Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Highway
State of New York County of Suf f olk 27th SS.: ))) Onthis........................................day of....................................................................................................., February 75 19............, before me personally s° H. M. BruSh came...................................................... ...............................................................................................to me known, who being by me duly _ it v Pose y: sworn did de and say: that he resided in Smithtown New Q, ]{ ..................that he is the ........................................ r................ ...... a A...... President ............. of the ...................... Asphalts....... inc.w....................................................................................................... the corporation described in and which executed the above instrument; that he knew the seal of said corporation; and the seal affixed to said instrument was such corporate seal; that it was so affixed by order of the board of directors of said corporation, and that he signed his name thereto by like order. otary Public DONALD W. KE61PS R, Notary Public Sl`.aie a N. Y., R. s!-'-ling in Suffcilc CO. Official N,). 52-208495,0 _ Commission Exolrrs ',,,,arch 30. 191 630-1315 Ed. July 67 PERFORMANCE AND NO -LIEN BOND NCE ..0.0W, ,ETNA INSURANCE COMPANY HARTFORD, CONNECTICUT BOND # S73 26 62 KNOW ALL MEN BY THESE PRESENTS: That........ ASPHALTS, INC. ........................................................................... .................................................................................................................................................................................................................... (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—.—.—.—.--.— .........................................................-.............................................................................................................. ...................................................................................................................................(hereinafter called the Obligee(s)), in the sum of ..TWO HUNDRED FIVE THOUSAND AND 00/100 ....Dollars %2-0.5-9.0.0.0....0.0 )� .......................... 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..........February 14 1975 with .................... .......... TOWNSHIP ....O.F ....SOUTHOLD ...................... NAME OF OWNER FURNISHING 500000 GALLONS OF LIQUID ASPHALT CUT BACKGRADE R92 and MC2 for................................... I... ,.................................. ...,........... ASPHALT ROAD MATERIAL TO BE PICKED UP .BY 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. Form 1-630-1002 B 25.......................day of ............................ FEBRUARY ASPHALT. .... S IN ........... ................................................ P ' cipal ................. ......... ............................. . A INSVRN COM By................................ orney in Fact AETNA INSURANCE COMPANY POWER OF ATTORNEY OF HARTFORD, CONNECTICUT Know all Men Ly these Presents, That /ETNA 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, constitute and appoint John G. Proios of Port Jefferson Station, New York its true and lawful attorney(s) in fact, with full power and authority hereby conferred to execute, and to affix thereto the seal of the corporation, as Surety, as its act and deed, subject to the limitations and conditions hereinafter set forth, bonds and undertakings as follows: Any and all bonds and undertakings of suretyship provided the penal sum of no one bond shall in any event exceed FIFTY THOUSAND ($50,000) DOLLARS and to bind /ETNA INSURANCE COMPANY thereby as fully and to the same extent as if such bond were signed by the duly authorized officers of /ETNA INSURANCE COMPANY, and all the acts of said attorney(s), 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 co.rr- pany: The president or a vice president may execute fidelity and surety bonds and other bonds, contracts of indemnity, recognizances, stipulati•nrs undertakings, receipts, releases, deeds, releases of mortgages, contracts, agreements, policies, notices of appearance, waivers of citation and corse -',s 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 attastt ; 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 a- assistant secretary. The president or a vice president may with the concurrence of a secretary or an assistant secretary appoint and authorize an atorney-in-f=act 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 Dire;.;or 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 I I of the Bylaws, the facs-.;m1':e signatures of the officers and the facsimile seal of the Company affixed thereto shall be valid and binding upon the Company. IN WITNESS WHEREOF, /ETNA 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 8th day of March, 1974. AETNA INSURANCE COMPANY '� °•e A President Attest: Secretary rxs �wcT STATE OF CONNECTICUT, ° w C., Secretary CITY OF HARTFORD, ss: On this 8th day of March, 1974, before me, the undersigned. a Notary Public in and for the City of Hartford, in the State of Connecticut, d,.`> commissioned and qualified, came F. D. WATKINS, President, and J. J. MURPHY, Secretary, of /ETNA INSURANCE COMPANY, to me pers.,-na'.. known to be the individuals and officers described in, and who executed, the preceding instrument, and they each acknowledged the execution of same and being by me duly sworn, severally, and each for himself deposeth and saith, that they are the said officers of the Corporation afores.aiu that the Seal affixed to the preceding instrument is the Corporate Seal of said Corporation, and that the said Corporate Seal and thoir >ignatr:res such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. .07 a jrof Aoir Notary PGt;lic •�.u�`�r• My commission expires April 1, 1977. •. :•. STATE OF CONNECTICUT, •*r�0.RD, • CITY OF HARTFORD, ss. CERTIFICATE I, the undersigned, Secretary of the /ETNA INSURANCE COMPANY, a Connecticut corporation, DO HEREBY CERTIFY that the aheve foregoing Power of Attorney remains in full force and has not been revoked; and, furthermore, that the above quoted applicable paragraphs of At= r" CLE I I 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,...........?5.......day of _....... �-��- (/ ///���/ State of New York,CC County of Suffolk, SS.City of Port ion n 12 On this ............ ............. day of 19,"a-.7 ............ ....., 19........, before me personally appeared/ _. ... . to me known, who being by me duly sworn, did depose and say that he resides in _ ........ ... _..._. ; that he is Attorney -in -Fact of /ETNA INSURANCE COMPANY, the corporation described in and which rxeruted the for(,--. instrument; that he knows the seal of the said Corporation; that the seal affixed to such instrument is such corporate seal and was til r. by authority granted under the By -Laws of said Corporation, and that he signed his name thereto as Attorney -in -Fact by authority By -Laws of said Corporation, and that the said Corporation has received frorn the Superintendent of Insurance of the State of New York a cer,,: of solvency and of its sufficiency as surety or guarantor under Section 327, Chapter 882 of the Laws of 1939, being Chapter 28 of thr; Cor.suli,; Laws of the State of New York for the year 1939, and as amended and that such certificate has not been revoked. MR111FA eft ML.i My 40TARY PUBLIC, State cf NAI it* (SEAL) 'to. 30.3590430.:43ssau C41111" =•.m r-';-.. `L ' Notary Public Form M,215 (N.Y,) .3/�v/7J" State of New York County of 4-1-1( ss. City of 1":tP� 1 ------ ---- 2_ _ - ----- ----- .5 day of---------------------- -�'�------.--.-_) 19___ � J. ..... before me personally appeared --------- to me known who being by me duly sworn did dep se and say that he resides in -------- 2'�.... n------ ---------------------- that he is Attorney -in -Fact of AETNA INSURANCE COMPANY, the corporati described in and which executed the foregoing instrument; that he knows the seal of the said Corporation; that the seal affixed to such instrument 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. APR V. WIARYMC• State of New ` Me. 30-3590430, Nassau C=" (SEAL) t+r"'ti.ei•* 73 -µ � � — -- (�` ---------------------------------------- - Notary Public AETNA INSURANCE COMPANY Financial Statement December 31, 1973 ASSETS Bonds Stocks------------------------------------------ Real Estate ------------------------------------ 'Cash on Hand and in Bank ---------------- t-°t emiums in Course of Collection ---_-- Interest Accrued ---------------------------- Other Assets ---------------------------------- ------- $424,130,950 ------- 181,124, 005 ------- 3,765,589 ------- 6,995,169 -------- 63,913,238 ------- 7,7589603 ------ 37 ,174, 536 TOTAL - ---------------------------------------- $724,862,090 LIABILITIES Reserve for Unearned Premiums ________________________ $221,064,103 Reserve for Losses and Loss Expenses ________________ 284, 609, 856 Reserve for Taxes ____________________________________________ 7,6309100 Reserve for Dividends -------------------------------------- 0 Funds Held Under Reinsurance Treaties -------------- 1,185,307 Other Liabilities---------------------------------------------- 36,444,511 TOTAL LIABILITIES ---------------------------- $550,933,877 Capital- 1,000,000 Shares, $10 Par Value ----------- $ 10, 000, 000 Voluntary Security Valuation Reserve ----- --------- 20, 940, 127 Surplus(Unassigned)--------------------------------------- 142,988,086 SURPLUS TO POLICYHOLDERS-__--_______ $173,928,213 TOTAL ---------- ------------- $724,862,090 L. B. Bogart, being duly sworn, says that he is the Vice President of the AETNA INSURANCE COMPANY and that to the best of his knowledge and belief the foregoing is a true and correct statement of the said Company's financial condition as of the 31st day of December, 1973. Form 630-120 Ed. 1974ptinted in U.S.A. Vice President Z N C X n Z n M n 0 V Z Ina , 20 1' AN 9 You ee R t� a• /.....AUNT • Proven Symbols of Professional Service 55 ELM STREET HARTFORD, CONNECTICUT 06115 I� ON BEHALF of -___--ASPHALTS- ----------------- I� TOWNSHIP OF SOUTHOLD �. INFAVOR OF---------------------------------------------------------------- II� j HARTFORD, CONNECTICUT i I� i Ij !I I, ,j jl PR010S & ULLRICH, INC. i� 1523 Main Street Port Jefferson Station, N.Y. 11776 Phone HR 3-9200 it i i j: i : : FORM 630-1263B PRINTED IN U. S. A. N: viun of'Son#4o1b jieconic, N V. 11958 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 lowest responsible bidder, 500,000 gallons of Asphalt Road Materials, more or less as may be needed, for the repairs of Town Highways. Vote of the Town Board Supervisor Albert M. Martocchia (Yes) (No) Justice Louis Demarest (Yes) (No) Justice Martin Suter (Yes) (No) Councilman James Rich, Jr. (Yes) (No) Councilman James Homan (Yes) (No) Dated: January 28, 1975 Town Clerk Town of Southold Tel. 765 - 3140 734-5211 RAYMOND C. DEAN Superintendent Zairn of "'licut4alb Peronir,'T. 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: 10,000 gallons of Diesel Fuel, delivered to the Highway Dept. and the Town Disposal Area. Specifications for the above maybe obtained at the office of the Supt of Highways, Peconic, New York. Tel. 765-3140 734-5211 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 10:00 A. M. March 27, 1975 at which time they will be opened and read aloud in public. All bids must be signed and sealed in envelopes plainly marked (Bid on ) to the office of the Sup't of Highways. The Sup't of Highways reserves the right to reject any and all bids and towaive 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 incluede any Federal, State or Local Tax, from which the Town of Southold, is exempt. Dated: January 28, 1975 RAYMOND C. DEAN Sup't of Highways 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, 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 Albejbt M. Martocchia Justice Louis Demarest Justice Martin Suter Councilman James Rich, Jr. Coun�iel ma.n James Homan (Yes ) (No) (Yes ) (No) (Yes ) (No) (Yes ) (No) (Yes ) (No) Dated; March 11, 1975 Town Clerk; Town of Southold Tel. 765-3140 734-5211 orfun of "Southalb 11stonir, W. V- 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 items, more or less, as may be needed: 1,000 lin. ft. of 12" dia. 16 ga. x 10' lg. Aluminum Spiral Lock Seam Culvert Pipe 100 pcs. 12" dia. 16 ga. Connecting Bands 400 lin. ft. of 18" dia. 16 ga. x 10' lg. Aluminum Spiral Lock Seam Culvert Pipe 40 pcs. 18" dia. 16 ga. Connecting Bands 200 Lin. ft. of 24" dia. 16 ga. x 10' lg. Aluminum Spiral Lock Seam Culvert Pipe 20 pcs 24" 16 ga. Connecting Bands 100 lin. ft. of 30" dia. 16 ga. x 10' lg. Aluminum Spiral Lock Seam Culvert Pipe 10 pcs. 24" 16 ga. Connecting Bands Vote of the Town Board Supervisor Albert M. Martocchia Justice Louis Demarest Justice Martin Suter Councilman James Rich, Jr. Councilman James Homan Galv. AND (PERFORATED) Galv. AND (PERFORATED) Galv. AND (PERFORATED) Galv. AND (PERFORATED) (Yes) (No) (Yes) (No) (Yes) (No) (Yes) (No) (Yes) (No) Dated: January 28, 1975 Town Clerk: Town of Southold Te 1. 765 - 3140 734-5211 Zvfun of ""�nn#4vlb Pe>ronir, �K. V. 1195.8 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 lowest responsible bidder, the following,more or less as may be needed: 30 - Code No. 3189+ Grating, Frame and Curb Inlet Casting, 6' ht. with 41, 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) Dated: January 28, 1975 Town Clerk: Town of Southmld Tel. 765-3140 734-5211 (` afun of "Sout4olb FBtouit, W- V. 11958 RAYMOND C. DEAN Superintendent RESOLU'T'ION 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: (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 Mattituck, New York. Vote of the Town Board Supervisor Albert M. Martocchia Justice Louis Demarest Justice Martin Suter Councilman James Rich, Jr. Councilman James Homan Dated: January 28, 1975 Town Clerk: (Yes) (No) (Yes) (No) (Yes) (No) (Yes) (No) (Yes) (No) Town of Southold Tel. 765-3140 734-5211 Tofnn of "4ont4olb etonic, . .11958 RAYMOND C. DEAN Superintendent RESOLUTION BY: SECOIA-PED 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: 12 - 3' x 8' Drainage Rings 30 - 4' 6" x 81 Drainage Rings 30 - 3' 6" x 8' Drainage Domes 30 - 36" Covers Vote of the Town Board Supervisor Albert M. Ma.rtocchia Justice Louis Demarest Justice Martin Suter Councilman James Rich, Jr. Councilman James Homan (Yes) (No) (Yes) (No) (Yes) (No) (Yes) (No) (Yes) (No) Dated: January 28, 1975 Town Clerk: Town of Southold Tel. 765-3140 734-5211 Tnfun of "Sout4olb Fecauic, �K. -t_ 11958 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 lowest responsible bidder, the following, more or less: 15 - Danline (OR EQUAL) refills for rear brooms (36 wire) 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: January 28, 1975 Town Clerk: Town of Southold Tel. 765-3140 734.5211 tafun of '�*Vut4vfb RAYMOND C. DEAN Superintendent NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the purchase of the following items, more or less, as may be needed: 10,000 gallons of Diesel Fuel, delivered to the Highway Dept. and the Town Disposal Area. Specifications for the above maybe obtained at the office of the Supt of Highways, Peconic, New York. Tel. 765-3140 734-5211 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 10:00 A. M. March 27, 1975 at which time they will be opened and read aloud in public. All bids must be signed and sealed in envelopes plainly marked (Bid on ) to the office of the Supt of Highways. The Sup't of Highways reserves the right to reject any and all bids and towaive 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 incluede any Federal, State or Local Tax, from which the Town of Southold, is exempt. Dated: January 28, 1975 RAYMOND C. DEAN Sup't of Highways RAYMOND C. DEAN Superintendent Tatum of p outholb Vecoxttr, X. V. 1958 Tel. 765-3140 734-5211 NOTICES TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with thb. provisions of Section 103 of the General Municipal Law, that sealed bids are sought and reguested for the purchase of the following items, more or less, as may be needed: 1. 500,000 gallons of Asphalt Road Materials, more or less as may be needed, for the repairs of Town Highways. 2. 10,000 gallons of Diesel Fuel, delivered to the Highway Dept. and the Town Disposal Area. 3. 1,000 lin. ft. of 12" dia. 16 ga. x 10' lg. Galy. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 100 pcs. 12" dia. 16 ga. Connecting Bands 400 lin. ft. of 18" dia. 16 ga. x 10' lg. Galy. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 40 pcs. 18" dia. 16 ga. Connecting Bands 200 lin. ft. of 24" dia. 16 ga. x 10' lg. Galy. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 20 pcs. 2411 dia. 16 ga. Connecting Bands 4. 30 - Code #3189+ Grating, Frame and Curb Inlet Casting, 6' ht. with 41, opening 22" x 35" overall of grating. 20 - Code No. 15805 Circular Frame and Grate. 5. (a) Request for the purchase and delivery of 2,500 tons, more or less, as may be needed, of 3/8" Blue Stone, to be delivered by truck to the Highway Dept. yard, Peconic, New York and each truck must have a weight slip. (b) Price loaded on Town trucks, from Barge, at Mattituck, N.Y. 6. 12 - 3' x 81 Drainage Rings 30 - 41 6" x 8' Drainage Rings 30 - 31 6" x 81 Drainage Domes 30 - 361, Covers 7. 15 - Danline (OR EQUAL) refills for rear brooms (36 wire) 15 - H -7908H gutter broom wire i RAYMOND C. DEAN Superintendent Zafnn of "Sant4vtb Vecantc, N- V_ lvm Tei. 765-3140 734-5211 8. Tires and Tubes NOTICE TO BIDDERS Page II 2 - 23.5/25 - 16 ply tires 4 - 12.00/24 - 12 ply tires and tubes 4 - 17.5/25 - 12 ply tires 4 - 10.00/24 - 12 ply tires and tubes 6 - 11.00/22 - 12 ply tires and tubes 4 - 12.00/20 - 14 ply tires and tubes 4 - 11.00/20 - 12 ply tires and tubes 25 - 10.00/20 - 12 ply tires and tubes 4 - 7.50/20 - 10 ply tires and tubes 6 - 5.50/16 - 4 ply tires and tubes 22 - 7.10/15 - 6 ply tires and tubes 2 - 8.25/20 - 10 ply tires and tubes 4 - 9.00/20 - 12 ply tires and tubes 2 - H R 78 - 15 ply radial tires and tubes 10 - 7.10/15 - tubes 4 - 7.50/15 - 12 ply tires and tubes 4 - 14.00/24 - 10 ply Grader Tires 4 - 11.00/24 - 12 ply tires and tubes 2 - 13.6/28 - 4 ply Diamond grip all weather tires and tubes 2 - 11.2/28 - 4 ply Diamond grip all weather tires and tubes Specifications for the above maybe obtained at the office of the Sup't of Highways, Peconic, New York. The sealed bids, in duplicate, together with a non -collusive certificate, will be received by the Supt of Highways of the Town of Southold, at his office, Peconic, New York, until 1:00 P. M. February 14, 1975 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: January 28, 1975 RAYMOND C. DEAN Supt of Highways ofnn of 'rS0ut4V1b Pecnntc, �K_ V. 11958 RAYMOND C. DEAN Superintendent RESOLUTION BY: SECONDED BY: Tel. 765-3140 734-5211 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 tires and tubes, more or less as may be needed, for the year 1975: 2 - 23.5/25 - 16 ply tires 4 - 12.00/24 - 12 ply tires and tubes 4 - 17.5/25 - 12 ply tires 4 - 10.00/24 - 12 ply tires and tubes 6 - 11.00/22 - 12 ply tires and tubes 4 - 12.00/20 - 14 ply tires and tubes 4 - 11.00/20 - 12 ply tires and tubes 25 - 10.00/20 - 12 ply tires and tubes 4 - 7.50/20 - 10 ply tires and tubes 6 - 5.50/16 - 4 ply tires and tubes 22 - 7.10/15 - 6 ply tires and tubes 2 - 8.25/20 - 10 ply tires and tubes 4 - 9.00/20 - 12 ply tires and tubes 2 - H R 78 - 15 ply radial tires and 10 - 7.10/15 - Tubes 4 - 7.50/15 - 12 ply tires and tubes 4 - 14.00/24 - 10 ply Grader Tires 4 - 11.00/24 - 12 ply tires and tubes 2 - 13.6/28 - 4 ply Diamond grip all 2 - 11.2/28 - 4 ply Diamond grip all Vote of the Town Board Supervisor Albert M. Martocchia Justice Louis Demarest Justice Martin Suter Councilman James Rich, Jr. Councilman James Homan Dates: January 28, 1975 Town Clerk: tube s weather tires and tubes weather tires and tubes (Yes) (No) (Yes) (No) (Yes) (No) (Yes) (No) (Yes) (No) Town of Southold HIGHWAY DEPARTMENT Town of Southold Peconic, N.Y. 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: 1. 500,000 gallons of Asphalt Road Materials, more or less as may be needed, for the repairs of Town Highways. 2. 10,000 gallons of Diesel Fuel, delivered to the Highway Dept. and the Town Disposal Area. 3. 1,000 lin. ft. of 12" dia. 16 ga. x 10' ]g. Galv. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 100 pcs. 12" dia. 16 ga. Connecting Bands 400 lin. ft. of 18" dia. 16 ga. x 10' lg. Galy. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 40 pcs. 18" dia. 16 ga. Connect- ing Bands 200 lin. ft. of 24" dia. 16 ga. x 10' lg. Galy. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 20 pcs. 24" dia. 16' ga. Connect- ing Bands 4. 30 -Code #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. S. (a) Request for the purchase and delivery of 2,500 tons, more or less, as may be needed, of 3/8" Blue Stone, to be delivered by truck to the Highway Dept. yard, Peconic, New York and each truck must have a weight slip. (b) Price loaded on Town trucks, from Barge, at Mattituck, N.Y. 6. 12-3' x 8' Drainage Rings 304' 6" x 8' Drainage Rings 30-3' 6" x 8' Drainage Domes 30-36" Covers 7. 15-Danline (OR EQUAL) re- fills for rear brooms (36 wire) 15-H7908H gutter broom wire 8. Tires and Tubes 2-23.5/25-16 ply tires 4-12.00/2412 ply tires and tubes 4-17.5/25-12 ply tires 4-10.00/24-12 ply tires and tubes 6-11.00/22-12 ply tires and tubes 4-12.00/20-14 ply tires and tubes 4-11.00/20-12 ply tires and tubes 25-10.00/20-12 ply tires and tubes 4-7.50/20-10 ply tires and tubes 6-5.50/16-4 ply tires and tubes 22-7.10/15-6 ply tires and tubes 2-8.25/20-10 ply tires and tubes 4-9.00/20-12 ply tires and tubes )F SUFFOLK ss: 2-H R 78-15 ply tires and tubes-' NEW YORK j 10-7.10/15 tubes 4-7.50/15-12 ply tires and tubes 4-14.00/24-10 ply Grader Tires 4-11.00/24-12 ply tires and tubes y Katz, being duly sworn, says that she is an 2-13.6/28-4 ply Diamond grip all weather tires and tubes THE LONG ISLAND TRAVELER - MATTITUCK 2-11.2/28-4 ply Diamond grip all AN, o public newspaper printed at Southold, weather tires and tubes Specifications for the above . County; and that the notice of which the may be obtained 'at the office of the Sup't of Highways, Peconic, s a printed copy, has been published in said New York. nd Traveler-Mattituck Watchman once each The sealed bids, in duplicate, together with a non -collusive cer- / tificate, be by the f' week9 Z'/ will received Sup't Highways of the Town of of ly, commencing on the Southold, at his office, Peconic, New York, until 1:00 P.M. Febru- 19. '. . ary 14, 1975 at which time they ••..y .. '`'`' "' ""`""..•••. will be opened and read aloud in public. Allbids must be signed and ....... .................. ,,a ..................... sealed in envelopes plainly mark- ed (Bid on---) to the office of the Sup't of Highways. i The Sup't of Highways re- servers the right to reject any and day of Sworn to before me this .......... ...... all bids and to waive any and all informality in any bid, should it - 1 19./....:.. be deemed to be in the best �.,G .......... " 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. Notary Public Dated: January 28, 1975 RAYMOND C. DEAN Sup't of Highways PAYNF 1T-2/6 York ry • Tvfxn IIf p*vut4IIIb Perunir, N- 1!. 11958 RAYMOND C. DEAN Superintendent March 17, 1975 Blue Ridge Oil & Chemical Corp. Garfield, New Jersey 07026 Dear Sir: This is to inform you that our notice of bidding on broom refills was in error.. The award should have been awarded to Mutual Steel Company. RCD:esg Very.ty yours, —C'C' RAYMOND C. DEAN Supt of Highways Tei. 765-3140 734-5211 v -1 FEBRUARY 14, 1975 ® 1:00 P.M. BID ON ITEM I ------ 500~000 gallons of ASPHALTS MATERIALS 1. Welch Asphalt Co. 11360. 2. L,, /,,-) ex '0u C _ 4. ht CIL Ck, 5 • 6. 7• 8. 9• 10. Y N ASN -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, CDNIPETITOR OR POTENTIAL COMPETER; (c) NO ATTEMPT HAS OR WILL BE MADE TO INDUCE ANY OTHER PERSON, PARTNF16HIP 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 THE TRUTH THEREOF, SUCH PENALTIES BEING APPLICABLE TO THE BIDDER AS WELL AS TO THE PERSON SIGNING IN ITS BEHALF; (e) THAT ATrACIffiD HERETO (IF A CORPORATE BIDDER) IS A CERTIFIED COPY OF THE RESOLUTION AUTHORIZING THE EXECUTION OF THE CERTIFICATE BY THE SIGNATOR OF THIS BID OR PROPOSAL IN BEHALF OF THE CORPORATE BIDDER. RESOLVED THAT: GPQ-rgp F_ (game of Officer) AUTHORIZED TO SIGN AND SUBMIT THE BID OR PROPOSAL OF THIS CORPORATION FOR THE FOLLOWING PROJECT, R C & M C CUTBACK (Described project) AND TO INCLUDE IN SUCH BID OR PROPOSAL THE CERTIFICATE AS TO NON -COLLUSION R.BQUIRED BY SECTION 103-d OF THE GENERAL MUNICIPAL LAW AS THE ACT AND DEED OF SUCH CORPORATION AND FOR ANY INACCURACIES OR MISSTATEMENTS IN SUCH 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 BYGEORGE E. CSABON & ORATION AT A MEETING OF ITS BOARD OF DIRECTORS HELD ON THE 13 DAY OF Feb. 19 75 GEORGE E. CSABON & SONS, INC. Q ' `3 Secretary A BID FMIr, FOR ASPP,ALT ROAD ;MT -tZALS FOR DEMEI RY TO THE TOYS OF SOUTHOLD 9 NEW YORK ITE1,1 NO. 1 TO THE SUPrtiZTUDW OF HIGHWAYS TOWN OF SOUTrlOLD PF.CONIC s N. Y. 1, The undersigned hereby propose to furnish appmdmtely , 000000 gallons of Grades RC -2 and MC -2 Asphalt road Materials to the Town of Southold, Suffolk Countys, N. Y. all in accordance with the Specifications of the Superintendent of Highways of the said Town, dated February 1175 A. Delivered to the Town equipment in tko own of Southold N B p©r Callon. 2, The undersigned further states that the lccationo type and oapa- oity of the storage facilities in the Town of Southold# are as follows: A. Type of Storage Facilities B. Location of Storage Facilities C. Capacity of Storage Facilities 3. In submitting; this bid the undersigned doolares that he is or they are the only person or persons 'interested in the said bid and that it is mad© without any connection with any person ra:dr, another bid for the samo contract. The undersienod further deelzxes that he has or they have care. 0 For ASPHALT CUTBACK This is to certify that the undersigned propopcs to furnish Cutback Asphalt which will co:�ply with the requirements for type Grade_ _ • The Cutback Asphalt is manufactured by whose plant is located at 0 The plant bas a capacity of oalOons 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 Yenezuelian Crudes. If we receive an award of order or contract on any of the itcm(s) bid upon we will begin delivery of Cutback Asphalt within hours of notice to deliver. Ile agzcc to furnish. Cutback Asphalt at the rate ordered to maximum rate of ___ gallons per 8-:5our day. 13 By Company 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 awiha. ed our authorfized agent and is cap7.ble of makinb deliveries in compliance with the above certificate. Name of manufacturer BY official titles Date: .. .... may..•. ... - -.. ... .. ..._ If a Corpora4ion Name r If a Corpora4ion Name of Ilembors -3- Address Name Addross George E. Csabon Pz'csidcnt 29 Station Road, Bellport, N.Y. Ruth B. Csabon Secretary 29 Station Road, Bellport, N.Y. George E. Csabon T.oasu•er 29 Station Road, Bellport, N.Y. George E. Csabon, Jr. Vice Pres. 29A Station Road, Bellport,.N.Y. Name of Ilembors -3- Address fully axaminod the apooifications and t1,i;, form of bid and has or have satisfied gimsolf or themselves as to all the to...s and conditions, and undorstand that in signing this proposal he or they waivo all right to plead any misunderatanding ro-ardin- the same. 4. Accompanying this proposal is cash, a bank chock or certified check For in case this proposal shall be acceptod by the Town of Southold, and the undo signed shall fail to execute the contract and in all roapocts comply with the specifications and this form of bid, the zronios ropro6ented by such cashes or cheolc shall bo re;ardod at; liquidated damages and scall be forfeitexl and boeov►e the proporty of the town of Southold; othorwise to be 'roturnod, to the do- positor as provided in the above said ppovisio;Ls. 5. On Acceptance of this bid the undorsigned does or do heroby bind himself or thwwelves to ©rater Leto a writter; contract within ton days of the data of notice of the award of the bid with the said town of Southold. and to comply in all respocts Wal the provisions of the specifications in relation to the security 66r tho faithful perfomanco of the terms of said contract, Datod:� February 14 . 19175 The P. 0. Address of the Bidder is � , is .resident Stiriz Road Box 66 Stroat Bellport, New York. City and State -2" corporation �i � I I SPECIFICATIONS FOR THE PURCRASE • OF ASPHALT ROAD MATERIALS, WAIN OF, SOU,2HOLD, SUFFOLK COUNTY, N. Y. ; Under;these specifications, bids are sought for the purchase of Asphalt h r b the Oouthold Town Highway Department in the oad Material for -epair and maintenance of Town Highways. Each bid must be submitted in duplicate in sealed envelopes clearly indorsed with the name of the person, firm or corporation presenting it. tach bid must be marked "Bid for Asphalt Road Materials"..,Bid forms and 3idders Certificate, may be obtained at the Office of the Superintendent of Highways of the To -n of Southold, Peconic Lane, Peconicl N. Y., Bids , ill be received'at the Office of the Superintendent of Highways of the Town of Southold, Peconic Lane, Peconic, N. Y. until ►tclock P on as 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,oheck made payable to the "Town of Southold" in an amount'equal to 5% of the amount of the bid. All deposit cheeks'except those of the•lowest.responsible bidder will Ibe 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 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 recuired. 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 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 all bids,; , J• I SPECIFICATIONS FOR THE PURCRASE • OF ASPHALT ROAD MATERIALS, WAIN OF, SOU,2HOLD, SUFFOLK COUNTY, N. Y. ; Under;these specifications, bids are sought for the purchase of Asphalt h r b the Oouthold Town Highway Department in the oad Material for -epair and maintenance of Town Highways. Each bid must be submitted in duplicate in sealed envelopes clearly indorsed with the name of the person, firm or corporation presenting it. tach bid must be marked "Bid for Asphalt Road Materials"..,Bid forms and 3idders Certificate, may be obtained at the Office of the Superintendent of Highways of the To -n of Southold, Peconic Lane, Peconicl N. Y., Bids , ill be received'at the Office of the Superintendent of Highways of the Town of Southold, Peconic Lane, Peconic, N. Y. until ►tclock P on as 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,oheck made payable to the "Town of Southold" in an amount'equal to 5% of the amount of the bid. All deposit cheeks'except those of the•lowest.responsible bidder will Ibe 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 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 recuired. 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 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 all bids,; , The successful bidder shall furnich and maintain at his oxponso, during the term of the contract. a bond for the faithful porformance o£' the contract, the cove. ago of which' ~hall be 100N of tho-contract araount. The form of the required perforr:neo bond, the suz�fbeieney of sureties' ' and the =annerof execution shall bc'approved by tho Suporintondent of Highways. ITEM h0. 1 i Undor this Item No. 1, bids arcs reauosted fo: the purchase of anpro:d.- mately 500,000 gallona (or ms` mucll thoreo.C. as may be necossa).^y) for the repair 'and ,maintenanco of they toarn UC. *;ays;' for a period of one year, of Grades RC -2 and IMC -2 Asphalt 'Road` 1Fatcrials, wr&i.cli materials shall comply I, with the specifications set forth below. Said P"- aerials must be dell vored . to and mad© available In the Town of Southold. to. be dolivorod to trucks of the Town of Southold. The biddor must have•not loss -khan 30,000 gallons of Grade RC -2 .ra,, 'coria? and not less than 30,'000 Gallons of Grado MC -2 material in per 1nont].y heated storage tanks located in the ToT,.n of Southold, heated to a temporatur o of not loss that 1,50 degrees Fahrenheit and available for immodiato delivoi�,y to trucks of the Town of Southold, as' and whop roquired by tho Suporintozdont of highways for a'poriod of one year* The bidder must specify the facil.itiO3 which he will. maintain in the Town of Southold for Stora;;© of : the above mat©rials as: well as' the location • od said atorago facil.itsos in the Town of Southold. ' Each bid must bo accompanied by a "Biddor Corti£ieate" for Asphalt Cut Back, showing tho supplor of this material and the location of the Plant. An authorization by tho supplier, auwzorizing the Bidder to acteas•a4;ent for tho'supplior, in the Town of Southold. 1N rOR ItC-2 A.ti"D YC -2 AaP'IULT i:ATRR7AL5. . `; i 1, • . GR API i' 077°F 0.96 spec. Gravity �3?. E F3.as�a TeL, CC OF 4 ,: 1 1 ; 152 l Vis SSF . • •Dil, er.�ll.a pion � rLec. , ; ,. l4 , 0 3740i. Oli 1 �9 �'' •' • L' ' ' ' 23' • �, 1,,:.0 AGO ; bOG . 23 i G 620 F 2$ 23 ; Djst111a„e to G80°F { , • 1 Y. ' • 1 3 374°� '� 57 ► • i. ' 4141370F37° ,." . ,. ', 'rg ; . 0 ,.., 0500°F f. 86 35 c 600°. 95 , 72 �►7G Rosidw. by II r : VoZ. . 77 Toot oil Rosidae :. oz 96 x.87 dis'�ia l Pon at 770E 1 1 ' Ductility at 77°`i i 110 110 ; 99.9. 99.9. ' 0 Sol in CC 14 1, Spof tct'OL3MIS. Reg* RoC. '� - Datad: a 196u TOVA OF SOUTSOLD ' I; ' 1 RAX1f Dwb 0. DEMI ' : • , ` 1 Suporintendont o£ Eitaways . . t �11F� P �tXtltEtt Tvivn of 5oittholb veronir, RAYMOND C. DEAN Superintendent February 20, 1975 Asphalts, Inc. Coram, New York 11727 Gentlemen: We purchased from Asphalts, Inc. the total amount of 80,375 gallons of Cutback Asphalts road material during the year 197+. Very truly yours, r RCD:esg RAYMOND C. DEAN Supt of Highways Tel. 765.3140 734-5211 N AVN -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 PROPOSPJ, HAS NOT BEEN KNOWINGLY DISCLOSED, PRIOR TO THE OPENING OF BIDS OR PROPOSALS FOR THIS PROJECT, TO ANY OTHER BIDDER, COMPETITOR OR POTENTIAL MNIPETER; (c) NO ATTEMPT HAS OR WILL BE MADE TO INDUCE ANY OTHER PERSON, PARTNERSHIP OR CORPORATION TO SUBMIT OR NOT TO SUBMIT A BID OR PROPOSAL; (d) THE PERSON SIGNING THE BID OR PROPOSAL CERTIFIES THAT HE HAS FULLY INFORMED HIMSELF REGARDING THE ACCURACY OF THE STATEMENTS CONTAINED IN THIS CERTIFICATION AND UNDER THE PENALTIES OF PERJURY AFFIR,11S THE TRU'T'H THEREOP, SUCH PENALTIES BEING APPLICABLE TO THE BIDDER AS WELL AS TO THE PERSON SIGNING IN ITS BEHALF; (e) THAT ATTACHED HERETO (IP A CORPORATE BIDDER) IS A CERTIFIED COPY OF THE RESOLUTION AUTHORIZING THE EXECUTION OF THE CERTIFICATE BY THE SIGNATOR OF THIS BID OR PROPOSAL IN BEHALF OF THE CORPORATE BIDDER. RESOLVED THAT: H. M. BRUSH, President. (Name of Officer) AUTHORIZED TO SIGN AND SUBMIT THE BID OR PROPOSAL OF THIS CORPORATION FOR THE FOLLOWING PROJECT. To furnish Cutback AsU:.alt to the Town of Southold, in accordance with Spec. Bid 2/14/75 (Described project) AND TO INCLUDE IN SUCH BID OR PROPOSAL THE CERTIFICATE AS TO NON -COLLUSION RBQUIRED BY SECTION 103-4 OF THE GENERAL MUNICIPAL LAW AS THE ACT AND DEED OF SUCH CORPORATION AND FOR ANY INACCURACIES OR MISSTATEMENTS IN SUCH CERTI- FICATE THIS CORPORATE BIDDER SHALL BE LIABLE UNDER THE PENALTIES OF PERJURY. THE FOREGOING IS A TRUE AND CORRECT COPY OF THE RESOLUTION ADOPTED BY ASS HA ,TS, INC OF3POR iTEDCORPORATION AT. A MEETING OF ITS BOARD OF DIRECTORS HELD ON THE 8th DAY OF Noven r 19 74 Secretary RW K . A special meeting of the Board of Directors of ASPHALTS, INCORPOR,, ED was held in Coram, N.Y. on the Ath day of November 1974, for the purpose of adopting a resolution. of Non -Collusion on all Asphalt Bids. The following rAsolution was proposed, seconded and passed; RESOLVED That all bids will be "arri.ve►d at without collusion with ary individual or competitive bidder prior to the opening of the bid. The person signing the bid will certify to the accuracy of this certification. A dopy of this resolution to be incorporated sato the 'minutes of the corpor3ti on. enneth Rhode a' Secretary. 21I1)llL'��J l,i:.���.'1L111Lt For ASPHALT CUTBACK This is to certify that the undersigned proposes to furnish Cutback Asphalt which will comply with the requirements for type Cutbacks GradC RC 2- MC 2 . -- Asnhalt The Cutback Asphalt is manufactured by Shell Oil Company whose plant is located at Sewaren, New .Tersey The plant has a capacity of 11.000.000 galbons per 8 -hour day and -has regularly manufactured Cutback ?halt for the past 40 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 itczn(s) bid upon we will begin delivery of Cutback Asphalt within_ g_ hours of notice to delL-ver. Ile agree to furnish_ Cutback Asphalt at the rate ordered to maximum rate of 100-000 gallons per 8 -hour day. as PHS `PS , IN OR O „ Co rap an By H.',i.B*ush Presid n Official title Date 2/11175 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 Incorporated Name of Bidder Naug les Drive Xa}ti.tuck, New York 11952 Street City & Zone No. State is �d our authorzized agent and is capable of making deliveries in compliance with the above certificate. Shell Oil Co, --pan Lazne of Manufacturer BY - Sales Reore�enta�ive Official title Daae: 2/10/75 Contack S.:ell Oil Co,iIpany- Sevaren ::"v.• ask for "asphalt Dept" .-1 Y It' a Corporation Name Addross H. M. BRUSH President 8 Teapot Lane, Smithtown. N.Y. 117f Kenneth Hhodes Seereta.y 6 Storey Ave. Central Islip, ',..Y. H. M. Brush Troasurcr 8 Teapot Lane, Smithtown N.Y. 11787 If a :'ir~a Naive of Maybers -3- Address IIID FUR"IN' FOR ASPHALT ROA -D MATH ALS FOR DELILVr.RY TO TIM TO:N OF SOUTEOLD, %::k' Y" ITEI NO. 1 TO THE SUP7.rMiT&NDFriT OF ILiGHWAYS TOWNT OF SOUTHOLD PLCONIC, N. Y. L. The undorsi.med hereby propose to furn .s . approadulatoly 500.000 gallons of Grados RC -•2 and MC -2 Asphalt Road Yateryals to the Town of Southold, Suffolk County. N. Y. all in accordance TAth tho Specifications of the Superintendent of Hi&ways of the said Town dated 1/28/75 6191 A. Delivered to the Town equipment in the own of Southold per gallon. 