Salary Committee sh-all determine and fix from time to time the salary and compensation of officers and employees of the corporation, except as it may delegate the fixing of the compensation of clerical and other general employees of the corporation to officers or heads of departments. The Finance Corraittee, the Long -Range Planning Committee and the Audit Co:...mittee shall have and may exercise such powers in the management of the business and affairs of the corporation as may from time to time be granted to and conferred upon said Committees by resolution by the Board of Directors. The Board shall have the power at any time to change the membership of each of such Committees, to fill vacancies therein, or to dissolve it or them. The Board of Directors may from time to time, by resolution passed by a majority of the whole Board, create such other Committees as the Board may deem necessary or advisable for the proper conduct of the business and affairs of the corporation and appoint and remove the members thereof, who shall in all cases be Directors, and likewise may abolish any such Committee. Each Committee may make rules for the conduct of its business and may appoint such Committees within itself and assistants as it shall from time to time deem necessary, The Chairman of the Board of Directors and the President shall each be ex officio a member of all Committees to which either shall not be appointed by name or title or both, and as such each shall be entitled to attend, participate in, and vote at all meetings thereof, when and if either shall so desire. At least two members of each Committee, exclusive of the Chair- man of the Board or the President, in any case in which either is ex officio a member, shall constitute a quorum thereof. WITNESS MY HAND AND THE SEAI, of Cargill, Incorporated this 2 day of 19 7Y �r Assi. ant Secretary CARGILL, INCORPORATED CORPORHL SECRETARY'S DEPAIZTMENT CARGILL. BUILDING CALVIN J.ANDI-aS0N MINNEAPOLIS, MINNESOTA 55402 SECPETARY JO f+N F. MCGRC'PY ASSISTANT SECRETARY RODNEY M. OLSON ASSISTANT SECRETARY I hereby certify that I am Assistant Secretary of Cargill, Incorporated, a Delaware corporation; that as such Assistant Secretary I have custody of certain of the books end records of said corporation, including the minutes of meetings of. the Board of Directors and Stockholdcri, thereof; that the following is a true and correct copy of a resolution adopted by salf_d Directors at a Special Meeting thereof held on March 4, 1958, at which meeting a quorum was present, which resolutions are still in full force and effect: "RESOLVED, Vint the reE:o?.0 tion establishing an Executive Committee adopted at a special meeting of. the Board of Directors held on ,December 5, 1947, as Wri,9nded at a special meeting of said Board of Directors held December 12, 1950, is hereby revoked; and "RESOLVED FURTHER) That pursuant to the Certificate of Incorporation of the Corporation, as amended, and pursuant to Section 4 of Article III of the By-laws of the Corporation, as amended, an Executive Com- mittee is hereby established. Said Committee is hereby empowered to exercise all of the powers of the Board of Directors in accordance with the policy of the Corporation during the intervals between meet- ings of the Board of Directors. In addition to those imposed by law, by the Certificate of Incorporation of the Corporation, as amended, and by the By-laws of the Corporation, as amended, the powers hereby granted to said. Executive Committee are subject to the following limitations: (a) Although said Executive Conunittee shall have the power temporarily to suspend any elected officer of this Cor- poration, such suspension shall be from exercise of authority only and shall not operate to suspend the pay or other emoluments due said officer. Furthermore, in the event of any such suspension, said Executive Com- mittee must at the earliest Practicable moment call a special meeting of the Board of Directors of this Cor- poration for the purpose of considering said suspension. (b) Said Executive Committee shall not exercise those powers which heretofore have been or shall hereafter be dele- gated by the Directors to any other