2. The undersigned further states that the location, type and oapa- city of the storage facilities in tho Town of Southold, are as follows: A. Type of Storage Facilities Permanent Heate nr gP Tanks B. Location of Storage Facilities Naugles Dr., Ila-ttituck, N,Y.11952 C. Capacity of Storggre Facilities 12000,000 3. In submitting this bid the undersigned declares that he is or they are the only person or persons 1rtorestcd in the said bid and trat it is made Without any connection with =Y person =akin- .mother bid for the samo contract. The underaiged further declares that he has or they have care- • _fully examined the speoifications and thin foria of bid and has or have satisfied himself or themselves as to all the to.�.s and conditions, and understand that in sig-dng this proposal he or they waive all right to plead any misunderstandinc,ro�ardin- the same. u. AoeompwWing this proposal is cash. a bank chock or certified check for In ccsa this proposal shall be aoceptod by the Town of Southold, and the undcrsi-nod shall fail to exaoute the contract and in all ra;,pocts comply w^ th the speo:.f ications and this form of bid. the monios roprez4cnted by such cashes or cheo:c shall- bo, hallbo reSardod as liquidatod damages and s:.all be fo: faitod and become the proporty of the Town of Southold; othG wise to bo ratisnod to the de- positor as provided in the above said ppoti-ision3. S. On aoeeptaneo of this bid the urdcrsi;,ncd does or do heroby b" himself or themselves to ©rater into a writter. contract within ton days of Ue date of notice of the award of the bid with the said Town of Southold. and to comply in all respoctz with tho provisions of the specifications in relation to the security Cor tho faithful porfor anco of the terms of said contract. Da'Wda February 11 � 19i 75 AS PI -11A LTS , NC ORR-)R. Legal of po on, f . or co ratio e si en . The P. 0. Address of the Bidder is Naubles Drive Stroct Mattituck N.Y. 11952 City and State -2- 5 SPECIFICATIONS FOR THE PURCHASE ` • OF ASPHALT ROAD MATERMS, TOWN OF SOUTHOLD, SUFFOLK COU,+TY, N. Y. Under these specifications, bids are soup t for the purchase of Asphalt Road Material for the use by the Southold Town ::ighway,Department in the repair and maintenance of Tom nigh*hays. 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 V ` Bidders Certificate, may be obtained at the Office of the Superintendent of Highways of the To= 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 One (1). ►i clock ? on February 14th, 1975 as set forth in the published notice to bidders published in the L. 1. Traveler-Mattituck Watchman, Each bid must be accompanied by a bank drat or certified,oheck made payable to the "Town of Southold11 in an amount'equal to 5 of the amount of the bid. All deposit checks except those of the•lowest.responsible bidder will Ibe returned within 5 days after the opening of the bids. The bid check of the lowest responsible bidder will be retained until said bid 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, 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 .th© Tokm, of Southold'to the cradf.t of the proper town fund, and the Superintendent may award the contract to the 1 second lowest respo.sible bidder or may re -advertise for bids; which ever e deems in the best interest of the Town. In the event all bids are rejected, all bid checks will be returned immodiately upon such rejection. The Superintendent of Fdghways preserves the right to reject any and 11 bids._ J 1, l 1. Tho ouccosaful• bidder shall yt.~yisb an mair. a n at hio oxpo:se, it a bond for the faithful plyrformance of during the toz� of the COn w aC 1. � �. • . . the contract, the covorago of Vhich'„hall ba IOOP of the contract ariaoumt. The form of the required per f or M..:nco bond, the sur IMoiency of sui•©ties ' and the =nn shall of execution she? 1. bo ap��rovod by w':© Sup erintordent of Kighway3. YTTEM NO. 1. Under this Item ?o. 1, bice aro ;eouostod for the purchase of app -0:6-- . mately 500,000 gallons (or as' much t`�crco£ as xray be nocossury) for the " repair 'Aird maintonanco of the toU iigkit.ys;' for a period of one year, of Grades RC -2 and IMM-2Aspi.al t 'Road tcrials, whi.c.�i matorials shall oomph with the specifications set 'forth below. Said materials must be dolivorcd . • to and mad© available in the Town of Southold, to.be delivorod to truces of the Town of Southold. The biddor must have not loss Awn 30,000 gallons of Grado RC -2 .material and not less than 300'000 gallons of Grado r,C-2 motorial in permanontly heated storage tanks located in the Town of Southold, heated to a temporaturo of not loss that 0 degrees Fahrenheit And available for J=ediato dolivc--y to trucks of the Town of Southold, as and whoa required by tho Superintondont of Highways for a period of one yeare The bidder must specify tho facilities which he will . maintain in tho Town of Southold for storago of! the abovo materials as'woll as -the location od said atorage facilit%os in the Town of Southold. ' Each bid must bo accompanied by a "Biddor Cortificate" for Asphalt Cut Back, showin; tho aunplio. of this naterial and J..%,o location of who Plant. An authorization by t.:o vapplior, amjthorizinq, the Bidder to act eas agent for tho supplior, in the TO'Wn o. Southold, IE 'i ' IE r $?:CI.rICAIicl-s F 0.R :tC-2 ttl�tD • Yc-2 %S? ALT •••� .+.....-.. w ' .. ,1 - ,' r..r-ter , ;, 1 •, , , �•� { t• f• ) ; 17.3 11 . 15.7 G-. t►pi ' ` .. ' / ` * . . Spoa. Gravi ty E 77°r ,` :. 0.95 ' o•96 , . Flash Tcj; CC°�^, , 8 7• Tor 1 Vis SSF . ? 44°F . . 1 • 152 1 ' 1 oa 1' 19 , Soo°r 06000.0 1 ' ' �. 24 .. :' �3 .620°r • 1. .. I. N. `Dis"4111afio % to Guo°r r 4370 78: 0 : ' . . • Soo°F s : '. A : , ; ,I sS 35 . 600°F . , . 95 73' Residue. by i, Vol. 76 77 Toot on Residue opt 1 96 187 diotial Pon at 7'7°F ;; • Ductility at 77° ,. 110 7 ?.01 1/0 sol in CC 14' 99.9 99.9, . 1. Spot testflL=,S ; . Rod. ROC. . Datod: 19C�.i TovuI .o: soU'1' SOLD 'RAY1:01NID C DMI i . , .� Supori.ntendGnt o^ Ri; :1�luys e N ITN -COLLUSIVE BIDDING CERTIFICATE BY SUBMISSION OF THIS BID OR PROPOSALp THE BIDDER CERTIFIES THATt (a) THIS BID OR PROPOSAL HAS BEEN INDEPENDENTLY ARRIVED AT WITHOUT COLLUSION; (b) THIS BID OR PROPOSPL HAS A\)T BEEN KNOWINGLY DISCLOSED9 PRIOR TO THE OPENING OF BIDS OR PROPOSALS FOR THIS PROJECT, TO ANY OnIER BIDDER, CONTETITOR OR POTENTIAL OOMPETER; (c) NO ATTEMPT FiAS 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 THE TRUTH THEREOF, SUCH PENALTIES BEING APPLICABLE TO THE BIDDER AS WELL AS TO THE PERSON SIGNING IN ITS BEHALF; (e) THAT ATTACHED HERETO (IF A CORPORATE BIDDER) IS A CERTIFIED COPY OF THE RESOLUTION AUTHORIZING THE EXECUTION OF THE CERTIFICATE BY THE SIGNATOR OF THIS BID OR PROPOSAL IN BEHALF OF THE CORPORATE BIDDER. RESOLVED THAT: H. M. Brush Presiciert._ (Name of Officer) AUTHORIZED TO SIGN AND SUBMIT T'rM, BID OR PROPOSAL OF THIS CORPORATION FOR THE FOLLOWING PROJECT. To furnish Cutback Asphalt To the Town of SQuttho_ld. in accordance with Skeg. Bid 2/14/75 (Described project) AND TO INCLUDE IN SUCH BID OR PROPOSAL THE CERTIFICATE AS TO NON -COLLUSION RBQUIRED BY SECTION 103-d OF TFX GENERAL MUNICIPAL LAW AS THE ACT AND DEED OF SUCH CORPORATION AND FOR ANY INACCURACIES OR MISSTATEMENTS IN SUCH CERTI- FICATE THIS CORPORATE BIDDER SiiA:,L BE LIABLE UNDER THE PENALTIES OF PERJURY. THE FOREGOING IS A TRUE AND CORRECT COPY OF THE RESOLUTION ADOPTED BY ASML -TS IUCORI?OR,,TODRPORATION AT A MEETING OF ITS OF DIRECTORS HELD ON THE 8th DAY OF Novem r 1 Secretary A special meeting of the. Boa d of Directors of ASPHALTS, INCORPORnTED was held in Coram, N.Y. on the Ath day of November 1974, for the purpose of adopting a resolution of tion -Collusion on all Asphalt Bids. The following resolution was propossd, seconded and passeds SO YED That all bids will be arrived at without collusion with any individual or competitive bidder prior to the op *ng of the bid. The person signing the bid will certify to the accuracy of this certification. A copy of this resolution to be incorporated Isto the mites at O corporation. 1 For ASPHALT aJTBACK This is to certify that the undersigned proposers to furnish Cutback Asphalt which will comply with the requirements for type Cutback asphalts _ Grade RC.Q 0C-2 The Cutback Asphalt is manufacturcd by Shell Oil Company whose plant is located at Scwaren, New Jersey . The plant Sas a capacity of 1,000,000 gal5ons per 8 -hour day and -has regularly manufactured Cutback Asphalt for the past 40 _years. The specific source of the Asphaltic Base is selected Gulf Coast and Venezuelian Crudes. If we receive an award of order or contract on any of the items) bid upon we will begin delivery of Cutback Asphalt within 8 _ hours of notice to deliver. We agzac to furnish. Cutback Asphalt at the rate ordered to maximum rate of 1002000 gallons per 8-bour day. Asp ALTS INC. / mp an B .M.BRUSH, PRESIDENT official title Date 2-11/75 If the bidder is an authorized agent of the manufacturer, the following authorization must be executed by the manufacturers This is to certify that a"PHaLTS. INCORP0PtiT D -- Name of Bidder Nau�iles Drive, Mat ituck New York 119U Street City & Zone No. State is our author;:zed agent and is capable of making deliveries in compliance with the abovw certificate. Dame of manufacturer BY > fl Sales official titlat _Date• /10/75 Contact Shell. Oil Company- Sewaren ?1. J. ask for "Asphalt Dept" 'i I' I t r 1 If a Corporation Name Address H. M. Brush Presidunt 8 Teapot Lane, Smithtown, N.Y. 11787 Kenneth Rodes Seemtary 6 Storey Ave. Bentral Islip, N.Y. H. M. Brush Treasurer 8 Teapot Lane„ Smithtown- N.Y. 11.787 xf a Firm Nance of : wZers Address r � M I t BID FOrt% FOR ASPHALT ROAD IA`s: iIALS FOR DELIV aY TO THE TOUN, OF SOUTHOLD, NEW YORK ITE1,140. 1 TO THE SUPERBi iDENT OF HIGHWAYS TOWN OF SOt3T11OLD PECONIC, N. Y. 1, The undorsii;ned hereby propose to furnish appro>dr"tely 500.000 Gallons of Grades RC -2 and %C-2 Asphalt Road Materials to the Town of Southold, Suffolk County, N. Y. all in accordance with the Specifications of the Superintendent of Highways of the said Toils dated 1/28/75 A. Delivered to the Town equipment in the �o%,jn 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, aro as follows: A. Type of Storage Facilities Permanent Heated Storage Tanks B. Location of Storage Facilities Naugles Dr., Nattituck N.Y. 11952 C. Capacity of StorAga Facilities 1,000,000 gallons 3. In submitting this bid the undersigned exclares that he is or they are the only person or parsons Interested in the said bid and that it is made without any connection with any person wzldn,;; another bid for the sau© oontraot. The undersigned further declares that ho has or they have care- I fully examinod tho spooifications c.nd t1,13 fora of bid and has or havo satisfied him5olf or themselves as to all the toz-vs and conditions, and undorstand that in signing this proposal he or they waive all right to plead W misunderstanding roCardin- the oame. 4, Aocomparging this proposal is cash, a ban:; chock or certified check For $ ' In ca,,e this proposal shall be aeeeptod by the Town of Southold. and the undorsigned shall fail to execute the contract and in all respocts comply with the specifications and thio form of bid, the zronios ropm6ented by such cashes or chess shall be re;ardod as liquidated darrages and ,,..all be forf eitW and become, the proporty of the Town of Southold; other -wise to bo roturnod to the de— positor as provided in the above said ypo,�-.sior s. 5. On aoceptanc© of this bid tho undorsi*ncd does or do heroby bind himself or the uselves to enter into a written contract within ton days of the date of notice of the award of the bid with the said To= of Southold. and to comply in all respocts with tho ,provisions of the specifications in relation to the security Cor the faitiu"ul porfo!V=-ce of the terms of said contract, Datodi Feb-mlary 11 19V5 aSPHaLTS, •INC. Leal of p so , fimla corporation t.Brush, President. The P. O, Address of the Bidder is Naugles Drive Stroct Mattituck, N.Y. 11952 City and State LZ .. 2 to SPECIFICATIONS FOR THE PURCHASE • OF ASPHALT ROAD MATERIALS, TOk2V OF soUTxoLn, SUFFOLK COUNTY, N. Y. ; Under;these specifications, bids are sought for the purchase of Asphalt •oad Material for the use by the.Southold Town Highway -Department in the I, epair and maintenance of Town Highways. Each bid must be submitted in duplicate in sealed envelopes•olearly indorsed with the name of the person, firm or corporation presenting it. tach bid must be marked "Bid for Asphalt Road Materials"., -Bid forms and 3idders Certificate, may be obtained at the Office of the Superintendent )f Highways of the To= of Southold, Peconic Lane, Peconicl N. Y., Bids gill be received'at the Office of the Superintendent of Highways of the Cown of Southold, Peconio Lano, Peconic, N. Y. until One (1). ►t clock P h4 ,'February 14th,105 as set forth in the published notice to bidders 1 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 of the amount of the bid. All deposit cheeks'except those of the•lowest.responsible bidder will Ibe returned within 5 days after the opening of the bids. The bid check of the lowest responsible bidder will be retained until said bid 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, 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 ox -edit 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 � , The uuccasaful bidder shall f=nich and maintain at his oxponso# during the term of tho contract. a bond for the faithful POrforYmance of the contract,, the cover ago Of vnic%. , z'iall be 1001d of the contract amount. ' The form of the rogeired perfo&•m.:nco bond. the suiffieiency of nuroties and the =annerof execution shall bo'approved by tho Superintendent I of Highways. ITEM 1,10. 1. Under this Item r?o. 1, bids are reauostod fo: the purchase of approxi-.. mately 300.000 gallons' (or ns' much •rhoreof as may be necessary) for 1110 r©pair 'and , maintenanco of the tovrl UCi ijma s;' fora period of one year. of Grades RC -2 and MC -2 As2ha. t RoadI.1ato::ials, wnia'i materials shallconpl;r with the specifications set forth bol.ow. Said ii"- to rust be dolivor.ed to and made available in the Town of Southold, to .'be delivered to trucks of the Town of Southold. The biddor rust hava •not loss than 30.000 gallons of Grade RC -2 matoria•l and not less than 30,'000 gallons of Grade , FSC -2 material in permnontly heated 'storage tanks located in the Town of Southold, heated to a temporaturo of not loss that 150 degrees Fahrenheit And available for iw.ediato dolivo:-^y to trucks ,of the Town of Southold, as and whon roquircd by the Superintcndont of Ilighwaya for a ' poriod of one year. The bidder must specify the f acil.'ltioz which ho will • maintai.n in the Town of Southold for storamo of : tho above mat©rials as' well as' the location • od said storage facilities in the TOkm of Southold - Each bid =ust be accompanied by a "Bidder Cortificate" for Asphalt Cut Back, shoring tho suppl A o. of this material and ',.ho location of who Plant. An authorization by tho warqplior, authorizing, ..zo Bidder to act as -agent for the supplier, in the .,Town o:, Southold, ' N.4 , i I 1 No T( The uuccasaful bidder shall f=nich and maintain at his oxponso# during the term of tho contract. a bond for the faithful POrforYmance of the contract,, the cover ago Of vnic%. , z'iall be 1001d of the contract amount. ' The form of the rogeired perfo&•m.:nco bond. the suiffieiency of nuroties and the =annerof execution shall bo'approved by tho Superintendent I of Highways. ITEM 1,10. 1. Under this Item r?o. 1, bids are reauostod fo: the purchase of approxi-.. mately 300.000 gallons' (or ns' much •rhoreof as may be necessary) for 1110 r©pair 'and , maintenanco of the tovrl UCi ijma s;' fora period of one year. of Grades RC -2 and MC -2 As2ha. t RoadI.1ato::ials, wnia'i materials shallconpl;r with the specifications set forth bol.ow. Said ii"- to rust be dolivor.ed to and made available in the Town of Southold, to .'be delivered to trucks of the Town of Southold. The biddor rust hava •not loss than 30.000 gallons of Grade RC -2 matoria•l and not less than 30,'000 gallons of Grade , FSC -2 material in permnontly heated 'storage tanks located in the Town of Southold, heated to a temporaturo of not loss that 150 degrees Fahrenheit And available for iw.ediato dolivo:-^y to trucks ,of the Town of Southold, as and whon roquircd by the Superintcndont of Ilighwaya for a ' poriod of one year. The bidder must specify the f acil.'ltioz which ho will • maintai.n in the Town of Southold for storamo of : tho above mat©rials as' well as' the location • od said storage facilities in the TOkm of Southold - Each bid =ust be accompanied by a "Bidder Cortificate" for Asphalt Cut Back, shoring tho suppl A o. of this material and ',.ho location of who Plant. An authorization by tho warqplior, authorizing, ..zo Bidder to act as -agent for the supplier, in the .,Town o:, Southold, ' N.4 , i I 1 No =11 to In ' Sp ;Cx.�xCA`i'�'G �5 FOR RC -2 AND I Y.0 -2 ASPi:.{LT i�.�TLRV-.LS. ' , 17.3 1.5-7 . ca►Ys r 5poc. GravltY G 77°F 0,95 o.96 872.70/ -- Flaw Tej CC°r Vis SSF . , 1ItieC. ' + i + I ., I Di.. ,' , .• ^'?Air''+ � '• •,.r `, 3.4 ' , I C • .u�7°x' i 19 ' 21 6000.. .. + G+ 6800r. i 2$r , lstllle % to 680°r Da'r , t ' x,37° ',7 ; ' o 0 5000F O 060G.r, + CJ 7� Residue. a:� r�~. a VOA.. V . 7� 77 Test on Residuo � ram , ' ' . 96 �s7, dlstial Pon at 7711r. ,.a..o¢ Ductility at 77°F. 110A �. o $ol CC Z 99.9 99.9 ' , , Soot test •OLINS S Ido,. R°,. . + Datod: 196u TOUN , OF SOUTHOLD , • , MY Rkyjo-n C. DEL - - --- - ,. . • , .� Suporintendcat o� R� ,',"Ways of to 'J to to In ' BIDDER'S CERTIFICATE FOR CUTBACK ASPHALT This is to certify that the undersigned proposes to furnish Cutback Asphalt which will comply with the requirements for Type RC 70, RC 250, MC 70, MC 250 The Cutback Asphalt is manufactured by Exxon Company, U.S.A., whose plant is located at Foot of East 22nd Street, Bayonne, New Jersey. The plant has a capacity of 200,000 gallons per eight (8) hour day and has regularly manufactured cutback asphalt for the past fifty-five years. The specific source of the asphaltic base is selected Gulf Coast and Venezuelan 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 at the rate ordered to a maximum rate of 50,000 gallons per eight (8) hour day. Cc. j )cL � Company By. - (Official Tit e) Date: If the bidder is an authorized customer of the manufacturer, the following authorizations must be executed by the manufacturer. This is to certify that Paul Corazzi_ni_ & Sons, Inc. (Name of Bidder) 235 6th Ave., Greenport, New York 11944 (Street) (City) (State) (Zip Code) is our customer and considered capable of making deliveries in compliance with the above certificate, provided the volume specified in this bid is covered by our contract with Paul Corazzini & Sons, Inc. EXXON COMPANY, U.�.A. By. N H. Pito Date: 2/11/75 \ INION -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 DISCLOSED9 PRIOR TO THE OPENING OF BIDS OR PROPOSALS FOR THIS.PROJECT, TO ANY OTHER BIDDER, COMPETITOR OR POTE;�TIAL OOMPETER; (c) NO ATTEMPT HAS OR WILL BE MADE TO INDUCE ANY OTHER PERSON, PARTNERSHIP OR CORPORATION TO SUBMIT OR NOT TO SUBMIT A BID OR PROPOSAL; (d) THE PERSON SIGNING THE BID OR PROPOSAL CERTIFIES THAT 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 IIELL AS TO THE PERSON SIGNING IN ITS BEHALF; (e) THAT ATTACHED HERETO (IF A CORPORATE BIDDER) IS A CERTIFIED COPY OF THE RESOLUTION AUTHORIZING THE EXECUTION OF THE CERTIFICATE BY THE SIGNATOR OF THIS BID OR PROPOSAL IN BEHALF OF THE CORPORATE BIDDER. RESOLVED THAT: (Name of Of£ic AUTHORIZED TO SIGN AND SUBMIT T'ac BID OR PROPOSAL OF THIS CORPORATION FOR THE FOLLOWING PROJECT. Described project AND TO INCLUDE IN SUCH BID OR PROPOSAL THE CERTIFICATE AS TO NON -COLLUSION REQUIRED BY SECTION 103-4 OF THE GENERAL MUNICIPAL LAW AS THE ACT AND DEED OF SUCH CORPORATION AND FOR ANY INACCURACIES OR MISSTATEMENTS IN SUCH CERTI- FICATE THIS CORPORATE BIDDER SH.ILLL BE LIABLE UNDER THE PENALTIES OF PERJURY, REDOING A "' UE AND CORRECT COPY OF THE RESOLUTION ADOPTED BY C ! CORPORATION AT A MEETING OB ITS BOARD OF DIRECTORS RELD f DAY OF 19 %/� . T� 4, cretareo For ASPHALT CiJTI3ACK This is to certify that the undersigned proposes to furnish Cutback Asphal ,which will o ply with the requirements for type A / %f Grade • a The Cutback Asphalt is manufactured by ' whose plant is located at • The plant bas a capacity ofe f" galbons per 8 -hour day and has regularly mcnufactu.ed Cutback Asphalt for the past ,Zyears. 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 items) bid upon we will begin delivery of Outback Asphalt within hours of notice to del%cr. We agree to furnish Tback Asphalt at the rate ordered to maximum rate of�fi�o ©- llons per 8-bour day. L By Official title Date If the bidder is an authorized agent of the manufacturer, the following authorization must be executed byl the manufacturers This is to certify thatTom- - Name of Bidder Street city & Zone No. State is xrodYi c, -i_= t our authorized agent and is capable of makin; deliveries in compliance with the abocv certificate. Name of manufacturer BY Official title Date: Name wz �A" / I 2f a Corporation Address resident u ecrotazy Ai'rr� rcasuror Ll`lltf If a Fim Name of MaiZars Address IIID MiM, FOR ASPHALT ROAD ;AAT: �iDILS ICOR DEL -IV ---2Y TO TIM TOY& OF SOLMIOLD, NEEW YORK ITE,: NO. 1 TO THE SUPF rMiTTQiDE;iT OF HIGHWAYS TO►wti OF SOU711OLD PnCONIC, N. Y. L. The undersiZned hor©by propose to furnis appro>dmt©ly 500,000 gallons of Grades RC -2 and MC -2 Asphalt Road If. torials to the Town of Southold, Suffolk County, N. Y. all in accordance TZLth the Specifications of the Superintendent of highways of the said Town dated .19 A. Deliverod to the Town equipment in tho l o,.m of Southold per gallon. AZ's e- s 2. The underaijned further states that the location, type and oapa- oity of the storage facilities in the Town of Southold. are as follows: A. Type of Storage Facilities d -- B. Location of Storage Facilities Eel ��76: :Zgn C. Capacity of Storc}ge Facilities.o�p� D, 3. In subaittinZ this bid the undersigned 4eclares that he is or they are the only person or parsons 1rtorestod in the said bid and that it is made without any connection with =Y person akin- cpother bid for the same contract. The undersigned further declares that he has or they havo care- r fully examined the specifications wnd thio form of bid and has or have satisfied himself or themselves as to all the ta.-:rs and conditions, and undorataixi that in signing this proposal he or they um ivo all. right to plead any misunderatandino ro-rrdin- the same. 4. Accompanying this proposal is cash. a banik chock or certified check for $ In case this proposal shall be aeceptod by the Town. of Southold. and the under signed shall fail to execute the contract and in all raspocts comply tai _h the specifications and thin form of bid. the monies ropro-cnted by such cashes or cheo:c shall be regarded as liquidated daaages and shall be forfoitod and baoome the proporty of the Town of Southold; ot. c:n,-ise to bo roturrod to the de- positor as provided in the above said wovisiozw. 5. On aooeptarne© of this bid the u.-4crsi;;acd does or do heroby bind himself or themselves to enter into a written contract within ton days of the date of notice of the award of tho bid with the said Town of Southold, and to comply in all respects with t::o provisions of the specifications in relation to the security Cor tho faltLflal porforvanco of the terms of said contract, Datods . 191 The P. O. Address of the bidder is Legal name of person. fire or corporation BY: Stroct City and State -2- 1 SPECIFICATIONS FOR THE PiJRCF.ASE • OF ASPHALT ROAf, N;ATERIALS, TOWN OF SOUTHOLD, SUr a OLK COUNTY, N. Y. ,. Unde .these specifications, bids are soup t for the purchase of Asphalt Road Material for the use by the Southold Town Highway Department in the repair and maintenance of Toam Highways. Each bid must be submitted in duplicate in sealed envelopes clearly endorsed with the name of the person, firm or corporation presenting it. Yaeh bid must be marked "Bid for Asp -,alt Road Materials". • Bid forces and Bidders Certificate, may be obtained at the Office of the Superintendent of Highways of •the Town of Southold, Peconic Tana, Peconiol N. Y., Bids I will be received'at the Office of the Superintendent of Highways of the Town of Southold, Peconic Lane, Peconic, N. Y. until ►tclock'P on 'as set forth in the published notice to bidders published in the L. I. Traveler-Mlattituek Watchman, i 1 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 taithin 5 days after the opening of the bids. The bid check of the lowest responsible bidder will be retained until said bid 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, hi'; bid deposit shall be forfeited to the Town of Southold as liouidat;ed 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 I second lowest responsible bidder or may re -advertise for bids; which ever e deems in the best interest of the Town. In the event all bids are rejected, all bid checks will be returned im adiately upon such rejection. The Superintendent of Highways preserves the right to reject any and 11 bids. Tao successful bidder shall fvr.-ijch and mair:Iain at his oxponzo, luring the term of the contract, a bond for the faithful performance of the oontract, the cove. ago of Vnich' zhall be 100 of }hod contract araount. rho foie of the required perfor..-2nco bond, the suff6eiency of sur©ties • and the r=nnerof execution shall bo' approved by the Superintendent of Highways. 1T�''1 NO. 1, 1 Under this Item r1o. 1, bids aro : equostod for the purchase of approxi- . mately 500,000 gallons (or as mi:e j t.%orcof as may be necessary) for the repair 'and maintenanco of the town h i ;hwc s.' for a period of one year. of Gradcs RG -2 grid v0-2 As?i.ajt 'Road' K--tcrials, which rateriaLs shall coc?ly with the speoificationo set below. Said matorials must be delivorCd. to and made available Ln tho Town of Southold, to be dolivoro3 to trucksof the Town of Southold. The bidder must have not loss 'ishan 30,000 gallons of Grade RC -,2 : �: terial. and not less than 300,000 gallons of Grade 1.IC--2 material in perznnently heated storage tank � located in the Town of Southold. heated - o a te-mooraturo of not less that 1,50 degrees Fahrenheit and available for i=ediato dolivo..SJ to trucks of the Town of Southold. as' and whoa required by t1ho Superintondont of Highways for a period of one yam• .. . , • The bidder must spocif J the f acS litios which he will . maintain in tho Town of Southold for storag© of!tho above materials as'woll as the location od slid atorage facili'cioa in the To•.,n of Southold. Each bid muat bo accompanied by a "Bic?dor Co: ificate" for Asphalt Cut Back, showing tho sunplior of this =a terial and i,.ho location of the Plant. An authorization by t.%o supplier, akL%orizinq, the Bidder to act? as agent for the supplier, in the Town of•Southold. . 1 N1 EME I Tao successful bidder shall fvr.-ijch and mair:Iain at his oxponzo, luring the term of the contract, a bond for the faithful performance of the oontract, the cove. ago of Vnich' zhall be 100 of }hod contract araount. rho foie of the required perfor..-2nco bond, the suff6eiency of sur©ties • and the r=nnerof execution shall bo' approved by the Superintendent of Highways. 1T�''1 NO. 1, 1 Under this Item r1o. 1, bids aro : equostod for the purchase of approxi- . mately 500,000 gallons (or as mi:e j t.%orcof as may be necessary) for the repair 'and maintenanco of the town h i ;hwc s.' for a period of one year. of Gradcs RG -2 grid v0-2 As?i.ajt 'Road' K--tcrials, which rateriaLs shall coc?ly with the speoificationo set below. Said matorials must be delivorCd. to and made available Ln tho Town of Southold, to be dolivoro3 to trucksof the Town of Southold. The bidder must have not loss 'ishan 30,000 gallons of Grade RC -,2 : �: terial. and not less than 300,000 gallons of Grade 1.IC--2 material in perznnently heated storage tank � located in the Town of Southold. heated - o a te-mooraturo of not less that 1,50 degrees Fahrenheit and available for i=ediato dolivo..SJ to trucks of the Town of Southold. as' and whoa required by t1ho Superintondont of Highways for a period of one yam• .. . , • The bidder must spocif J the f acS litios which he will . maintain in tho Town of Southold for storag© of!tho above materials as'woll as the location od slid atorage facili'cioa in the To•.,n of Southold. Each bid muat bo accompanied by a "Bic?dor Co: ificate" for Asphalt Cut Back, showing tho sunplior of this =a terial and i,.ho location of the Plant. An authorization by t.%o supplier, akL%orizinq, the Bidder to act? as agent for the supplier, in the Town of•Southold. . 1 N1 EME ' SP.�.CL�ICki� RC-"? jam mc-2.SSP: ALT :XTi.R��?.5. GRADE RC -2 'M ,� �- 17.3 !►:�� ,. - Spot. Grav; „y ?7°r, ..0.9�., a96 i ;. o Fla, Tc� ; CCF t 87' , 1701 ! Viz SSF . 2-400V � •• •Di:v111a"k1.o:1 � RCC• •. � t • • •'' ,'• .` • , � . ;.r• `•, 1 3740 ; 19 21 „ o I {' 24. :r ' 23 Distl] 3 to % to 68o°r • •..� ' ' � .. ' • .. • . , � 37dor 57 � . � '. . X37°: 78' • O c 5000.,Z c 6000.E . 95 ? . . :. Residue by .` Vola ; ; .76 .. Toot on Residue -f--oz 96 187 . diotial Pon at 770x, ' Duct;i" ity at 7702 110 11-01 1/0 sol in CC 141 99.9. ' 99.9 ; ., Spot test-'OLIEaS Rog. Roc. . • D�it�i 1965 1VYu'1 OF SO .� O� ' RAM-1.01ND C. DEM fff ' :� suporintondcat, O Uchwuys \ NON-OOLLUSIVE BIDDING CERTIFICATE BY SUBMISSION OF THIS BID OR PROPOSALt THE BIDDER CERTIFIES THAT: (a) THIS BID OR PROPOSAL HAS BEEN INDEPENDENTLY ARRIVED AT WITHOUT COLLUSION; (b) THIS BID OR PROPOSAL HAS NOT BEEN KNOWINGLY DISCLOSED, PRIOR TO THE OPENING OF BIDS OR PROPOSALS FOR THIS PROJECT, TO ANY OTHER BIDDER, COAiPETITOR OR POTENTIAL 00mRFrER; (c) NO ATTEMPT HAS OR WILL BE MADE TO INDUCE ANY OTHER PERSON, PARTNERSHIP OR CORPORATION TO SUBMIT OR NOT TO SUBMIT A BID OR PROPOSAL; (d) THE PERSON SIGNING THE BID OR PROPOSAL CERTIFIES THAT 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 SIGNING IN ITS BEHALF; (e) THAT ATTACHED HERETO (IF A CORPORATE BIDDER) IS A CERTIFIED COPY OF THE RESOLUTION AUTHORIZING THE EXECUTION OF THE CERTIFICATE BY THE SIGNATOR OF THIS BID OR PROPOSAL IN BEHALF OF THE OORPORATE BIDDER. RESOLVED THAT: -- (Name of Officer) AUTHORIZED TO SIGN AND SUBMIT THE BID OR PROPOSAL OF THIS CORPORATION FOR THE FOLLOWING PROJECT. ) ` . 56 i� Described project 71r> AND TO INCLUDE IN SUCH BID OR PROPOSAL THE CERTIFICATE AS TO NON -COLLUSION RBQUIRED BY SECTION 103-4 OF THE GENERAL ;MUNICIPAL LAW AS THE ACT AND DEED OF SUCH CORPORATION AND FOR ANY INACCURACIES OR MISSTATEMENTS IN SUCH CERTI- FICATE THIS CORPORATE BIDDER SHALL BE LIABLE UNDER THE PENALTIES OF PERJURY. REGOING S A_TRUE AND ODRRECr COPY OF THE RESOLUTION ADOPTED BY� J *r ; CORPORATION AT A MEETING OF ITS BOARD OF DIRECTORS HELD eW THE_,,/ _DAY OF 19 7,5 . S c tary For ASPHALT aJTBAC.K This is to certify that the undersigned proposcs to furnish Cutback Asphalt which will co. ly with the requirements for type � 70 �V �i� Grader --' The Cutback Asphalt is manufa turcd by Y- D whose plant is located a • The plant bas a capacity of��,y, �e� ,__ o cions 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 delA":ver. We agrcc to furnish. Cuack Asphalt at the rate ordered to maximum rate of 2n�,® d� gallons per 8-75our day. Cof an ... official title _O Date i7/ /975 If the bidder is an authorized agent of the manufacturcr, the following authorization must be executed by the manufacturer: //7 / / This is to certify that C�Cy T 1 r7 1 C_ �/,- �L�� Name of Bidder Street City & Zone No. State is s ij_,er iniad our authordzed agei.t and is capable of makinb deliveries in compliance with the about/ certificate. 1\ame of Manufacturer BY If a Corporation / Name Address Presidont �...'� / : 1,_....!�.1..... Treasures •'��- / �— If a Fim Name of Mewbars Address 3 IIID FMIr, FOR ASPHALT ROAD IST: HIALS FOR DFIIV,{ Y TO THE TOU5 OF SOUTBOLD, NEW YORK ITlal,i NO. 1 TO THE SUPERINTENDENT OF HIGHWAYS `SOWN OF sOUTriOLD PECONIC. N. Y. 1, The underaii ned hereby proposes to furnd.s1, approximately 5009000 Gallons of Grades RC -2 and MC -2 Asphalt Road Materials to the Town of Southold, Suffolk County, N. Y. all in accordance with thv Specifications of the Superintendent of Highways of the said Town dated A. Delivered to the Town equipment in the of Southold 4/5 Pei! gallon. rer a- c ��d / 197t. 2. The unclQr�s g ed further states that the iocation, type and oapa- city of the storage facilities in the Town of Southoldo are as follows: A. Type of Storage Faculties B. Location of Storage Faculties v C. Capacity of StorAga Facilities , 3. in submitting this bid tha undersigned doolares that he is or they are the only person or parsons lnterestcd in, the said bid and that it is made without any connection with any person =1clnS another bid for the samo contract. The undersigrod further declares that he has or they have care- t . fully examined the speoifications and thio form o:: bid and has or have satisfied himself or tLenselves as to all the to: ,:s and conditions, and undoratand that in signing this proposal he or they waive all right to plead any misunderstanding roCA ardinu the came. 4. Accompanying this proposal is cash. a bank chock or certified check for $ in oa:o this proposal shall be accepted by the Town of Southold, and the undo signed shall fail to .execute the contract and in all reapocts comply with the apeoifications ar�d this form of bid„ the zronics ropro6ented by such cashes or cheek shall be regardod as liquidated den ages and shall be forZaitod and b000me ,,he property of the Town of Southold; otherwise to be roturnod to the de- positor as provided in the above said ppovisions. 5. On acceptance of this bid the %indersipned coos or do hereby bind himself or tkieiaseives to enter Into a writter. contract within ton days of the date of notice of the award of the bid with the said Town of Sou•`\,hold. and to comply in all respocts with t7ho provisions of the specifications in relation to the security Cor the faithful porforvianco of the terms of said contract. Dated: . 191 The P. 0. Address of the Bidder is Lepel name of person. fim or corporation BY: Stroct City and State sozw � 1 4 t� 17 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, 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 Iclock P on as set forth in the published notice to bidders published in thq 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 of the amount of the bid. All deposit cheeks'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 and delivered to the Superintendent of Highways the contracts, 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 requir ad, hi's bid deposit shall be forfeit6d to the Town of Southold as liquidated damages and shall be deposited by an officer or employee of ,the Town of Southold'to the ct�edit 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 immodiate].y upon such rejection. The Superintendent of Highways preserves the right to reject, any and l all bids.. The ouccesaful bidder shall furnich and maintain at his oxponsot during the term of the contract, a bond for tho faithful performance of the contract, the cover ago of which' ~hall be 100N of the contract araou.. The form of the roquired perfom^nco bond. the auff6cieney of aureties and the manner of execution shall be'approved by tho Superintendent of Highways. ITM N0. 1. Under this Item No. 1, bide are reauostod fo= the porches© of appro tl.» , mately 500, 000 gallona ' (or as' much t%oreof as may be necessary) for the " y repair 'and maintenance of the towan UCC ways;' for a period of one year, of Grades RC -2 and :1C-+2 As:ihalt 'Road` Y. -a -Lo °iuls, Valch' materials shall comply, with the specifications set forth below. Said n-. terials must be delivorod . to and made available in the Town of Southold, to.be dolivorod to truer , of the Town of Southold. The biddor rust have not loss than 30,000 ' gallons of Grade RC -2 material and not less than 30,000 gallons of Grade MC -2 material in perziarontl.,y heated storage tanks located in the Town of Southold, heated to a temporaturo of not less that 150 degre©s Fahrenheit And available for herr ediato dolivoLnj to trucks of the Town of Southold, as' and whon raquircd by the Superintondont of Highways for a'period of one j year. The bidder must specify the facilitioa which he will.maintain in the Town of Southold for storax o of : tho above materials as' weld. as,the location.. od said atorago facilities in the Town of Southold. ' Each bid must bo accompanied "oy a "Bidder Cortificate" for Asphalt Cut Back. showing tho Supp lion of this naterial, and lu%o location of the Plant. An authorization by the supplier, auwniorizing t1he Bidder to actea,s' agent. for tho supplier, in the Town of, Southold. -` - 2 in u The ouccesaful bidder shall furnich and maintain at his oxponsot during the term of the contract, a bond for tho faithful performance of the contract, the cover ago of which' ~hall be 100N of the contract araou.. The form of the roquired perfom^nco bond. the auff6cieney of aureties and the manner of execution shall be'approved by tho Superintendent of Highways. ITM N0. 1. Under this Item No. 1, bide are reauostod fo= the porches© of appro tl.» , mately 500, 000 gallona ' (or as' much t%oreof as may be necessary) for the " y repair 'and maintenance of the towan UCC ways;' for a period of one year, of Grades RC -2 and :1C-+2 As:ihalt 'Road` Y. -a -Lo °iuls, Valch' materials shall comply, with the specifications set forth below. Said n-. terials must be delivorod . to and made available in the Town of Southold, to.be dolivorod to truer , of the Town of Southold. The biddor rust have not loss than 30,000 ' gallons of Grade RC -2 material and not less than 30,000 gallons of Grade MC -2 material in perziarontl.,y heated storage tanks located in the Town of Southold, heated to a temporaturo of not less that 150 degre©s Fahrenheit And available for herr ediato dolivoLnj to trucks of the Town of Southold, as' and whon raquircd by the Superintondont of Highways for a'period of one j year. The bidder must specify the facilitioa which he will.maintain in the Town of Southold for storax o of : tho above materials as' weld. as,the location.. od said atorago facilities in the Town of Southold. ' Each bid must bo accompanied "oy a "Bidder Cortificate" for Asphalt Cut Back. showing tho Supp lion of this naterial, and lu%o location of the Plant. An authorization by the supplier, auwniorizing t1he Bidder to actea,s' agent. for tho supplier, in the Town of, Southold. -` - 2 in r i SP''' xFICl TIU.,,S FOR RC-2 0D f „ N.C•-2 ASi�i:. LT i�.kTl, MS. ''•, ':f.'+ 17.3 r M APS �Spoo. Gravity C77°F 0.95 , o.96' + ° Flash Tem; CC �' , ; ' \ ,1 7• ,70/ .. M ,. 1 Vis SSF+ 1�;4°i� a 1,52 ,, 149 • '. •D�..�'�11a�wi.on � pec. ,�'' '• 'r� � ' ' 19 060007- . 23 ! r 23 G+ 620°� 24 D�stillaro % to 630°r^ c 57 ' 4370-F , , 7 'goo°� s . 85 .35 c 6000F. ;" 95 73' Residue.by Muff Vol. , Toot on Residue frost n 187, distial Pon at 77'x, 7� . ' Luctiliiy at T1°:. ' : 110 110;1 1/0 sol in cc 14 99,9 99.9 ' Snot taut OLIMS S Rea. RoC. �� tf i p �9th7 1 OVIN , OF SOUTIROLD MY1,11011"D 01. DEMI " j Suporintenduit o'6 Eit;hways N NX)N-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 CUMPETER; (c) NO ATTEMPT HAS OR WILL BE MADE TO INDUCE ANY OTHER PERSON, PARTNERSHIP OR CORPORATION TO SUBMIT OR NOT TO SUBMIT A BID OR PROPOSAL; (d) THE PERSON SIGNING THE BID OR PROPOSAL CERTIFIES THAT KE HAS FULLY INFORMED HIMSELF REGARDING THE ACCURACY OF THE STATEMENTS CO:.AINED IN THIS CERTIFICATION AND UNDER THE PENALTIES OF PERJURY AFFIR,61S THE TRU7fH THEREOF, SUCH PENALTIES BEING APPLICABLE: TO THE BIDDER AS WELL AS TO THE PERSON SIGNING IN ITS BEHALF; (e) THAT ATTACHED HERETO (IF A CORPORATE BIDDER) IS A CERTIFIED COPY OF THE RESOLUTION AUTHORIZING THE ?=XECUTION OF THE CERTIFICATE BY THE SIGNATOR OF THIS BID OR PROPOSAL IN BEHALF OF THE CORPORATE BIDDER. RESOLVED THAT: (Name of Officer) AUTHORIZED TO SIGN AND SUBMIT TiM BID OR PROPOSAL OF THIS CORPORATION FOR THE FOLLOWING PROJECT. (Described project) AND TO INCLUDE IN SUCH BID OR PROPOSAL THE CERTIFICATE AS TO NON -COLLUSION RBQUIRED BY SECTION 103-4 OF THE GENERAL MUNICIPAL LAW AS THE ACT AND DEED OF SUCH CORPORATION AND FOR ANY INACCURACIES OR MISSTATEMENTS IN SUCH CERTI- FICATE THIS CORPORATE BIDDER SIL117LL BE LIABLE UNDER THE PENALTIES OF PERJURY. THE FOREGOING IS A TRUE AND CORRECT COPY OF THE RESOLUTION ADOPTED BY CORPORATION AT A MEETING OF ITS BOARD OF DIRECTORS HELD ON THE DAY OF 19 Secretary R. LANSDELL BITUMINOUS CORP. P. 0. Box 238 SMITHTOWN,-L.I., NEW YORK 11787 4444441441 NO BID ISISIt #1 For ASPHALT OJTa'LC`C This is to certify that the undersigned proposes to furnish Cutback Asphalt which will comply with the requirements for type Gradc • The Cutback Asphalt is manufactured by whose plant is located at • The plant bas a capacity of oaloons per $-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 Igeoin 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-:5our day. By Company official title Date If the bidder is an authorized agent of the manufacturers the following authorization must be executed by the manufacturers This is to certify that Name of Bidder Street City & Zone No. state is xud;k, d our authorized agent and is capable of makinb deliveries in compliance with the abo'= certificate. Name of Manufacturer BY official titla Date: r 7f a Corporaticn Name Address PresicGnt Secretary Treasurer If a FIM . Name of Members Address -3- IIID FLti+i% FOR ASPHALT ROAD IAT: iDtIS MM DEL--11--,--IY TO TIM TOtWIN OF SOUTEOLD, N DEW YORK ITEi. NO. 1 TO THE 5U?7,.KZT&NDI;iT OF 'HMM,:AYS W%N OF SOMIOLD PLCOiNIC, N. Y. 1. The undersigned heroby proposo to furnis:: approx-iDtoly 300,000 Gallons of Grados RC -2 and MC -2 Asphalt Road Xator als to the Tovm of Southold, Suffolk County, N. Y. all in accordance with tho Specifications of the Superintendent of Highways of the said Town dated .191 A. Deliverod to the Town eauipmont in the �0,m of Southold per Callon. 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 B. Location of Storage Facilities C. Capacity of StorgZ9 Facilities 3. In submitting this bid the undersigned declares that he is or they are the only person or parsons irtorcstod in the said bid and that it is made without any connection with any person akin- another bid for the samo contract. The undersigned further decL-a-es that he has or they have care- fully examinod the speoifications and t1,13 Torr, of bid and has or have satisfied himself or themselves as to all the to.;,.s and conditions, and understand'that in signing this proposal he or they u ivo all richt to plead any misunderstanding rozardin,- the came. u. Accompanying this proposal is cash, a bank check or certified check for $ . In case this proposal shall be acceptod by the Town of Southold, and the undersigned shall fail to execute the contract and in all raspocts comply wi wh the speoif ications and this form of bid, the monios ropre�cnted by such cashvi or c: eoic shall be regardod as liquidatod &-mages and s:.all be ' orfeitod and baoome la'.o property of the Town of Southold; otherwise to bo roturnod to the de— positor as provided in the above said p„--jvi.siorz. 5. On aoceptarico of this bid the undorsi;,ncc: does or do heroby bind himself or theucelves to enter :..-oto a writtcn contract within ton days of the date of notice of the award of tho bid with the said Town of Southold, and to comply in all respects with tho provisions of the specifications in relation to the security Cor the faithful porformanco of the terms of said contract.. Datods . 19( Legrs al name of person, fior corporation BY: The P. 0. Address of the Bidder is Stroot City and State —2— SPECIFICATIONS FOR THE PURCEASE • OF ASPHALT ROAD MATFI MS, TUArN OF. SOUTHOLD, SUFFOLK COUNTY, N. Y. ; Under.these specifications, bids are sought for the purchase of Asphal •• Road Material for the use by the Southold Town Hag,hway, 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, each bid must be marked "Bid for Asnralt Road Materials". -Bidforms and Bidders Certificate, may be obtained at the Office of the Superintendent I 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 Oclock�;. on as set forth in the published notice to bidders published in thq L. I. Traveler-Mattituck Watc:unan, 1 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 Ibe 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, 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 crad5t 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 s deems in the best interest of the Town. In ;he event all bids are rejected, all bid checks will be returned immod:.ately upon such rejection. The Superintendent of Highways preserves the right to reject any and 1 all bids.. Tao ouccossful bidder shall furnica and main aim at his oxponso. , during the term of the contracts a bond for tho faithful perform=co of the oontracts the cove, ago of which' ;hall ba 100% of the contract araou.�t, The f oa-m of the required performance, bond, the suif Loiency of sureties ' and the ranzier• of 'exocutioa shall be* by .o Sup orintoruleat of Highways. Under thia� Item i"o. 1, bids are _ evuostod fo: the purchase of approxs.- • � matoltiy 300.000 gallons (or a5' reach thoreof as may be necessary) for the repair 'and maintonanco of the tox, =i i ight.Mys,' for a poriod of one year. of Grados RC -2 and :^.0-2 Asprajt 'Road` 1` torials; why ch materials shall cocply tslth the speoifications set forth below. Said rLatorials must be delivorc3 . , � to and mad© available in the Town of Southold. to be delivorod to truc z � 'e bidder must lava not loss than 30.000 of the Town of Southold. The gallons of Grade RC -2 ma tern± al. and not less than 30; 000 Gallons of Gra. do i MC -2 motorial in permanently heated storage tans located in the Toc::1 of • Southold. heated to a te:!�poraturo of not loss that 150 degrees Fahrenheit and available for im ed iato dolivo-z"i to trucks .of the Town of Southold. as' and when required by the Supc rintondont of Highways for a poriod of one The bidder must �.fy the _ties wnieh he will maintain in the Town of Southold for atorago of tho above mat©rials as' well as' the location od a&id atorago facilities in the ToAm of Southold. ' 1 Each bid must bo acconpaniod 'oy a "3iddor Co: tiflcato" for Asphalt Cut . Back, showing tho sunplior of this waterial ural '„he joca`lon of the Plant. An authorization by t•:o supplier, acw'�orizing the 3lddcr to act(as agent for the suppliero in the _Towza of, Sou'rhold. ; '+ ' f SPRCLr'ICkil'C :S FOR RC -2 AD. {LT 'w , ....ter ' - i. i ? • - • ca t> Pz x.7.3 •S oo., Grav'! -y 'G 77°r , ;a 0.95 0.96' l Flash Tc, CC°F 7' ' , ., ,. . Vis S SF ? 4,00 . ' 'i On ,: , , ,. 14 1 . G 37401" • r 7 04—OF l9 . 24 23 Distille-0 % to 63&F 437°: , .. , , 78' o _ r ;5000r.{ .' rr 86 ... 35 o 6o Residua. by ' f. Vol. r ' ' •.. • 76 77 ,. Toot on Rcsidao from 9 6 187 dio"pial Pon at 770E Lucti? ity at ?7°r' 1/0 Sol. in CC 14 99.9. 99.9 r ., Spot tust flLI- S MI Row. RoC. Datod: 191ZTOVN , OF SOUTROLD 'MY P11YJ 0:vD C. DEM Suporintondent OA. ki;�".w•ays PLEASE FURNISH SERVICE(S) INDICATED BY CHECKED BLOCK(S). REQUIRED FEE(S) PAID. ❑Show to whom, date and address Deliver ONLY where delivered ❑ to addressee RECEIPT Received the numbered article described below. REGISTERED N0. L51GNIATUREORNAMEF DRESSEE (NWalways be filled in) IGNATURE OF ADDRESSEE'S AGENT, IF ANY INSURED NO. PF DATE DELIVERED SHOW WHERE DELIVERED (only if 3 055-18-71548-11 347-198 GPo I BIDDER'S CERTIFICATE �:7 CUTBACK ASPHALT This is to certify that the undersigned proposes to furnish Cutback Asphalt which will comply with the requirements for Type /)']C',r� . 17,y The Cutback Asphalt is manufactured by Exxon Company, U.S.A., whose plant is located at Foot of East 22nd Street, Bayonne, New Jersey. The plant has a capacity of 200,000 gallons per eight (8) hour day and has regularly manufactured cutback asphalt for the past fifty-five years. The specific source of the asphaltic base is selected Gulf Coast and 'Venezuelan 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 at the rate .ordered to a maximum rate of 50,000 gallons per eight (8) hour day. u Com an r y (Official Title) Date: If the bidder is an authorized customer of the manufacturer, the following authorizations must be executed by the manufacturer. This is to certify that R. 0. Welch Asphalt Co. (Name of Bidder) 1064 Woodcrest Ave., Riverhead, New York 11901 (Street) (City) (State) (Zip Code) is our customer and considered capable of making deliveries in compliance with the above certificate. EXXON COMPANY, .A. By: N. H. Piteo Asphalt & Fuels Coordinator (Official Title) Date: 1,3 1,7-5- oEun of ,,5§nidhnlb Peronir, N. iq. 11958 RAYMOND C. DEAN Superintendent February 20, 1975 R.O. Welch Asphalt Co. 1064 Woodcrest Avenue Riverhead, New York 11901 Gentlemen: Enclosed find your check #4502 in the amount of $11,300.00, which was submitted with a recent bid on Asphalt Road Materials. The award has been given to Asphalts, Inc., the lowest bidder. Very ti"-uly yours, RCD:esg RAYMOND C. DEAN Sup't of Highways Tel. 765-3140 734-5211 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 POTS\TIAL COMPETER; (c) NO ATTEMPT HAS OR WILL BE MADE TO INDUCE ANY OTHER PERSON, PARTNERSHIP OR CORPORATION TO SUBMIT OR NOT TO SUBMIT A BID OR PROPOSAL; (d) THE PERSON SIGNING THE BID OR PROPOSAL CERTIFIES THAT HE HAS FULLY INFORMED HIMSELF REGARDING THE ACCURACY OF THE STATEMENTS CONTAINED IN THIS CERTIFICATION AND UNDER THE PENALTIES OF PERJURY AFFI% S THE TRUTH THEREOF, SUCH PENALTIES BEING APPLICABLE TO THE BIDDER AS WELL AS TO THE PERSON SIGNING IN ITS BEHALF; (e) THAT ATTACHED HERETO (IF A CORPORATE BIDDER) IS A CERTIFIED COPY OF THE RESOLUTION AUTHORIZING THE EXECUTION OF THE CERTIFICATE BY THE SIGNATOR OF THIS BID OR PROPOSAL IN BEHALF OF THE CORPORATE BIDDER. RESOLVED THAT: �/��JYIc'/►�U V • ��'%. (Name of Officer) AUTHORIZED TO SIGN AND SUBMIT T'rM BID OR PROPOSAL OF THIS FOR THE FOLLOWING PROJECT. L' �` /y1/°hN y, Described project AND TO INCLUDE IN SUCH BID OR PROPOSAL THE CERTIFICATE AS TO NON—OOLLUSION REQUIRED BY SECTION 103--d OF THE GENERAL MUNICIPAL LAW AS THE ACT AND DEED OF SUCH CORPORATION AND FOR ANY INACCURACIES OR MISSTATEMENTS IN SUCH CERTI— FICATE THIS CORPORATE BIDDER SIVILL BE LIABLE UNDER THE PENALTIES OF PERJURY. _Auw'14't'617_ y If a Corporation Name Address Presidcmt Secretary Troasurer Name of Iiembers If a Firm Adcress ,)-.7� ._ o -3- IIID FC +i% FOR ASPHALT ROAD I ATS-IJAIS FOR DELIVaY TO TIM TO. -.q OF SOUTHOLD, N DW YORK IT -EK NO. 1 TO THE SUPF.KIN T iDENT OF EIGHY:AYS TO;C OF SOLMIOLD PSCONIC, N. Y. L. The undersigned horeby proposo to funds'.'-, appro>Amwtely 500.000 gallons of Grados RC -2 and M-2 Asphalt Road Materials to tho Town of Southold, Suffolk County, N. Y. all in accordance with the Specifications of the Superintendent of Highways of the said Town dated A. Deliverod to the Town eguip:ront in the down of Southold o �40 per Callon. 2. The undersigned further states that the location. type and oapa- city of the storage faoilities in the Town of Southold, are as follows: A. Type of Storage Facilities B. Location of Storage Facilities 960,', C. Capacity of Storoga Facilities 3. In submitting; this bid the undersigned declar a that he is or they are the only person or parsons 1rtorested in the said bid and that it is made without any connection with any person aldn- another bid for the samo contract. The undersigned further declares that ho has or they have care- fully examined the specifications and this fora of bid and has or have satisfied himself or themselves as to all the to.±:.s and conditions, and undorstand that in signing this proposal he or they kaivo all right to plead any misunderatandino re;;arding the same. u. Accompanying this proposal is cash. a bank chock or certified check for $_ , ✓� In ccso this proposal shall be acceptod by the Town of Southold, and the undersigned shall fail to execute the contract and in all raspocts co:np],y wit -h the speoif ieations and thin form of bid, the monies ropre:�cntod by such cassia or checic shall be regardod as liquidated da -mages and s1 -.all be forfaitod and baoome `a.e proporty of the Town of Southold; otherwise to bo retu nod to the de- positor as provided in the above said W.ow.-Ision3. 5. On aoeeptariee of this bid the urdorsi;;ncr: does or do hereby bind himsolf or the wolves to eater Into a written contract within ton. days of the date of notice of the award of tho bid with the said Town of Sou+�old, and to comply in all respocts with t2.o provisions of the specifications in relation to the security Cor tho faithful porforv- co of the terms of4/13-said contract. Datods •�� AMY 69� L�-' "', ' LoS�.lnaw of percon,._SIrjn or %corporation The P. 0,,"Address of the Bidder is P�_�_� �' Stroct h Y11d. City and State iv � 2 r s R. 0."WELCH ASPHALT CO. 1064 Woodcrest Avenue Riverhead, L. I., N. Y. 11901 Phone: 727-2992 February 14, 1975 ESCALATOR CLAUSE Special conditions to be adhered to: If during the term of this contract there should be a general increase in the cost of supplies and materials specified herein we may apply for an increase in the unit price bid. In the event that the cost of supplies and materials specified herin be decreased we will lower our unit price to the Town of Southold proportionately. The provisions stated above will therefore become part of our bid. R. 0 'LCH ASPHALT Ra nd 0. Welch, Owner IN 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 AOT BEEN )MWINGLY DISCLOSED, PRIOR TO THE OPENING OF BIDS OR PROPOSALS FOR THIS. PROJECT, TO ANY OTHER BIDDER, COMPETITOR OR POTE1'TIAL O%MFrER; (c) NO ATTEMPT HAS OR WILL BE MADE TO INDUCE ANY OTHER PARSON, 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 COYTAINED IN THIS CERTIFICATION AND UNDER THE PENALTIES OF PERJURY AFFIR1,0 THE TRU`fH THEREOF, SUCH PENALTIES BEING APPLICABLI: TO THE BIDDER AS WELL AS TO THE PERSON SIGNING IN ITS BEHALP; (e) THAT ATTACHED HERETO (IF A CORPORATE BIDDER) IS A CERTIFIED COPY OF THE RESOLUTION AUTHORIZING THE ?=XECUTION OF THE CERTIFICATE BY THE SIGNATOR OF THIS BID OR PROPOSA�LJ IN BEHALF OF THE CORPORATE BIDDER. RESOLVED THAT : (Name of Officer) AUTHORIZED TO SIGN AND SUBMIT THE BID OR PROPOSAL OF THIS FOR TKB FOLLOWING PROJECT, C4 04PAN-% AND TO INCLUDE IN SUCH BID OR PROPOSAL THE CERTIFICATE AS Tb NON -COLLUSION REQUIRED BY SECTION 103-4 OF THE GENERAL MUNICIPAL LAW AS THE ACT AND DEED OF SUCH CORPORATION AND FOR ANY INACCURACIES OR MISSTATEMENTS IN SUCH CERTI- FICATE THIS CORPORATE BIDDER SHALL BE LIABLE UNDER THE PENALTIES OF PERJURY. Secretary If a Corporation Name Addross President Sac. eta y Troasurcr IfaFirm Name of Membs Address 7 ' BID FCiN. FOR ASPY.ALT ROD .M.AT_E�:.AILS MR DEL -LV -----',Y TO THr TOZ OF SOUTBOLD, NEW YORK ITEK NO. 1 TO 7a SUP74iINTEIJ U 1 OF HIGHWAYS TOA OF SOUTHOLD PECONIC, N. Y. 1. The undersiZned hereby propose to furnis: appro>dmat©ly 500.000 gallons of Grades RC -2 and MC -2 Asphalt Road Materials to the Town of Southold, Suffolk County. N. Y. all in accordanco with the Specifications of the Superintendent of HigY,ways of the said Town dated / 1q. 15 , A. Deliverod to the Town equipment in mho �olrn of Southold V par gallon. 2. The undersigned further states that the location. type and oapa- oity -of the storage faoilities in tho Town of Southold. are as follows: A. Type of Storage Facilities B. Location of Storage Facilities ' ; iqZ"ly C. Capaoity of StorgZe Facilities 3. In submitting this bid the undersigned dicolziresiat he is or they are the only person or parsons Int rested in the said bid and that it is made without arty oonnection with any person : aldrg c=ther bid for the same oontraot. The undersigned further declares that he has or they have care- fully bxamiriod the speolfications and thi;, form of bid, and has or have satisfied himself or themselves as to all the toi:.s and conditions, and understand that in sipiing this proposal he or they waive all right to plead any misunderatandino regarding the same. u. Accompanying this proposal is cash, a bank c� cheek m h.oca or certified for $ �Uy ti _ .. In case this proposal shall be aoceptod by the Town of Southold, and the undorsignGd shall fail to execute the contract and in all raspocts comply wi _% the speoifieations and thio form of bid, the monies roproziented by such cashes or check shall be regarded as liquidated damages and shall be forfoftod and b000me the proporty of the Town of Southold; otherwise to be returnod to the do- positor as provided in the above said PPovisions. 5. On acceptance of this bid the undorsi;;ncd does or do heroby bind himself or themselves to enter into a written contract within ton days of the date of notice of the award of the bid with the said Town of Southold, and to comply in all respocts with the provisions of the specifications in relation to the security Cor tho faithful porformanco of the terms of c�said contract, Dated: �/ �/ /% zJI . 191 The P. O. Address of the Bidder is i Stroot V / City and State 0 -2- Ei. 0. 4ELCH ASPHALT CO. 1064 Woodcrest Avenue Riverhead$ L. 1.2 N. Y. 11901 Phone: 727-2992 February 14, 1975 ESCALATOR CLAUSE Special conditions to be adhered to: If during the term of this contract there should be a general increase in the cost of supplies and materials specified herein we may apply for an increase in the unit price bid. In the event that the cost of supplies and materials specified herein be decreased we will lower our unit price to the Town of Southold proportionately, The provisions stated above will therefore become part of our bid. R. 0 tiMLCH ASPHALT 0 Ra nd 0. Welch , Owner i 2. 3. 4. 5. 6. 7. 8. 9. 1©. RAYMOND C. DEAN Superintendent P'ighfrttg Piepartrarnt Tofun ,of �$vut4vlb Permit, Y. Ig. 11,958 April 28, 1975 Robert L. Bergen Oil Co., Inc. 9375 Main Road Mattituck, New York 11952 Dear Mr. Bergen, Inc. As a result of recent bids, be advised that you have been awarded the bid on Diesel Fuel for this year for the Highway Department and the Disposal Area. Very truly yours, RCD:esg RAYMOND C. DEAN Supt of Highways Tel. 765-3140 734-5211 April 7, 1975 Gentlemen: Please be advised that I am no longer active in the day-by-day operation of Robert L. Bergen Oil Co., Inc.. However, I am the owner of 15 shares, i.e., 15%, of said corporation. The other stockholders are Dale M. Bergen, who owns 70 shares, i.e., 70%, and Donald Bergen, who owns 15 shares, i.e., 15%. I am also on the Board of Directors of said corporation, but I am not an officer thereof. I am submitting this disclosure letter as part and parcel of a bid made by Robert L. Bergen Oil Co., Inc. to supply ten thousand gallons of diesel fuel to the Southold Town Highway Department. Very truly yours, Southold Town Board c/o Supervisor's Office Greenport, New York 11944 ROBERT L. BERGEN OIL CO., INC. 9375 MAIN ROAD MATTITUCK, NEW YORK 11952 PHONE: (516) 298-4880 Dear Mr. Dean: A.pril 7, 1975 Concerning my bid to supply approximately 10, 000 gallons of diesel fuel to the Highway Department and Town Disposal area which was submitted on March 25, 1975, I would like to clarify the fact that my bid was not . 318):( cents per gallon but rather a floating bid based upon two cents above our cost per gallon, whatever it may be at any given time. At the present time, our cost is .318 cents per gallon, however the cost of diesel fuel to us does vary, and accordingly our bid to the Town would be two cents above: our cost. Let this confirm further that this bid is submitted on the understanding that the Town is exempt from all Federal, State and local taxes. Very truly yours, Raymond C. Dean Superintendent of Highways Town of Southold Peconic, New York cc: Southold Town Board Dale M. Bergen, Vresident Raymond C. Dean Superintendent of Highways Town of Southold Peconic, New York cc: Southold Town Board ROBERT W. TASKER TOWN ATTORNEY OFFIC �1 425 MAIN ST. GREENPORT, L. I., N.Y. 11944 March 28, 1975 Mr. Raymond C. Dean Superintendent of Highways Peconic, New York 11958 Dear Rink: TELEPHONE 477-1400 You have advised me that in response to your advertisement for bids for the pur- chase of diesel oil you received a bid from Robert L. Bergen Oil Company, Inc. and that you believe that Robert L. Bergen, a member of the Southold Town Board of Appeals, is either an officer, stockholder, director, or has a direct or indirect interest therein. You have asked that I advise you if these facts are true, whether or not a prohibitive conflict of interest exists. Section 801 of the General Municipal Law provides in effect that no municipal officer or employee shall have an interest in any contract with a municipality in which he is an officer or employee, when such officer or employee, individually or as a member of a board, has the power or duty to (a) negotiate, prepare, authorize or approve the contract or approve payment thereunder (b) audit bills or claims under the contract, or (c) appoint an officer or employee who has any of the powers and duties set forth above. As you will note from this section, in order that it be a conflict of interest, the municipal officer or employee must have the authority to approve of the contract and the payments made thereunder. Since only the Town Board has this authority, Mr. Bergen as a member of the Board of Appeals may enter into a contract with the Town Board for the sale of materials to the Town. Notwithstanding the above, under the provisions of Section 803 of the General Municipal Law, Mr. Bergen must publicly expose the nature and extent of such interest in writing to the Town Board. Such written disclosure must be made a part of and set forth in the official record of proceedings of the Town Board. I am enclosing an additional copy of this letter and would suggest that you present the copy to Mr. Bergen for his information and advice. Yours very truly, ROBERT W. TASKER RWT:MY ROBERT L. BERGEN OIL CO., INC. 9375 MAIN ROAD ` MATTITUCK, NEW YORK 11952 PHONE: (516) 298-4880 March 25, 1975 Raymond C. Dean Supt. of Highways Town of Southold Peconic, New York 11958 Gentlemen: We would like to submit the following bid for approximately 10,000 gallons of Diesel Fuel delivered to the Highway Department and Town disposal area. We bid 2� (two cents) above our cost which at present is .318. It is our understanding that the Town is exempt from all Federal, State and Local taxes. Sincerely yours, Dale M. Bergen President DMB :meg NON -COLLUSIVE BIDDING CERTIFICATION By -submission of this bid, the undersigned certifies under penalty of perjury that to the best of his knowledge and belief: 1. The prices in this bid have been arrived at independently without collusiton,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 other wise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to the opening, directly or indirectly, to any other bidder or to any other competitor; 3. No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. Dated at Mattituck , New York (City) (State) the 25 day of March , 1975 Robert L. Bergen Oil Co., Inc. Legal name of person,firm or Corp. B Cue / Designated Off er ACKNOWLEDGEMENT BY BIDDER, IF A CORPORATION State of New York SS: County of Suffolk On this 27 day of March 1975 , before me personally came Dale M. Bergen to me known, who being duly sworn, did depose and say that he resides in Mattituck, N.Y. , that he is the President of the Robert L. Bergen Oil Co., Inc., the corporation described in and which executed the foregoing instrument. T ..: Notary Public ROBERT A. PARKIN Notary Public, State of New York No. 52.828000, Suffolk Co49ty Term Expires Maich dJ, 194.1 0 AGWAY PETROLEUM CORPORATION, BOX 705, RIVERHEAD, LONG ISLAND, N.Y. 11901 PHONE: 516-727-3012 MARCH 21, 1975 IGHVIAY DEPARTMENT OWN OF SOUTHOLD ECONIC, N.Y. 11958 DEAR SIR: AGWAY PETROLEUM CORPORATION IS PLEASED TO SUBMIT A BID FOR DIESEL FUEL TO BE DELIVERED TO THE HIGHWAY DEPARTMENT AND THE TOWN DISPOSAL AREA AT A PRICE PER GALLON OF .391. THIS PRICE REFLECTS A DISCOUNT OF .005 PER GALLON AND WILL BE CONTINGENT ON MARKET INCREASE ARID DECREASE AT THE TIME OF DELIVERY. JEH:LN ENC. VE RYLY YOURS, J MANAGER j r✓ 14 t NON-COLLUSIVE BID:CERTIFICATE t "The: undersigned bidder certifies that 'this bid has been ari at by the bidder indepenaently and has been submitted witnout collusion t with any othCr vendor of materials, supplies or equipment of the type i F des:.rioc'l in the invitation for bids, and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by aiy of its employees or agents, to any person ifot an employee or agent of the bidder or itc suret- on any bond furnished herewith prior to the # official opi,ninq of the b d. i SIGNED CORPORATE TITLEAGWAY ETROLE'UM CORORATTJ ADDRESS PULASKI ST., BOX 705, RIVERHEAD, N.Y. ' 11901 F ta<�t MARCH 21, ._1975 ..- Goldsmith & Tuthill GULF OIL PRODUCTS ESTABLISHED 1842 SOUTHOLD, NEW YORK 11971 • 516-765-3767 March 26, 1975 Highway Department Town of Southold Peconic, N.Y 11958 Re: Bid on diesel fuel Gentlemen: This company would be pleased to supply 10,000 gallons of diesel fuel, more or less, at locations specified in "Notice to Bidders". The price per gallon will be the current price on the day of delivery. For instance, the present price is 39¢ per gallon. In another month it may move either up or down in which event the change will be reflected in your cost. Hoping we may be of service to the Town, I am, Very truly yours, OLDSMI & TUTHILL F oyd D. ouston FDH/ism e NON -COLLUSIVE BIDDING CERTIFICATE BY SUBMISSION OF THIS BID OR PROPOSALp THE BIDDER CERTIFIES THATt (a) THIS BID OR PROPOSAL HAS BEEN INDEPENDENTLY ARRIVED AT WITHOUT C0..LUSION; (b) THIS BID OR PROPOSAL HAS NOT BEEN KNOWINGLY DISCLOSEDp PRIOR TO THE OPENING OF BIDS OR PROPOSALS FOR THIS PROJBCr, TO ANY OTHER BIDDER, COMIPETITOR OR POTE\TIAL COMPElER; (c) NO ATTEMPT HAS OR A'ILL BE MADE TO INDUCE ANY OTHER PERSON, PARTNFJtSHIP OR CORPORATION TO SUBMIT OR NOT TO SUBMIT A BID OR PROPOSAL; (d) THE PERSON SIGNING THE BID OR PROPOSAL CERTIFIES THAT KE HAS FULLY UNFORMED HIMSELF REGARDING THE AOCURACY 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 JtITACHED HERETO (IF A CORPORATE BIDDER) IS A CERTIFIED COPY OF THE RESOLUTION AUTEIORIZING THE EXECUTION OF THE CERTIFICATE BY THE SIGNATOR OF THIS BID OR PROPOSAL IN BEY!ALF QF,THE ,C,ORRPORATE B DER. RESOLVED THAT: 1� -- (N a of Of cer) AUTHORIZED TO SIGN AND SUBMI T7 D OR PROPOSAL OF THIS CORPORATION FOR THE FOLLOIVING PROJECT. (Described project) AND TO INCLUDE IN SUCH BID OR PROPOSAL THE CERTIFICATE AS TO NON -COLLUSION REQUIRED BY SECTION 103-d OF THE GENERAL MUNICIPAL LAW AS THE ACT AND DEED OF SUCH CORPORATION AND FOR ANY INACCURACIES OR MISSTATEMENTS IN SUCH 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 CORPORATION AT A MELTING OF ITS BOARD OF DIRECTORS HELD ON THE DAY OF 19 Secretary ' February 14, 1975 Q 1:00 P.M. BID ON ITEM 3 --- CULVERT PIPE 1. Capitol Highway Materials, Inc. Co hl i • C' '0 2. Chewing Supply Corp. 7613,20 c5 -7'e6 • ao 3. Edgerton Sales Corp. 6 Al 6 5. a s H o S/' a a 4. Local Steel and Supply Co. 5. Mutual Steel CO- /.,a o G%amu ce L y S:2 96 , 6 7. NN 9. 10. MAhApac 8-4417 CAPITOL HIGHWAY MATERIALS, Inc. ROUTE 6, BALDWIN PLACE PUTNAM COUNTY, NEW YORK 10505 QUOTATION Date Feb. 10, 1975 TO : Mr. Raymond Dean, - Supt. Town of Southold Highway Department ,Peconic, Long Island, New York 11971 • ATTENTION: Mr. Raymond Dean Due Date Feb. 145 1975 2 1:00 P.M. DESCRIPTION AND SPECIFICATIONS UNIT PRICE I TOTAL We are pleased to quote your requirements as follows: ITEM 3. CORRUGATED CULVERT PIPE: - Dia. Gauge Steel Al mum 12" Perf. . 16 $ 3.22/f t $ 2.60/ft 12" Band 3.16 ea 2.52 ea. 18" Perf. 16 4.40/ft 3. 3/ft 18" Band 4.31 ea. 3. 5 ea. 24" Ferf. 16 5.71/ft 5. 8/ft 24" Bands 5.59 ea. 5. lea. x These are current prices. If there is ao increase we reserve the right to re -negotiate the a prices. TERMS: Net 30 daysThanking you for the privilege of bidding and hoping to be of service to SHIPMENT: you, We remain, Very truly yours, DE(VERY:F.O.B.o.e. Peco isf L• I •N Y y 1 CAPITOL HIGHWAY OkTERI, Inc. 5978 2M b l NON*COLLUSIVE BIDDING CERTIFICATION Required by Section 103-d of the General 1.5unicipal. Law By submission of this bid or proposal, the bidder certifies that: (a) This bid or proposal has been independeltly arrived at without collusion with any other bidder or with any com- petitor or potential competitor; (b) This bid or proposal has not been knowingly disclosed and will not be knowingly disclosed, prior to the opening of bids or proposals for this project, to any other bidder, competitor or potential competitor; (c) No attempt has been or will be made to induce any other person, partnership or corporation to submit or not to submit a bid or proposal; (d) The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder as well as to the person signin in its behalf; (e) That attached hereto (if a corporate bidder is a certified copy of resolution authorizing he execution of this certificate by the signator of this bid or proposal in behalf of the corporate bidder. ( Si re of ndi v du S gn ng � Bid) Resolved that Il`d� . �('.��U�,,, ` � /r ' 4 6W S gnatVe of Individualn ng B be aughorized to sign and submit the bid e proposal of this Corporation for Phe following project D scr beProject) 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 foregong is a rue anGo r�ct CODV of the resolution adopted by �' t� 1(.4 f �.�' `% corporation ate a meeting of its hoard of directors held on the day of ,. ' ,19` ecre ary (Seal of the corporation) HEAVY PLATE AND CORRUGATED CULVERTS STRUCTURAL STEEL — SNOW FENCE — SIGNS — POSTS Town of Southold c/o Raymond C. Dean, T.S. Peconic Lane Peconic, New York 11958 Gentlemen: Telephone (607) 733-5506 CORNING ROAD - RT. 328 P. O. BOX 527 ELMIRA, NEW YORK 14902 February 11, 1975 With reference to your request for bids on corrugated aluminum spiral lock -seam culvert pipe, we are pleased to quote you on the following: 1,000 lin.ft. - 1211 dia., 16 ga. x 101 long Perforated $2.65/ft. $2,650.00 100 - 12" Bands 2.55 ea. 255.00 400 lin.ft. - 18" dia., 16 ga. x 101' long Perforated $3.93/ft. $1,572.00 40 - 1811 Bands 3.78 ea. 151.20 200 lin.ft. - 24" dia., 16 ga. x 10= long Perforated $5.29/ft. $1,058.00 20 - 24" Bands 5.00 ea. 100.00 $5,776.20 The above price is a delivered price to the Highway Department, Peconic, New York. We agree to all specifications as listed in your "Notice to Bidders." In accordance with Section 103-D of the New York State Municipal Law, we are enclosing "Non -Collusive Bidding Certificate." Very truly yours, CHEMUNG SUPPLY CORP. Herman Warshaw HW: cc Enc. i0 "NON -COLLUSIVE BIDDING CERTIFICATION" Section 103-D of the GENERAL MUNICIPAL LAW "By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: "The prices in this bid have been arrived at independently with- out collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; "Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bid- der prior to opening, 4irectly or indirectly, to any other bidder or to any competitor, and "No attempt has been mode 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. Sign ture President Title r HEAVY PLATE AND CORRUGATED CULVERTS STRUCTURAL STEEL — SNOW FENCE — SIGNS — POSTS Town of Southold c/o Raymond C. Dean, T.S. Peconic Lane Peconic, New York 11958 Gentlemen: Telephone (607) 733-5506 CORNING ROAD - RT. 328 P. O. BOX 527 ELMIRA, NEW YORK 14902 February 11, 1975 With reference to your request for bids on corrugated galvanized spiral lock -- seam pipe, we are pleased to quote you on the following: 1,000 lin.ft. - 1211 dia., 16 ga. x 10" long Perforated $3.92/ft. $3,920.00 100 - 12" Bands 3.86 ea. 386.00 400 lin.ft. - 18" dia., 16 ga. x 101 long Perforated $4.57/ft. $1,828.00 40 - 1811 Bands 4.48 ea. 179.20 200 lin.ft. - 24" dia., 16 ga. x 10-t long Perforated $5.92/ft. $1,184.00 20 - 24" Bands 5.80 ea. 116.00 $7,613.20 The above price is a delivered price to the Highway Department, Peconic, New York. We agree to all specifications as listed in your "Notice to Bidders." In accordance with Section 103-D of the New York State Municipal Law, we are enclosing "Non -Collusive Bidding Certificate." Very truly yours, CHEMUNG SUPPLY CORP. Herman Warshaw HW:cc Enc. M � "NON -COLLUSIVE BIDDING CERTIFICATION" Section 103-D of the GENERAL MUNICIPAL LAW "By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the beat of knowledge and beliefs "The prices in this bid have been arrived at independently with- out collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; "Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bid- der prior to opening, directly or indirectly, to any other bidder or to any competitor, and "No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition." :I;�y�i)� t : 1 • • t i President Title tC-yowam -4r(r' SPENCERTowN, NEw YORK 12165 518-392-5900 Ataterialt for Highway, Bridge and Sewer Construuction Date ------2"---Q----- 19 _7 5 - Job __Item_3 ------------- Culvert Pipe, Steel Customer --- T-Qwl2-9f_ 59-uth9.ld.,-HigIWaY_DSph---------------------------- Location ------------ Q:ly.-- Address--Im5a---------•------------------------------------------------ Att:-------- Ray==d__C_._D_ean,__Sup_.•-------- Quantity We are pleased to quote your requirements as follows:— Unit Price Total Per y,ur "Notice n dated January PR_ Iq-!Z.9 we Pipe as follows: 10 " lams 3A an, X 1010" 100 FA., 12" diam, Conn. 400 Fte 18" diam. 16 ga. x 1010" 1A. Perforated 4 101 1640,00 n 200 Ft 24",diam, Ra.1010" 1g. Perforatind 5,301 20 Eae 24" diame Conn. Bands 5,25ea 105,00 Total 16265.00. 1925 - Terms: Ne t 30 days Accepted------------------------------- ----------------- BY----------------------------------------------------- Title------------------------ Date ----------------------- if accepted as on order, please sign and return one copy. Prices sob ject to change without notice. e 0(.01 ettan Sales Cayatatian SPENCERTOWN, NEW YORK 12165 518-353-5901 Materials for Highway, Bridge and Sewer Construction By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of his knowledge and belief: (1) The prices in this bid have been arrived at independently without col- lusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor; and (3) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. The corporate bidder and the undersigned affirms the above certification under the penalties of perjury. s O ✓ r RESOLVED that Paul M. Edgerton be authorized to sign and submit the bid or proposal of this corporation for the following project: J_ r'7 and to include in such bid or proposal the certificate as to non -collusion required by section one hundred three -d of the general municipal law as the act and deed of such corporation and for any inaccuracies or misstatements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is a true and correct copy of the resolution adopted by Edgerton Sales Corporation at a meeting of its board of directors held on the day of 19 Secretary,,/ (Seal) Materials for Highway, Bridge and Sewer Conrtruuction Customer _ T9 _o '_So t iold,__Hi hwa _ Deft-'------ AddressIs___A3ew York119_5______-- -_ -- Att Raymond- C,_ Dean!-ut'-- ------ Date ---2-=l--------- 19-7.a Jab -1-tem-13----------- Culvert Pipe Aluminum ------Location ----- --------------- Quantity We are pleased to quota your requirements as follows:— Unit Price Total Pei! your "Notice B "dated January- are Dleased to quote on Item 3 Aluminum Culvert Pilpe FA. I"diam. 1016" Conn. Bands g.t 2.65ea 2800,00100 265.00.. 400 Ft, 18" diam. 16 ga. .x loth" 1,,. Perforated 4.15t 1660.00 tt . t 56,00 0 Ft 24" dlamo 16 Pa. 2; 10,10" la, Perforated 5,601 1120,00 20r Ea. 24"'d jam. Con, Bands 5 5 a 103,00 Total as and,xheZ specified, ..-Delivery P1975, Terms: Ta -U 30 days Accepted ------------------------- ------ --- ------T rT _ BY----------------------------------------------------- By - -- --- - --- -------------------- Title ----------- President If acceptod as an arder, please sign and roturn one copy. Prices "bled to change witM©ut notice, ny vdapt SCay atatialt SPENCERTOWN, NEW YORK 12165 518-353-5901 Materials for Highway, Bridge and Sewer Construction By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of his knowledge and belief: (1) The prices in this bid have been arrived at independently without col- lusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor; and (3) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. The corporate bidder and the undersigned affirms the above certification under the penalties of perjury. RESOLVED that Paul M. Edgerton be authorized to sign and submit the bid or proposal of this corporation for the following project: 1 .