Conunittee. (c) Said Executive Committee shall. not have authority to amend the By-laws of this Corporation, or to change the number of members of said Executive Committee or any other Committee appointed by the Directors, or to appoint successors to membership on said Executive Committee or any other Committee appointed by the Di- rectors; and - 2 - "RESOLVED FU!"THER, That any two members of said Executive Com- mittee shall. constitute a quorum; the action of any two members of said Eyecutive Committee shall be the action of said Executive Committee; said Executive Committee may make such rules for the conduct of its business, consistent with its authority, as it may deem necessary or advisable; said Executive Committee shall keep records of its proceedings; and said Executive Committee shall cause the record of its proceedings in the intervals between meetings of the Board of Directors to be exhibited at each special and annual meeting of the Board of Directors; and "RESOLVED FURTIiER, That Messrs. John li. MacMillan, Jr., Cargill MacMillan, H. Terry Morrison and Erwin E. Kelm (each Directors of this Corporation) are appointed as the Executive Committee of this Corporation, and Air. Donald C. Levin (Secretary of this Corporation) is appointed Secretary of said Executive Committee, each to hold office until further action by the Directors or until his earlier resignation." I further certify that all of the foregoing resolution, except the last paragraph thereof which has been modified as hereinafter set forth, is still in full force and effect; and I further certify that the following is a true and correct copy of a resolution adopted by said Board of Directors at their annual meeting held on August 14, 1973, at which meeting a quorum was present and which resolu- tion is still in full force and effect: "RESOLVED, That Messrs. Erwin E. Kelm, as Chairman, Fred M. Seed, H. Robert Diercks, Walter F. Gage, 11. D. McVay and Whitney MacMillan, having been nominated therefor, were appointed to serve as the Executive Committee, each until his successor shall have been appointed, the duties and powers of said Committee to remain unchanged, and Mr. Calvin J. Anderson was appointed Secretary and Messrs. John F. McGrory and Rodney M. Olson were annnint-ari Ace!ci-nnt- of c�4,1 Fvon„t;.,o /+..,.,.,,;+-f-oo 11 WITNESS MY HA1?D AND THE SEAL of Cargill, Incorporated this ._Ii_ day of � 197 ` A si tant Secretary 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 corporation bidder. "RESOLVED, That Stuart J. Leisz, A. R. Sarvi, Gifford A. Howarth, Fred W. Croft, Patricia E. Stryker, T. H. Vogelsang, W. Worth Parks, ,Tames C. Franklin or Ronald Eastman be authorized to sign and submit the bids or proposals of this corporation for the sale of any products or property, including but not limited to mineral rock salt, to be sub- mitted to the State of New York, all agencies thereof, the New York State Thruway Authority, and/or all such political sub -divisions regu- lated 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 su:h corporation, and for any inaccuracies of misstate- ments 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 Cargill, Incorporated at a meeting of the Executive Committee of its board of directors held on the 22nd day of June, 1973, and I hereby certify that this resolution is still in full force and effect at the date of this bid. i CARGILL, I"XORPORATED Assns ant Secretary Signature �y- Dated: �7 J CARGILL, INCORPORATED CARGILL BUILDING MINNEAPOLIS, MINNESOTA 55402 Rodney M. Olson ASSISTANT SECRETARY I hereby certify that I am Assistant Secretary of the Executive Committee of Cargill, Incorporated, a Delaware corporation. I further certify that under the duly adopted rules of said Committee, a copy of the record of any action taken by said Committee, when by me as Assistant Secretary certified to be true and correct and when attested by me with the corporate seal, shall be sufficient evidence of the taking of said action and its effectiveness, without the signature of any member of said Committee. I further certify that the follow- incy is a true and correct copy of a resolution (s), rule (s) or action (s) duly adopted or taken, as the