�.. .. .....1 � .._.. I �. �. 1 17! • it i^\ and to include in such bid or proposal the certificate as to non -collusion required by section one hundred three -d of the general municipal law as the act and deed of such corporation and for any inaccuracies or misstatements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is a true and correct copy of the resolution adopted by Edgerton Sales Corporation at a meeting of its board of directors held on the } day Of „ -- 19 r7 F= Secretary,' (Seal) AAg1� E BRANCH OFFICE "fiO Jericho Turnpike Route 25, Jericho Turnpike MINEOLA LOCAL STEEL AND SUPPLY CO. MIDDLE ISLAND, N.Y. 746-0864 Telephone 732-2424 Telephone { 347-2840 DIVISION OF THOMPSON MATERIALS CORP. QUOTATION Date ......... 2/11/75 .......................................... Raymond C. Dean 765-3140 Firm ............ TPWA....Of....Southold ............._....................................................._..... (ndiv. Sup......... f....Hr.yS.!... Tel........................... . Sgpt. of Hwjs Address P.ecanic.... La.ne,....P.eco..ni.c.,.....L..L..,T...X.......... .................................. .... ...... .................. _. ....... . STREET TOWN BID ON ITEM #3 — GALV. CULVERT PIPE — PERFORATED Job............................................................................................................. 1:00 P.M. Address........................................................................................................................................ Architect................................................................. Bid duo. 2/14/75 .. Quantity We are pleased to quote your requirements as follows:— Unit Price Total 16 ga, x 101 lg, Galy. Lock Seam Spiral Pipe (Perf orated) 1000 lin.ft. 12* dia. Pipe @$ 3.14 li .ft. 100 pcs. 121 dia. Connecting Bands 3.14 ea 400 lin,ft, 1811 dia. Pipe 4.24 li .ft. 40 pcs. 1811 dia. Connecting Bands 4.24 ea In lieu of Spiral Pipe . we offer Riveted Pipe on the following: 200 lin ft 2411 dia, Pie 6.01 li .ft. 20 pcs, 24t1 dia. Connecting Bands 6.01 ea The above prices are firm thru 6/30/75 Delivery: Approx, 3 to 4 weeks A,R.O. Terms: NET 30 days Accepted.................................................................................................................... LOCAL STEEL AND SUPPLY CO. Division of T om soJerilcCorpBy.......................................................................................... Date ................................................ Representative�r .......................................... .If accepted as an order,ohn A. ivan, Manager please sign and return one copy. QUOTATION SUBJECT jOJAt CONDITIONS SET FORTH The prices and terms on this quotation are not subject to verbal —changes or other agreements unless approved in writing by the seller. All quotations and agreements are contingent upon strikes, fires, availability of materials and all other causes beyond our control. Prices are based on costs and conditions existing on date of quotation and are subject to change by the seller before final acceptance. AVON _V LOCAL STEEL AND SUPPLY CO. DIVISION OF THOMPSON MATERIALS CORP. CONSTRUCTION MATERIALS and CONTRACTOR SUPPLIES 60 JERICHO TURNPIKE, MINEOLA, N. Y. 11501 (516) 746-0864 ROUTE 25 MIDDLE ISLAND, N. Y. (516) 732-2424 By submission of this bids each bidder and each person signing on behalf of any bidder certifies, and In the case of a joint bid each party thereto cartifies aA to its own orgarsi- 2ation, under pwAlty of perjury a that to the best of his knowledge and belief (1) The prices in tb-iia hid have been arxi.ved at independ- ently without collusion& consultation, comounication, or agrement, fox the purpose of restricting competition, as to any untter relating to such prices with any ather bidder or to any competitor; and (B) Unless utheraiser required by laws, 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 apeni.ng, directly or indirectly, to any other bidder or to any coven it or; ank! (3) No attest has been made or W111 be mads by the bidder to induce any other persons partnership or corporation to submit or not to submit a bid for the. purpose rf restricting coer %iti.on,, The corparate biddanr and the unldersi.gn od aff ixms 'they above coxtification under they paolties a>ef petrJury, yLJOCAL STM L AND WPPLY CDS, y>;�IV, Nei THO WX MA . AtSE CORP, � y- � Nwhv; dim Sall3.vany Haoaper AFFILIATES IN B E L L E V I L L E, N. J. 0 NEW YORK CITY • BUFFALO AND LIVERPOOL, N. Y. Murray Hi" 4-1818 A . LAckawamro 4-4150 G MUTUAL STEEL COMPANY MUTUAL STEEL CO. va..Iit' 172 MADISON AVENUE COPYRIGHT NEW YORK, 14-y- 10016 370 SEVENTH AVENUE SUITE 602 NEW YORK I, NEW YORK Feb. 8,1975 Mr.Raymond Dean Supt. of Highways Town of Southold Peconic Lane Peconic, L.I.N.Y. Deas Mr. Dean: We are pleased to quote you according to your advertisment to bidders on the following items: 1,000 lin. ft. of 12" dia. 16 ga. x 10' 1g. Galy. 3.72 ft. Spiral Lock Seam Culvert Pipe (PERFORATED) 100 pas. 120 dia. 16 ga. Connecting Bands 3.72 ea. 400 lin. ft. of 18" dia. 16 ga. x 10' lg. Galy. 5.08 ft. Spiral Lock Seam Culvert Pipe (PERFORATED) 40 pas. 18" dia. 16 ga. Connecting Bands 5.03 ea. 200 Lin. ft. of 24" dia. 16 ga. x 10' lg.Galy Spiral Lock Seam Culvert Pipe (PERFORiTED, 6.71 ft. 20 pas. 24" 16 ga. Connecting Bands 6.59 ea. 100 lin. ft. of 30" Glia. 16 ga. x 10' 1g.Galy. Spiral Lock Seam Culvert Pipe (PERFORATED) 8.22 ft. 10 pas. 24" 16 ga. Connecting Bands 8.07 ea . Delivery can be made within 2 weeks of receipt of order and terms are net. Hoping that we will be successful with your yearly contract, we remain, !N Very truly Vour s CUTTING EDGES • TRAFFIC AND INDUSTRIAL PAINT • BROOM WIRE • SNOW FENCE AND POSTS • METAL CULVERT TRAFFIC AND STREET SIGNS • TOW AND TIRE CHAIN • CHANNEL POSTS • SNOW PLOW SHOES ANb NOSE PIECES SCARIFIER TEETH AND TIPS • BOLTS AND NUTS EMPIRE MUNICIPAL SUPPLY CORP. SIGNS • BLADES • CHAIN • TOOLS • PIPE • CHEMICAL • GUARD RAIL 250 RT. 303, BLAUVELT, N.Y. 10913 (914) 359-8898 February 13, 1975 Town of Southold Superintendant of Highways Peconici, New York 11968 Attention: Ray Dean Gentlemen: Enclosed please find our prices for your bid of aluminum culvert pipe. Thank you for your kind attention to our quotation. Yours very truly, EMPIRE MUNICIPAL SUPPLY CORP. Harvey/Block President HB: cmt enclosure: price sheet, non -collusion certificate 250 RT. 303, BLAUVELT, N.Y. 10913 (914) 359-8898 ALUMINUM PIPE Diameter Gage 10 ft 16 12" 16 1511 16 1$'t 16 2111 16 24" 16 24tt 14 3011 14 36" 14 36" 12 42" 12 48" 12 Price per ft. 2.61 2.97 3.72 4.43 5.15 5.70 7.32 9.12 10.6$ 15.18 17.66 20.14 Connecting bands charged for at rate of one foot of pipe of the same diameter. No additional charge for 101 lengths. --9MMM-1 NON -COLLUSION BIDDING CERTIFICATE (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 compet'K.tor, (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 indice any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition, The person signing this bid or proposal, under the penalties of perjury, affirms the truth thereof. DATED February 13. 1975 (I -E individual sign here) (AFFIX CORPORATE SEAL) (If Corporation) Empire Municipal SuRRly Corp. NA"E; "E OF CORPORATION By WC4,1 A" lout TITLE OF OFFICER 250 RT. 303, BLAUVELT, N.Y. 10913 (914) 359-8898 February 13, 1975 Town of Southold Superintendant of Highways Peconic, New York 11968 Attention: Ray Dean Gentlemen: Enclosed please find our prices for your bid of plain galvanized culvert pipe. Thank you for your kind attention to our quotation. Yours very truly, EMPIRE MUNICIPAL SUPPLY CORP. l, Harvey' Block President HB:cmt enclosure: Price sheet, non collusion certificate r EMPIRE MUNICIPAL SUPPLY CORP. SIGNS • BLADES • CHAIN • TMLS • nlvc • e'UVUlrA1 .....e.. e... — – . . JV , v-ew • — . , .1. . . w, 1. k7 14J JJ7 - 0070 PLAIN GALVANIZED CULVERT PIPE Diameter Gage Price per ft. $" 16 1.85 10" 16 2.32 12" 16 3.18 15" 16 3.84 18" 16 4.47 24 ft 16 5.89 27" 14 8.01 30" 14 8.62 33" 14 9.92 36" 14 10.82 42" 12 17.20 4$r, 12 19.61 Connecting bands charged for at the rate of one foot of pipe of the same diameter. s NON -COLLUSION BIDDING CERTIFICATE (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 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 indite any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. The person signing this bid or proposal, under the penalties of perjury, affirms the truth thereof. DATED February 13, 1975 (AFFIX CORPORATE SEAL) (If individual sign here) (If Corporation) &aRLre MuniciRal Su.Rply Corp. NME,Or CORPORATION �C Presid-qnt TITLE OF OFFICER February 14, 1975 0 1:00 P.M. Bid on ITEM --- CASTINGS 3. 4. 5. 6. 7. 8. 9. 10. 1. Local Steel and Supply Co. ?aa, o o 0 0 2. 3. 4. 5. 6. 7. 8. 9. 10. RAIN OFFICE JV 60 Jericho Turnpike MINEOLA Telephone 746-0864 347-2840 LOCAL STEEL AND SUPPLY CO. DIVISION OF THOMPSON MATERIALS CORP. QUOTATION BRANCH OFFICE Route 25, Jericho Turnpike MIDDLE ISLAND, N.Y. Telephone 732-2424 2/11/75 Date......._ ..................... - Raymond Co Dean 76583140 Firm ... ... ....... To,wn....of.....Southold ................ Indiv..Su.pt.,,.....Q#....HWy.g.'.......... Tel ................_..... Supt. of Hwys. Address Peco.ni.c.... L.a.ne.,..... Peco.ni..c....... ..1...,N...Y............ 11958...................................................................... .................. STREET TOWN BID ON ITEM #4 _ CASTINGS Job_........._ .... .................. ._.. ......................... ..... ........ .. ........ ....... ...._ ....... _..... ._._ ._ ....._ . 1:88 P.M. Address......... .......... .... ............_......... ... ... ........................................................._........ ..... Architect................................................................. Bid due ....2/14/75.. Quantity We are pleased to quote your requirements as follows:— Unit Price Total 30 Code #31894 Grating, Frame and Curb Inlet Casting, 61 ht. with 41t opening 2211 x 3511 overall of grating CA'$ 220.00 each 20 Code #15805 Circular Frame and Grate @$ 84.00 aach Delivery: Approx. 8 to 12 weeks A.R.O. Terms: NET 30 days Accepted........................................................................................................................... LOCAL STEEL AND SUPPLY CO. Division of T on e%ials rp. ByB Date ................................................ Re resentativ :.... ...� ::- :.. .............................................................................. p Tomlti' ivain, Manager X! If accepted as an order, please sign and return one copy. QUOTATION SUBJECT T HE CONDITIONS SET FORTH The prices and terms on this quotation are not subject to verbal changes or other agreements unless approved in writing by the seller. All quotations and agreements are contingent upon strikes, fires, availability of materials and all other causes beyond our control. Prices are based on costs and conditions existing on date of quotation and are subject to change by the seller before final acceptance. AVON LOCAL STEEL AND SUPPLY CO. DIVISION OF THOMPSON MATERIALS CORP. CONSTRUCTION MATERIALS and CONTRACTOR SUPPLIES 60 JERICHO TURNPIKE, MINEOLA, N. Y. 11501 (516) 746-0864 ROUTE 25 MIDDLE ISLAND, N. Y. (516) 732-2424 By submission sof this bid,, ea cb it it der and eAt: i person sxCn nq on behalf of any bidder certifies, aad in the case sof a jo nt: bid each putty tbeareto carti.fiev as to Its owr. r.rgaai- zati.q% under penalty of perjury,, that to thv best of his cnovil a and belief n ( l) The paricss in this bid have b4"n arrived at indepMd- ewx'tl ? without collusion, consult -at i-ou. coswuoicati.on.. or agrw;eIaeut,j for, the purpose of restricting coupeti.tionr as to .any tw-itter relating to such prices with any other bidder or to aoy ta'J ap<It itor l arse: ;2j Unlos.s otherwise required by law, this pxICes whirl, have been quoted in this bid have not been mese»ingly disclosed by the biddex acad ori. l not knowingly be disclosed by the bidder prior to opani ngs directly or indirectly, U any othar bidder or to any -c nvpe* :1t or $ anfr�. (3) INO at°teupt has been made or will be suedes by the biddear teal incluee any eathQs peYasrxsa, partnership or cnrp*ra'siaa to subatii.t ca., nrt tt to srabej.Lt .a bits for the: puaprllse e;f rwatrictitny ccep"tition, l ►e corporate bidden and the undersigned af.fi-.;as the above c, rtif ca1ti.on,under thrx penalties of Ise-:,zjury, LM�w;►'r��.ry® .�'a�u�_9j�' (A{�1�Ywi■3�x� S�t�'P7<,�.Ycw{ra■ )4. $1XV 07 T. IALS ,J � Mr1W+bWnrNrrw� eta :'5.-.4L1.X iwan� qk-)"- AFFILIATES IN BELLEVILLE, N. J. 0 NEW YORK CITY 0 BUFFALO AND LIVERPOOL, N. Y. r. lI r LOCAL STEEL AND SUPPLY CO. DIVISION OF THOMPSON MATERIALS CORP. CONSTRUCTION MATERIALS and CONTRACTOR SUPPLIES 60 JERICHO TURNPIKE, MINEOLA, N. Y. 11501 (516) 746-0864 ROUTE 25 MIDDLE ISLAND, N. Y. (516) 732-2424 By submission sof this bid,, ea cb it it der and eAt: i person sxCn nq on behalf of any bidder certifies, aad in the case sof a jo nt: bid each putty tbeareto carti.fiev as to Its owr. r.rgaai- zati.q% under penalty of perjury,, that to thv best of his cnovil a and belief n ( l) The paricss in this bid have b4"n arrived at indepMd- ewx'tl ? without collusion, consult -at i-ou. coswuoicati.on.. or agrw;eIaeut,j for, the purpose of restricting coupeti.tionr as to .any tw-itter relating to such prices with any other bidder or to aoy ta'J ap<It itor l arse: ;2j Unlos.s otherwise required by law, this pxICes whirl, have been quoted in this bid have not been mese»ingly disclosed by the biddex acad ori. l not knowingly be disclosed by the bidder prior to opani ngs directly or indirectly, U any othar bidder or to any -c nvpe* :1t or $ anfr�. (3) INO at°teupt has been made or will be suedes by the biddear teal incluee any eathQs peYasrxsa, partnership or cnrp*ra'siaa to subatii.t ca., nrt tt to srabej.Lt .a bits for the: puaprllse e;f rwatrictitny ccep"tition, l ►e corporate bidden and the undersigned af.fi-.;as the above c, rtif ca1ti.on,under thrx penalties of Ise-:,zjury, LM�w;►'r��.ry® .�'a�u�_9j�' (A{�1�Ywi■3�x� S�t�'P7<,�.Ycw{ra■ )4. $1XV 07 T. IALS ,J � Mr1W+bWnrNrrw� eta :'5.-.4L1.X iwan� qk-)"- AFFILIATES IN BELLEVILLE, N. J. 0 NEW YORK CITY 0 BUFFALO AND LIVERPOOL, N. Y. AiEMPIRE MUNICIPAL SUPPLY CORP. 0"IESS SIGNS • BLADES • CHAIN • TOOLS • PIPE • CHEMICAL • GUARD RAIL 250 RT. 303, BLAUVELT, N.Y. 10913 (914) 359-8898 February 13, 1975 Town of Southold Superintendant of Highways Peconic, New York 11968 Attention: Ray Dean Gentlemen: Following please find our prices for your bid of flange frame and flow grates: Flockhart #31894 $ 212.50 each Flockhart #15805 82.00 each Thank you for your kind attention to our quotation. Yours very truly, EMPIRE MUNICIPAL SUPPLY CORP. Harvey "lock President HB:cmt enclosure: non collusion bidding certificate NON -COLLUSION BIDDING CERTIFICATE (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 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 indice any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. The person signing this bid or proposal, under the penalties of perjury, affirms the truth thereof. DATED Fe ruary13, 1975 (AFFIX CORPORATE SEAL) (I -E' individual sign here) (If Corporation) F, gyre Municival SuRRly Corp. NAME OF CORPORATION ,1 By _ P TITLE OF OFFICER February 14, 1975 @ 1:00 P.M. BID ON ITEM 5 -- BLUESTONE �/ �• Gotham Sand and Stone Corp. 2. 3. 4. 5. 6. 7. 8. 9. 10. ` GOTHAM SAND AND STONE CORP. POST OFFICE BOX 351, EAST SHORE ROAD, PORT WASHINGTON, N.Y. 11050 516-883-2800 February 11, 1975 Mr. Raymond C. Dean Superintendent of Highways Town of Southold Peconic Lane Peconic, N.Y. 11958 Gentlemen: In accordance with your advertisement to bid, we are pleased to submit our quotation on the following: Delivered by truck to the Highway Department yard, Peconic, N.Y. 2,500 tons 3/8" BLUE STONE ....... $11,28 per ton, NET. AJS:lp Very truly yours, GOTHAM SAND AND STONE CORP. A.J. SCARAMUCCI GENERAL MANAGER IF er NONCOLLUSIVE BIDDING CERTIFICATION (To be dated and executed by the bidder and submitted with the bid) 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 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 oubmit a bid for the purpose of restricting competition. Dated: FEB. 11 , 1975 4A GOTHAM SAND AND STONE CORPORATION ..... . . .............. By:: ................ Title .G.TNEW. MWr...... G®THAM SAND AND STONE CORP. POST OFFICE BOX 351, EAST SHORE ROAD, PORT WASHINGTON, N.Y. 11050 516-883-2800 November 15, 1975 Town of Southold Peconic Lane Peconic, N. Y. 11958 Gentlemen: Please be advised that we are in receipt of notification by our wholesale crushed stone suppliers of a price increase on all sizes effective, March 1, 1975. We have objected most strenuously to another increase by barge, but our efforts were to no avail. We sincerely regret this course of action, but we have no other recourse but to "pass -on" this wholesale increase. This coupled with the continuous increase in labor, fuel, tires, parts and general supplies makes the following prices necessary effective March 1, 1975. F. 0. B. Our Docks Loaded Into Your Trucks 2--5/8 $7.10 Ton V8-1/2 8.50 " 1/4 8.80 " Screenings 6.50 " Special Blend 6.05 " Delivered Queens Line To Riverhead $7.90 Ton 9.30 " 9.65 " 7.25 " 6.75 " Job requirements east'of Riverhead will be quoted on an individual basis. We look forward to servicing your future needs, and appreciate your most valued business. Very truly yours, GOTHAM SAND & STONE CORP. a 4V i Sam Albicocco SA:meb President xG , r' ah 4 �+tti'I C' i February 14, 1975 @ 1:00 P.M. Bid on Item 6. -- Drainage rings, cover, domes 1. Carbro Industries, Inc. 2. 3. 4. 5. 6. 7• 8. 9• 10. R%mamLi INDUSTRIES, INC. OLD NORTHPORT ROAD, KINGS PARK, N.Y. 11754 PRECAST CONCRETE PRODUCTS Wase,.; b16489614! . Suffolk 516 259 9688 February 11, 1975 Town of Southold Highway Dept. Peconic, NY 11958 Gentlemen: By submission of this bid, Carbro Industries certifies the prices in this bid have been arrived at independen- tly without collusion, consultation, communication, or agreement with any other bidder or with any competitor. I hereby affirm the above statement to the best of my knowledge as Chief Estimator for Carbro Industries, Inc. Very truly yours, CA C � INDUSTRIES, INC. V� Thomas A. Gray Chief Estimator TAG:tr Enc. CARBRO MI= COIICM NMI" INDUSTRIES, INC. / OLD NORTNPORT ROAD, KINGS PARK, N.Y. 11754 FORMERLY CLIFF CARLSON i SONS, INC. Nssssu 516 489.6141 • Suffolk 516 269.9684 QUOTATION Firm Highway Dept. Date 2//1./7 - Address To of Southold-Peconic, NY 11958 Terms Net 30 days from Individual Phone Shipping Date billing. Reference lob Section 6 -Precast Bid -February 14, 1975 1:00 PM We are pleased to quote your requirements, subject to the conditions noted on reverse side. QUANTITY DESCRIPTION UNIT PRICE AMOUNT 12 390" x 810" Drainage Rings 66.00 792.00 30 416" x 810" Drain Rings 99.00 2970.00 30 3'0" x 8'0" Drainage Domes 88.00 2640.00 30 4" x 30" Concrete Covers 11.00 0.00 TOTAL BID $6732.00 PRICES FIRM FOR 30 DAYS, $UBJECii TO CHANGE WITHOUT NOTICE Purchaser By Date Seller: CARBRO INDURIES, INt By Thomas Gray Date (For Customers File) TERMS AND CONDITIONS FOR QUOTE SHEETS 1. The prices and terms on this quotation are not subject to verbal changes or other agreements unless approved by the Seller. Stenographic and clerical errors subject to correction. Until an order is accepted by Seller, quoted prices are subject to change without notice. 2. The Seller shall not be liable for any delay in manufacture or delivery due to fires, strikes, accidents, availability of materials and all other cause beyond our control. 3. Orders cannot be cancelled, or modified, or releases held up by Buyer after items are in process or finished except with the consent of Seller and subject to conditions then to be agreed upon. 4. All material ordered, stored in Seller's yard over forty-five (45) days, is subject to charges in addition to the amount of quotation. Such charges are to be contingent upon quantities ordered by the Buyer. 5. Claims of Buyer for deficiencies, errors or defective items must be made within a reasonable time, which is agreed to be within a period of approximately ten (10)' days after receipt of material. It is agreed that there is no express or implied warranty, Seller agrees at its option either to replace defective material or to refund to Buyer or credit the account of Buyer with the amount of the sale price of such material. 6. Any material delivered under said agreement and returned to Seller for reasons other than mentioned above are subject to twenty per cent (20%) handling charge. 7. If the Buyer fails to fully pay for the goods herein agreed to be purchased within ten (10) days after written demand for payment is mailed by Seller, and Seller places this agreement in the hands of an attorney for collection, Buyer agrees to pay attornev's fees of twenty per cent (20%) of the balance due at the time of demand. Terms inconsistent with those stated herein which may appear on Buyer's formal order will not he binding on the Seller. 8. Any taxes the Seller may be required to pay and which are paid by the Seller under any existing or future law, upon or with respect to the sale, purchase, storage, processing, use or consumption of any of the material covered hereby, shall be for the account of the Buyer. The Buyer, however, may reserve the right to issue, in lieu of payment of such taxes, timely tax exemption certificates in form acceptable to the appropriate taxing authorities. 9. All orders, shipments and deliveries shall at all times be subject to the approval of the Credit Department of Seller. The Seller reserves the privilege of declining to make deliveries whenever, for any reason, there is doubt as to the financial responsibility of Buyer and Seller shall not in such event be liable for nonperformance of the con- tract in whole or in part. 10. All dimensions are subject to tolerance variation normal for concrete products. 11. Unloading time 1/2 hour for material purchased. Any overtime will be charged accord- ing to delivery rates at that time. C�►RBRO PIM MR r isIE flaws INDUSTRIES, INC. / OLD NORTHPORT ROAD, KINGS PARK, N.Y. 11754 FORMERLY CUFF CARLSON i SONS, INC. Nassau 516 4096141 • Suffolk 516 269.960E PURCHASE ORDER Firm Hiphwav Dept, Date Address '-r'Own Of Southa'I d ^e^Cnni n P*Y x;195? Terms Net 30 days from :. Individual Phone Shipping Date billing Reference Job Section 6—Precast 1)1-, snnr , _n., iiil We are pleased to quote your requirements, subject to the conditions noted on reverse side. QUANTITY DESCRIPTION UNIT PRICE AMOUNT 12 3'0" x P'C" 0rainave Rinvs 66.00 792.00 30 496w x €3' 0" ;rain l_inF s 99.00 2970.00 30 3'0" x 8'0" Drainage Domes 88.00 2640.00 30 4" x 30" Concrete Covers 11.00 0.00 TOTAL BID �P732.00 PRICES FIRM FOR 30 DAYS. SUBjlCT TO CRANG" WITHOUT NOTICE Purchaser By Date Seller: GARB I ES, INC. By Thomas Cray Date . (Sign and Return Promptly) TERMS AND CONDITIONS FOR QUOTE SHEETS 1. The prices and terms on this quotation are not subject to verbal changes or other agreements unless approved by the Seller. Stenographic and clerical errors subject to correction. Until an order is accepted by Seller, quoted prices are subject to change without notice. 2, The Seller shall not be liable for any delay in manufacture or delivery due to fires, strikes, accidents, availability of materials and all other cause beyond our control. 3. Orders cannot be cancelled, or modified, or releases held up by Buyer after items are in process or finished except with the consent of Seller and subject to conditions then to be agreed upon. 4. All material ordered, stored in Seller's yard over forty-five (45) days, is subject to charges in addition to the amount of quotation. Such charges are to be contingent upon quantities ordered by the Buyer. 5. Claims of Buyer for deficiencies, errors or defective items must be made within a reasonable time, which is agreed to be within a period of approximately ten (10) days after receipt of material. It is agreed that there is no express or implied warranty, Seller agrees at its option either to replace defective material or to refund to Buyer or credit the account of Buyer with the amount of the sale price of such material. 6. Any material delivered under said agreement and returned to Seller for reasons other than mentioned above are subject to twenty per cent (20%) handling charge. 7. If the Buyer fails to fully pay for the goods herein agreed to be purchased within ten (:10) days after written demand for payment is mailed by Seller, and Seller places this agreement in the hands of an attorney for collection, Buyer agrees to pay attorney's fees of twenty per cent (20%) of the balance due at the time of demand. Terms inconsistent with those stated herein which may appear on Buyer's formal order will not he binding on the Seller. 8. Any taxes the Seller may be required to pay and which are paid by the Seller under any existing or future law, upon or with respect to the sale, purchase, storage, processing, use or consumption of any of the material covered hereby, shall be for the account of the Buyer. The Buyer, however, may reserve the right to issue, in lieu of payment of such taxes, timely tax exemption certificates in form acceptable to the appropriate taxing authorities. 9. All orders, shipments and deliveries shall at all times be subject to the approval of the Credit Department of Seller. The Seller reserves the privilege of declining to make deliveries whenever, for any reason, there is doubt as to the financial responsibility of Buyer and Seller shalt not in such event be liable for nonperformance of the con- tract in whole or in part. 10. All dimensions are subject to tolerance variation normal for concrete products. 11. Unloading time 'h hour for material purchased. Any overtime will be charged accord- ing to delivery rates at that time. February 14, 1975 @ 1:00 P.M. BID ON ITEM I -- BROOMS REE'ILLS AND GUTTER BROOM WIRE X 1. Blue Ridge Oil and Chemical Corp. 2. Capitol Highway Materials, Inc. aaa.'-'s- "5-& , O 3. Mutual steel Co. ,?o8, 3J" ,!7 V'7 4. 5• 6. 7• 8. 9. 10. ' AUTOMOTIVE - INDUSTRIAL LUBRICANTS ' AGRICULTURAL - INDUSTRIAL CHEMICALS MAINTENANCE - SANITARY CHEMICALS PAINTS AND FINISHES i31'ue ,J�idge Gil & Chelmicdl Coriporcition "010' MAIN OFFICE GARFIELD, NEW JERSEY 07026 (201) 478-2700 LONG ISLAND OFFICE (51 6) 488-5570 FEBRUARY 7, 1975 TOWN OF SOUTHOLD HIGHWAY DEPARTMENT PECONIC.. NEW YORK 11958 MR. RAYMOND C. DEAN SUPERINTENDENT DEAR MR. DEAN WE ARE PLEASED TO SUBMIT THE FOLLOWING PRICE ON ITEM 7. DANLINE REFILL FOR REAR BROOM (36 WIRE) $217.50 DELIVERED. H-790 8H GUTTER BROOM WIRE $69.50 PER 100 POUNDS DELIVERED. .-_.___--------- THIS IS TO CERTIFY THAT THIS BID WAS SUBMITTED WITHOUT DISCUSSING PRICE WITH ANY PERSON OR PERSONS OUT SIDE OUR EMPLOY. VERY TRU Y U S� -'_1 0a HOWARD WE ER HW/LL BLUE RIDGE OIL & CHEMICAL CORP. MAhopac 8-4417 � y CAPITOL HIGHWAY MATERIALS, Inc. ROUTE 6, BALDWIN PLACE PUTNAM COUNTY, NEW YORK 10505 QUOTATION Date February 10, 1975 TO Mr. Raymond Dean - Supt. Town of Southold • Highway Department Peconic, Long Island, New York • 11971 ATTENTION:1r- Raymond Dean Due Date ebruary los 1975 ( 1:00 P.M. DESCRIPTION AND SPECIFICATIONS I UNIT PRICE I TOTAL We are pleased to quote your requirements as follows: ITEM 7 - BROOM REFILLS: - Steel Broom Refills $ 222.75 ea�. (As per your Specs.) Gutterbroom wire 1 53.00 perjCWT These are current prices. If there is an ncrease we reserve the right to re -negotiate these p ices. 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, Long Island, New York CAPITOL HIGHWAY TERIAL Inc. 5970 2M by r NONCOLLUSIVE BIDDING CERTIFICATION Required by Section 103-d of the General P,Tunicipal 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 pro1c) ect, to any other bidder, competitor or potential competitor; No attempt has been or will be made to induce any other person, partnership or corporation to submit or not to submit a bid 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 ropy of resolution authorizing he execution of this certificate by the signator of this bid or proposal in behalf of the corporate bidder. ( Slgqure Resolved that �'��4.�✓�'h �� t,ignaturf or lnaivi.au be aughorized to sign and submit the b Corporation for the ollowing proXet, rST3ng Bid or proposal gni ng Bid) of this Descr be Project and to include in such bid or proposdl the certificate as to non -collusion required by section one hundred three -d of the general municipal law as the act and deed of such corporation, and for any inaccuracies or misstatements in such certificate this corporate bidder shall be liable under the penalties of perjury. The fore oiPg is, a to and correct cep f t adopted by Crrl �( j �H M'J-��C� corporatign at a meeting of its bow d of directors theday of 7- ,19 ek, (Seal of the corporation) ecretary re-w1ution J,d on V. MUMW Hill 4-1818 MUTUAL STEEL S� COMPANY V.&. ate MUTLJRL STEEL CO. COPYRIGHT '1!U 1"1�'�'�-' 370 SEVENTH AVENUE 172 14PZISON AVENUE NEW YORK I, NEW YORK NEW YORK, N.Y. 10016 SUITE 602 Xr. ia.ymond Dean Supt. of High-vAys Town of Southold Peconic Lane Peconic, L.I.N.Y. Dear Mr. Dean: Feb. 8 ,1975 :according to your advertisement, we wish to quote you on the following for your needs of the coming year. 15 sets (36 faire) refills for rear brooms.'$208.38 per set. 15 sets disposable gutter brooms (7 sec -to set) 07.87 set Delivery is immediate and terms are net 30 days. `thanking you for the opportunity of quoting you. Very truly yours, ,!U: UriL S'rL-I a mp`� NY. 1 LAckawonno 4-4150 CUTTING EDGES • TRAFFIC AND INDUSTRIAL PAINT • BROOM WIRE • SNOW FENCE AND POSTS • METAL CULVERT TRAFFIC AND STREET SIGNS • TOW AND TIRE CHAIN • CHANNEL POSTS • SNOW PLOW SHOES ANb NOSE PIECES SCARIFIER TEETH AND TIPS 0 BOLTS AND NUTS February 14, 1975 @ 1:00 P.M. BID ON ITEM 8 -- TIRES AND TUBES 'l� 1. Van Dyck & Yousik, Inc. 2. 3• 4. 5• 6. 7• 8. 9• 10. BRANCH OFFICE: •1785•FEUEREISEN 'AVE. RCe4KONKOMA, N. Y. 11779 588-4243 VAN DYCK & YOUSIK, INC. 1166 E. Main Street RIVERHEAD, N. Y. 11901 Phone: 727 - 4008 February 10, 1975 R. C. Dean Supt of Highways Peconic, New York 11958 Dear Sir: Please find enclosed two copies of our tire bid for February 14, 1975• Thank you for the opportunity to bid. O.B.V.D.: rek Enc. Sincerely, O.B. Van Dyck President nsso'JA or 4kKM ONE DAY RECAPPING SERVICE BRANCH OFFICE: 1785 FEUEREISEN AVE. RONKONKOMA, N. Y. 11779 588-4243 2 4 4 4 4 4 6 6 4 4 4 4 25 25 6 6 2 VAN DYCK & YOUSIK, INC. 1165 E. Main Street RIVERHEAD, N. Y. 11901 Phone: 727 - 4008 23.5/25 - 16 ply Super Hard Tbl's Rock Lug D & L 12.00/24 Custom Hi Miler T.T. 12.00/24 Heavy Duty Truck Tubes 17.5/25-12 ply Super Hard Rock Lug D & L 1000/24 8 ply Sure Grip Grader 1000/24 Grader Tubes 1100/22 12 ply Super Hi Miler T.T. 1100/22 Heavy Duty Tubes 1200/20 14 ply Custom Hi Miler T.T. 1200/20 Heavy Duty Tubes 1100/20 12 ply Super Hi Miler T.T. 1100/20 Heavy Duty Tubes 1000/20 12 ply Super Hi Miler T.T. 1000/2.0 Heavy Duty Tubes 5.50/16 4 ply Rib Imp. T.T. 5.50/16 Tubes Imp. 7.10/15 6 ply Traction Hi Miler T.T. 670/7.10/700/15 Tubes TR150 82.5/20 10 ply Super Hi Miler T.T. 825/20 Heavy Duty Tubes 0,00 W - ONE DAY RECAPPING SERVICE Unit $1206.73 264.24 16.25 433.87 104.89 9.69 12.3.80 11.33 264.24 14.56 117.20 10.38 99.56 8.47 13.77 2.85 ?,? .00 3.50 65.19 6.57 Page -1- Extension $2413.46 1056.96 65.00 1735.48 419.56 38.76 74?. 80 67.98 1056.96 58.24 468.80 41.52 2489.00 211.75 82.62 17.10 484.00 77.00 130.38 13.14 M P BRANCH OFFICE: 1785 -FEUEREISEN AVE. RONKONKOMA, N. Y. 11779 588-4243 4 4 a_ 2 10 4 4 4 4 4 2_ 2 2 2 VAN DYCK & YOUSIK, INC. 1165 E. Main Street RIVERHEAD, N. Y. 11901 Phone: 727 - 4008 900/20 12 ply Super Hi Miler T.T. 900/20 Heavy Duty Tubes HR 78-15 CSG Radial N.W. 150 Radial Tube 670/7.10/15 Tubes 750/15 12 Ply Custom Hi Miler T.T. 750/15 Tubes 1400/24 10 Ply Sure Grip Grader 1100/24 12 Ply Super Hi Miler T.T. 1100/24 Heavy Duty Tubes 13.6/28 4 ply All Weather T.T. 13.6/28 Farm Tubes 11.2/28 4 Ply All Weather T.T. 11.2/28 Tubes Farm ONE DAY RECAPPING SERVICE Unit $ 94.05 7.77 42.57 3.31 3.50 81.78 4.90 278.94 128.61 12.28 90.09 14.95 69.2.5 10.40 Page -?- Extension $ 376.20 31.08 85.14 6.62 35-oo 327.12 19.60 1115.76 514.44 49.12 180.18 29.90 138.50 20.80 y RAYMOND C. DEAN Superintendent 'i$ljftiqBrpartmrnt Tofun of "S' ou#ljolb Veconit, cid- V- 11958 Tel. 765.3140 734-5211 NOTICES 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 reguested 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 s be needed for the repairs gf-Towa- K 2. 10,000 gallons of Diesel Fuel, delivered to the Highway/ Dept. and , .;.<,,.:Das�a��.1 3. 1,000 lin. ft. of 12" dia. 16 ga. x 10' lg. Galy. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 100 pcs. 12" dia. 16 ga. Connecting Bands 400 lin. ft. of 18" dia. 16 ga. x 101 lg. Galv. and Aluminum Spiral Lock Seam Culvert Pipe (PERFORATED) 40 pcs. 18" dia.. 16 ga. Connecting Bands 200 lin. ft. of 2411 dia. 16 ga. x 10' lg. Galy. and Aluminum .Spiral Lock Seam Culvert Pipe (PERFORATED) 20 pcs. 2411 dia. 16 ga. Connecting Bands 4. 30 - Code #3189+ Grating, Frame and Curb Inlet Casting, 6' ht. with 41, opening 22" x 35" overall of grating. 20 - Code No. 15805 Circular Frame and Grate. 5. (a) Request for the purchase and delivery of 2,500 tons, more or less, as may be needed, of 3/8" Blue Stone, to be delivered by truck to the Highway Dept. yard, Peconic, New York and each truck must have a weight slip. (b) Price loaded on Town trucks, from Barge, at Mattituck, N.Y. 6. 12 - 3' x 8' Drainage Rings 30 - 41 6" x 81 Drainage Rings 30 - 31 61, x 81 Drainage Domes 30 - 361, Covers 7. 15 - Danline (OR EQUAL) refills for rear brooms (36 igire) 15 - H -7908H gutter broom wire �i�I�fntt� �e��r#ntelt# ` afun of Aouf4ala RAYMOND C. DEAN Tel. 765-3140 Superintendent 734-5211 NOTICE TO BIDDERS Page II 8. Tires and Tubes 2 - 23.5/25 - 16 ply tires 4 - 12.00/24 - 12 ply tires and rubes 4 - 17.5/25 - 12 ply tires 4 - 10.00/24 - 12 ply tires and tubes 6 - 11.00/22 - 12 ply tires and tubes 4 - 12.00/20 - 14 ply tires and tubes 4 - 11.00/20 - 12 ply tires and tubes 25 - 10.00/20 - 12 ply tires and tubes 4 - 7.50/20 - 10 ply tires and tubes 6 - 5.50/16 - 4 ply tires and tubes 22 - 7.10/15 - 6 ply tires and tubes 2 - 8.25/20 - 10 ply tires and tubes 4 - 9.00/20 - 12 ply tires and tubes 2 - H R 78 - 15 ply radial tires and tubes 10 - 7.10/15 - tubes 4 - 7.50/15 - 12 ply tires and tubes 4 - 14.00/24 - 10 ply Grader Tires 4 - 11.00/24 - 12 ply tires and tubes 2.- 13.6/28 - 4 ply Diamond grip all weather tires and ,tubes 2 =11.2/28 - 4 ply Dit_amond grip all weather tires d tubes Specifications forthe`a�ee maybe obtained at t ce 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 Highways of the Town of Southold, at his office, Peconic, New York, until 1:00 P. M. x=14, 1975 at which time they will be opened and read aloud in public. �-1 1974 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: January 28, 1975 RAYMOND C. DEAN Supt of Highways �i�r��utt� �P�ttztzrtPZTt Zo(nn of,5outholb Peconic, gid. 't. 11958 RAYMOND C. DEAN Superintendent RESOLUTION BY: SECONDED BY: Tei. 765-3140 734-5211 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 tires and tubes, more or less as may be needed, for the year 1975: 2 - 23.5/25 - 16 ply tires 4 - 12.00/24 - 12 ply tires and tubes 4 - 17.5/25 - 12 ply tires 4 - 10.00/24 - 12 ply tires and tubes 6 - 11.00/22 - 12 ply tires and tubes 4 - 12.00/20 - 14 ply tires and tubes 4 - 11.00/20 - 12 ply tires and tubes 25 - 10.00/20 - 12 ply tires and tubes 4 - 7.50/20 - 10 ply tires and tubes 6 - 5.50/16 - 4 ply tires and tubes 22 - 7.10/15 - 6 ply tires and tubes 2 - 8.25/20 - 10 ply tires and tubes 4 - 9.00/20 - 12 ply tires and tubes 2 - H R 78 - 15 ply radial tires and 10 - 7.10/15 - Tubes 4 - 7.50/15 - 12 ply tires and tubes 4 - 14.00/24 - 10 ply Grader Tires 4 - 11.00/24 - 12 ply tires and tubes 2 - 13.6/28 - 4 ply Diamond grip all 2 - 11.2/28 - 4 ply Diamond grip all Vote of the Town Board Supervisor Albert M. Martocchia Justice Louis Demarest Justice Martin Suter Councilman James Rich, Jr. Councilman James Homan Dates: January 28, 1975 Town Clerk: tube s weather tires and tubes weather tires and tubes (Yes)No) (Yes) No) (Yes) (No) (Yes) (No) (Yes) (No) Town of Southold A pi$11fung e ar#mezT# (Zafnn of 5cn#4ulb Fetanir, �c -f. 11,9558 RAYMOND C. DEAN Superintendent RESOLUTION BY: SECONDED BY: RESOLVED, that the Sup't of Highways of the Town of Southold, be authorized to advertise for bids and to purchase from the lowest responsible bidder, 10,000 gallons, more or less as may be needed for the Highway Department and Disposal .Area, of Diesel Fuel. Vote of the Town Board Supervisor Albebt M. Martocchia (Yes ) (No) Justice Louis Demarest (Yes ) (No) Justice Martin Suter (Yes ) (No) Councilman James Rich, Jr. (Yes ) (No) Coun�fklman James Homan (Yes ) (No) Dated; March 11, 1975 Town Clerk Town of Southold Tel. 765-3140 734-5211 �i��j�utt� ���ttr#ntent Eo£un of'$ux1t401b Fetmtir, Y. V. 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, 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 Justice Louis Demarest Justice Martin Suter Councilman James Rich, Jr. Councilman James Homan (Yes) (No) (Yes) (No) (Yes) (No) (Yes) (No) (Yes) (No) Dated: January 28, 1975 Town Clerk: Town of Southold Tel. 765-3140 734-5211 NEW YORK STATE (Wife use ow first nREGISTRATION l RENEWAUTRANSFER PoFull Type of Reg. . No. Date Expires OFFICIAL 19684 PERM SOUTHOLD i OIJ17 1963 nTL HIGINAY DEPT L i /DK PEcanIC LA 4917 Gf!S PECODIC IlY 11958 WT/Seats Fuel ' 1080 Annual cyl.. N c (' A �fb3 _macPart VINCENT L. TOFANY-Cowrissloner of Motor Vehicles MV -639 (11/72) CHANCE OF ADORES- ou must notify, the Department INSPECTION STAMP of any change of ad es within 10 days. Enter new IF REQUIRED address If�„Rlag" id o both parts of this registration. TRANSFER STUB To dispose of this vehicle, check disposition anj fill n all the information requested below. Give this stub to the new owner. Date of Disposition -1-'� X% Transferred ❑ Junked, Section 429 of the Vehtds b Traffic law complied with ❑ Registered Dealer, Returned to Stock ❑Stolen, right, title and interest sold ❑ Vehicle permanently removed from the State Transferred to OWNER'S STATEMENT: I em theo r of the vehicle described on the reverse side, or a member of the firm or offiC r of a corporation owning same ave disposed of the vehicle es shown abovA. Signature of Seller sign name tun. MV -639111/72) Part COUNTY OF SUFFOLK DEPARTMENT OF PUBLIC WORKS R. M. KAMMERER, COMMISSIONER YAPHANK, NEW YORK, 11980 BARNEY A. EVANS CHIEF DEPUTY COMMISSIONER Mn. Atbenz W. Richmond, Town Ctenh Town o6 Southotd Main Road Souatho.td, New Yong 1197.1 Clean Mn. Richmond: 516 924-3481 WILLIAM S. MATSUNAYE, JR. CHIEF ENGINEER fehAuany 24, 1475 We ane e;nctoAing .two approved eopieb of Contnacx and Speci 4icationb �on .the Punchaae of Road Equipment bot .the Town o6 Southo.td, coveting the punchaae of one (1 ) used fond Mode.t 440 with a Modet 735 Coade.n as Apeci4ied. P.tea.se det.iven one copy to ve,ndoA jot this item. One copy .is being bent to Supenintendent Raymond C. Clean and one copy is being ne.tained in this o44ice> Very tku.ty youh..s, R. M. Kammenen Commizzionen RMK: wb ene : /cc: Supt, Raymond C. 'Dean GTT h 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) Used Ford Model 4400 with a model 735 Loader, 10 cu. ft. Bucket (OR EQUAL) (Set forth herein or attach detail specifications upon which bids were based) entered into this 14th day of February , 19_75 , between the Town Superintendent of Highways of the Town of Southold in the County of Suffolk New York, and Island Ford Tractor Sales, Ine. the Vendor, whose principal office is located at P.O. Box 237, Edwards Avenue Calverton New York Address) for a total price of Four thousand five hundred and 00/100 ------------ Dollars ($ 4,500.00 ). 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 January 28, , 19 75. 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) 1963 International 2404 nth cab S 1,110.00 (2) By payment from current appropriations (3) By payment from proceeds of obligations TOTAL $ 4,500.00 It is agreed that the title to said trade-in equipment mentioned at "(1)" above shall remain in the Town until delivered to the Vendor at the time mentioned, and further that said equipment may be used by the Town until delivered to the Vendor and at such time it will then be accepted by the Vendor at the value mentioned providing that it is in as good condition as at present, normal wear, tear and usage excepted. (Strike out (1) and this paragraph if not applicable). The Vendor guarantees the above described equipment purchased underthis contract against defects of workmanship and material for a period of 90 days and that it will be delivered in first class condition at Southold Town Tii ghwap Dept., Peconic Lane, Peconic, New York 11958 not later than the 21ndday of February. 11975 - 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 bad 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 erty herani7- scribed. Town Superintendent of Higbways APPROVED: ! ounty Superintendent of gbways parties and supersedes any and all other agreements respecting the prop - (Vendor) By Its (Indicate wh cher officer or agent) NOTE: This contract is for use when the purchase price of the equipment is over $1,000. It must be executed in triplicate and de- livered to the county superintendent of highways. If approved by the county superintendent, he shall file one copy in his office and within ten days of the dace of his approval file two copies with the town clerk. The town clerk shall file one copy and deliver one copy to the Vendor. WHERE APPLICATION IS MADE PURSUANT TO SECTION 104.10, SUBDIVISION 3, OF THE LOCAL FINANCE LAW, A COPY OF THIS FORM MUST BE FILED WITH THE STATE COMPTROLLER. p vag a epar#men# `Toiun of nnfljolb Vrronir, �N. RAYMOND C. DEAN Tei. 765-3140 Superintendent 734-5211 SPECIFICATIONS FOR (1) USED FORD MODEL 4400 WITH A MODEL 735, 19 cu. ft. BUCKET ( OR EQUAL) (1) Ford Model 4400 with a model 735 Loader -- 19 cu. ft. Bucket: HOURS: Tires - Front: Tires - Rear: Cab: Year: Engine: Displacement: Compression Ration Bore: Stroke: Engine Lubrication: Oil Filter: Fuel Filter: Air Cleaner: Cooling System: Battery: Clutch: Differential Lock: Brakes: Front Axle: Steering: Transmission: Not to exceed 1635 hours 750 x 16 - 6 -ply 100% tread type 16.9 x 28 - 8 -ply 60% tread type - calcium chloride solution Northeast with heater, wiper and side curtains directional lights on Cab. 1969 or newer Gasoline, inline vertical, overhead valve or diesel number or cylinders: 3 201 cu. in 7.751 4.4 in:. 4.4 in. Rotor type oil pump, pressurized main system Full flow 1 quart -100 hr. spin on type Disc element and sediment bowl Dry cartridge type 28 g.p.m. pump, tube and fin radiator 12 volt, 77 amp. hr battery, 22 amp generator voltage regulator safety starting switch 13 in. heavy duty dry disc. Foot operated, automatic release Mechanical, self energizing wet disc. Maximum strength - 26,000 lbs "U" boxed beam, truck type spindles Center point power assist. 5.5 g.p.m., delivery at 2,000 R.P.M., O.P.S.I. Manual reversing= - 6x4 ( Page 1 of 2) vp yfi$ZIf iag SIrpartivent To n of'�.011111o1b RAYMOND C. DEAN Superintendent (Page 2 of 2 Pages) Tel. 765-3140 734.5211 Instruments: Tachometer, fuel gauge, oil pressure, warning li ght, generator warning light, water temperature gauge Other: Flashing safety light, Industrial seat, 3 point hitch, foot accelerator Loader: Model 735, 3050 lb. lift at full height. 19 cu. ft. Bucket. Full tread width, double acting lift and tilt cylinders. 21 g.p.m. pump for Loader operation February 14, 1975 @ 10:00 A.M. 1 ONE USED FORD MODEL 4400 WITH A MODEL 735 LOADER, 10 cu. ft. BUCKET (OR EQUAL) Toiun of ,Sout4olb Verunic, �K_ af_ 11958 RAYMOND C. DEAN Superintendent RESOLUTION BY: SECONDED BY: RESLOVED, 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: (1) One used Ford Model 4400 with a model 735 loader, 19 cu. ft. bucket (OR EQUAL) with trade-in allowance on a International Tractor w/bucket Model 404 Vote of the Town Board Supervisor Albert M. Martocchia Justice Louis M. Demarest Justice Martin Suter Councilman James Rich, Jr. Councilman James Homan Dated: January 28, 1975 (Yes) (No) (Yes) (No) (Yes) (No) (Yes) (No) (Yes) (No) Town Clerk, Town of Southold Te 1. 765 - 3140 734-5211 A. C. 143 - T. li. 20 - 1966 Suggested Form of Resolution For Town Highway Equipment Purchases Exceeding $1,000 Resolution by (Town Councilman) ...................................... ................................. Seconded by ()UQUCUU(O@M) (Town Councilman) .....,jaC4es..+'....1�pIC4�T1........................................ ....................................... Whereas, the Town Superintendent of Highways did, on the ...28th .......... day of ......... anuary,...,...... 19 75 , duly recommend the purchase of certain equipment pursuant to the provisions of'Section 142 of the Highway Law, Now, Therefore, Be It Resolved that pursuant to Section 142 of the Highway Law the Town Superintendent of High- ways is hereby authorized to purchase, in accordance with the provisions of Article 5-A of the General Municipal Law, with the approval of the County Superintendent of Highways, the following: (SEE ATTACHED SPECIFICATIONS) .................... ................................................................................................................................... ...................................................................................................................................................................................................................... for a maximum price of ..Four.. thouaand..fiue... huudred..And..00/10L....—.,v..–...........,.............. .,....V.....r..,.... –Dollars ($ ....4.,.S.OQ..OQ............ ), delivered at ...t...IAQQ l7,G................... . N. Y., Februar and to be delivered on or about....21 19... .................,�......................... 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 $]".11Q,.OQ ......................19.62.Ix> sl^xza iana1..2.4}04..waLish... aab.................................................................................................... ...................................................................................................................................................................................................................... A contract for the item(s) purchased shall be duly executed in triplicate between the Town Superintendent of Highways and such vendor, and when approved by the County Superintendent of Highways, it shall become effective. When the con- tract has been executed and approved, and upon delivery of the item(s) purchased, the supervisor shall pay the following amounts as specified: (1) $ 3t.390.0q.... from current appropriations (Item 3) (2) $ from the proceeds of obligations issued pursuant to the Local Finance Law. .................................. (Issuance of such obligations will be authorized by a separate resolution.) X'S2S*Ckl7..................................................................... Vote of Town Board ............ (Aye) ) •••• ��x�`••�•••• • Supervisor (Aye) ( u s,....,, Demarest { Justice of Peace Vote of Town Board ............ A e .....�.. Vote of Town BoaIrd ............ (Aye) ....Ma rtin..Suter......................................................... Justice of Peace Vote of Town Board ............ (Aye) (9r) ..... J=eSAi$..R7.ah.9...Jr........................................................... Town Councilman I e Vote of Town Board ............ (Aye) ... J3mes F... 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.) SPECIFICATIONS FOR (1) USED FORD MODEL 4400 WITH A MODEL 735, 19 cu. ft. BUCKET ( OR EQUAL) f w. (1) Ford model 4400 with a model 735 Loader, 19 cu. ft. Bucket Hours: Not to exceed 1635 hours. Tires — Front: 750 X 16 6 ply 100%,rte Tires — Rear: 16.9 X 28 8 ply 60 calcium chloride solution. Cab: Year: EnQ Displacement: Compression ratio: Bore: Stroke: Engine Lubrication: Oil Filter: Fuel_ Pump: Fuel Filter: Air Cleaner: Coolino System: Battery: Clutch: Differential Lock: Brakes: Front Axle: Steering: Transmission: Northeast with heater, wiper and side curtains, directional lights on Cab. 1969 or newer Gasoline, inline vertical, overhead valve, number of cylinders: 3 201 cu. in. 7.75:1 4.4 in. 4.4 in. Rotor type oil pump, pressurized main system. Full flow 1 quart 300 hr. spin on type. Eccentric drive from timing idler gear. Disc element and sediment bowl. Dry cartridge type, diameter 6.5. in. 28 g.p.m. pump, tube and fin radiator. 12 volt, 77 amp. hr battery, 22 amp generator, voltage regulator safety starting switch. 13 in. heavy duty dry disc. Foot operated, automatic release. Mechanical, self energizing wet discs. Maximum strength — 26,000 lbs. "U" boxed beam, truck type spindles. Center point power assist. at 2,000 R.P.M., O.P.S.I. Manual reversing — 6 X 4 (Page 1 of 2) 5.5 g.p.m., delivery ti. (Page 2 of 2) Instruments: Tachometer, fuel gauge, oil pressure, Warning light, generator warning light, Water temperature gauge, air cleaner restriction indicator. Other: Flashing safety light, Industrial seat, 3 point hitch, foot accelerator. Loader: Model 735, 3050 lb. lift at full height. 19 cu. ft. Bucket. Full tread width, double acting lift and tilt cylinders. 21 g.p.m. pump for Loader operation. 4 Toon of 7Suut vIb Verouic, CK RAYMOND C. DEAN Tel. 765-3140 Superintendent 734.5211 SPECIFICATIONS FOR (1) USED FORD MODEL 4400 WITH A MODEL 735, 19 cu. ft. BUCKET ( OR EQUAL) (1) Ford Model 4400 with a model 735 Loader -- 19 cu. ft. Bucket: HOURS: Not to exceed 1635 hours Tires - Front: 750 x 16 - 6 -ply 100% tread type Tires - Rear: 16.9 x 28 - 8 -ply 60% tread type - calcium chloride solutior Cab: Northeast with heater, wiper and side curtains directional lights on Cab. Year: 1969 or newer Engine: Gasoline, inline vertical, overhead valve or diesel number or cylinders: 3 Displacement: 201 cu. in. Compression Ration 7.75:1 Bore: 4.4 in. Stroke: 4.4 in. Engine Lubrication: Rotor type oil pump, pressurized main system Oil Filter: Full flow 1 quart.300 hr. spin on type Fuel Filter: Disc element and sediment bowl Air Cleaner: Dry cartridge type Cooling System: 28 g.p.m. pump, tube and fin radiator Battery: 12 volt, 77 amp. hr battery, 22 amp generator, voltage regulator safety starting switch Clutch: 13 in. heavy duty dry disc. Differential Lock: Foot operated, automatic release Brakes: Mechanical, self energizing wet disc. Front Axle: Maximum strength - 26,000 lbs "U" boxed beam, truck type spindles Steering: Center point power assist. 5.5 9 -P.m., delivery at 2,000 R.P.M., O.P.S.I. Transmission: Manual reversing' - 6x4 ( Page 1 of 2) 'TQtun of'Sout4oi 1 RAYMOND C. DEAN Superintendent (Page 2 of 2 Pages) Tel. 765-3140 734-5211 Instruments: Tachometer, fuel gauge, oil pressure, warning li ght, generator warning light, water temperature gauge Other: Flashing safety light, Industrial seat, 3 point hitch, foot accelerator Loader: Model 735, 3050 lb. lift at full height. 19 cu. ft. Bucket. Full tread width, double acting lift and tilt cylinders. 21 g.p.m. pump for Loader operation COUNTY OF SUFFOLK STATE OF NEW YORK f HIGHWAY DEPARTMENT Sherley Katz, being duly sworn, says that she is an Town of Southold Peconic, N.Y. 11958 Editor, of THE LONG ISLAND TRAVELER - MATTITUCK NOTICE TO BIDDERS WATCHMAN, a public newspaper printed at Southold, NOTICE IS HEREBY GIVEN, in accordance with the provisions in Suffolk County; and that the notice of which the of Section 103 of the General annexed is a printed copy, has been published in said Municipal Law, that sealed bids are sought and requested for the Long Island Traveler-Mattituck Watchman once each purchase of the following item: / (1) One used Ford Model 4400 week for .............� ice- �. ..::.•... // ........ weeks% with a Model 735 loader, 10 cu. ft. bucket (OR EQUAL) with trade-in successively, commencing on the ...............( .................... allowance on a International Trac- , > for w/bucket Model 404. day of c` ............. ?> •• Specifications for the above maybe obtained at the office of �`� the Supt of Highways, Peconicc,, .1 �� �f NewYork. ........................................ The sealed bids, in duplicate, i together with a non -collusive cer- tificate, will be received by the Supt of Highways of the Town of Southold, at his office, Peconic, Sworn to before me this ........�.......... day of N.Y., until 10:00 a.m. February 14, 1975 at which time -they will be opened and read aloud in public. Ali bids must be signed and sealed in envelopes plainly mark- ed (Bid on --) to the office of . the Sup't of Highways. .......... No ._........ ... ,.......... 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 ADELE PAYNE be deemed to be in the best No'ary PU ! r., s'a?e Cf hew Yorw interest of the Town of Southold, to do so. CemT;ss;on Lr:- f. arch 30, 1970 The bid price shall not include any Federal, State or Local Tax, from which the Town of Southold, is exempt. Dated: January 28, 1975 RAYMOND C. DEAN Sup't o£Highways 1T-2/6 ISLAND FORD TRACTOR SALES, INC. Edwards Avenue q•ctors P. O. Box 237 Calverton, N. Y. 11933 Tel. (516) 727-9200 February 13, 1975 Town of Southold — Highway Department Peconic Lane Peconic, New York 11958 Re.: Bid on Used Ford 4400 Tractor with 735 Loader and Bucket Gentlemen: We are pleased to quote your requirements as follows: WS/vl 1 — Used 1969 Ford Tractor Loader as specified Delivery is immediate. $4,500.00 Allowance for (1) 1962 International 2404 with Cab The lump sum price of 1,110.00 Net Bid with Trade $3,390.00 Very truly yours, ISLAND FORD TRACTOR SALES, INC. William Skolnik, President MMEMINNIMMUNIM FORD QUALITY PARTS AND SERVICE NON -COLLUSION BIDDING CER`T'IFICATION (To be completed by contractor if a Corporation) By submission gf'this bid or proposal .that , the bidder certifies (a) This bid or proposal has been independently arrived at with- out collusion with any other bidder or with any competitor or po- tential 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 per- son, partnership or corporation to submit or not to submit a bid proposal; (d) The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the state- ments contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being appli- cable to the bidder as well as to the person signing in its be- half; (e) That attached hereto is a certified copy of a resolution authorizing the execution of this certificate by the signator of this bid or proposal on behalf of the corporate bidder. Resolved that �stis��y�p,2y %nzio2 //, be Name of Corporation authorized to sign and submit the bid or proposal of this corp- oration for the following project - and to lljciude 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 cor- porate bidder shall be liable under the penalties of prejury. "The foregoing is a true and correct copy of the resolution adopted by _/f,p F" %0,y4��.� / corporation at a meeting or its Boarcl of Directors held on the 3 day of 19 (Seal. of Corporation) r Autho ed S gnaturc Title RAYMOND C. DEAN Superintendent (` oWn of'Suntltulb Pexnnit, �c V. 11958 NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions fo Section 163 of the General Municipal Law, that sealed bids are sought and requested for the purchase of the following item: (1) One used Ford Model 4400 with a Model 735 loader, 10 cu. ft. bucket (OR EQUAL) with trade-in allowance on a International Tractor w/bucket Model 4o4 Specifications for the above maybe obtained at the office of the Sup't of Highways, Peconic, New York. Tel. 765-3140 734-5211 The sealed bids, in duplicate, together with a non -collusive certificate, will be received by the Sup't of Highways of the Town of Southold, at his office, Peconic, N.Y., until 10:00 A. M. February 14, 1975 at which time they will be opened and read aloud in public. All bids must be signed and sealed in envelopes plainly marked (Bid on ) to the office of the Sup't of Highways. The Sup't of Highways reserves the right to reject any and all bids and to waive any and all informality in any bid, should it be deemed to be in the best interest of the Town of Southold, to do so. The bid price shall not include any Federal, State.or Local Tax, from which the Town of Southold, is exempt. Dated: January 28, 1975 RAYMOND C. DEAN Supt of Highways RAYMOND C. DEAN Superintendent viun of'Sontllolb Peronir, 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 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 - 6 ft. studded steel T posts with flanges or anchor plates on posts, posts shall not be less than 8.65 lbs. each. 3. 300 tons of Grade No. 1 Cayuga (or equal) Rock Salt, delivered in 100 lb. bags to the Highway Dept., Peconic, New York, by truck. 4. 300 tons of Grade No. 1 Cayuga (or equal) Rock Salt, delivered in bulk to the Highway Dept., Peconic, New York, by truck. The Sup't of Highways ,reserves the right tis 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 to- gether with a non -collusive certificate, will be received by the Supt of Highways, at his office on July 11, 1975. Tel. 765-3140 734-5211 Items 1 - 2 will be opened to the public at 10:30 A.M. and Item 3 -4 will be opened at 11:00 A.M. Dated: June 10, 1975 RAYMOND C. DEAN Supt of Highways MORTON SALT COMPANY • 939 NORTH DELAWARE AVENUE • PHILADELPHIA, PA. 19123 • 215/923-8030 July 2, 1975 Town of Southold Peconic Lane Southold, New York 11971 Subject: Rock Salt Bid Opening: July 11, 1975, 11:00 A. M. Gentlemen: We are pleased to offer the following bid on your rock salt requirements for snow and ice removal purposes: Our delivered price on Morton Bulk Treated Rock Safe -T -Salt in 20 ton minimum dump truckloads to :your facility in Southold, New York is $22.25 per net ton. Our delivered price on 80 pound bags of Morton Safe -T -Salt in 22 ton minimum truckloads to your facility in Southold, New York is $47.30 per net ton. A Non -collusive Bidding Certificate is enclosed. Terms are net 30 days, and the prices offered are firm through April 15, 1976. The prices quoted are subject to acceptance within 30 days, and shall be deemed automatically to have been withdrawn if, by the end of that period, no award has been made. The bulk treated salt offered in this quote is suitable for highway maintenance only and may, at seller's option, be shipped from covered stockpiles. We thank you for this opportunity to bid, and sincerely hope we will have the pleasure of serving you. TJD:js Very truly yours, MORTON SALT COMPANY A DIVISION OF MORTON -NORWICH PRODUCTS, INC. i .,Dwyer v Region Sales Manager - Highway Division A DIVISION OF MORTON -NORWICH PRODUCTS, INC. r MORTON SALT COMPANY A DIVISION OF MORTON -NORWICH PRODUCTS, INC. GENER�.L MUDICIPAL LAW 103-d Statement of Non -collusion in bids and proposals to political subdivision of the State or Fire District. "PION -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." Dwyer Sales Manager - Highway Division HEAVY PLATE AND CORRUGATED CULVERTS STRUCTURAL STEEL Tovn of Southold c/o Raymond C. Dean, T.S. Peconic, New York 11958 Gentlemen: SNOW FENCE — SIGNS — POSTS Telephone (607) 733-5506 CORNING ROAD - RT. 328 P. O. BOX 527 ELMIRA, NEW YORK 14902 July 9, 197 5 In response to your request for bids on snow fence and snow fence posts, we are pleased to quote you as follows: Item #1. 15,000 Lin. Ft. - Snow Fence with pickets 12"x 2", spaced 2" apart, 4 ft. high, stained red, with 5 double strands of12 gauge galvan- ized wire in 100 ft. rolls at $45.93 per 100 ft. Total Delivered Price $ 6,889.50 As an alternate bid we would like to quote you on 15,000 ft. of Snow Fence with pickets 12" x", the balance of the specifications as per above at $32.48 per 100 ft. Total Delivered Price $ 1+1872.00 Item #2. 15000 ft. - 6 ft. Studded Steel T Posts with flanges or anchor plates on posts, posts shall not be less than 8.65 lbs. each, at $ 1.98 each Total Delivered Price $ 1,980.00 In accordance with Section 103-D of the New York State Municipal Law, we are enclosing "Non -Collusive Bidding Certificate." Very truly yours, CHEMUNIG SUPPLY CORP. Herman Warshaw HW:cb Enc. W, 4 "NON -COLLUSIVE BIDDING CERTIFICATION" Section 103-D of the GENERAL MUNICIPAL LAW "By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: "The prices in this bid have been arrived at independently with- out collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; "Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bid- der prior to opening, directly or indirectly, to any other bidder or to any competitor, and "No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to. submit a bid for the purpose of restricting competition." CHEMUNG SUPPLY CORP. Signature President Title SOLD TO ADDRESS TWIN FORK FENCE CO., INC. ROUTE 27 A MATTITUCK, NEW YORK 11952 Phone 2984777 REMARKS IPI/9?/ SALES ORDER N2 1082 NO. p DATE / '7 ` PURCHASER'S ORDER NO. SHIP TO ADDRESS CITY STATE ZIP TERMS SALESMAN I SHIP VIA I DATE REQUIRED I F.O.B. QUANTITY STOCK NUMBER/DESCRIPTION PRICE PER AMOUNT 1 O z / i !i /2- n G 3 4 5 s . '� 6 7 4,00 8 - �I 9 �� •• C. 10 0 11 12 13 14 15 16 17 It 19 BUYER TOTAL PRINTED BY GRAYURC CO.. INC.. BROOKLYN. N. Y. 11232 ORIGINAL NON -COLLUSIVE CERTIFICATION -PURSUANT 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 organization., under penalty of perjury, that to the best of his knowledge and beliefs (1) The prioes of this bid ^ve been arrivod at independently without collusion, consultation, commmication, or aaroc--ont, for the purpose of restricting co=petition, as to any setter rolating to such prices with any other bidder or with any conpetitor: (2) Unless otherwise requirod by law, the prices which have boon quoted in this bid have not been knowinZly &.salosod 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 mndo or will be nade by the bidder to induce any other person, partnership or corporation to cubcr3t or not to submit a bid for the purpoee of restrioting oompotition. C "=FIFO BI NON -COLLUSIVE BIDDING CERTIFICATE BY SUBMISSION OF THIS BID OR PROPOSALS THE BIDDER CERTIFIES THAT: (a) THIS BID OR PROPOSAL HAS BEEN INDEPENDENTLY ARRIVED AT WITHOUT COLLUSION; (b) THIS BID OR PROPOSAL HAS NOT BEEN KNO1VINGLY DISCLOSED$ PRIOR TO THE OPENIi\u,-y OF BIDS OR PROPOSALS FOR THIS PROJECT, TO ANY O'l-AFBIDDER, CONTHrITOR OR POTS\TIAL CONSPL. ER; (c) NO ATTEMPT PIAS OR 14ILL BE MADE TO IISMUCE ANY OTHER PERSON, PARTNF_RSHIP OR CORPORATION TO SUE;•1IT OR NOT TO SUBMIT A BID OR PROPOSAL; (d) THE PERSON SIGNING THE BID OR PROPOSAL CERTIFIES THAT i -7r HAS FULLY INFORTMED HIMSELF REGARDING THE ACCURACY OF THE STATEMENTS CONTAINED IN 'NIS CERTIFICATION AND UNDER THE PDQALTIES OF PERJURY APFIR;-S TrE TRUM THEREOF, SUCH PENALTIES BEING APPLICABLI; TO THE BIDDER AS '.'JELL AS TO THE PERSON SIGNING IN ITS BEHALF; (e) THAT ATTACHED HERETO (IF A COIVORATE BIDDER) IS A CERTIFIED COPY OF THE RESOLUTION AUTHORIZING -ITE EXECUTION OF TrLE CERTIFICATE BY THE SIGNATOR OF THIS BID OR PROPOS IN BE•i' TF QLP THE CORPORATE BIDDER. RESOLVED THAT: (N of fficer) AUTHORIZED TO SIGN AND SUBMIT 7 -KE BID OR PROPOSAL OF THIS CORPORATION FOR THE FOLLOWING PROJECT. DescA'ibed project) AND TO INCLUDE IN SUCH BID OR PROPOSAL THE CERTIFICATE AS TO NON -COLLUSION RMUIRED BY SECTION 103-d OF Tr'.E GENERAL MUNICIPAL LAW AS TIME ACT AND DEED OF SUCH CORPORATION AND FOR ANY INACCURACIES OR MISSTATEMENTS IN SUCH CERTI- FICATE THIS CORPORATE BIDDER SHALL BE LIABLE UNDER THE PENALTIES OF PERJURY, THE FOREGOING IS A TRUE AND CORRECT COPY OF THE RESOLUTION ADOPTED BY %,' - �� /-f-n�«' CORPORATI NT A ?MEL -'TING OF ITS BOARD OF DIRECTORS HII D ON DAY OF 19 �5 . �ec4rery J, INTERNATIONAL SALT COMPANY A PART oFAl mnd INC. Town of Southold Highway Department Office of the Superintendent of Highways Peconic, N.Y. 11958 Gentlemen: ADMINISTRATIVE HEADQUARTERS Clarks Summit, Pennsylvania 18411 Phone: 717/587-5131 Telex: 83-7442 Cable: ISCO, Clarks Summit, Pa. July 9, 1975 The International Salt Company is pleased to submit the following Rock Salt quotation: ICE CONTROL ROCK SALT Truck Delivery - Minimum Truckload - 20 tons Bulk $23.27 per ton 80 1b. Multi -wall Paper Bags $ 1.948 per bag Our delivered price(s) quoted above applies f.o.b. your storage area 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 price through March 31, 1976 if our proposal is accepted and acknowledged within 30 days from Thank you for the opportunity to submit our quotation. 0 Attch: Signed Non -Collusive Affidavit Very truly yours, (Ms.) JoanK. Kelleher Public Contracts Clerk AM 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. 5-149 t 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. July 9, 1975 INTERNATIONAL SALT COMPANY (MV) JoanK. Kelleher Public Contracts Clerk S-149 `Tatun of �*vutholb Feconic, X. V_ 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 needed: Item No. 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. Item No. 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. Vote of the Town Board: Supervisor Albert M. Martocchia (Yes)No) Justice Louis Demarest (Yes) No) Justice Martin Suter (Yes)(No) Councilman James H. Rich, Jr. (Yes)(No) Councilman James F. Homan (Yes)(No) Dated: June 10,1975 Town Clerk, Town of Southold Tel. 765-3140 734-5211 i�IIinn IIf �IIu#I#IIlD RAYMOND C. DEAN Superintendent RESOLUTION BY: �//fGi'�l �r� ,�122-� SECONDED BY: z�-4 RESOLVED, that the Sup't of Highways of the Town of Southold be authorized to advertise for bids and to purchase from the lowest responsiblejptthe following more or less., as needed: Q. T)zee -Z tz - I.: P r. ,i" - 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: June 10, 1975 Town Clerk, Town of Southold Tel. 765.3140 734-5211 r Tofun of Sout4olb �etunir, �d. '�_ 11958 RAYMOND C. DEAN Superintendent RESOLUTION BY: SECONDED BY: C-���✓''-���1-'tom y�J RESOLVED, that the Supt of Highways of the Town of Southold, be authorized to advertise for bids and to purchase from the lowest responsible bidder, the following more or less, as needed: Item No. 1 - 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. Item No. 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. Vote of the Town Board: Supervisor Albert M. Martocchia (Yes)(No) Justice Louis Demarest (Yes) No) Justice Martin Suter (Yes)(No) Councilman James H. Rich, Jr. (Yes)(No) Councilman James F. Homan (Yes)(No) Dated: June 10,1975 Town Clerk, Town of Southold Tel. 765-3140 734.5211 vfun of "Southall RAYMOND C. DEAN Tel. 765-3140 Superintendent 734-5211 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: June 10, 1975 Town Clerk, Town of Southold -MAhopac 8-4417 CAPITOL HIGHWAY MATERIALS, Inc. ROUTE 6, BALDWIN PLACE PUTNAM COUNTY, NEW YORK 10505 QUOTATION Date July 9P 1975 TO Mr, Raymond Dean - Supt. ' Town of Southold Highway Department ' Peconic, Long Island, New York ATTENTION: Mr. Raymond Dean Due Date July 11, 1975 DESCRIPTION AND SPECIFICATIONS UNIT PRICE TOTAL We are pleased to quote your requirements as follows: SNOW FENCE AND SNOW FENCE POSTS: - 61 Studded T Snow Fence Posts 1.33#/per ft $ 2.06/ea 4' Red Snow Fence 501 Rolls .38/ft * ALTERNATE:- 61 LTER@tATE:- 61 U Lug type 1.12#/par ft. 1.90/ea 4' Nylon Fabric Fence 3001 Rolls in Carton 49#/per carton. Colors:- Red, Green, Blue and Yellow .42/pek ft. 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. Peconie, L.I.N.Y. CAPITOL HIGHWAY MATER I.S. Inc. 5978 2M I] -..�\ Y NONCOLLUSIVE BIDDING CERTIFICATION Required by Section 103-d of the General TTunicipal, Law By submission of this bid or proposal, the bidder certifies that: (a) This bid or proposal has been independeltly arrived at without collusion with any other bidder or vith 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 lignin in its behalf; (e) That attached hereto (if a corporate bidder is a certified copy of resolution authorizingthe execution of this certificate by the signator of this bid or proposal in behalf of the corporate bidder., ^ uck - ( Signat a hof Individu S gn Bid) a Bid) Resolved that 15ignat,iye of lnclivictua be aughorized to sign and submit the bi Corporation for the following project Signing vial or proposal of this [Describe Project)- ' 01 and to include in such bid or proposal t e certificate as to non -collusion required by section one hundred three -d of the general municipal law as the act and deed of such corporation, and for any inaccuracies or misstatements in such certificate this corporate bidder shall be liable under the penalties of perjury. The Foregoing is a true and correct copy of the resolution C` A , , . A.A —.. � , adopted by. L 11JC, L tl it,,,t b corporation at a meeting of its the day of (Seal of the corporation) of directors held on ,19 ~i. • cretary l\ COUNTY OF SUFFOLK DEPARTMENT OF PUBLIC WORKS R. M. KAMMERER, COMMISSIONER YAPHANK, NEW YORK, 11980 BARNEY A. EVANS CHIEF DEPUTY COMMISSIONER Apai.t 1#, 1475 Mx. Atbex.t W. Richmond, Town C.tenk Town o j Sou.tho,td Main Road Sou.tho.td, New yoxk 11971 Dea.x Mx. Richmond: 616 924-8451 WILLIAM S. MATSUNAVE, JR. CHIEF ENGINEER We ane ene.Cos.ing .two app�toved copies o6 Conatxacat and Speci jicat ions 4ox .the Puxhease o � Road Equipment joit the Town o4 Southotd, coveting the puxehaze of one (1) used 1972 Amexican Honne.t Runabout as spec.i.�ied. Ptease de.t.ivex one copy to vendox box this .item. One copy .is being sent to SupeAtn.tendent Raymond C. 'Dean and one copy .is being te.ta.ined ,in this oj4ice. Vexu ,t*h,ty yeu). , R. M.Kammexex M1 Comm.i44 ionex RMK: wb enc.t.: cc: Supt. Raymond C. mean A.U. 141 1.Ni.19- il66 t C'OlrTAAC,l Ak's' Si i1.11 ij — A "L'I y FOR THE PURCHASE OF ROAD EQUIPMENT This is a contract to purchase the following road equipment (1 ) U= 1972 Am,-.ri ran Mornpt R nahnut _ (Set forth herein or attach detail specifications upon which bids were based) entered into this loth day ofq�ri l 19�r� between the Town Superintendent of Highways of the Town of Southnld in the County of 4uffnik New York, and Mullen Motors, Inc.the Vendor, whose principal office is located at Ra St Main Strpet; Srnitrnl r9 _ New — duress for a total price of One `ihouSand eight hllnr9rp(9 a.nd -ninety five an�h/()Q__ Dollars ($ _ 1 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 F 1975• 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 $ 11895.00 _ It is agreed that the title to said trade-in equipment mentioned at "(1)" above shall remain in the Town until delivered to the Vendor at the time mentioned, and further that said equipment may be used by the Town until delivered to the Vendor and at such time it will then be accepted by the Vendor at the value mentioned providing that it is in as good condition as at present, normal wear, tear and usage excepted. (Strike out (i) 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 30 days and that it will be delivered in first class condition at Southold Town Highwax De—pt., Peconic_, New York 11958 — not later than the 11tway of April „ 19.- 5' 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 rcfusnl, 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 d scribed. _ MULLEN MOTORS, INC. f' own Superintendent of Highways (Vendor) APPROVED: %9� A County Superintendent of Highways By Its Vice-President/Secretar (Indicate whether officer or agent) is contract is for use when the purchase price of the equipment is over $1,000. It must be executed in triplicate and de - 1 e o he county superintendent of highways. If approved by the county superintendent, he shall file one copy in his office and within t 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 a 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. Sp9cifications for (1) used ,-972 American Hornet Runabout (or Equal 1972 Used Sport About American Motors Hornet Automatic Transmission 30,000 miles 4 door Wagon 2 seat wagon 6 cylinder 4 G 78-14 tires Tofull of 5�01111101a Pranit, N. t �J RAYMOND C. DEAN Superintendent April 10, 1975 Commissioner R. M. Kammerer County of Suffolk Department of Public Works Yaphank, New York 11890 Dear Commissioner Kammerer: We are enclosing for your approval copies of Contract and Specifications for the Purchase of Road Equipment, covering the purchase of one (1) used 1972 American Hornet Runabout. Very truly yours, RCD: esg RAYMOND C. DEAN Supt of Highways Tel. 765.3140 734-5211 To£un of Sout4o b Iieconit, X V. 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: (1) One 1972 used American Hornet Runabout, 2 door, 2 seat wagon 6 cylinder, 30,000 miles or less - (OR EQTAL) Vote of the Town Board Supervisor Albert M. Martocchia (Yes) (No) Justice Louis M. Demarest (Yes) (No) Justice Martin Suter (Yes) (No) Couniclman James Rich, Jr. (Yes) (No) Councilman James Homan (Yes) (No) Dated: February 25, 1975 Town Clerk, Town of Southold Tel. 765-3140 734-5211 RAYMOND C. DEAN Superintendent 'Tafun of "Sout4olb Peranir, �K_ 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 follo-vEng item: (1) One 1972 Used American Hornet Runabout - (OR EQUAL) Specifications for the above maybe obtained at the Office of the Supt of Highways, Peconic, New York. Te 1. 765 - 3140 734-5211 The sealed bids, in duplicate, together with a non -collusive certificate, will be received by the Sup't of Highways of the Town of Southold, at his office, Peconic, N.Y., until 10:00 A. M. April 10, 1975 at which time they will be opened and read aloud in public. All bids must be signed and sealed in. envelopes plainly marked (Bid on ) to the Office of the Sup't of Highways. The Sup't of Highways reserves the right to reject any and all bids and to waive any and all informality in any bid, should it be deemed to be in the best interest of the Town of Southold, to do so. The bid price shall not include any Federal, State or Local Tax, from which the Town of Southold, is exempt. Dated: February 25, 1975 RAYMOND C. DEAN Supt of Highways Specifications for (1) used 1972 American Hornet Runabout (or Equal) 1972 Used Sport About American Motors Hornet Automatic Transmission 30,000 miles 4 door Wagon 2 seat wagon 6 cylinder 4 G 78-14 tires EAST MAIN STREET April 10, 1975 SOUTHOLD, NEW YORK 11971 CHRYSLER TELEPHONE (516) 765-3564 Town of Southold Highway Department Southold, N. Y. Gentlemen: We are pleased to submit our bid for one (1) USED 1972 American Hornet Runabout with the following specifications: Automatic Transmission 4 door - 2 seat Wagon b cylinder Engine 4 G 78-14 Tires 30,000 Miles DELIVERED PRICE: $1095.00 ONE THOUSAND EIGHT HUNDRED NINETY-FIVE AND NO/100 DOLLARS. Thank you for the opportunity to bid on this vehicle. Respectfully submitted, M,LU,,Lr,N MOTORS, INC . 0 Richard F. Mullen, Jr. Vice -President, Secretary RFMjr:fe 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 OTdER BIDDER, COMPETITOR OR POTENTIAL 00,14Pri"ER; (c) NO ATTEMPT 1 AS 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 FE HAS FULLY INFORMED HIMSELF REGARDING THE ACCURACY OF THE STATEMENTS CONTAINED IN THIS CERTIFICATION AND UNDER THE PENALTIES OF PERJURY AFFIRMS THE TRUTH THEREOP, SUCH PENALTIES BEING APPLICABLE: TO THE BIDDER AS WELL AS TO THE PERSON SIGNING IN ITS BEHALF; (e) THAT ATTACHED HERETO (IP A CORPORATE BIDDER) IS A CERTIFIED OOPY OF THE RESOLUTION AUTEIORIZING THE EXECUTION OF TH.E CERTIFICATE BY THE SIGNATOR OF THIS BID OR PROPOSAL IN BEHA LIF OF THE CORPORATE BIDDER. RESOLVED THAT: Richard F. Mullen, Jr. (Name of Officer) AUTHORIZED TO SIGN AND SUBMIT THE BID OR PROPOSAL OF THIS CORPORATION FOR THE FOLLOWING PROJECT. 1972 American Hcrnet Runabout (Described project) AND TO INCLUDE IN SUCH BID OR PROPOSAL THE CERTIFICATE AS TO NON -COLLUSION REQUIRED BY SECTION 103--d OF THE GENERAL MUNICIPAL LAW AS THE ACr 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 MULLEN MO'T'OR S, INC . CORPORATION AT A MELTING OF ITS BOARD OF DIRECTORS HELD ON THE___9th DAY OF A-pril 19 75 . Secretary MULLEN MOTORS, Inc. East Main Street Telephone 765-3564 SOUTHOLD, NEW YORK 11971 PLEASE ENTER MY ORDER FOR ONE F DATE '/! 16 19-Z NEW ® USED AS FOLLOWS: MAKE i, --"''�j`,�' +.jam MODEL I Y7COLOR TYPE YEAR 19 ENGINE NO. SERIAL NO. TO BE DELIVERED ON OR ABOUT 19 '4..' CASH PRICE OF CAR TRANSPORTATION CHARGE ACCESSORIES & EXTRA EQUIPMENT f" e TOTAL- OTALTAX OD TAX In CASH DEPOSIT SUBMITTED WITH ORDER H 0 ALLOWANCE FOR USED CAR TRADE-IN. AS APPRAISED U M LESS BALANCE OWING TO— CASH TO BE PAID AT TIME OF DELIVERY -••� .. v .p�..e ...� eas�re aarecmens anecung ams purcoase sass no atner agreement or uoaerssanamg o1 any nature concerning same has been made or entered into• or w 1 be recognised. 