case may be, by said Executive Committee on June 22 , 1973__, and that said resolution (s), rules) or action (s) are on this date in full force and effect, to wit: "RESOLVED, That Stuart J. Leisz, A. R. Sarvi, Gifford A. Howarth, Fred W. Croft, Patricia E. Stryker, T. H. Vogelsang, W. Worth Parks, James C. Franklin or Ronald Eastman be authorized to sign and submit the bids or proposals of this corporation for the sale of any products or property, 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 pol- itical subdivisions 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 or misstatements in such certificate this corporate bidder shall be liable under the penalties of perjury; and "BE IT FURTHER RESOLVED, That the foregoing resolution shall continue in full force and effect unless and until rescinded by action of the Board of Directors or Executive Committee of the Board of Directors of this corporation and shall apply to all such bids or proposals made prior to any such rescission WITNESS MY HAND AND THE SEAL of Cargill, Inco,!wrated, this 19 /Z FORM A•417C ' x� day of T SECRETARY P014ER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That Cargill, Incorporated, a Corporation duly organized and existing under the laws of the State of Delaware, and having its Home Office in the City of Minneapolis, Minnesota, has made, constituted and appointed, and does by these presents, constitute and appoint: A. R. Sarvi, Gifford A. Howarth, Patricia E. Stryker all of Morristown, New Jersey, each its true and lawful Attorneys -in - Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver bids, bid bonds, contracts, performance bonds and such other documents as may be necessary or required in connection with the bid, sale or delivery of mineral rock salt and/or road deicing salt to any state, county, city, municipality, or corporate body with which the Company may do business and to bind the Corporation thereby as fully and to the same extent as if such documents were signed by the President, sealed with the Corporate Seal of the Corporation and duly attested by its Secretary, hereby ratifying and confirming all that, the said Attorney(s)- in-Fact may do in the premises. , IN WITNESS WHEREOF, CARGILL, INCORPORATED has caused these presents to be signed by its Division Vice President and its Secretary, and its corporate seal to•be hereunto affixed this 14th day of June , 1973. 11 CARGILL, INCORPORATED By P. Clayton Tonnemaker, Division Vice President s Calvin i rltiuerson, Secretary C STATE OF MINNESOTA ) ss COUNTY OF HENNEPIN ) On this 14th day of June , 1973, before me personally came F. Clayton Tonnemaker and Calvin J. Anderson, to me known, who, being by me duly sworn, did depose and say that they are, respectively, the Division Vice President and Secretary of Cargill, Incorporated, the Corporation described in and which executed the above instrument; that they know the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Executive Committee of the Board of Directors of said Corporation and that they signed their names thereto by like order. IN WITNESS WHEREOF, I have hereunto se,t—my-and an ffixed my 'official seal, the day and year hereinjrst above written 211 ary Public MDT. 01GC11 :ctcZl :,):� r,c, >%ncpin County, Tinr& /hiy CommissionExpires Dec. 81 187_5. STATE OF NEli7 JERSEY ) ss COUNTY OF MORRIS ) On Auoust G , 197_,, before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared PatAi.c is E. StAukeA known to me to be Attorney -in -Fact of CARGILL, INCORPORATED, the corporation des- cribed in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corp- oration executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. Q!":2t - �' 4 , 0�0 Notary Public CYNTHIA J. BOYER ,oO NOTARY PUBLIC, STATE Of N. J. My Commission Expires June 18, 1978 CARGILL Cargill Building _Minneapolis, Minnesota 55402 CARGILL SALT Dear Cargill Salt Customer: Cargill Salt will be changing package sizes for all salt products prior to June 1, 1974. 100# and 50# packages will be eliminated and replaced with 80# and 40# packages. Cargill Salt will be available in the following package sizes: 1. Halite Deicing Salt. Package Size: 80# & 40# 2. Water Conditioning Rock & Evap Salt. Package Size: 80# & 40# Safety records indicate that accidents and injuries occur more frequently when handling 100# packages. 80# packages stack better and are preferred by employees because of the ease of handling in comparison with 100# packages. The change in package sizes will necessitate some modification of specifications. We hope your specifications will be adjusted to accept bids and quotations for 80# and 40# packages as standard specifications or alternate specifications. Accepting 80# and 40# packages as alternate specifications will help insure a suf- ficient number of qualified bidders and competitive prices. Your Cargill sales representative will be calling on you soon to discuss the package size changes and to work with you to make the transition as smooth as possible. We sincerely appreciate your salt business and we thank you for your cooperation in working with us on the upcoming package changes. Sincerely yours, Michael A. Lilly Product Manager MAL: 1g FENCE& POSTS ........... 1. Capitol Highway Materials, Inc. .'?7" .:.Q ............. 2. Chem ng Supply Corp. .. 7.�. &. /.... ? ................. 3 2- 4 i 4.........1:3o P. M�Atopac 8-4417 CAPITOL HIGHWAY MATERIALS, Inc. ROUTE 6, BALDWIN PLACE PUTNAM COUNTY, NEW YORK 10505 QUOTATION Date Aug. 7,1974 TO Mr. Raymond Dean - Supt. • Town. of Southold Highway Department • Peconic, L.I.N.Y. 11958 Mr. Raymond Dean - Supt. August 9, 1974 '' 1:30P.M. ATTENTION: Due Date DESCRIPTION AND SPECIFICATIONS UNIT PRICE TOTAL We are pleased to quote your requirements as follows: I 15,000 ft. Red Snow Pence $37.40/c ft -1 $ 5,61.0.00 1,000 61 Studded "T" Posts. 2.60 each 1 2,600.00 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 HIGHW Y ,MATERIALS, Inc_. 5976 2M by 1 N" NONCOLLUSIVE BIDDING CERTIFICATION Required by Section 103-d of the General 1.1unicipal. 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 authoriz ngthe execution of this certificate by the signator of this bid or proposal in behalf of the corporate bidder." 11 17 (Signa re of Individuakjigning _A_J �W a Bid) Resolved that t,ignature op lnaiviauai �iignl g niuj be aughorized to sign and submit the bid or pro sal of this Corporation for the following project r"N tuescrioe 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 foregoing is aue an adopted by_ Q,:K-lp I 1OL � 1( 1_ corporation ate a meeting of its the 7-->n� day of (Seal of the corporation) correct co E - of the reso ution Ott! 11y1 ?E- lel L<, a�rf� of directors hd on 17.f 19 . ecretary .V •. 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 August 7, 1974. 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 1;xA inches, spaced 2 inches apart, 4 feet high stained red, with five (5) double strands of 121.5 gauge galvanized wire, in 100 lin. foot rolls. $ 44.64 /100 ft. Total delivered price $ 6726.00 As an alternate bid, we would like to quote you on 15,000 lin ft. of snow fence with pickets 1;- inches, the balance of the specifications as all above 4 $ 35.32 /100 ft. Total delivered price $ 5296.00 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 4 $ 2.11 each Total delivered price $ 2111.00 Enclosed find our Non -Collusive Bidding Certificate. Very truly yours, CHEMUNG SUPPLY CORP. JMS:EB )eralcd M. Stemerman Enc. k NON -COLLUSIVE BIDDING CERTIFICATIOV 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 ti,ereto 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. le Salves Manager 4 �,i0futtu e� r#ztten# Zo&vn of 'Sau#ljalb Prraitir, N- it_ 11958 RAYMOND C. DEAN Superintendent August 26, 197+ Morton Salt Company 939 North Delaware Avenue Philadelphia, Penna. 19123 Gentlemen; As a result of recent bids, be advised that you .have been awarded the bid on Rock Salt for this year. Very truly yours, j RCD/esg �NDC. DEAN Supt of Highways Tel. 765-3140 734-5211 RAYMOND C. DEAN Superintendent ZOE= n# ';$nutljnlb rranir, NG_ V_ 11958 August 26, 1974 Chemung Supply Corporation Corning Road - Rt. 328 P.O.Box 527 Elmira, New York 14902 Gentlemen: As a result of recent bids, be advised that you have been awarded the bid on Snow Fence and Posts for this year. Very truly yours, RCD/esg RAYMOND C. DEAN Supt of Highways Tel. 765-3140 734-5211