1 hereby eerlily Thal no credit hu been extended to me for the purchase of this motor v .' a except as appears in writing on the face of this agreement. i hate read the matter printed on the back hereof and agree to it as a part of this order the same a, if it print d above my signature, 1 eartif I am 21 years of age, or older, and hereby acknowledge receipt of a copy of this order. _ _ SIGNED: b J6r/A- P `._U �•�'�' +•"''• PURCHASER ALESMAN ADDRESS APPROVED THIS ORDER IS NOT VALID UNLESS SIGNED AND ACCEPTED BY DEALER BY SUBJECT TO SATISFACTORY CREDIT RATING RES. PHONE CREDIT APPROVED: BUS. PHONE CONDITIONS • It is further understood and agreed: The order on the reverse side hereof is subject to the following terms and conditions which have been mutually agreed upon: 1. The manufacturer has reserved the right to change the list price of new motor vehicles without notice and in the event that the list price of the new car ordered hereunder is so changed, the cash delivered price, which is based on list price effective on the day of delivery, will govern in this transaction. But if such cash delivered price is increased the purchaser may., if dissatisfied with such increased price, cancel this order, in which event if a used car has been traded in as a part of the consideration herein, such used car shall be returned to the purchaser upon the payment of a reasonable charge for storage and repairs (if any) or, if the used car has been previously sold by the dealer, the amount received therefor, less a selling commission of 15% and any expense incurred in storing, insuring, conditioning or advertising said car for sale, shall be returned to the purchaser. 2. If the used car is not to be delivered to the dealer until the delivery of the new car, the used car shall be reappraised at that time and such reappraisal value shall determine the allowance made for such used car. The purchaser agrees to deliver the original bill of sale and the title to any used car traded herein along with the delivery of such car, and the purchaser warrants such used car to be his property free and clear of all liens and encumbrances except as otherwise noted herein. 3. Upon the failure or refusal of the purchaser to complete said purchase for any reason other than cancellation on account of increase in price, the cash deposit may be retained as liquidated damages, and in the event a used car has been taken in trade, the purchaser hereby authorizes dealer to sell said used car, and the dealer shall be entitled to reimburse himself out of the proceeds of such sale, for the expenses specified in para. graph 1 above and also for his expenses and losses incurred or suffered as the result of purchaser's failure to complete said purchase. 4. The manufacturer has the right to make any changes in the model or design of any accessories and part of any new motor vehicle at any time without creating any obligation on the part of either the Dealer or the Manufacturer, to wake corresponding changes in the car covered by this order either before or subsequent to the delivery of such car to the purchaser. a. Dealer shall not be liable for delays caused by the manufacturer, accidents, strikes, fires, or other causes beyond the control of the dealer. 6. The price of the car quoted herein does not include any tax or taxes imposed by any governmental authority prior to or at the time of delivery of such car unless expressly so stated, but the purchaser assumes and agrees to pay, unless prohibited by law, any taxes, except income taxes, imposed on or incidental to the tran- saction herein, regardless of the person having the primary tax liability. 7. No warranties are made or will be deemed to have been made by either the dealer or the manufac- turer of the new motor vehicle or motor vehicle chassis furnished hereunder, excepting only Chrysler Corpo- ration's current printed warranty applicable to such vehicle or vehicle chassis, which warranty is incorpo- rated herein and made a part hereof and a copy of which will be delivered to purchaser at the time of de- livery of the new motor vehicle or motor vehicle chassis. Such warranty shall be expressly in lieu of any other warranty, expressed or implied, including, but not limited to, any implied warranty of merchantability or fitness for a particular purpose, and the remedies set forth in such warranty will be the only remedies available to any person with respect to such new motor vehicle or motor vehicle chassis. No warranties, expressed or implied, are made by the dealer with respect to used motor vehicles or motor vehicle chassis furnished hereunder except as may be expressed in writing by the dealer for such used motor vehicle or motor vehicle chassis, which warranty, if so expressed in writing, is incorporated here- in and made a part hereof. 8. In case the car covered by this order is a used car, no warranty or representation is made as to the extent such car has been used, regardless of the mileage shown on the speedometer of said used car. 9. The Owner Service Certificate issued for the car gold hereunder describes the procedure for obtaining warranty service from us or, when touring, from other authorized dealers. 10. In the event that the transaction referred to in this order is not a cash transaction, the purchaser herein, before or at the time of delivery of the car ordered, and in accordance with the terms and conditions of payments indicated on the front of this order, will execute a chattel mortgage, conditional sales contract, or such other form of agreement as may be indicated on the front of this order. REORDER FROM REGENT STANDARD FORMS, INC., AIRPORT INDUSTRIAL PARK, PENNSAUKEN, N.J. 08109 LETTER LI MINATOR SENDER: SNAP OUT YELLOW COPY ONLY. SEND WHITE AND PINK COPIES WITH CARBON INTACT. TO'- - FROM Town of Southold j' arm New York ,Truck Equipment., Inc'*, 3203 Vernon Blvd. Supt. of Highways R 5 Long Island city. N.Y. 11106. Peconic. ' N.Y. AVL zo*� SUBJECT: Bids due July 11th 1975 ,-y+ FOLD HERE - - DATE July 8th 1975 MESSAGE Dear Sirs With reference -your request for bids on Ir ( 2) 1975 D 100 DODGE PICKUP TRUCKS, Or. Equal. Trade in involved will y'o'b please let us h€IVe your specifications so that we may submit our bid for this equipment. -- SIGNED - �-1 N.A. Jorg ens en. DATE - REPLY SIGNED FORM 1100, REGENT FORMS. PENNSAUKEN, N.J. 08109 `ET T E R - L I M I N A T O R RECIPIENT: RETAIN WHITE COPY, RETURN PINK COPY RAYMOND C. DEAN Superintendent RESOLUTION BY: �t$��utt� �.e�ttx#mez�t Qlofun of 50ut4olb FPconir, �K. V. 11958 SECONDED BY: C "ten L�' ✓� '�� 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: (2) Two D - 100 Dodge Pickup trucks - (OR EQUAL) with trade-in allowances on (1) One 1966 International Pickup truck and (1) One 1970 International Pickup truck 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: June 10, 1975 Town Clerk, Town of Southold Tel. 765-3140 734-5211 516 924-8481 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 July 22, 1975 Mr. Albert W. Richmond, Town Clerk Town of Southold Main Road Southold, New York 11971 Dear Mr. Richmond: We are enclosing two approved copies of Contract and Specifications for the Purchase of Road Equipment for the Town of.Southold, covering the purchase of two (2) new D - 100 Dodge Pickup trucks - (OR EQUAL), as specified. Please deliver one copy to vendor for these items. One copy is being sent to Superintendent Raymond C. Dean and one copy is being retained in this office. very truly yours, Barney A. Evans Chief Deputy Commissioner BAE:if enc. cc: Supt. Raymond C. Dean 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 TWO (2) New D — 100 Dodge Pickup Trucks — (OR EQUAL) (SEE ATTACHED SPECIFICATIONS) (Set forth herein or attach detail specifications upon which bids were based) entered into thisllth day of July 197_, between the Town Superintendent of Highways of the Town of Southold � in the County of Suffolk New York, and Mullen Motors, Inc. the Vendor, whose principal office is located at East Main Street, Southold, New York 11971 mess for a total price of EIGHT THOUSAND ONE HUNDRED THIRTY—TT= AND 90/100— Dollars ($ 8,133.9Q )• 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 June 10 19The 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) 1962 International Pickup 250.00 One (1) 1970 International Pickup 949.00 (2) By payment from current appropriations (3) By payment from proceeds of obligations 6,934.90 TOTAL S b9133.90 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 saidequipment 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 365 days and that it will be delivered in first class condition at Southold Town Highway Dept., Peconic Lane, Peconic, New York not later than the 15 day of September '1975 -- The 1975—. 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 subscqucnt 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 be 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 d d. MUL-LEN MOTORS, INC. awn Superintendent Of Highways (Vendor) By Vf:�� APPR ED Chiet Deputi Its Vice -President County Supe tendent of Highways (Indicate whether officer or agent) This contract is for use when the purchase price of the equipment is over $1,000. It must be executed in triplicate and de - HV o the county superintendent of highways. If approved by the county superintendent, he shall file one copy in his office and awl i t n days of the date of his approval file two copies with the town clerk. The town clerk shall file one copy and deliver one COPY e Vendor. WHERE APPLICATION IS MADE PURSUANT TO SECTION 104.10, SUBDIVISION 3, OF THE LOCAL FINANCE LAW, A COPY OF THIS FORM MUST BE FILED WITH THE STATE COMPTROLLER. .. C�i�I�filiz� c r��zrfitt�nt ` o? on of f-,vul�Ab Vcrnnic, �K_ V_ 1195$ AYMOND C. DEAN Tel. 765-3140 Superintendent 734-5211 Southold Town Highway Dept. 2 D100 - Dodge Pickup Truck (OR EQUAL) "Slant 61, - 6 cylinder engine (reg gas) 131" W. B. 8' Sweptline body Heavy Duty 11" clutch 3 speed manual transmission Oil pressure gauge 6100 G.V.W. pkg. Front axle 3300 lb. capacity Rear axle 3600 lb. capacity Electronic Ignition Front Disc brakes. Rear Drum type brakes Service w/dual master cylinder self adjusting & wading light (5) G.78 - 15 - 4 ply tires 22 gal frame mounted fuel tank Shock absorbees'Lront & rear Dual rear view outside Mtd. mirrors Underslung tire carrier Color - Light Blue w/white cab top. RAYMOND C. DEAN Superintendent ZIIfun of "Sunthotb Fecunir, �K. 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 -two (2) 1975 D - 100 Dodge Pickup Trucks - (OR EQUAL). Specifications for the above may be obtained at the Office of the Supt of Highways. (One (1) 1966 International Pickup truck and one (1) 1970 International Pickup truck must be taken in trade, as part payment on new trucks). 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, New York until 10:00 A.M., July 11, 1975, at which time they will be opened and read aloud in public. 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. All bids must be signed and sealed in envelopes plainly marked (Bid on New Trucks) to the Office of the Sup't of Highways. The bid price shall not include any Tax, Federal, State or Local, from which the Town of Southold, is exempt. Dated: June 10, 1975 RAYMOND C. DEAN Sup't of Highways RAYMOND C. DEAN Superintendent (` own of "San#4olb Vecanic, �N-. V. 1195.5 Southold Town Highway Dept. 2 D100 - Dodge Pickup Truck (OR EQUAL) "Slant 6t1 - 6 cylinder engine (reg gas) 131" W. B. 81 Sweptline body Heavy Duty 1111 clutch 3 speed manual transmission Oil pressure gauge 6100 G.V.W. pkg. Front axle 3300 lb. capacity Rear axle 3600 lb. capacity Electronic Ignition Front Disc brakes. Rear Drum type brakes Service w/dual master cylinder (5) G.78 - 15 - 4 ply tires 22 gal frame mounted fuel tank Shock absorbe85front & rear Tel. 765-3140 734-5211 self adjusting & warming light Dual rear view outside Pltd. mirrors Underslung tire carrier Color - Light Blue w/whi.te cab top. Tafun of oSantllalb Feranit, y. V. 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: (2) Two D - 100 Dodge Pickup trucks - (OR EQUAL) with trade-in allowances on (1) One 1966 International Pickup truck and (1) One 1970 International Pickup truck 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: June 10, 1975 Town Clerk, Town of Southold Tel. 765-3149 734-5211 IL A,44 -77 140;- 'A� 21q, i S 'Ilk 440 1111W I.vx Aari 7-111 Dx IAI /7 4t) M, w CHKti:tiLF.K EAST MAIN STREET SOUTHOLD, NEW YORK 11971 TELEPHONE (516) 765-3564 Jul? 9, 1975 Mr. Raymond Dean, Superintendant Highway Department Town of Southold Poeonie, N. Y. 11958 Sir: We are pleased to submit the following bid on two (2) 1975 D-100 Dodge Pickup Trucks, based on the specification shoot attached* Allewanse on tw (2) Used Trucks is as follows: OAe (1) 1962 International -IM HdNDRED FIFTY DOLLARS ($250,00) One (1) 1970 International -NINE HUNDRED FORTY-NINE DOLLARS ($949.00) The delivery price for the two (2) 1975 D-100 Dodge Pickup Trucks is SIX THOUSAND NINE HUNDRED THIRTY-FOUR AND 90/100 DOLLARS ($6,934.90) after the above allowance has beendeducted. Non Collusive Bidding Certificate and Non -Collusive Certification are attached. Thank you for the opportunity to bid on these trucks. Respectfully submitted, MULLEN MOTORS, INC. 7 , Richard F. Mullen, Jr. Vice-President/Secretary RFMjr:fe • MBilau cBrPttztmrn# Zo in of riouiholb Tirronir, fid_ -t_ 11958 .AYMOND C. DEAN Tel. 765-3140 Superintendent 734-5211 Southold Town Highway Dept. 2 D100 - Dodge Pickup Truck (OR EQUAL) "Slant 611 - 6 cylinder engine (reg gas) 13111 W. B. 81 Sweptline body Heavy Duty 1111 clutch 3 speed manual transmission Oil pressure gauge 6100 G.V.W. pkg. Front axle 3300 lb. capacity Rear axle 3600 lb. capacity Electronic Ignition Front Disc brakes. Rear Drum type brakes Service w/dual master cylinder self adjusting & warhing light (5) G.78 - 15 - 4 ply tires 22 gal frame mounted fuel tank Shock absorbeesfront & rear Dual rear view outside Mtd. mirrors Underslung tire carrier Color - Light Blue w/white cab top. 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 MMPETER; (c) NO ATTEMPT HAS OR WILL BE MADE TO INDUCE ANY OTHER PERSON, PARTNE..RSHIP OR CORPORATION TO SUBMIT OR NOT TO SUBMIT A BID OR PROPOSAL; (d) THE PERSON SIGNING THE BID OR PROPOSAL CERTIFIES THAT HE :-IAS FULLY INFORMED HIMSELF REGARDING THE ACCURACY OF THE STATEMENTS CONTAINED IN THIS CERTIFICATION AND UNDER THE PENALTIES OF PERJURY AFFIRMS THE TRUTH THEREOF, SUCH PENALTIES BEING APPLICABLE: TO THE BIDDER AS WELL AS TO THE PERSON SIGNING IN ITS BEHALF; (e) 711AT J TACHED HERETO (IF A OORPORATE BIDDER) IS A CERTIFIED DOPY OF THE RESOLUTION AUTHORIZING THE EXECUTION OF THE CERTIFICATE BY THE SIGNATOR OF THIS BID OR PROPOSAL IN BEHALF OF THE CORPORATE BIDDER. RESOLVED THAT: Richard F. Mullen, Jr. (Name of Officer) AUTHORIZED TO SIGN AND SUBMIT TJIB BID OR PROPOSAL OF THIS CORPORATION FOR THE FOLLOWING PROJECT. Two (2) New 1975 D-100 Dodge Pick Up Trucks (Described project) AND TO INCLUDE IN SUCH BID OR PROPOSAL THE CERTIFICATE AS TO NON -COLLUSION REQUIRED BY SECTION 103-4 OF THE GENERAL MUNICIPAL LAW AS THE ACT AND DEED OF SUCH CORPORATION AND FOR ANY INACCURACIES OR MISSTATEMENTS IN SUCH CERTI- FICATE THIS CORPORATE BIDDER SHALL BE LIABLE UNDER THE PENALTIES OF PERJURY, ADOPTED BY MULLEN THE rl"lI""S, * CORPORATAND ONRAT ACT �MEETING OF ITS BOARDY OF THE RESOLUTION OF DIRECTORS HELD ON THE31st—DAY OF JanWqy,7 1qJ5 ,17 Secretary NON -COLLUSIVE CERTIFICATION.PURSUANT 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 she case of a joint bid each party thereto certifies as to its own orgar":ation, under penalty of perjury, that to the best of his knowledge and belief: (1) The prices of this bid bnvo, been arrived at independently without collusion, consultation, communication, or aZrecnzont, 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 competitory (3) No attempt has been mado 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 comp©tition. CERT ED BT a ird F. Mullen, Jr. Vice-President/secretary MULLEN MOTORS, INC EAST MAIN ST. SOUTHOLD,.N. Y.. 11971 I . 142 - T. H. 19 - 1966 CONTRACT AND SPECIFICATIONS FOR THE PURCHASE OF ROAD EQUIPMENT This is a contract to purchase the following road equipment TWO (2) New D — 100 Dodge Pickup Trucks — (OR EQUAL) (SEE ATTACHED SPECIFICATIONS) — (Set forth herein or attach detail specifications upon which bids were based) entered into thisllth day of ,July , 19 1 75 _, between the Town Superintendent of Highways of the Town of Southold in the County of Suffolk New York, and Mullen Motors Inc. the Vendor, whose principal office is located at East Main Street, Southold, New York 11971 �liadre s s for a total price of EIGHT THOUSAND ONE HUNDRED ~—Tj REE 9Q/100-- Dollars (= 8,133, 90 ) This contract has been awarded to the aforesaid V or who was thp-f%west, responsible bidder determined by receipt of sealed bids which were publicly opened and read at the time d, place stipulated previously in a_ public.adveztisement for such bids in accord- ance with the provisions of Article 5-A of the Gene Municipal-LaW. A resolution authorizing the purchase o abeta�--named equipment was passed by the Town Board at a meeting held Jana 10 , 19 The resolution further directed that when this contract bas been signed by the Town Superintendent of Highways, the Vendor � s agent, and approved by the Counry 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 follo Ing manner: (1) By delivery to the Vendor, trade-in, the equipment described at the agreed value of: One (1) 1962 In-� ,rnat; onal Pickup $ 250.00 One 1 1970 IrAernational Pickup 949 00 i 6,934.90 (2) By payment from currept appropriations Yom.. ry (3) By payment from proce`,ds of obli s� ,., TOTAL S 8,133.90 It is agreed that the title to said tradk,-,Orequipment Vendor at the time mentioned, and further that said.equipm it will then be accepted by the Vendor -at the value mention and usage excepted. (Strike out (1) and this paragraph if.g4 The Vendor guarantees the above described e for a period of 365 days and Dept.. Peconic Lane. Peconic, N. not later than the 15 day of , 19 1)" above shall remain in the Town until delivered to the IT the Town until delivered to the Vendor and at such time it is in as good condition as at present, normal wear, tear contract against defects of workmanship and material is condition at Southold Town Highway The Vendor hereby agrees to the provisions of Section 103-a of th ;general Municipal Law which requires that upon the refusal of a person, when called before a grand jury to testify concerning transaction or contract bad with the state, any political sub division thereof, a public authority or with any public depa/sto 4 or official of the state or of any political subdivision thereof or of a public authority, to sign a waiver of immunity agaiqucnt criminal prosecution or to answer any relevant question con- cerning such transaction or contract, (a) such person, and any firm, partnership or corporhich be is a member, partner, director or officer shall be dis- qualified from thereafter selling to or submitting receiving awards from or entering into any contracts with any municipal corporation or any public department, afficial 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 cancelleq, or terminated by the municipal corporation without incurring any penalty or damsges 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 ontract between the parties and supersedes any and all other agreements respecting the prop- erty herVescribed. MULLEN MOTORS v INC. i Town Superintendent of Highways (Vendor) By -- APPROVED: Vice -President Its County Superintendent of Highways (Indicate whether officer or agent) NOTE: This contract is for use when the purchase price of the equipment is over $1,000• It must be executed in triplicate and de- livered to the county superintendent of highways. If approved by the county superintendent, he shall file one copy in his office and within ten days of the dace of his approval file two copies with the town clerk. The town clerk shall.file one copy and deliver one copy to the Vendor. WHERE APPLICATION IS MADE PURSUANT TO SECTION 104.10, SUBDIVISION 3, OF THE LOCAL FINANCE LAW, A COPY OF THIS FORM MUST BEFILEDWITH THE STATE COMPTROLLER. 00, Zofnn of Souf4olb Veconit, cam- V. 11958 RAYMOND C. DEAN Tel. 765-3140 Superintendent 734-5211 Southold Town Highway Dept. loy03 G^ (-- 2 2 Teo Bei$ Pickup Truck (OR EQUAL) "cyaM 6 cylinder engine ( reg gas) J0 S 1-3±" W. B. 8' Sweptline body Heavy Duty 11" clutch 3 speed manual transmission Oil pressure gauge, Tz M (7 ; 41VIKe 7 C 0410 G.V.W. pkg. ��p v Front axle 34 9 lb. capacity 7� v Rear axle 361a6 lb. capacity Electronic Ignition Front Disc brakes. Rear Drum type brakes Service w/dual master cylinder self adjusting & warming light Z77- I j f:� (5) „G. �18 - -1-5' - 4 ply tires `Zv 2 -2 -gal frame mounted fuel tank Shock absorbessfront & rear Dual rear view outside Mtd. mirrors Underslung tire carrier Color - Light Blue w/white cab top. %tZi1)0 �,Y � LC T 7-7 F�iv i 4- ,. e d�-.V � e u Y' `?tom -7y rZdF.4}-X- FAe,"L- u N BRUNO G f\A C Tr,?tJi" 465�3r�iiYc,� BpU-KLYN, hl. Y. 11232 ( a f g ) q6S-��c- 0 RECEIVED, J U l 14 1975 BY SoLrn4OLD TOWN HIGHWtY DUARTMENT J?4ptww TRUCK SALES CORP. 465 HAMILTON AVE. • BROOKLYN, NEW YOR1r232 goal L . 553937 so u -r(h Ce Q % Qco ave t nl r q4A u4 we� 19 e -A4 RECEIVED JUL 141975 tY SOUTHOLD TOWN HIGHWAYTMBN'L tkt � � '7- Q CV AJ eo 1e-' c— F 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 two (2) 1975 D-100 Dodge Pickup Trucks -(OR EQUAL). Specifications for the above may be obtained at the Office of the Sup't of Highways. (One (1) 1966 International Pickup truck and one (1) 1970 International_ Pickup truck must be taken in trade, as part payment on new trucks). 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 10:00 A -M., July 11, 1975, at which time they will be opened and read aloud in public. The Sup't of Highways reserves the right to reject any and all bids and to waive any and all in- formality 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 New Trucks) to the Office of the Sup't of High- ways. The bid price shall not include any Tax, Federal, State or Local, from which the Town of Southold, is exempt. Dated: June 10, 1975 RAYMOND C. DEAN Sup't of Highways iTJ3 COUNTY OF SUFFOLK, 1 STATE OF NEW YORK, ss ...... ; Luart• .. -norma n• .. • ......... being duly Sworn, says that ... he., is Printer and Publisher of the SUFFOLK WEEKLY TIMES, a newspaper published at Greenport, in said county; and that the notice, of which the annexed is a printed copy, has been published in the said Suffolk Weekly Times once in each week, for . ......One ..C1 !.......... weeks successively commencing on the .... nirA ............... day of .... 19..7.5 Sworn to before me this .. ... . day of .. ........ 19,111.. j CAR1NXG.�BBA •. • .... • • • 'NC'kk'e- PLJHi , •Stcte of• Ne.+O6 • . No. 52-A511672 Quoiif;ed in Suffolk County cmmis6on Exp res Mcrch 30, 1977 MULLEN MOTORS, Inc. _ NMER East Main Street Telephone 765-3564 SOUTHOLD, NEW YORK 11971 I. PURCHASER'S NAME A" DATE (PRINT OR TYPE) PLEASE ENTER MY ORDER FOR O "TZ 4—N NEW USED AS FOLLOWS: MAKE MODEL r. COLPP TYPEF YEAR ENGINE NO. J SERIAL NO. TO BE DELIVERED ON OR ABOUT 19 CASH PRICE OF CAR � -- ` TRANSPORTATION CHARGE ACCESSORIES & EXTRA EQUIPMENT A TOTAL- OTALTAX TAX N CASH DEPOSIT SUBMITTED WITH ORDER 16- 8 ALLOWANCE FOR USED CAR TRADE-IN. AS APPRAISED 8 W M LESS BALANCE OWING TO- M CASH TO BE PAID AT TIME OF DELIVERY J� tJ The front and back of this Order comprise the entire agreement affecting this purchase and no other agreement or understanding of any nature concerning same box been made or entered into, or will be recognized. I hereby certify that no credit has been extended to me for the purchase of this motor v_eWtjp except as appears in writing o the face of this agreement. 1 have read the matter printed on the back hereof and agree to it as a part of this order the same a if it were prin�d above my signature. 1 ct y, bat I am 21 years of age, or older, and herebylraknowledge receipt of a copy of this order. SIGNER. -J ~'� PURCHASER SALESMAN ADDRESS - APPROVED THIS ORDER IS NOT VALID UNLESS SIGNED AND ACCEPTED BY DEALER BY SUBJECT TO SATISFACTORY CREDIT RATING RES. PHONE CREDIT APPROVED: - BUS. PHONE CONDITIONS • It is further understood and agreed: The order on the reverse side hereof is subject to the following terms and conditions which have been mutually agreed upon: 1. The manufacturer has reserved the right to change the list price of new motor vehicles without notice and in the event that the list price of the new car ordered hereunder is so changed, the cash delivered price, which is based on list price effective on the day of delivery, will govern in this transaction. But if such cash delivered price is increased the purchaser may, if dissatisfied with such increased price, cancel this order, in which event if a used car has been traded in as a part of the consideration herein, such used car shall be returned to the purchaser upon the payment of a reasonable charge for storage and repairs (if any) or, if the used car has been previously sold by the dealer, the amount received therefor, less a selling commission of 15% and any expense incurred in storing, insuring, conditioning or advertising said car for sale, shall be returned to the purchaser. 2. If the used car is not to be delivered to the dealer until the delivery of the new car, the used car shall be reappraised at that time and such reappraisal value shall determine the allowance made for such used car. The purchaser agrees to deliver the original bill of sale and the title to any used car traded herein along with the delivery of such car, and the purchaser warrants such used car to be his property free and clear of all liens and encumbrances except as otherwise noted herein. 3. Upon the failure or refusal of the purchaser to complete said purchase for any reason other than cancellation on account of increase in price, the cash deposit may be retained as liquidated damages, and in the event a used car has been taken in trade, the purchaser hereby authorizes dealer to sell said used car, and the dealer shall be entitled to reimburse himself out of the proceeds of such sale, for the expenses specified in para- graph 1 above and also for his expenses and losses incurred or suffered as the result of purchaser's failure to complete said purchase. 4. The manufacturer has the right to make any changes in the model or design of any accessories and part of any new motor vehicle at any time without creating any obligation on the part of either the Dealer or the Manufacturer, to make corresponding changes in the car covered by this order either before or subsequent to the delivery of such car to the purchaser. 5. Dealer shall not be liable for delays caused by the manufacturer, accidents, strikes, fires, or other causes beyond the control of the dealer. 6. The price of the car quoted herein does not include any tax or taxes imposed by any governmental authority prior to or at the time of delivery of such car unless expressly so stated, but the purchaser assumes and agrees to pay, unless prohibited by law, any taxes, except income taxes, imposed on or incidental to the tran- saction herein, regardless of the person having the primary tax liability. 7. No warranties are made or will be deemed to have been made by either the dealer or the manufac- turer of the new motor vehicle or motor vehicle chassis furnished hereunder, excepting only Chrysler Corpo- ration's current printed warranty applicable to such vehicle or vehicle chassis, which warranty is incorpo- rated herein and made a part hereof and a copy of which will be delivered to purchaser at the time of de- livery of the new motor vehicle or motor vehicle chassis. Such warranty shall be expressly in lieu of any other warranty, expressed or implied, including, but not limited to, any implied warranty of merchantability or fitness for a particular purpose, and the remedies set forth in such warranty will be the only remedies available to any person with respect to such new motor vehicle or motor vehicle chassis. No warranties, expressed or implied, are made by the dealer with respect to used motor vehicles or motor vehicle chassis furnished hereunder except as may be expressed in writing by the dealer for such used motor vehicle or motor vehicle chassis, which warranty, if so expressed in writing, is incorporated here- in and made a part hereof. 8. In case the car covered by this order is a used car, no warranty or representation is made as to the extent such car has been used, regardless of the mileage shown on the speedometer of said used car. 9. The Owner Service Certificate issued for the car mold hereunder describes the procedure for obtaining warranty service from us or, when touring, from other authorized dealers. 10. In the event that the transaction referred to in this order is not a cash transaction, the purchaser herein, before or at the time of delivery of the car ordered, and in accordance with the terms and conditions of payments indicated on the front of this order, will execute a chattel mortgage, conditional sales contract, or such other form of agreement as may be indicated on the front of this order. 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 0`11HER BIDDER, COASPETITOR OR POTE\TIAL COMPETER; (c) NO ATTEMPT HAS OR WILL BE MADE TO INDUCE ANY OTHER PERSON, PARTNERSHIP OR CORPORATION TO SUBMtIT OR NOT TO SUBIMIT A BID OR PROPOSAL; (d) THE PERSON SIGNING THE BID OR PROPOSAL CERTIFIES THAT FE HAS FULLY IIFORMED HIMSELF REGARDING THE ACCURACY OF THE STAT01WrS CONTAINED IN TRIS CERTIFICATION AND UNDER THE PENALTIES OF PERJURY AFFIW.S T -HE TRUTH THEREOF, SUCH PENALTIES BEING APPLICABLE TO THE BIDDER AS hIELL AS TO THE PERSON SIGNING IN ITS BEHALF; (e) THAT /ATTACHED HERETO (IF A CORPORATE BIDDER) IS A CERTIFIED COPY OF THE RESOLUTION AUTHORIZING THE EXECUTION OF THE CERTIFICATE BY THE SIGNATOR OF THIS BID OR PROPOSAL IN BEHALF OF THE CORPORATE BIDDER. RESOLVED THAT: Richard F. Mullen, Jr. (Name of Officer) AUTHORIZED TO SIGN AND SUBMIT T-rM BID OR PROPOSAL OF THIS CORPORATION FOR THE FOLLOWING PROJECT. Two (2) New 1975 D-100 Dodge Pick Up trucks (Described pzoject) AND TO INCLUDE IN SUCH BID OR PROPOSAL THE CERTIFICATE AS TO NON -COLLUSION R13QUIRED BY SECTION 103-4 OF TY.E GENERAL MUNICIPAL LAW AS THE ACT AND DEED OF SUCH CORPORATION AND FOR ANY INACCURACIES OR MISSTATEMENTS IN SUCH CERTI- FICATE THIS CORPORATE BIDDER SHALL BE LIABLE UNDER THE PENALTIES OF PERJURY, THE FOREGOING IS A TRUE AND CORRECT COPY OF THE RESOLUTION ADOPTED BY MULLEN MOTORS, INC . CORPORATION AT A MELTING OF ITS BOARD OF DIRECTORS HELD ON THE 31at DAY OF Ja,wary19 75 . Se rets NON -COLLUSIVE CERTIFICATION.?uFZUANT 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 the best certifies as to its own organizations, under penalty of perjury, of his knowledge and belief: (1) The prices of this bid bn o been arrived ator tic pepurpdently without ose of restricting usion, consultation, communications, , e� 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 c1isclosed by the bidder and will not knowingly be disclosed by the bidder prior to openin, directly or indirectly, to any other bidder or to any competitor; (3) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting compictition. CERTIFIED BT r Richard Mullen, Jr. Vice-President/Secretary MULLEN MOTORS, INC. EAST'MAIN STREET SOUTHOLD, N. Y. 11971 ;AYMOND C. DEAN Superintendent i� j�utt� Prparinirni Zofran of Southalb prrunit, C_ �0_ 11958 Southold Town Highway Dept. Tei. 765.3140 734-5211 2 D100 - Dodge Pickup Truck (OR EQUAL) "Slant 6" - 6 cylinder engine (reg gas) 131" W. B. 8' Sweptline body Heavy Duty 11" clutch 3 speed manual transmission Oil pressure gauge 6100 G.V.W. pkg. Front axle 3300 lb. capacity Rear axle 3600 lb. capacity Electronic Ignition Front Disc brakes. Rear Drum type brakes Service w/dual master cylinder self adjusting & warbing light (5) G.78 - 15 - 4 ply tires 22 gal frame mounted fuel tank Shock absorbessfront & rear Dual rear view outside Mtd. mirrors Underslung tire carrier Color - Light Blue w/white cab top. . 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 TWO (2) New D - 100 Dodge Pickup -Trucks (OR EQUAL) (SEE ATTACHED SPECIFICATIONS) (Set forth herein or attach detail specifications upon which bids were based) entered into thisllth day of July , 1975, between the Town Superintendent of Highways of the Town of Southold in the County of Suffolk New York, and Mullen Motors Inc. the Vendor, whose principal office is located at: East Main Street, Southold, New York 11971 . U. Aa ress for a total price of EIGHT THOUSAND ONE HUNDRED THIRTY-TRREE AND 90100-- Dollars (_ 8,133.90 ). 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_ publicadvertisement 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 June 10 19The resolution further directed that when this contract has been signed by the Town Superintendent of Highways, the Vendor or is 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) 1962 International Pickup $ 250.00 One (1) 1970 International Pickup 949.00 (2) By payment from current appropriations (3) By payment from proceeds of obligations 6,934.90 TOTAL $ $133.90 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 saidequipment 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 '365 days and that it will be delivered in first class condition at Southold Town Highway Dept., Peconic Lane, Peconic, New York not later than the 15thday of September '1975 - 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 subscqucnt 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 be is a member, partner, director or officer sball 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 be is the only intermediary between the manufacturer and the purchaser. This contractcomprises the entire contract between the parties and supersedes any and all other agreements respecting the prop- erty herein described. Town Superintendent of Higbways By APPROVED: Its County Superintendent of Higbways (Vendor) (Indicate whether officer or agent) 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 county superintendent 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 WITH THE STATE COMPTROLLER. "Sqg ested Form of Resolution For Town Highway Equipment Purchases Exceeding $1,000 Resolution bp (Town Councilman) ............. J5..1Q............................................................................... Seconded by (J (Town Councilman) +T.�i 'i...�� F.......................................................................... Whereas, the Town Superintendent of Highways did, on the „ 1Q},_,,,,,,,, day of,,.,,,,,,,,J=e,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 19 75, duly recommend the purchase of certain equipment pursuant to the provisions of'Section 142 of the Highway Law, . Now, Therefore, Be It Resolved that pursuant to Section 142 of the Highway Law the Town Superintendent of High- ways is hereby authorized to purchase, in accordance with the provisions of Article 5-A of the General Municipal Law, with the approval of the County Superintendent of Highways, the following: ......................................................................................... ...................................................................................................................................................................................................................... ............................................... (SEE„ ATTACHED SPEQIF � '�Q TS........................................................................................... ...................................................................................................................................................................................................................... for a maximum price of EIGHT THOUSAND 0NF•,i,.�jT RFX..Tff, F..AND..9U,�7D.0..---------------.--Dollars ........ ($ . J..33,.9Q............. ), delivered at ...S.Ruthold..Tawn..Highway...D:ep#...,...P-econic...Lane,..Pecani-a............--- , N. Y., and to be delivered on or about .......September 15s... ................... 19 ...75 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 $ !.%!99.nQ0 ....................... ? ...(.7. ...7,X62.. texxlat�.nma1...-..TWO..HIJNDREII..EIF.'1'Y. DfCLEARS... ($250_W)........................................... One (1) 1970 International - NINE HUNDRED FORTY-NINE DOLLARS ...($9! 9.,, 0) ............................. ................................................................................................... A contract for the item(s) purchased shall be duly executed in triplicate between the Town Superintendent of Highways and such vendor, and when approved by the County Superintendent of Highways, it shall become effective. When the con- tract has been executed and approved, and upon delivery of the item(s) purchased, the supervisor shall pay the following amounts as specified: (1) $ 6,,93A,•9.Q,•„_,.,,,-,-,• from current appropriations (Item 3) (2) j .................................. from the proceeds of obligations issued pursuant to the Local Finance Law. (Issuance o/ such obligations will be authorized by a separate resolution.) Voteof Town Board ' (Aye) () .Albert ..M....MartoCChi..a........................................................................ ........................... Supervisor f justice of Peace Vote of Town Board (Aye) OW) ..Louis Demarest 1 justice of Peace Vote of Town Board ............ (Aye) ) .-Martill..Suter.................................................................. { Vote of Town Board ............ (Aye) (`) ..James RiC21�..Jz•...................................................................���e Town Councilman Vote of Town Board(A e Y) ('� ) James Homan .................................................................................................... { Town Councilman Type or write in names o/ Town Board members and indicate horn 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.) Lni�,zt of � niifhul� ��lecmtic,_ a�. 11955 RAYMOND C. DEP.;. 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 lowest responsible bidder, 10,000 sq. yds. of Cationic Slurry Seal Type II, more or less as may be needed, for resurfacing of Town Highways. Vote of Town Board: Supervisor Albert M. Martocchia Justice Louis Demarest Justice Martin Suter Councilman James H. Rich Councilman James F. Homan Dated: August 26, 1975 �Yes Yes3 No (Yes) (No) (Yes) (No) (Yes) (No) Town Clerk, Town of Southold Tel. 765-314 734-521 tttettxmt CIR (` afun of saut4olb Fecooic, �K. V- 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, as much as needed, Cationic Slurry Seal Type II. 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: August 12, 1975 Town Clerk, Town of Southold Tel. 765-3140 734-5211 r ` ofun of "Sant4alb Peranir,__ t 95S RAYMOND C. DEAN Tel. 765-3149 Superintendent 734-5211 NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the purchase of Cationic Slurry Seal Type II, as much as may be needed: Specifications for the above may be obtained at the Office of the Sup't of Highways. 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 11:00 A.M., September 4, 1975, at which time they will be opened and read aloud in public. The Sup't of Highways reserves the right to reject any and all bids and to waive any and all informality in any bid, should it be deemed to be in the best interest of the Town of Southold, to do so. All bids must be signed and sealed in envelopes plainly marked (Bid on ) to the Office of the Sup't of Highways. The bid price shall not include any Tax, Federal, State or Local, from which the Town of Southold, is exempt. Dated: August 12, 1975 RAYMOND C. DEAN Supt of Highways JU. 'N. 9.... ---t S., -9-- 647 SOUTH 9th STREET, NEW HYDE PARK, N.Y. 11040 * 43? -9394- 997-3210 Sept -4, 1975 Office of the Supt. Of Highways Town of Southold Peconic Lane. Peconic, Nev York 11958 The following unit. price is submitted for at of Cationic Slurry Seal,applied. w _ ,S ..�:. Per Sq.Yd. I so certify as to the above: (Name of' Bidder Signature Title NON -COLLUSIVE BIDDING GE�UIF ICATION 1W submissi.on of this bid or proposal, the bidder certifies Chat: (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 Icnowin�;ly disclosed, prior to the opening of bids or proposals for this project, to any other bidder, competitor or potentials competitor: (c) No attempt has been or will be made to induce any other person, partnership or corporation to submit or not to submit a bid or proposal: (d) The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification and under the penalties of perjury affirms the truth thereof, such penalties being applicable to the bidder as well as the person signing in its behalf: (e) That attached hereto (if a corporate bidder) is a certified copy of the resolution autho- rizing the execution of this certificate by the signator of this bid or proposal in behalf of the corporate bidder.. Resolved that M, e AA e ,- Ge,►be (Name of Officer) authorized to sign and submit the bid or proposal of this corpora- tion for the following project. Application of; Cationic Slurry Seal Type IT Town of Southol(l, X.Y. (Described Project) and to include in such bid or proposal the certificate as to non- collusion required by section one hundred three -d of the General itunicipal Law as the act and deed of such corporation and for any inaccuracies or misstatements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is a true and correct copy of the resolution adopted by 1h Os .A1y <'I .W*, Al N Sv mss,, Z&C__corporation at a meeting of its board of directors held on the day of SQL,=1�.�3 . 19 ?S' . '\Seal of Corporation) (SECREiAR%) �1b0�• ✓�.gattttott areal SOW, Ac. 997-321 647 SOUTH 9th STREET, NEW HYDE PARK, N.Y. 11040 • 467990 SPECIFICATIONS FOR CATIONIC SLURRY SEAL TYPE II 1. SCOPE The work covered by this specification consists of furnishing all plant, labor, equipment and materials in performing all operations necessary in connection with the application of a slurry seal sur- face on the designated surface, in complete and strict accordance with the specification. 2. APPLICABLB SPECIFICATIONS The materials used in the composition of the slurry seal surface shall be in accordance with the following specifications and shall pass the necessary testing procedures as follows; TEST METHODS FOR AGGREGATE AND MINERAL FILLER AASHO T2-60 Sampling Stone AASHO T27-60 Sieve analysis of fine or coarse aggregage AASHO T11-60 Amount of material finer than 200 sieve AASHO T176-•56 Sand equivalent test AASHO T 84-60 Specific Gravity and absorption of fine aggregate AASHO T19-56 Unit weight of aggregate ASSHO T96-60 Abrasion of coarse aggregate AASHO T127-60 Sampling hydraulic cement AASHO T37-56 Sieve analysu+s of mineral filler AASHO T104-56 Soundness of aggreagate by use of sodium sulphate or magnesium sulphate. TEST METHODS FOR ASPHALT R(`ULSIONS AASHO T40-56 Sampling bituminous material AASAO T59-60 Testing emulsified asphalts AASHO T182-57 Stripping test for bituminous mixtures AASHO T59A Positive particle charge test must show positive AASHO T59 Cement mixing test TEST METHODS FOR BITUMINOUS SLURRY SURFACES PAGE 2 AASHO T164-60 Bitumen content of paving mixture AASHO T30-55 Mechanical analysis of extracted aggregate SPECIFICATIONS FOR MINERAL FILLER ASTM D242-64 Mineral fillers for bituminous glixture At the discretion of the Contracting Officer, any of the material used in the Slurry Surface may be tested according to the above procedures. 3. SPECIFICATIONS FOR ASPHALT EMULSIOSS USED IN SLURRY SEAL SURFACES The asphalt emulsion shall conform to the requirements of a cationic quick set emulsion, type CSS -1h. This emulsion shall pass the positive particle test for Cationic emulsions and shall show a PH factor of 6.5. The Cationic Quick Setting Emulsiou shall show a positive break and resistance to rain in 1 to 2 hours. The contractor shall furdish a certified statement from the emulsion manufacturer giving analysis of the base asphalt used in the manufacture of the emulsion. The statement shall also certify that the material represented is a true Cationic Quick Set emulsion passing all above testing procedures. 4. AGGREGATE The mineral aggregate shall consist of natural or manufactured slag or crushed stone. The aggregate shall be clean and free from vegetable matter and other deleterious substances. When tested by AASHO T1761 the aggregate blend shall have a sand equivalent of not less than 45. Mineril fillers such as Portland Cement, Limestone Dust, Fly Ash and others shall be considered as part of the blended aggregate and shall be used in minimum required amounts. They shall meet the gradation requirements of ASTM D242-64. Mineral fillers shall only be used if needed to improve the workability of the mix or the gradation of the aggregate. PAGE 3 The compined mineral aggregate shall. conform to the following gradation when tested by the previously mentioned test. Type II $ *eve -eine Percent Passim 3/8 100 #4 98-100 #8 65-90 #16 45-70 #30 35-50 #50 18-35 #100 10-21 #200 5-15 Theoretical Asphalt Content % Dry aggregate 7.5-13.5 5. WATER All water used with the slurry mixture shall be potable and free from harmful soluble salts. 6. LABORATORY TESTING Sources of all materials shall be selected prior to the time the materials are required for use in the work. All samples shall be taken according to procedures previously mentioned. All materials shall be pretested in a qualified laboratory as to their suitability for use in slurry. The theoretical asphalt content shall be determined. The laboratory shall also determine if a mineral filler is required and if so, how much should be used. Test samples shall be made and tested on a Wet Track Abrasion Machine. A complet laboratory analysis and test report accompanied by abraded and unabraded slurry test samples, shall be submitted by the contractor before the job stats. PAGE 4 At least three (3) days prior to the start of Slurry Application a Job -mix formula for the Slurry mixture shall be submitted to the Contracting Officer for approval. No Slurry shall be applied until such approval is received in writing from the Contracting Officer. THE JOB MIX -FMMLA SKAIL I.CLUDE KE FOLLOWING: 1. Sieve Analysis of Aggregate used. 2. % of Mineral Filler. 3• % of Water. 4. % of Asphalt Emulaion. 5. Unit wieght of Dry Aggregate in lbs./cu. ft. loose and compacted. 6. Sample mixes should be evaluated by acceptable testing procedures as to their setting time, mixing characteristics, resistance to rain and abrasion. The results of the wet track abrasion should also be included in this report. 7. Obbkrved effects of moisture content on the specific weights of the test aggregate. 7• STOCKPILING OF AGGREGATE Precautions shall be taken to insure that stockpiles do not become contaminated with oversized rock, clay, silt or excessive amounts of moisture. The stockpile shall be kept in areas that drain readily. Segregation of the aggregate shall not be permitted. 8. STORAGE T�e.,Contraetor shall provide suitable storage facilities for the asphalt emulsion. The container shall be equipped to prevent water from entering the emulsion. Suitable heat shall be provided if necessary to prevent freezing. 9. SAMPLING Samples of materials and of the finished slurry surface shall be furnished by the Contractor as directed by the Engineer (or Contracting PAGE 5 Officer) during the progress of the work. Test reports may be requested from the Contractor as additional materials arrive. 10. EQUIPMENT All equipment , tools and machines used in the performance of this work shall be maintained in satisfactory working order at all times. Descrip- tive information on the slurry mixing equipment and applying equipment to be used shall be submitted for approval not less than 5 days before the work starts. A. SLURRY MIXING EQUIPMENT _ The slurry mixing machine shall be a cont- inuous ont- inuous flow mixing unit and be capable of delivering accurately a pre- determined proportion of aggregate, water and asphalt emulsion to the mixing chamber and to discharge the thoroughly mixed product on a continr uous basis. The aggregate shall be prewetted just prior to mixing with the emulsion. The mixing unit of the mixing chamber shall be capable of thor- oughly blending all ingredients together. No violent mixing shall be per- mitted. The mixing machine shall be equipped with an approved fines feeder that provides an accurate metering device or method to introduce a predetermined proportion of mineral filler into the mixer at the same time and location that the aggregate is fed. The fines feeder shall be used whenever added mineral filler is a part of the aggregate blend. The mixing machine shall be equipped with a water pressure system and fog type spray bar, adequate for the complete fogging of the surface preceding spreading equipment with a maximum application of 0.05 gallons per sq. yd. Sufficient machine storage capacity to mix properly and apply a minimum of ; eight tons of slurry shall be provided. 11. SLURRY SPREADING EQUIPMENT Attached to the mixing machine shall be a mechanical type squeegee dist- ributer equipped with flexible material in contact with the surface to PAGE 6 prevent loss of slurry from the distributer. It shall be maintained so as to prevent loss of slurry on varying grades and crown by adjustments to ass- ure uniform spread. The box shall be kept clean, and build up of asphalt and aggregate on the box shall not be permitted. 12. CLEANING EQUIPMENT Power brooms, power blowers, air compressors, water flushing equipment and hand brooms shall be suitable for craning the surface and cracks of the old surface. 13• AUXILIARY EQUIPMENT Rand squeegees, shovels and other equipment shall be provided as necessary to perform work. 14. PREPARATION OF SURFACE Immediately prior to the application of the slurry, the surface shall be cleaned of all loose material, silt spots, vegetation and other objection- able material. Any standard cleaning method will be accepted except water flushing will not be permitted in areas where considerable cracks are pre- sent in the pavement surface. A tack coat of 4 parts water, 1 part Cationic emulsion shall be applied to all concrete surfaces prior to the application of the slurry seal. This shall be applied at air temperature and allowed to dry before starting the slurry operation. 15. COMPOSITION AND RATE OF APPLICATION OF THE SLURRY MIX The amount of asphalt emulsion to be blended with the aggregate shall be that as determined by the laboratory report after final adjustments in the field. A minimum amount of water shall be added as necessary to obtain a fluid homogeneous mixture. The rate of application shall be a minimum of 10 lbs. but not greater than 15 lbs. of aggregate per sq. yds. The engin- eer shall give final approval to the design and rate of application used. 16. WEATHER The slurry seal surface shall not be applied if the pavement or the air PAGE 7 tempture is SSF• or below and falling, but may be applied when both the air and pavement temp. is 45 F. or above and rising. The mixture should not be applied if high relative humidity prolongs the curing time beyond a reasonable amount. 17. TRAFFIC CONTROL Suitable methods such as barricades, flagmen, pilot cars etc., shall be used to protect the uncgred slurry surface from all types of traffic. Any damage to the uncured slurry will be the responsibility,.of the contractor. The Engineer or Contracting Officer shall give final ap- proval of the method used. If damage occurs where suitable means have been made to protect the uncured slurry, violators will be prosecuted and the contractor will be reimbursed for the damages. 18. APPLICATION OF THE SLURRY SURFACE A. General - The surface shall be fogged with water directly preceding the spreader. The slurry mixture shall be of the desired consistency when desposited on the surface and no additional elements shall be added. Total time of mixing shall not exceed four minutes. A sufficient amount of slurry shall be kept in all parts of the spreader at all times so that complete coverage is obtained. No lumping, balling or unmixed aggregate shall be permitted. No segregation of the emulsion and the aggregate fines from the coarse aggregate shall be permitted. If the coarse aggregate settles to the bottom of the mix, the slurry will be removed from the pavement. No execessive breaking of the emulsion in the spreader box will be permitted. No steakes such as feft by over sized aggregate shall be left in the finished pavement. B. Joints - No excessive build up nor unsightly appearance shall be per- mitted on longitudinal or transverse joints. - I PAGE 8 C. Handwork - Approved squeegees shall be used to spread ,slurry in the areas not accessible to the slurry mixer. Care will be exercised in leaving no unsightly appearance from hand work. D. Curing - Treated areas will be permitted to cure until lush time as the engineer permits their opening to traffic. 19. The slurry seal shall be measured and paid for by the square yard ( or foot ) completed and accepted as designated by the Engineer or Con- tracting Officer. 20. QUALIFICATIONS OF THE BIDDING CONTRACTOR The contractor must show evidence in his bid of at least one year's experience with Cationic Slurry Seal and list a minimum of five fS) successful Cationic Slurry Seal Type IIprojects, using slag or traprocl�, completed within the last year. CATIONIC TYPE II SLURRY SEAL PROJECTS 1. 2. 3• 4. 5. No bidder will be a supplier of any of i.he materials used in these specifications. r p0haq;Plevartrajent Tntun of �0401h Ferouir, X. -f. 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: Reflectorized traffic control materials, sign faces reflective sheeting, vacuum applicator (Val - 6) HSRA 36" as per attached specifications. Please submit Traffic Control Products Catalogue. 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) Qouncilman James Homan (Yes) (No) Dated: January 28, 1975 Town Clerk: Town of Southold Tel. 765-3140 734-5211 RAYMOND C. DEAN Superintendent Tafun of �*Vut4vta Perone, Y. 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: Reflectorized traffic control materials, sign faces, reflective sheeting, vacuum applicator (Val -6) HSRA 36" as per attached specifications. Please submit Traffic Control Products Catalogue. Specifications for the above maybe obtained at the Office of the Sup't of Highways, Peconic, New York. The sealed bids, in duplicate, together with a non -collusive certificate, will be received by the Sup't of Highways of the Town of Southold, at his office, Peconic, N.Y., until 11.00 A.M. February 14, 1975 at which time they will be opened and read aloud in public. A11 bids must be signed and sealed in envelopes plainly marked (Bid on ) to the office of the Supt of Highways. The Sup't of Highways reserves the right to reject any and all bids and to waive any and all informality in any bid, should it be deemed to be in the best interest of the Town of Southold, to do so. The bid price shall not include any Federal, State or Local Tax, from which the Town of Southold, is exempt. Dated: January 28, 1975 RAYMOND C. DEAN Sup't of Highways Tel. 765-3140 734.5211 RAYMOND C. DEAN Superintendent Pis" Ca Cohm Vf *A01b 119carfic, X 1.11958. J�ccjgww• �Ii• H' 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: Reflectorized traffic control materials, sign faces, reflective sheeting, vacuum applicator (Val --6) HSR& 36" as per attached specifications. Please submit Traffic Control Products Catalogue., Tel. 7111.3140 734.6211 Specifications for the above maybe obtained at the Office of the G� .Sup't of Highways, Peconic, New York.' The sealed bids, in duplicate, together with a non -collusive ' certificate, will be received by the Supt of Highways of the c Town of Southold, at his office, Peconic, N.Y., until 11:00 P.M. February 14, 1975 at which time they will be opened and read aloud in public. A11 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: January 28, 1975 RAYNM C. DEAN Sup't of Highways e,-,CCe GGet- e�. HIGHWAY DEPARTMENT Town of Southold Peconic, N.Y. 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: Reflectorized traffic control materials, sign faces, reflective sheeting, vacuum applicator (Val -6) HSRA 36" as per at- tached specifications. Please submit Traffic Control Products Catalogue. Specifications for the above maybe obtained at the Office of the Sup't of Highways, Peconic, New York. The sealed bids, in duplicate, together with a non -collusive cer- tificate, will be received by the Sup't of Highways of the Town of Southold, at his office, Peconic, N.Y., until 11:00 a.m. February 14, 1975 at which time they will be opened and read aloud in public. All bids must be signed and sealed in envelopes plainly mark- ed (Bid on ----) to the office of the Sup't of Highways. The Sup't of Highways re- serves the right to reject any and all bids and to waive any and all informality in any bid, should it be deemed to be in the best interest of the Town of Southold, to do so. The bid price shall not include any Federal, State or Local Tax, from which the Town of Southold, is exempt. Dated: January 28, 1975 RAYMOND C. DEAN Sup't of Highways 1T-2/6 COUNTY OF SUFFOLK STATE OF NEW YORK Sherley Katz, being duly sworn, says that she is an Editor, of THE LONG ISLAND TRAVELER - MATTITUCK WATCHMAN, a public newspaper printed at Southold, in Suffolk County; and that the notice of which the annexed is a printed copy, has been published in said Long Island Trove ler-Mattituck Watchman once each l week for.............................,� ` weep, successively, commencing on the ' �= z— day of ........::.. G... C{ :................ ................................ ...........I.............. ............... Sworn to before me this ........................ day of : c. • . �l.s...... 197n. � Notary Public .�, 197 �✓ 3CMUMPANY GENERAL OFFICES • 3M CENTER • SAINT PAUL, MINNESOTA 55901 • TEL. (612) 733-1110 Prt)dOckS 111vi510n February 10, 1975 Town of Southold Highway Department Southold, N. Y. 11958 Attn: Mr. Raymond C. Dean Superintendent of Highways Re: Annual "BID PROPOSAL -PRICE CONTRACT" For Traffic Sign Materials Gentlemen: Enclosed are two copies of our annual "BID PROPOSAL -PRICE CONTRACT" as requested .io your notice to bidders dated January 20, 1975. If you should determine our proposal to be acceptable, kindly date and sign one copy of the proposal page and return to ray attention. A firm price contract will be in effect for the period from date of award through six months. We would be happy to answer any questions you may have regarding our proposal. Yours very truly, V. J. Voves Administrator of government Bids and Contracts VJV/dk Enc I. MINNESOTA MINING AND MANUFACTURING COMPANY' RAYMOND C. DEAN Superintendent Tofun of oSoutholb Pconie, CN. 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: Reflectorized traffic control materials, sign faces, reflective sheeting, vacuum applicator (Val -6) HSRA 36t1 as per atuached specifications. Please submit Traffic Control Products Catalogue. Speci-rications for the above maybe obtained at the Office of the Sup't of Highways, Peconic, New York. The sealed bids, in duplicate, together with a non -collusive certificate, will be received by the Supt of Highways of the Town of Southold, at his office, Peconic, N.Y., until 11:00 A.M. February 14, 1975 at which time they will be opened and read aloud in public. .All bids must be signed and sealed in envelopes plainly marked (Bid on ) to the office of the Supt of 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: January 28, 1975 RAYMOND C. DEAN Sup't of Highways Tel. 765-3140 734.5211 v 3MCUMPANY GENERAL OFFICES • 3M CENTER • SAINT PAUL, MINNESOTA 55101 • TEL. (612) 733-1110 Traffic Control Products Division February 14, 1975 Town of Southold Highway Department Peconic, N. Y. 11958 Attn: Raymond C. Dean Superintendent of Highways Re: Bid on Traffic Control Materials Opening: February 14, 1975 - 11:00 A.M. Gentlemen: Enclosed, per the request of our representative Mr. L. Dockery, is a non -collusive bidding certification in connection with our "BID PROPOSAL -PRICE CONTRACT" opened February 14, 1975. If our "BID PROPOSAL -PRICE CONTRACT" is acceptable, please sign and date a copy of the proposal page and return to my attention. Very truly yours, -7 � l V. � Voves Administrator of government Bids and Contracts VJV/dk Enc I. MINNESOTA MI N I N G AND MANUFACTURINGCOMPANY NON -COLLUSIVE BIDDING CERTIFICATION ` (a) By submission of this bid, each bidder and each person signing on behalf of any b:iddei 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 pur- pose of restricting competition as to any matter relating to such prices with any other bidder ow with any competitor; (2) Unless otherw)_se required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bid- der and wz.11 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 matte or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. The bidder affirms the above statement as true under the penal- ties of perjury. Signatufe and title of bidder V. J. Voves Administrator d Government Bids & Contracts CORPORATE AFFIDAVIT M I NWSOTA STATE OF 4&W1&tii X ) ss: COUNTY OF "WinEY ) V. J. Voves , being duly sworn, Administretur of says: I am the,;ov't, Qai¢y, & Contrmts of MINN. MININ3 6 MF.3. X. the above named Corporation, whose name is subscrib d to and which executed , ^en'tor at St. Rmil, "ir.ns,otL4 in the forgoing bid. I reside the , State of M i nnesota I have knowledge of the several matters therein stated, and they are in all respects true. Subscribed and sworn to before me this 14th day of February 197 5 i otary Public NW'A( i" F Ali, tV1 EF?f" RN, F'aKota County. Minn, ri c� spire3 Nova 21 1971 Signa ure of person who signed bid V. J. Voves Administrator of Government Bids & Contracts New York Bid Number dated 1-28 _ Bid Opens 2-14-75 ;1:00 AM Date Bid Sent 2-10-75 QUANTITY I SIZE ` L. Docker - Home Olson T LY -227 A. P. Flynn - H. Delaney - 224 - DESCRIPTION WE 810 TRAFFIC CONTROL PRODUCTS .3ONTRACT - 6 monslhs from dale of ijward DELIVERED I TOTAL UNIT PRICE ESTIMAJED TOTAL 1$3,000.00 Bid -Deposit I Remarks: The Bid Specified: 6 months contract All TCP items & VAL-6 Terms: Net 30 days. Shipment Promised w i Th 1 n 50 days after receipt of order. Bid Prepered By _ D. J. Johnson Bid Checked By Bid Sipped By V. J. Voves dk r m 3 cOMPAHY GENERAL OFFICES • 3M CENTER • SAINT PAUL, MINNESOTA 55101 • TEL. (612) 733-1110 Traffic Control Products Division February 10, 1975 Town of Southold Highway Department Southold, N. Y. 11958 Attn: Mr. Raymond C. Dean Superintendent of Highways Re: Annual "BID PROPOSAL -PRICE CONTRACT" For Traffic Sign Materials Gentlemen: Enclosed are two copies of our annual "BID PROPOSAL -PRICE CONTRACT" as requested .ia your notice to bidders dated January 20, 1975. If you should determine our proposal to be acceptable, kindly date and sign one copy of the proposal page and return to my attention. A firm price contract will be in effect for the period from date of award through six months. We would be happy to answer any questions you may have regarding our proposal. Yours very truly, V. f Voves Administrator of Government Bids and Contracts VJV/dk Enc I. MINNESOTA MINING AND MANUFACTURING COMPANY t Tofun n# �*Vnthvld Fecnnir, �N. _ X958 RAYMOND C. DEAN Superintendent NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the purchase of the following items, more or less, as may be needed: Refleetorized traffic control materials, sign faces, reflective sheeting, vacuum applicator (Val -6) HSRA 36" as per attached specifications. Please submit Traffic Control Products Catalogue. Specifications for the above maybe obtained at the Office of the Suptt of Highways, Peconic, New York. The sealed bids, in duplicate, together with a non -collusive certificate, will be received by the Supt of Highways of the Town of Southold, at his office, Peconic, N.Y., until 11:00.A.M. February 14, 1975 at which time they will be opened and read aloud in public. All bids must be signed and sealed in envelopes plainly marked (Bid on ) to the office of the Supt of 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: January 28, 1975 RAYMOND C. DEAN Supt of Highways Tc I. 765 - 3140 734-5211 ,. i'At Orf" CE_ - _1. LNrrR ';j'r HAU- ti::rll5 u'4t_`?J1 TEL. '16121 r E' , AL - r ?' Ck M : k!'4FSG? n i . --iN ' ;AANUFA_,.TUq 1 h } . !}Mr`P,^t ;' . `W,t ,•# ITER , Sl t17F. i ..J lie Ntl 3v UAYS: UtLIVLRY: 20 - bO DAYS AFTER RECEIPT OF ORDER. F.O.B. DESTINAT' V.N (1his proposed conrract covers ONLY those items marked "X". You will note othor product price pages are attached to our standard proposal. Disregard any ilems you do NOT wisly in this contract or indicate with an "X't in the proper box i -nose items you want to add.j . . . . . . . . . . . . . . . . . . . . PROPOSAL . . . . . . . . . . # . . . . . . . . . X "SCGTCHLITE" BRAND REFLECTIVE SHEETING, ENGiNEcR AND HIGH (Sec Attach", nt "A") INTENSITY GRADE X 2. "SCOTCHCAL" BRAND FILM (See Artachmeny 410) „x 3. "SCGTCHL I TE" BRAND REFLECTIVE SHEET i W.,, EW I NEER AND H i GH ( See Attachment "C's) INTENSITY GRADES AND "SCOTCHCAL" BRAND CUT-OUT LETTERS, 1RAFFIC AND STREET NAME SIGN FACES AND ALLIED ITEMS X 4. "SCOTCH -LANE" BRAND PAVEMENT STRIPING TAPE (See Attachment "0") x 5. " COD 1 T", AND `' SCOTCHL 1 TE" BRAND REFLECT i VE LIQUID; "SCOTCH- ( See Alt s,.:bnen1 "Ell) LiTC" AND "SCOTCHCAL" BRAND PROCESS COLORS X 6. "SCUTCHL I TE'' BRAND REFLECTIVE DELINEATORS ( See AT T achrr.E,nt 'IF") X 7. "GREEN LITE" BRAND STRIPING POWDER (3ee Aty-achment "G") ._X._ S. "CENTERL I TE" BRAND REFLECTIVE COMPOUND (See Attac hnArnt "H"; X 9. "SCOTCHLITEll BRAND APPLICATOR PARTS LIST (Secs AttHchmont "I",, X 10. "SCOTCNLITEi' BRAND REFLECTIVE SHEETING, ;m34 INTENSITY GRADE (See A01"achmenT "J") DEM-OLINTABLE AND UNKUNTED CHARACTERS X 11. "SUpERBRITE" BRAND BISYMMETR1C BONDING GLASS SPHERES (See Attachment "K"i If your order rx contract is received by March 18, 1975 the pr Ices 4oted herein wilt be held firm for the life of the contract. One copy (this page only) of your signed acceptance of this proposal should be sent tu: V. J. Moves - Fldg. 224-62, 3M Company, 3-M Center, St. Paul, Minneszi-a 55101 to validate I h i s contract. ! ;orders should be sent to our office located at: 3M CcTpany, 3M Cen'c`s-, St. Paul, M;Ane: w 55101; Attn. rK;.FF I C C-,NTR'JL PRODUCTS DIVISION - SLUG. 224-62 - ORDER DE► ARTiwiEN"1 ALCEPTANC>E : TOWN OF SOUTHOLD, NEW YORK MINNESOTA MINING AND MANUFACTURING COPUP =,NY E; V. J- Voves Administrator of Government Bids DaTe February 10, 1975 MINNESOTA MINING AND MANUFACTURING COMPANY MINNESITA MINING AjQ MANUFACTURING COMPANY "SCOTCHLITE" Brand VAL-6 Heat Lamp Vacuum Applicator with TC -3 Temperature Controller Size 3 ft. x 4 ft. Net Unit Price $1,743.92 each "3tA" Brand 36" Hand Squeeze Roll Applicator Code H.S.R.A. - 36 Net Unit Price $336.50 each February 14, 1975 @ 11:00 Bid on Reflective Traffic Materials 3 M Center i0 3CMOMPANY GENERAL OFFICES • 3M CENTER • SAINT PAUL, MINNESOTA55101 -TEL. (6121 733-1110 8ID PROPOSAL - PRICE CONTRACT Proposal of MINNESOTA MINING AND MANUFACTURING COMPANY. 3M CFMTER, ST. PAUL, MINNESOTA for TOWN OF SOUTHOLD, NEW YORK c,;ver(ng the products listed below, for a CONTRACT PERIOD OF SIX MONTHS FROM DATE_ AW RD _ TERMS: NET 30 DAYS: DELIVERY: 20 - 60 DAYS AFTER RECEIPT OF ORDER, F.O.B. DESiITTi'N . (This proposed contract covers ONLY those items marked "X". You will note other product price pages are attached to our standard proposal. Disregard any Items you do not wish in this contract or indicate with an "X'" in the proper box inose items you want to add.) . . . . . . . . . . . . . . PROPOSAL . . . . . . . . . . . . . . . . . . . "SCOTCHLITE" BRAND REFLECTIVE SHEETING, ENGINEER AND HIGH (Soo Attachment "A" INTENSITY GRADE "SCOTCHCAL" BRAND FILM k5ee Attachment "B") 'I SCOTCHLITE" BRANC REFLECTIVE SHEETING, ENGINEER AND HIGH (See Attachment "C") INTENSITY GRADES AND "SCOTCHCAL" BRAND CUT-OUT LETTERS, "I"; X iO. "SCOTCHLITE" BRAND TRAFFIC AND STREET NAME SIGN FACES AND ALLIED ITEMS GRADE (See Attachment "J") "SCOTCH -LANE" BRAND PAVEMENT STRIPING Tr,PE (See Attacnmor.1 "C," � „COD I T" AND "SCOTCHL I TE" BRAND REF LECT I vE. LIQUID; "SOU i CH- ( See A'111 achmeni "E") L i TC" AND "SCOTCHCAL" BRAND PROCESS (:OLCRS order or contract is received by March 18, 1975 the pri;.es quoted herein "SCUTCHL I TE" BRAND REFLECTIVE DELINEATORS ( See fires for !-he life of "F") "GREEN LITE" BRAND STRIPING POWDER (3oe AT)achment "G") x £3. "CENTERLITE" BRAND REFLECTIVE COMPOUND (:See Attachment "'H"' X 9. "SCOTCHLITE" BRAND APPLICATOR PARTS LIST (See Attachment "I"; X iO. "SCOTCHLITE" BRAND REFLECTIVE SHEETING, HIGH INTENSITY GRADE (See Attachment "J") DEMOUNTABLE AND UNMOUNTED CHARACTERS X 11. "SUPERBRITE" BRAND BISYMMETRIC BONDING GLASS SPHERES !See ,Attachment If your order or contract is received by March 18, 1975 the pri;.es quoted herein will be hold fires for !-he life of the contract. One cope (this {gage only) of your signed acceptance of this prcposaI sYiould be Serer .ru. V. J. 'Moves - Bidg. 224-62, aid Company, 3M Center, St. Paul, iiiin{nesufa 15.5101 --o vai idate this contract. Orders should be sent to our office located at: _`M C�.-, pany, 3M Center, S Pau I, Mirrc -u 55 i C 1 ; Ar -In. TR/IFF I C CONTROL PRODUCTS DIVISION - ELDG . 2�:4-62 ORDER DEPART MEN 1 ACCEPTANCE: TOWN OF SOUTHOLD, NEW YORK -i it ie Date _ M I NNESOTA M I N I NG ANIS MANUF,AC-,UR i NG COMPANY V. J. V es Administrator- of Government Bids Date February 10, 1975 MINNESOTA (DINING AND MANUFACTURING COMPANY A ATTACHMENT "A" "SCOTCHLITE" Brand Reflective Sheeting, Engineer and High Intensity Grades (enclosed lens) in accordance with specifications for dry, solvent or heat activated adhesive and pressure sensitive adhesive submitted. All items in this attachment may be combined with all items on Attachment "B" for maximum quantity discount. MINNESOTA MINING AND MANUFACTURING COMPANY "SCOTCHLITE" BRAND REFLECTIVE SHEETING TEMPORARY LOCAL GOV'T. PRICE PAGE ROLL GOODS SEPTEMBER 15, 1974 LIST PRICES ENGINEER COMMERCIAL PROMOTIONAL EXPOSED GRADE GRADE GRADE LENS Y.*Parkway Silver -White 2270 Silver -White 2270 Yellow 2271 Red 2272 Gold 2273 Blue 2275 Green 2277 Ruby Red 2282 Orange 2284 '-*Parkway Silver -White 3270 ***Silver -White 3270 ***Yellow 3271 Red 3272 Brown 2279 Gold 3273 Imperial White 22.80 ***Blue 3275 **Lemon Yellow 2281 ***Green 3277 White 2170 *"C" Black 234 Ruby Red 3282 Brown 3279 Yellow 2171 Orange 3284 Imperial White 3280 White 3170 ***"C" Black 3285 **Lemon Yellow 3281 Yellow 3171 White 3070 *"C" White 246 SIZE 24" x 10 yds. S 96.65 $101.60 E 78.45 E 42.70 NA 1/4" x 50 yds. 6.10 6.40 NA NA NA 1/2" 10.45 10.95 NA NA NA 3/4" 14.80 15.50 NA NA NA I" 17.40 18.25 14.10 NA $ 17.90 2" 34.80 36.50 28.20 NA 35.80 3" 52.20 54.75 42.30 NA 53.70 4" 69.60 73.00 56.40 NA 71.60 5" 87.00 91.25 70.50 NA 89.50 6" x 50 yds. 104.40 109.50 84.60 NA 107.40 711 121.80 127.75 98.70 NA 125.30 8'° 139.20 146.00 112.80 NA 143.20 156.60 164.25 126.90 NA 161.10 174.00 182.50 141.00 NA 179.00 191.40 200.75 155.10 NA 196.90 12'" x 50 yds. 208.80 219.00 169.20 NA 214.80 226.20 2.37.25 183.30 NA 232.70 243.60 255.50 197.40 NA 250.60 261.00 273.75 211.50 NA 268.50 278.40 292.00 225.60 NA 286.40 295.80 310.25 239.70 NA 304.30 _9" x 50 yds. 313.20 328.50 253.80 NA 322.20 330.60 346.75 267.90 NA 340.10 348.00 365.00 282.00 NA 358.00 365.40 383.25 296.10 NA 375.90 382.80 401.50 310.20 NA 393.80 >" 400.20 419.75 324.30 NA 411.70 24" x 50 yds. 379.15 398.10 308.05 167.40 391.05 "SCOTCHLITE" BRAND REFLECTIVE SHEETING -- ROLL. GOODS Page 2 25" 435.00 456.25 352.50 NA 447.50 a 26" 452.40 474.50 366.60 NA 465.40 0 27" 469.80 492.75 380.70 NA 483.30 -- 28" 487.20 511.00 394.80 NA 501.20 N 29" 504.60 529.25 408.90 NA 519.10 .a 30" x 50 yds. 473.95 497.65 404.30 NA 488.80 0� N 31" 539.40 565.75 437.10 NA 554.90 c 32" 556.80 584.00 451.20 NA 572.80 33" 574.20 602.25 465.30 NA 590.70 34" 591.60 620.50 479.40 NA 608.60 35" 609.00 638.75 493.50 NA 626.50 � 36" x 50 yds. 568.75 597.15 462.05 251.10 586.60 < 37" 643.80 675.25 521.70 NA NA 38" 661.20 693.50 535.80 NA NA 39" 678.60 711.50 549.90 NA NA 40" **** 696.00 730.00 564.00 NA NA 41" 713.40 748.25 578.10 NA NA 42" x 50 yds. 730.80 766.50 592.20 NA NA 43" 748.20 784.75 606.30 NA NA 44" 765.60 803.00 620.40 NA NA 45" 783.00 821.25 634.50 NA NA 46" 800.40 839.50 648.60 NA NA 47" 1 817.80 857.75 662.70 NA NA 48" x 50 yds. 758.30 796.20 616.10 334.80 NA *Maximum Available Width: 24" **Maximum Available Width: 36" ***3270, 3271, 3273, 3275, 3277, 3280, 3282, 3284 and 3285 are available in 100 yd. rolls 1" thru 48" at double the 50 yd. roll prices. ****Only 2270 Silver -White, 2271 Yellow, 2273 Gold, 2.275 Blue, 2277 Green, 2279 Brown, 2280 Imperial White, 2282 Ruby Red, 2284 Orange, 3285 "C" Black, 3270 Silver -White, 3271 Yellow, 3275 Blue, 3277 Green, 3279 Brown, 3280 Imperial White and 3284 Orange are available in these widths. When ordering Engineer Grade Sheeting with pressure sensitive adhesive to be applied with a squeeze roll applicator specify applicator splices. QUANTITY DISCOUNTS 24" x 50 yds. Roll Equivalents So. Ft. Price 2 - 4 Rolls 0 - 1499 List 5 - 9 Rolls 1500 - 2999 List less 5% 10 - 19 Rolls 3000 - 5999 List less 10% 20 6 Over Rolls 6000 b Over List less 15% MINNESOTA MINING AND MANUFACTURING COMPANY TEMPORARY LOCAL GOVERNMENT PRICE PAGE SEPTEMBER 15, 1974 "SCOTCHLITE" BRAND REFLECTIVE SHEETING HIGH INTENSITY GRADE (HEAT ACTIVATED - 2870 SERIES) (PRESSURE SENSITIVE - 3870 SERIES) ROLL GOODS High Intensity Grade 2870, 3870 Silver, 2871, 3871 Yellow, 2872, 3872 Red, 2877, 3877 Green 2884, 3884 Orange (Red available thru 30" only.) Roll Size List Price Roll Size List Price 1'" x 50 yds. $ 30.25 19" (Width) Minimum $574.75 2" Order 60.50 20" 72" $2.20033 605.00 3" 6" 90.75 21" 375 sq. -'ft. 36" 635.25 4" 121.00 221' Discount Schedule 665.50 5" For rolls 151.25 23" Series 695.75 6" x 50 yds. 181.50 2411 x 50 yds. 660.10 7" 211.75 251' 1 - 4 Rolls 756.25 8" 242.00 26" 1500 - 2999 5% 786.50 9" - 19 Rolls 272.25 27" 20 816.75 10" 15x 302.50 28" 847.00 11" 332.75 291" 877.25 12" x 50 yds. 363.00 301" x 50 yds. 825.15 13" 393.25 311" 937.75 14" 423.50 32" 908.00 15" 453.75 33'" 998.25 16" 484.00 341" 1,028.50 17" 514.25 35" 1,058.75 18" x 50 yds. 544.50 36"' x 50 yds. 990.15 48" x 50 yds. 1,320.20 Standard Dimension Sheets Standard Minimum Dimension Length List Price Acceptable (Width) Minimum Maximum Per Sq. Ft. Order 24" 61" 72" $2.20033 300 sq. ft. 30" 6" 721" 2.20033 375 sq. -'ft. 36" 6" 72" 2.20033 450 sq. ft. Discount Schedule For rolls and sheets of "SCOTCHLITE" Brand Reflective Sheeting 3870 Series (Discounts based on a single shipment to one destination.) QUANTITY SO. FT. AREA DISCOUNT (24" x 50 yds.) 1 - 4 Rolls 0 - 1499 List 5 - 9 Rolls 1500 - 2999 5% 10 - 19 Rolls 3000 - 5999 10% 20 b Over Rolls 6000 b Over 15x "SCOTCHLITE" BRAND REFLECTIVE SHEE:IING HIGH INTENSITY GRADE (HEAT ACTIVATED - PRESSURE SENSITIVE) ROLL GOODS Page 2 MINIMUM ORDER: $25.00 net billing. TRANSPORTATION CHARGES PREPAID: Prices are F.O.B. point of shipment with transportation charges allowed and prepaid via lowest cost routing to destination within the continental limits of the United States. Prices for Alaska, Hawaii and Puerto Rico upon request from any 3M office Assortable with other "SCOTCHLITE" sheetings and "SCOTCHCAL" films for quantity discount purposes. Subject to standard quantity discounts. The sale of 2870 series is limited to State, Local, Federal Government accounts and Traffic Sign Manufacturers. Prices Subject to Change Without Notice Rol I Size 1" x 50 yds. 2" 3" 4"' 5" 6" x 50 yds. MINNESOTA MINING AND MANUFACTURING COMPANY TEMPORARY GOVERNMENT AGENCIES PRICE PAGE. SEPTEMBER 15, 1974 "SCOTCHLITE" BRAND REFLECTIVE SHEETING ENGINEER GRADE CONFORMABLE ROLL GOODS CONFORMABLE SHEETING ROLL GOODS -- LIST PRICES 6270 Silver, 6271 Yellow, 6272 Red. 6284 Orange List Price Roll Size 5 24.05 13" x 50 yds. 48.10 14" 72.15 15" 87.45 16" 120.25 17" 131.20 18" x 50 yds. List Price $312.65 336.70 360.75 384.80 408.85 432.90 7" 168.35 19" 456.95 8" 192.40 20" 481.00 9" 216.45 21" 505.05 10" 240.50 22" 529.10 11" 264.55 23" 553.15 12" x 50 yds. 288.60 24" x 50 yds. 524.70 "SCOTCH -LANE" BRAND PRIMER 4448 FOR CONFORMABLE SHEETING NET PRICE PER GALLON Container Size Broken Full Containers Gallons Case Case Per Case Five --- $4.10 1 One $5.70 5.05 4 Transportation charges are prepaid. ASSORTABILITY: Conformable Sheeting is assortable with other sheetings and films for discount purposes. MINIMUM ORDER: $25.00 net billing. MINNESOTA MINING AND MANUFACTURING COMPANY TEMPORARY LOCAL GOVERNMENT PRICE PAGE SEPTEMBER 15, 1974 "SCOTCHLITE" BRAND WIDE ANGLE "FLAT -TOP" FLEXIBLE REFLECTIVE FABRIC FOR USE WITH "PORT -A -LADE" BRAND PORTABLE SIGN SYSTEMS Colors Available 6610 Silver/White 6611 Yellow 6614 Orange Roll Size Area List Price 24" x 50 Yards 300 Sq. Ft. S 515.00 48" x 50 Yards 600 Sq. Ft. 1,030.00 Quantity Discounts 0 - 1499 sq. ft. List Price 1500 - 2999 sq. ft. List Less 5% 3000 - 5999 sq. ft. List Less 10% 6000 b Over sq. ft. List Less 15% 6600 Series Reflective Fabrics may be combined with "SCOTCHLITE" Brand Reflective and "SCOTCHCAL" Brand Film for quantity discount purposes. 2. Other widths available by quotation from Traffic Control Products Division, St. Paul, Minnesota. MINIMUM ORDER: $25.00 Net Billing TRANSPORTATION CHARGES PREPAID: Prices are F.O.B. point of shipment with transportation charges allowed and prepaid via lowest cost routing to destination within the continental limits of the United States. Prices for Alaska, Hawaii and Puerto Rico upon request from any 3M Office. ATTACHMENT "B" "5COTCHCAL" Brand Non -Reflective Film in accordance with standard specifications for dry, solvent or heat activated adhesive. All items in this attachment may be combined with all items on Attachment "A" for maximum quantity discount. MINNESOTA, MINING b MANUFACTURING COMPANY "SCOTCHCAL" BRAND FILM -- ROLLS LIST PRICES .. _.......____ _ TEMPORARY GOVERNMENT PRICE PAGE AUGUST 5, 1974 *Available unscored only. *3483 Yellow -Orange *2483 Yellow -Orange *3484 Red -Orange *2484 Red -Orange 3654 Gold *3485 Saturn Yellow 24" x 10 yds. S 41.80 S 46.40 S 50.40 1/4" x 50 yds. 2.65 2.90 3.05 1/2" 4.50 5.00 5.20 3/4" 6.40 7.10 7.35 1'" 7.50 8.35 8.65 2" 15.00 16.70 17.30 31" 22.50 25 05 25.95 4" 30.00 33.40 34.60 5" 37.50 41.75 43.25 6" x 50 yds. 45.00 50.10 51.90 71" 52.50 58.45 60.55 8" 60.00 66.80 69.20 " 90 67.50 75.15 77.85 10" 75.00 83.50 86.50 11"' 82.50 91.85 98.15 12" x 50 yds. 90.00 100.20 103.80 13" 97.50 108.55 112.45 14" 105.00 116.90 121.10 151' 112.50 125.25 129.75 161" 120.00 133.60 138.40 171" 127.50 141.95 147.05 18" x 50 yds. 135.00 150.30 155.70 191' 142.50 158.65 164.35 201" 150.00 167.00 173.00 21" 157.50 175.35 181.65 22" 165.00 183.70 190.30 23" 172.50 192.05 198.95 241' x 50 yds. 163.80 181.80 189.00 25" 187.50 208.75 216.25 26" 195.00 217.10 224.90 27" 202.50 225.45 233.55 28"" 210.00 233.80 242.20 29" 217.50 242.15 250.85 301" x 50 yds. 225.00 250.50 259.50 31'" 232.50 258.85 268.15 32" 240.00 267.20 276.80 3.31' 247.50 275.55 285.45 34" 255.00 283.90 294.10 351" 262.50 292.25 302.75 36" x 50 yds. 258.00 300.60 311.40 371" 277.50 308.95 320.05 38" 285.00 317.30 328.70 39" 292.50 325.65 337.35 40"" 300.00 334.00 346.00 41" 307.50 342.35 354.65 42" x 50 yds. 315.00 350.70 363.30 43" 322.50 359.05 371.95 44" 330.00 367.40 380.60 45" 337.50 375.75 389.25 461' 345.00 384.10 397.90 47" 352.50 392.45 406.55 48" x 50 yds. 327.60 363.60 378.00 *Available unscored only. MINNESOTA MINING & MANUFACTURING COMPANY TEMPORARY GOVERNMENT "SCOTCHCAL" BRAND FILM -- ROLLS PRICE PAGE L I '-)"i- PRICES AUGUST 5, 1974 3650 White 600 White 607 Green 3652 Yellow 3651 Red 605 Slack 651 Red 3655 Black 3658 Aluminum 650 White 652 Yellow 3669 Transparent 3667 Insignia Blue 655 Black 667 Insignia Blue 24" x 10 yds. $ 30.80 $ 33.20 $ 31.00 $ 33.40 1/4" x 50 yds. 1.95 2.10 2.05 2.20 1/2" 3.35 3.55 3.50 3.80 3/4" 4.70 5.05 4.95 5.35 1" 5.55 5.95 5.85 6.30 2" 11.10 11.90 11.70 12.60 3" 16.65 17.85 17.55 18.90 4" 22.20 23.80 23.40 25.20 5" 27.75 29.75 29.25 31.50 6" x 50 yds. 33.30 35.70 35.10 37.80 7" 38.85 41.65 40.95 44.10 8" 44.40 47.60 46.80 50.40 9" 49.95 53.55 52.65 56.70 10" 55.50 59.50 58.50 63.00 11" 61.05 65.45 64.35 69.30 12" x 50 yds. 66.60 71.40 70.20 75.60 13" 72.15 77.35 76.05 81.90 14" 77.2.0 83.30 81.90 88.20 15" 83.25 89.25 87.75 94.50 16" 88.80 95.20 93.60 100.80 17" 94.35 101.15 99.45 107.10 18" x 50 yds. 99.90 107.10 105.30 113.40 19" 105.45 113.05 111.15 119.70 20" 111.00 119.00 117.00 126.00 21" 116.55 124.95 122.85 132.30 22" 122.10 130.90 128.70 138.60 23" 127.65 136.85 134.50 144.90 24" x 50 yds. 120.60 130.20 127.80 137.40 25" 138.75 148.75 146.25 157.50 26" 144.30 154.70 152.10 163.80 27" 149.85 160.75 157.95 170.10 28" 155.40 166.60 163.80 176.40 29" 160.95 172.55 169.65 182.70 30" x 50 yds. 166.50 178.50 175.50 189.00 31" 172.05 184.45 181.35 195.30 32" 177.60 190.40 187.20 201.60 33" 183.15 196.35 193.05 207.90 34" 188.70 2.02.30 198.90 214.20 35" 194.25 208.25 204.75 220.50 36" x 50 yds. 189.95 205.05 201.30 216.40 37" 205.35 220.15 216.45 233.10 38" 210.90 226.10 222.30 239.40 39" 216.45 232.05 228.15 245.70 40" 222.00 238.00 234.00 252.00 41" 227.55 243.95 239.85 258.30 42" x 50 yds. 233.10 249.90 245.70 264.60 43'" 238.65 255.85 251.55 270.90 44" 244.20 261.80 257.40 277.20 45" 249.75 2.67.75 263.25 283.50 46" 255.30 273.70 269.10 289.80 47" 260.85 279.65 274.75 48" x 50 yds. 241.20 260.40 255.60 ti MINNESOTA MINING, E MANUFACTURING COMPANY TEMPORARY GOVERNMEN-1 PRICE PAGE "SCOTCHCAL" BRAND F 1 LM AUGUST 5, 1974 ROLLS AND SHEETS LIST PRICES SHEET CARTONS 24" x 36" 66.00 NA 75.60 85.20 43.20 NA 90 Sheets/Pkg. NOTE Above films are assortable with each other for discount. Not assortable with "SCOTCHLITE" Brand Reflective Sheeting and other "SCOTCHCAL" Brand Films for discount. Transp. 3469 Chrome Trans- Chrome White 3470 "CONTROLTAC" Colored 530 Gold 634 parent 639 Colored 6410 Yellow 3472 White 150-30 Black 3475 24" x 10 yds. NA $ 36.40 NA NA NA NA 1" x 50 yds. $ 3.0.5 6.25 $ 3.45 $ 3.90 2" x 50 yds. 6.10 12.50 6.90 7.80 31" 9.15 18.75 10.35 11.70 4" 12.20 25.00 13.80 15.60 51" 15.25 31.25 17.25 19.50 61' 18.30 37.50 20.70 23.40 71" 21.35 43.95 24.15 27.30 8" 24.40 50.00 27.60 31.20 " 91 27.45 56.25 31.05 35.10 NOT AVAILABLE IN " 101 30.50 62.50 34.50 39.00 WIDTHS 1 1 "" 33.55 68.75 37.95 42.90 1" THRU 231" 12" 36.60 75.00 41.40 46.80 131' 39.65 81.25 44.85 50.70 14" 42.70 87.50 48.30 54.60 1511 45.75 93.75 51.75 58.50 161" 48.80 100.00 55.20 62.40 17" 51.85 106.25 58.65 66.30 1 181 54.90 112.50 62.10 70.20 " 191 57.95 118.75 65.55 74.10 201" 61.00 125.00 69.00 78.00 21" 64.05 131.25 72.45 81.90 221" 67.10 137.50 75.90 85.80 23" 70.15 143.75 79.35 89.70 24" 66.00 136.20 75.60 85.20 $ 43.20 S 55.80 481" x 50 yds. NA NA NA NA 86.40 111.60 SHEET CARTONS 24" x 36" 66.00 NA 75.60 85.20 43.20 NA 90 Sheets/Pkg. NOTE Above films are assortable with each other for discount. Not assortable with "SCOTCHLITE" Brand Reflective Sheeting and other "SCOTCHCAL" Brand Films for discount. MINNESOTA MINING & MANUFACTURING COMPANY TEMPORARY GOVERNMENT "CONTROLTAC" BRAND FILM PRICE PAGE LIST PRICES AUGUST 5, 1974 4�,,: 267.75 288.00 46" 273.70 294.40 47" 279.65 300.80 413" x 50 Or . 259.20 278.40 170-114 Trans. 180-10 White 180-12 Black 170-10 White 170-12 Black 170-23 Red 170-25 Yellow 170-27 Blue _ 24"'x 10 yds. S 33.00 N/A 114" x 50 yds. 2.10 $ 2.25 1/2" 3.55 3.85 3/4" 5.05 5.45 1" 5.95 6.40 2" 11.90 12.80 3" 17.85 19.20 4" 23.80 25.60 5" 29.75 32.00 6" x 50 yds. 35.70 38.40 7" 41.65 44.80 8" 47.60 51.20 9" 53.55 57.60 10" 59.60 64.00 11" 65.45 70.40 12" x 50 yds. 71.40 76.80 13" 77.35 83.20 14" 83.30 89.60 15" 89.25 96.00 16" 95.20 102.40 17" 101.50 108.80 18" x 50 yds. 107.10 215.20 19" 113.05 121.60 20" 119.00 128.00 21" 124.95 134.40 22" 130.90 140.80 23" 136.85 147.20 24" x 50 yds. 129.60 139.20 25" 148.75 160.00 26" 154.70 166.40 27" 160.65 172.80 28" 166.60 179.20 29" 172.55 185.60 30" x 50 yds. 178.50 192.00 31" 184.45 198.40 32" 190.40 204.80 33" 196.35 211.20 34" 202.30 217.60 35" 208.25 224.00 36" x 50 yds. 204.10 219.25 37" 220.15 336.80 38" 226.10 243.20 39" 232.05 249.60 40" 238.00 256.00 41" 243.95 262.40 42" x 50 vds. 249.90 268.80 43" 255.85 275.20 44`` 261.80 281.60 4�,,: 267.75 288.00 46" 273.70 294.40 47" 279.65 300.80 413" x 50 Or . 259.20 278.40 MINNESOTA MININ, ANO MANUFACTURING COMPANY DISCOUNT SCHEDULE Discounts are based on single shipments to one destination as follows: Square Foot Area Discount From List 0 - 1499 List 1500 - 2999 5% 3000 - 5999 10% 6000 3 Over 15% Rolls of "SCOTCHLITE" Brand Reflective Sheeting, Engineer and High Intensity Grades (Attachment "A") and "SCOTCHCAL" and "CONTROLTAC" Brand Films (Attachment "R") may be combined for best quantity discount. NOTE: All sheets and 50 yd. rolls of "SCOTCHCAL" Brand Film, ,#530, 634, 639, 3569, 3470, 3472, .3475, 6410 and 9470 are not assortable with other sheetings for discount, however, are assortable with each other for discount. 12-74 ATTACHMENT "C" (1) Pre-screened traffic sign faces and cut-out letters manufactured from "SCOTCHLITE" Brand Reflective Sheeting, Engineer and High Intensity Grades and "SCOTCHCAL" Brand Film in accordance with the 1970 edition of the Federal Highway Administration Manual on Uniform Traffic Control Devices. (2) Street/Road Name Sign Faces fabricated from "SCOTCH - LITE" Brand Reflective Sheeting, Engineer and High Intensity Grades per attached price page. (NOTE: The material listed herein requires special fabricatidn at our manufacturing plant near St. Paul, Minnesota, therefore, please send your purchase order for Street/Road Name Faces direct to 3M Company, 3M Center, St. Paul, Minnesota 55101; Attn: .-E._.V.. . F*4,.ea - Building 224-62.) MINNESOTA MINING AND MANUFACTURING COMPANY TEMPORARY GOVERNMENT AGENCIES PRICE PAGE OCTOBER 15, 1974 "SCOTCHLITE" BRAND REFLECTIVE SHEETING "SCOTCHCAL" BRAND FILM TRAFFIC, TRAILBLAZER, ROUTE MARKERS AND CITY ENTRANCE SIGN FACES *Standard Reflective Traffic Sign Faces Fabricated from "SCOTCHLITE" Sheeting Engineering Grade Two and Three Color Symbol Sign Faces Fabricated from "SCOTCHLITE" Sheeting Size 10-24 25-49 50 b Over Size 10-24 25-49 50 b Over 12" x 6" $1.05 $0.95 $0.90 24" x 30" $7.20 $6.80 $6.55 12" x 9" 1.60 1.50 1.40 36" x 48" x 48" 8.10 7.70 7.35 18" x 6i1 1.60 1.50 1.40 9" x 4811 x 90oRRX 8.65 8.25 7.85 24" x 6" 1.95 1.80 1.70 24" x 36" 8.60 8.20 7.80 10" x 18" 2.25 2.15 2.00 48" x 18" 8.60 8.00 7.70 21" x 9" 2.35 2.35 2.15 30" x 30" 8.90 8.55 8.20 24" x 8" 2.35 2.25 2.15 *30" Circle 8.90 8.55 8.20 12" x 18" 2.55 2.35 2.25 *30" Octagon 8.90 8.55 8.20 24" x 9" 2.55 2.35 2.25 30" x 36" 10.80 10.35 9.85 24" x 10" 2.70 2.60 2.50 48" Triangle 11.15 10.40 9.80 10" x 27" 3.25 2.85 2.70 24" x 48" 11.45 10.85 10.35 18" x 15" 3.25 2.85 2.70 36" x 36" 12.85 12.40 11.75 24" x 12" 3.30 2.95 2.70 *36" Circle 12.85 12.140 11.75 18" x 18" 3.50 3.35 3.25 *36" Octagon 12.85 12.40 11.75 21" x 15" 3.85 3.65 3.45 60" x 24" 14,25 13465' 12.90 10" x 36" 4.00 3.75 3.50 30" x 48" 14.25 13.65 12.95 30" x 12" 4.00 3.75 3.50 42" x 36" 14.95 14.35 13.65 30" Triangle 4.70 4.30 3.95 36" x 48" 17.00 16.35 15.70 9" x 48" 4.75 4.40 4.15 60" x 30" 17.75 16.95 16.25 18" x 24" 4.75 4.40 4.15 60" x 36" 21.50 20Y40 19.55 36" x 12" 4.75 4.40 4.15 48" x 48" 22.85 21.80 20.80 30" x 18" 5.50 5.15 4.90 *48" Octagon 22.82 21.80 20.80. 24" x 24" 5.70 5.50 5.15 *24" Circle 5.70 5.50 5.15 *Circle and Octagon faces are supplied screened *24" Octagon 5.70 5.50 5.15 on squares. 36" Triangle 6.25 5.90 5.55 x 36" 6.50 6.15 5.90 Two and Three Color Symbol Sign Faces Fabricated from "SCOTCHLITE" Sheeting *For symbol sign plaque prices see standard sign face price table. 'Size incorporating both regulatory symbol and plaque into one sign face. Net Quantity Prices .ode Description Size 10-24 25-49 50 b Over R NJ RIGHT TURN -- Symbol 24" x _ 24" _ _ $6.70 $6.20 $5.80 -1L NO LEFT TURN -- Symbol 24" x 24" 6.70 6.20 5.80 :�3-4 NO U TURN -- Symbol 24" x 24" 6.70 6.20 5.80 .6-2 NO TRUCKS -- Symbol 24" x 24" 6.70 6.20 5.80 15-6 NO BICYCLES -- Symbol 24" x 24" 6.70 6.20 5.80 30" x 30" 10.25 9.45 8.70 -3 SIGNAL AHEAD 30" x 30" 10.75 10.25 9.90 SIGNAL AHEAD 36" x 36" 1_5_.90 14.65 13.60 *For symbol sign plaque prices see standard sign face price table. 'Size incorporating both regulatory symbol and plaque into one sign face. "SCOTCHLITE" BRAND REFLECTIVE SHEETING - "SCOTCHCAL" BRAND FILM TRAFFIC, TRAILBLAZER, ROUTE MARKERS AND CIT1 ENTRANCE SIGN FACES Page 2 "Do it Yourself" Blank Faces Parking and Warning Series with Borders Fabricated from "SCOTCHLITE" Sheeting Trailblazer d City Entrance Blank Faces Fabricated from "SCOTCHLITE" Sheering Net Quantity Price AILS_ 1024 25.49 50 3 Over 30" x 24" $ 8.10 $ 7.80 S 7.20 48" x 36" 19.35 18.60 17.05 Parking and School Series Faces with Borders Fabricated from "SCOTCHCAL" Film 650 Series Net Quantity Price IO -Z1 -49 50 cL Over 12" x 18" $ 1. $ 1.20 $ 1.10 30" x 30" 4.55 4.20 3.80 36" x 36" 6.20 5.65 5.15 , �4, Net Quantity Price r Size 10,24 25-49 50 b Over 12" x 18" $ 2.55 $ 2.35 $ 2.25 18" x 24" 4.75 4.40 4.15 24" x 24" 5.70 5.50 5.15 24" x 30" 7.20 6.80 6.55 30" x 30" 8.90 8.55 8.20 30" x 36" 10.80 10.35 9.55 24" x 48" 11.45 10.85 10.35 36" x 36" 12.85 12.40 11.75 36" x 48" 17.00 16.35 15.10 48" x 48" 22.85 21.80 20.80 Trailblazer d City Entrance Blank Faces Fabricated from "SCOTCHLITE" Sheering Net Quantity Price AILS_ 1024 25.49 50 3 Over 30" x 24" $ 8.10 $ 7.80 S 7.20 48" x 36" 19.35 18.60 17.05 Parking and School Series Faces with Borders Fabricated from "SCOTCHCAL" Film 650 Series Net Quantity Price IO -Z1 -49 50 cL Over 12" x 18" $ 1. $ 1.20 $ 1.10 30" x 30" 4.55 4.20 3.80 36" x 36" 6.20 5.65 5.15 , �4, r C 0 V Ix 4 "4 �" � '^s't � � fid. ✓ U A` G �,�' f a. 4 q xr �X� "SCOTCHLITE" BRAND REFLECTIVE SHEETING - "SCOTCHCAL" BRAND FILM TRAFFIC, TRAILBLAZER, ROUTE MARKERS AND CITY ENTRANCE SIGN FACES Page 3 Blank Faces Green or Blue with Silver Border Fabricated from "SCOTCHLITE" Sheeting Standard County Route Markers Fabricated from "SCOTCHLITE" Reflective Sheeting 2270 Net Quantity Price Size 10-24 25-49 50 b Over 12" x 36" S 4.75 $ 4.40 $ 4.15 30" x 18" 5.50 5.15 4.90 30" x 24" 7.20 6.80 6.55 18" x 48" 8.60 8.20 7.80 36" x 30" 10.80 10.35 9.85 24" x 48" 11.45 10.85 10.35 36" x 4811 _ _ _ - 17.05 _ 1635 15.70 Standard County Route Markers Fabricated from "SCOTCHLITE" Reflective Sheeting 2270 M1-5 Two Color County Route Marker Fabricated from "SCOTCHLITE" Reflective Sheeting Net Quantity Prices Code _ Net Quantity Prices _ Code _ _ Description _ Size 10-24 25-49 50 & Over M1-14 Black Legend and Border 16" x 16" $5.15 $3.90 $3.20 Blank Face For Arrow on Silver -White Background 3.85 3.65 3.45 U.C. A -Z 2" 10 M1-14 Black Legend and Border 18" x 18" 5.70 4.35 3.75 3.45 on Silver -White Background Series "D" U.C. A -Z and 0-9 8" 10 M1-14 Black Legend and Border 24" x 24" 8.10 6.65 5.80 5.30 on Silver- hite Background M1-15 Silver -white Legend and t6" x 16" 5.15 3.90 3.20 Border on Green Background M1-15 Silver -White Legend and 18" x 18" 5.70 4.35 3.75 Border on Green Background M1-15 Silver -White Legend and 24" x 24" 8.10 6.65 5.80 Border on Green Background M1-5 Two Color County Route Marker Fabricated from "SCOTCHLITE" Reflective Sheeting Letters, Numbers and Arrows For County Route Marker M1-5 Fabricated from "SCOTCHLITE" Reflective Sheeting Yellow 2271 Net Quantity Prices Code _ _Oescr�tion _ --Size _ 10!24 25-49 50 6 Over M1-5 Word "COUNTY" with Blank Face 18" x 18" $3.90 $3.70 $3.50 M1-5 Word "COUNTY" with Blank Face 24" x 24" 6.70 6.20 5.80 M1 -5A Blank Face For Arrow 21" x 15" 3.85 3.65 3.45 Letters, Numbers and Arrows For County Route Marker M1-5 Fabricated from "SCOTCHLITE" Reflective Sheeting Yellow 2271 Number Net Price Code Description Size Per Pkq Per Pkq M1 -5C Series "D" U.C. A -Z 4" 10 $ 0.85 M1 -5C Series "D" U.C. A -Z 2" 10 0.95 M1 -5C Series "D" U.C. A -Z and 0-9 6" 10 3.45 M1 -5C Series "D" U.C. A -Z and 0-9 8" 10 5.10 M1 -5B Arrow 7" x 14-5/8" 5 5.30 SCOTCHLITE" BRAND REFLECTIVE SHEETING - "SCOTCHCAL" BRAND FILM TRAFFIC, TRAILBLAZER, ROUTE MARKERS AND CITY ENTRANCE SIGN FACES Page 4 Please order by code, legend, and size. Minimum order is 10 assortable faces with an invoice value of $25.00. Quantity prices apply to single shipment to one destination. Various legends and sizes of "SCOTCHLITE" Sheeting and "SCOTCHCAL" Film regulatory and warning series, bridge -end markers, and railroad faces may be combined to obtain the best quantity price. l`ransportation charges prepaid: All unmounted faces are priced F.O.B. Point of Shipment with transportation charges allowed and prepaid via lowest cost routing to any destination within the continental limits of the United States; Alaska and Hawaii included on orders w'th an invoice value of $250.00 or more, otherwise F.A.S. Port of Shipment. CATEGORY i - 3M Catalog Faces - The faces which are listed or illustrated in the catalog or supplementary price pages. Prices are as shown. Order by code number, legend, and size. These faces can be combined to obtain best quantity price. ("AFEGORY 11 - Approved Manual Faces - Those faces which are rectangular or square in shape, with one screened color, straight line copy and are listed by code number or illustrated in the PRA Manual or any current state manual and which include no words or symbols which would render them unique or restricted in use. Prices for 25 or more identical category II faces are the same as prices for 3M catalog faces of the same size and quantity. For quantities less than 25 identical category 11 races, the appropriate prorated set-up charge is added to the published price for a 3M catalog face of the same size and quantity. Set-up charges for each screened color .75 -- 2.9 sq. ft. $ 9.75 3.00 -- 3.9 sq. ft. 13.35 4.00 -- 9.0 sq. ft. 19.40 9.10 -- 16.0 sq. ft. 24.25 Prices Subject to Change Without Notice MINNESOTA MINING AND MANUFACTURING COMPANY TEMPORARY GOVERNMENT PRICE PAGE OCTOBER 15, 1974 "SCOTCHLITE" BRAND REFLECTIVE SHEETING ENGINEER GRADE "SCOTCHCAL" BRAND FILM UNMOUNTED CUT-OUT LETTERS, NUMBERS, FONTS & SYMBOLS Cut -Out Letter Fonts 84 Package Capital Letter Fonts Letters (Pkgs. of 25 each) Identical Total Pkqs. A,E,1 ,0 6 24 L,M,N,R,S,T 5 30 B,C,D,F,G,H 3 18 W,P 2 4 J,.K.Q,U.V.X,Y.Z 1 8 Total 84 54 Package Capital Letter Fonts 2270 Silver -White ***605 Black Size Series Code Net Price _ Code Net Price 2" C FCL -2C $142.80 FCL-2CF $ 67.20 3" C FCL -3C 218.40 FCL-3CF 99.96 4" B FCL -48 336.00 FCL-4BF 144.48 4" C FCL -4C 336.00 FCL-4CF 144.48 Letters (Pkgs. of 25 each) Identical Total Pkqs. A,E,1 ,0 6 24 L,M,N,R,S,T 5 30 B,C,D,F,G,H 3 18 W,P 2 4 J,.K.Q,U.V.X,Y.Z 1 8 Total 84 54 Package Capital Letter Fonts Letters (Pkqs. of 25 each) Idgntical 12tgl PkQg. A,D,E, I ,R,S,T,N,W 3 27 B,C,F,G,H,J ,K,L,M,O 2 20 Total 54 2270 Silver -White ***605 Black Size Series Code Net Price Code Net Price 5" B FCL -5B $272.70 FCL-5BF $111.24 5" C FCL -5C 272.70 FCL-5CF 111.24 6" C FCL -6C 356.40 N/A N/A Letters (Pkqs. of 25 each) Idgntical 12tgl PkQg. A,D,E, I ,R,S,T,N,W 3 27 B,C,F,G,H,J ,K,L,M,O 2 20 Total 54 „fitters (Pkgs. of 25 each t; I� Total Pkqs. 1pper Case A -Z 1 26 U.C. ower Case a,e,i,o 5 20 L.C. m,n,r,s,t 3 18 L.C. v,d,f,g,h 2 12 L.C. �_,LP.1P Pq)Uf X, V_�--.z 1 ..........+....... ...... . «...... _. �� 1 L.C. ... ,..._. Total �86� 86 Package Upper & Lower Case Letter Fonts 2270 Silver -White Size Series ode ,drj. El ice All J.C. C FCL-4CUL $299.00 C, C C FCL-5CUL 416.30 -3/4" L.C. C U.C. D FCL-6DUL 512.50 C . D „fitters (Pkgs. of 25 each t; I� Total Pkqs. 1pper Case A -Z 1 26 U.C. ower Case a,e,i,o 5 20 L.C. m,n,r,s,t 3 18 L.C. v,d,f,g,h 2 12 L.C. �_,LP.1P Pq)Uf X, V_�--.z 1 ..........+....... ...... . «...... _. �� 1 L.C. ... ,..._. Total �86� "SCOTCHLITE" BRAND REFLECTIVE SHEETING ENGINEER GRADE "SCOTCHCAL" BRAND FILM UNMOUNTED CUT-OUT LETtERS NUMBERS, FONTS b SYMBOLS Page 2 Lower Case Letter Packages 2270 Silver-White1-1/2" Silver White 1-7/8" 3" 3-3/4" 4-1/2" -.,.....-.�,«•�...,.....»...�...._,.._....,...: FHWA Series B , .._,.»...NIA"...»..,...�...»....».,.....,.N%A �.,.p,.,...,,..r.,..,»....._....•.....�. $3.25 $4.7 5 N A FHWA Series C $1.65 $2.15 5.25 4.75 N/A FHWA Series D N/A $1.19 A. _ 15.40 **605 Black N/A 1-1/2" 1-7/8" 3" 3-3/4" 4-1/2" FHWA Series B N%X N/A $1.65 1.92 N/A FHWA Series C $0.80 $1.00 1.65 1.92 N/A FHWA Series D. _ N/A _ __-N/A ._......_N/A ...,......__._�.__. N/A..X2.32 -_.5ti _ _ ... Upper Case Letter b Number Packages **605 Black 3655 Bl.ack._ Silver White 1"__ _ 1-1/2" 2" 2-1/2! 3-„ " 4" FHWA FHWA Series y$1�.45 "$1.70 _ $2.15 $2.60 $4.00 B or C 2.30 1" B or C FHWA $0.66 $0.73 $0.80 $1.00 $1.19 $1.72 FHWA Series D N/A N/A N/A N/A 1.26 1.80 FHWA_ Series E........ N/A ........» N/A .�.... N/A .............».» Q....�......�...�..�%...�r.l �_ FHWA Series -_.5ti _ _ ... 611 ...__. 711 Bit .._ 1001 -N/A B or C $2.06 f2.45 $3.09 $3.72 $5.44 N/A FHWA Series D 2.18 2.78 3.61 4.45 6.44 N/A N/A FHWA Series E N/A N/A N/A 5.10 7,50 5 2270 Silver -White 3270 Silver White 1"__ _ 1-1/2" 2" 2-1/2! 3-„ " 4" FHWA Series $1.30 y$1�.45 "$1.70 _ $2.15 $2.60 $4.00 B or C 2.30 1" x 3" 2.65 FHWA Series D N/A N/A N/A N/A 2.70 4.15 FHWA Ser ies E._._ .._ _ N/A .__.. w...._ --N/A_... _....__,.N/A......_...._^..» ..NI.9__- ...,.�_......� 5" _ . -_... 611 7" _,. 8.1 10" 12" 14" FHWA Series $5.05 $6.60 510.00 B or C N/A N/A N/A N/A FHWA Series D 5.25 7.25 N/A 11.90 $18.20 N/A N/A FHWA Ser ies E N/A N/A N/A _ _ _14.05 21.30 _ N/A .._ N/6_,_�_ 1. If cut rout IettersMor-numbers are ordered in any quantity other than packages of 25 or in any material or color other than those listed, they will be priced by special quotation. 2. Packages of letters and numbers are available only in FHWA Series and sizes shown. When ordering, be certain to specify letter or number, color, size and FHWA Series. 3. Each package contains 25 identical characters. 4. *Available only in 605 Black. Only items available are numbers; 0,2,3,4,5,6,7. 5. **605 Black is to be used with Engineer Grade sheeting (not high intensity). Radius Corners 2270-3270 Silver -White (Reflective) 2270 ..._... _ .._...._......_.._3270 2RC-15 _...........__ 2RC-22 2RC-17 2RC-24 2RC-i8 2RC-25 2RC-19 2RC-26 2RC-20 2RC-27 2RC-21 2RC-28 Size T........ _ Net Price Per PkQ .. _ 3/8" _ x 1-1/2"� _...,, $1.50 1/2" x 1-1/2" 1.75 5/8" x 1-7/8" 2.00 3/4" x 2-1/4" 2.30 1" x 3" 2.65 1-1/4" x 6" 8.20 ".)COTCHLiT " BRAND REFLECTIVE SHEETING ENG -INFER GRADE "SCOTCHCAL" BRAND FILM UNMOUNTED CUT-OUT LETTERS, NUMBERS, FONTS % SYF-iBOLS Page 3 Radius forners - continued... **605 - 3655 Black .(Non -Reflective) 605 3655 2RC-1 2RC-8 2RC-2 2RC-9 2RC-3 2RC-10 2RC-4 2RC-11 2RC-5 2RC-12 2RC-6 2RC-13 Each package on this side of page contains 227 , 3270 S l very-Wh-ii tg (Ref I -or, t i ve) ,,.Z�,70 3270 2BR-1.3 2BA-19 2BR-14 2BR-20 2BR-15 2BR-21 2BR-16 28R-22 2BR-17 2BR-23 2&t-24 Size 7)/ 8" x 1-1/8" 9/15" x 1-1/8" 5/8" x 1-1/8" 3/4" x 1-3/8" 7/8" x 1-5/8" 1-1/4" x 2-1/4" 25 identical characters. Sign Borders **605 - 3655„ 8 I ack (Non -fief l ect i ve ) List Rr i ce Piet` Roll- oll-3/8" 3/8" 2BR-1 ,3655 ...,, 2BR-7 ___.___...... . 2BR-2 2BR-8 2BR-3 2BR-9 2BR-4 2BR-10 2811-5 2BR-11 2 -! ftfiact__ ve) Net Price Pet!", PkQ. $0.72 0.72 0.72 0.80 1.00 _ Size List Rr i ce Piet` Roll- oll-3/8" 3/8" x 50 yds. LB, 1/2" x 50 yds. 10.45 5/8" x 50 yds. 12.50 3/4" x 100 yds. 14.80 1" x 50 yds. 17.40 1-1 /4" x 54 yds. 21.75..w...-.--.. _ Size "yds. ,..,.. ..w.�F„4it Pricei 3811 x 56 52.9 9/16” x 50 yds. 3..90 5/8" x 50 yds. 4.25 3/41' x 50 yds. 4." 7/8" x 50 yds. 5.70 3.52 605 Cut-Mif Arrnwc Cade_ . _-.. Me ter i a I M1-46 2270 Si Iver:l�hite~' M1-660 2270 Silver -White D4 -1A6 2270 Screened 708 Green D4» to ___...__.... ,u__.w ?270 Screened 708 Green ***For use with Parking Face, D4 -1B. jNon Reflective) Cade Description R3-5AL Left Curve R3-5AR Right Curve R3-5AS Straight M1 -46F Straight 81ack Stra i ht N S. .. 4"' x 6" 611 x 9,1 3-7/811 x 611 6-1/2" x 10" 51.$0 ***3.45 Net A-1 co Maier i a l S i ze Pkg,.:Rf� 2, „„,r„_,. 605 Black 7 x 8 x 3-3/4" 53.52 605 81ack 7 x 8 x 3-3/4" 3.52 605 Black 7 x 8 x 3-3/4" 3.52 605 Black 4" x 6" 0.80 605 Black 6" x 9" "SCOTCHLITE" BRAND REFLECTIVE SHEETING ENGINEER GRADE "SCOTCHCAL" BRAND FILM UNMOUNTED CUT-OUT LETTERS, NUMBERS, FONTS d SYMBOLS Page 4 Code PNR-89.. PNG-90 PNR-91 PNG-92 PNR-93 PNG-94 PNR-95 ENG -9§__ _ *Specify *Individual Pre -Spaced Non -Reflective Letters 6 Numbers For Parking Faces Size FHWA Series Letters - 11M.M.t. Pr.io.�.f..a PLR -64 Code Color Size FHWA Series Net Price Per Pkg., .-.�..._.._.� __. .. _ .__...._ _........_...,.,.._,...� .__ _.... ... _.. ._....._.._. _ __ _......_ _........._$1.19 ._._..... - - PLR -81 Red 1�� C Green PLG -82 Green 1" C 1.19 PLR -83 Red 2" C 1,34 PLG -84 Green 2" C 1.34 PLR -85 Red 3" B 1.83 PLG -86 Green 3" B 1.83 PLR -87 Red 4" B 2.33 4" g Code PNR-89.. PNG-90 PNR-91 PNG-92 PNR-93 PNG-94 PNR-95 ENG -9§__ _ *Specify letter or number desired. Numbers Arrows For Parking Series Faces Color Size FHWA Series Net Price Per Pkg./ - 11M.M.t. Pr.io.�.f..a PLR -64 Rod 25 Red $3 99 B ._......._... ......... _..., . $1.19 Green 1" B 1.19 Red 2" B 1.34 Green 2" B 1.34 Red 3" B 1.83 Green 3" B 1.83 Red 4" B 2,33 Green__. 4" .._ _.,._ ._......... . .... ...... B _ .. ... . _......... _ ..... s2s.�aC» . letter or number desired. Whenever reference is made to 2270 or 3270 silver-whire, the items are fabricated from "SCOTCHLITE" Sheeting Engineer Grade. The numbers 605 and 3655 indicate "SCOTCHCAL" Film. 3270 and 3655 have pressure sensitive adhesives. 605 and 2270 have heat activated adhesives. MINIMUM ORDER: $25.00 net billing. TRANSPORTATION CHARGES PREPAID: Prices are F.O.B. point of shipment with transportation charges allowed and prepaid via lowest cost routing to destination within the continental limits of the United States. Prices for Alaska, Hawaii and Puerto Rico upon request from any 3h' office. Non -Reflective Arrows For Parking Series Faces Code _....__._._.. __. Color _,.. ,. Descl' i.P.# ion - 11M.M.t. Pr.io.�.f..a PLR -64 Rod Single Headed 1} x7 -3/4x1-3/4" $3 99 PLG -65 Green Single Headed lir x7 -3/4x1-3/4" 3.99 PLR -66 Red Double Headed 11 x7 -3/4x1-3/4" 3.99 PLG -67 Green Doub l e Headed 1., x7-3/ ix t -3/4" 3 X99 Whenever reference is made to 2270 or 3270 silver-whire, the items are fabricated from "SCOTCHLITE" Sheeting Engineer Grade. The numbers 605 and 3655 indicate "SCOTCHCAL" Film. 3270 and 3655 have pressure sensitive adhesives. 605 and 2270 have heat activated adhesives. MINIMUM ORDER: $25.00 net billing. TRANSPORTATION CHARGES PREPAID: Prices are F.O.B. point of shipment with transportation charges allowed and prepaid via lowest cost routing to destination within the continental limits of the United States. Prices for Alaska, Hawaii and Puerto Rico upon request from any 3h' office. MINNESOTA MINING AND MANUFACTURING COMPANY TEMPORARY GOVERNMENT AGENCIES PRICE PARE SEPTEMBER 15, 1974 "SCOTCHLITE" BRAND REFLECTIVE SHEETING Total 54 1. Transportation charges "prepaid". 2. Each package contains 25 identical letters 3. No substitutions will be permitted in standard fonts. HIGH INTENSITY GRADE h'2870 (HEAT ACTIVATED) SILVER REFLECTIVE UNMOUNTED CUT-OUT LETTERS CONSUMER NET PRICES STANDARD FONTS 84 PACKAGE CAPITAL LETTER FONTS REFLECTIVE EACH 84 PACKAGE FONT CONTAINS: (PKGS. OF 25 EACH) #2870 SILVER -WHITE LETTERS IDENTICAL TOTAL PKGS. Code Price Size & Series HIF-2C $243.60 2" Series "C" A,E,1,0 6 24 HIF-3C 420.00 3" Series "C" L,M,N,R,S,T 5 30 HIF-48 576.00 4" Series "B" B,C,D,F,G,H 3 18 HIF-4C 576.00 4" Series "C" W,P 2 4 J,K,Q,U,V,X Y,Z 1 8 Total 84 54 PACKAGE CAPITAL LETTER FONTS REFLECTIVE EACH 54 PACKAGE FONT CONTAINS: (PKGS. OF 25 EACH) #2870 SILVER -WHITE LETTERS IDENTICAL TOTAL PKGS. Code Price Size b Series HIF-5B $483.30 5" Series "B" A,D,E,I,R,S HIF-5C 483.30 5" Series "C" T,N,W 3 27 HIF-6C 540.00 6" Series "C" B,C,F,G,H,J K,L,M,O 2 20 P,Q,U,V,X,Y,Z 1 7 Total 54 1. Transportation charges "prepaid". 2. Each package contains 25 identical letters 3. No substitutions will be permitted in standard fonts. "SCOTCH[_I TI:." iiRAND (TEF LECf I VE SKEET INv I 113H I N'i LNS l i i :;RAUF - UNMOUNTED CUT -W1 ' E i "I [T: ', Paye 2 E36 PACK!'i6E UPPFR Ci, ,[: S i 0 WER CASE_ LETTER FONTS ;ode I I I F-401. 4" Ser- i es "N' I.J .C:. and 3" ser i es "C" L.c. iiIF-5CUL 5" Series "C" U.C. and 3-3/4" Series "C" L.C. HIF-60UL 6" Series "D" U.C. and 4}" Series "D" L.C. #2870 5i Ivor -Wh i to $502.50 709.70 852.30 EACH E6 PACKAGE UPPER 6 LOWER CASE FONT CONTAINS: (PKGS . OF Z5 EACH) LETTERS I DE14T I CAL TOTAL PKij . Upper Case A -Z 1 26 U.C. Lower Case a,e,i,o 5 20 L.C. I,m,n,r,s,t 3 18 L.C. h,e,d,f►9►h 2. 12 L.C. w,P,j,k,q,a,Y,x,v,l 1 10 L.Q Total 86 MINNESOTA MINING AND MANUFACTURING COMPANY TEMPORARY GOVERNMENT AGENCIES PRICE PAGE SEPTEMBER 15, 1974 "SCOTCHLITE" BRAND REFLECTIVE SHEETING HIGH INTENSITY GRADE CUTOUT UNMOUNTED LETTERS AND NUMBERS #2870 (HEAT ACTIVATED) - #3870 (PRESSURE SENSITIVE) Standard Packages of Characters Cut-out Upper Case Letters & Numbers Net Price Per Pkg. of 25 0 dentical) #2870 Silver 2" 2i" 3" 4" 5" 611 811 101, FHWA Series B NA NA NA $6.75 $8.95 NA NA NA FHWA Series C $2.90 $4.15 $5.00 6.75 8.95 $10.00 NA NA FHWA Series D NA NA NA 6.85 NA NA NA NA FHWA Series E NA NA NA NA NA NA NA NA Cut-out Upper Case Letters & Numbers Net Prices Per Pkg. of 25 (Identical) #3870 Silver 2" 2}" 3" 4" 5" 6" 8" 10" FHWA Series B NA NA NA $6.75 NA NA NA NA FHWA Series C $2.90 NA $5.00 6.75 NA $10.00 $18.00 $24.05 FHWA Series D NA NA NA 6.85 $8.45 11.55 20.90 28.35 FHWA Series E NA NA NA NA NA 13.15 23.80 32.65 Cut-out Lower Case Letters & Numbers Net Prices Per Pkg. of 25 (Identical) #2870 Silver 1}" 1-7/8" 3" 3-3/4" 4}" 03870 Silver 41" FHWA Series B NA NA $5.45 $7.95 NA FHWA Series B NA FHWA Series C $2.75 $3.60 5.45 7.95 NA FHWA Series C NA FHWA Series D NA NA NA NA $8.60 FHWA Series D $9.20 Roll Goods For Borders - #3870-2870 Silver Cut -Out Radius Corners - #3870-2870 Silver Code Size List Price Per Roll Code Size Net Price 25 per Pkg. SGUR-22 3/4" x 50 yds. $23.75 SGURC-26 3/4" x 21" $2.85 SGUR-23 1" x 50 yds. 30.30 SGURC-27 1" x 3" 4.00 SGUR-24 la" x 50 yds. 38.20 SGURC-28 1#" x 6" 7.75 SGUR-25 2" x 50 yds. 60.55 SGUR-26 3" x 50 yds. 90.85 Arrows - #3870-2870 Silver Code Size Net Price 5 per Pkg. SGUMI-4 4" x 6" $2.25 Minimum Order: $25.00 net billing. SGUMI-5 6" x 9" 4.85 Each package contains 25 identical characters unless otherwise indicated. Roll Goods for borders subject to normal discount schedules. Transportation Charges Prepaid; Prices are F.O.B. point of shipment with transportation charges allowed and prepaid via lowest cost routing to destination within the continental limits of the United States. Prices for Alaska, Hawaii and Puerto Rico upon request from any 3M office. MINNESOTA MINING AND MANUFACTURING COMPANY TEMPORARY GOVERNMENT AGENCIES PRICE PAGE SEPTEMBER 15, 1974 "SCOTCHLITE" BRAND REFLECTIVE SHEETING ENGINEER GRADE (HEAT ACTIVATED) STREET/ROAD NAME SIGN FACES -- NET PRICES Average Number of Different Net Price Per Face Faces 6" 6-3/4" 8" 1 91 1 $7.52 $7.69 $8.67 $8.94 2 4.40 4.57 5.50 5.16 3 3.36 3.53 4.42 4.72 4 2.84 3.00 3.89 4.17 5 2.52 2.70 3.58 3.86 6 2.32 2.49 3.36 3.64 7 2.13 2.32 3.19 3.48 8 2.06 2.23 3.10 3.38 9 1.98 2.15 3.01 3.30 10 1.90 2.07 2.95 3.22 11 1.84 2.01 2.88 3.15 12 1.78 1.97 2.83 3.10 13 1.74 1.93 2.79 3.07 14 1.72 1.93 2.76 3.05 15 1.67 1.85 2.72 2.99 16 1.67 1.85 2.72 2.99 17 1.63 1.79 2.66 2.95 18 1.63 1.79 2.66 2.95 19 1.63 1.79 2.66 2.95 20 1.56 1.73 2.59 2.87 21 1.56 1.73 2.59 2.87 22 1.56 1.73 2.59 2.87 23 1.56 1.73 2.59 2.87 24 1.56 1.73 2.59 2.87 25 b Over 1.53. 1.69 2.57 _ 2.86 1. Compute price per face by dividing the total number of faces by the number of different legends to obtain "average". If the average contains a fraction, drop the fraction and use only the whole number as an "average". 2. Colors Available: Green background - silver legend Blue background - silver legend Yellow background - black legend Silver background - black legend 3. Length: Refer to the attached layout and specifications or to the 3M standard layout and specifications.. 4. To eliminate errors, a clearly typed or printed listing of legends is necessary. The list should be forwarded to the nearest 3M branch. MINIMUM ORDER: $25.00 net billing. TRANSPORTATION CHARGES PREPAID: Prices are F.O.B. point of shipment with transportation charges allowed and prepaid via lowest cost routing to destination within the continental limits of the United States. Prices for Alaska, Hawaii and Puerto Rico upon request from any 3M office. 14 3.36 3.80 5.23 5.74 15 3.30 3.71 5.19 5.69 16 3.30 3.71 5.19 5.69 17 3.25 3.66 5.11 5.65 18 3.25 3.66 5.11 5.65 19 3.25 3.66 5.11 5.65 20 3.20 3.61 5.06 5.57 21 3.20 3.61 5.06 5.57 22 3.20 3.61 5.06 5.57 23 3.20 3.61 5.06 5.57 24 3.20 3.61 5.06 5.57 25 3.16 3.57 5.05 5.55 1. Compute price per face by dividing the total number of faces by the number of different legends to obtain "average". If the average contains a fraction, drop the fraction and use only the whole number as an "average". 2. Colors Available" Green Reverse Screened Background with Silver Blue Reverse Screened Background with Silver Copy Silver Background with Black Copy. Yellow Background with Black Copy. 3. Length. Refer to the attached layout and specifications or to the 3M standard layout and specifications. 4. To eliminate errors, a clearly typed or printed listing of legends is necessary. The list should be forwarded to the nearest 3M branch. MINIMUM ORDER: $25.00 net billing. TRANSPORTATION CHARGES PREPAID: Prices are F.O.B. point of shipment with transportation charges allowed and prepaid via lowest cost routing to destination within the continental limits of the United States. Prices for Alaska, Hawaii and Puerto Rico upon request from any 3M office. MINNESOTA MINING AND MANUFACTURING COMPANY TEMPORARY GOVERNMENT AGENCIES PRICE PAGE SEPTEMBER 15, 1974 STREET/ROAD NAME SIGN FACES FABRICATED FROM "SCOTCHLITE" BRAND REFLECTIVE SHEETING HIGH INTENSITY GRADE (HEAT ACTIVATED) STREET NAME FACES CONSUMER NET PRICES Average Number of Different Net Price Per Face Faces 6" 6-3/4" 8" 911 1 $9.15 $9.54 $11.13 $11.65 2 6.03 6.48 7.95 8.47 3 5.00 5.39 6.88 7.42 4 4.46 4.87 6.35 6.87 5 4.15 4.56 6.03 6.55 6 3.95 4.34 5.83 6.33 7 3.77 4.18 5.66 6.16 8 3.69 4.09 5.57 6.08 9 3.61 4.01 5.49 6.00 10 3.53 3.93 5.41 5.92 11 3.46 3.88 5.35 5.85 12 3.41 3.83 5.29 5.80 13 3.38 4.80 5.25 5.77 14 3.36 3.80 5.23 5.74 15 3.30 3.71 5.19 5.69 16 3.30 3.71 5.19 5.69 17 3.25 3.66 5.11 5.65 18 3.25 3.66 5.11 5.65 19 3.25 3.66 5.11 5.65 20 3.20 3.61 5.06 5.57 21 3.20 3.61 5.06 5.57 22 3.20 3.61 5.06 5.57 23 3.20 3.61 5.06 5.57 24 3.20 3.61 5.06 5.57 25 3.16 3.57 5.05 5.55 1. Compute price per face by dividing the total number of faces by the number of different legends to obtain "average". If the average contains a fraction, drop the fraction and use only the whole number as an "average". 2. Colors Available" Green Reverse Screened Background with Silver Blue Reverse Screened Background with Silver Copy Silver Background with Black Copy. Yellow Background with Black Copy. 3. Length. Refer to the attached layout and specifications or to the 3M standard layout and specifications. 4. To eliminate errors, a clearly typed or printed listing of legends is necessary. The list should be forwarded to the nearest 3M branch. MINIMUM ORDER: $25.00 net billing. TRANSPORTATION CHARGES PREPAID: Prices are F.O.B. point of shipment with transportation charges allowed and prepaid via lowest cost routing to destination within the continental limits of the United States. Prices for Alaska, Hawaii and Puerto Rico upon request from any 3M office. MINNESOTA MINING AND MANUFACTURING COMPANY "SCOTCHLITE" BRAND REFLECTIVE SHEETING "SCOTCHCAL" BRAND FILM VEHICLE MARKINGS Size Color Code For Letters Code For Numbers Code White C-800 ULPSW C-850 UNPSW PEUSL-1 Black C-800 ULPSB C-850 UNPSB 2" White C-804 ULPSW C-854 UNPSW Black C-804 ULPSB C-854 UNPSB 3" White C-802 ULPSW C-852 UNPSW Black C-802 ULPSB C-852 UNPSB 41" White C-803 ULPSW C-853 UNPSW 4-PPSSL Black 'C-803 ULPSB C-853 UNPSB Fabricated from "SCOTCHCAL" Film, 9690 Series, die -cul- and prespaced (packages of 10 each identical). PATROL CAR MARKINGS TEMPORARY LOCAL GOVERNMENT PRICE PAGE OCTOBER 15, 1974 Net Price (Pkq. of 10) $0.46 0.46 0.51 0.51 0.68 0.68 0.99 0.99 Specify legend and/or numbers desired Emblems fabricated from "SCOTCHLITE" Sheeting 3273 Gold *SLOW MOVING VEHICLE SIGNS Net Quantity Price Per Sian Code Size 10-24 25-99 100-499 500 & Signs Signs Signs Over SMV -10 14" x 16" overall wit $6.50 $5.65 $5.00 $4.55 12" high equilateral tr;angle center (14-3/4" sides) Signs are fabricated using "SCOTCHLITE" Brand Reflective Sheeting #2282 Ruby Red and 11 SCOTCHCAL" Brand Film 2483 Yellow -Orange mounted on .040 aluminum. *INounted Slow Moving Vehicle Sig.is are F.O.B. DESTINATION. Net Quantity Price Code Item Size 1-11 12-47 48 & Over PEUSL-1 Standard Gold 15" x 20" $5.15 $3.90 $3.45 Car Door Police Emblem PEUSL-2 Special Order 15" x 20" 13.10 9.50 8.60 Gold Car Door Police Emblem 4-PPSSL Prespaced "POLICE" 4" 3.20 2.30 2.05 Letters (3273 Gold) 4-PPSSL Prespaced "POLICE" 4" 2.55 1.80 1.65 Letters (3655 Black - Opanue) Specify legend and/or numbers desired Emblems fabricated from "SCOTCHLITE" Sheeting 3273 Gold *SLOW MOVING VEHICLE SIGNS Net Quantity Price Per Sian Code Size 10-24 25-99 100-499 500 & Signs Signs Signs Over SMV -10 14" x 16" overall wit $6.50 $5.65 $5.00 $4.55 12" high equilateral tr;angle center (14-3/4" sides) Signs are fabricated using "SCOTCHLITE" Brand Reflective Sheeting #2282 Ruby Red and 11 SCOTCHCAL" Brand Film 2483 Yellow -Orange mounted on .040 aluminum. *INounted Slow Moving Vehicle Sig.is are F.O.B. DESTINATION. ■INNtdOTA NIININN AN1 NIANUFACT0111111N CON PANY "SCOTCHLITE" BRAND REFLECTIVE SHEETING "SOOTCHCAL" BRAND FILM VEHICLE MARKINGS Page 2 Code Adhesive 1-4 S4 10-19 20-99 100 Pleas. Pkas. Pkcs PAM, ,Aver USMV-20 Dry --heat $9.40 $8.45 $7.75 $7.15 $6.90 activated USMV-30 Pressure 9.40 8.45 7.75 7.15 6.90 sensitive Kit contains 3 pieces of "SCOTCHLITE" Sheeting 1-3/4" x 12" and one 12" 9" ilateral triangle of "SCOTCHCAL" Film Fluorescent. MINNESOTA MINING AND MANUFACTURING COMPANY TEMPORARY GOVERNMENT AGENCIES PRICE PAGE SEPTEMBER 15, 1974 SIGN FACES FABRICATED FROM "SCOTCHLITE" BRAND REFLECTIVE SHEETING HIGH INTENSITY GRADE (HEAT ACTIVATED) *STANDARD REFLECTIVE TRAFFIC SIGN FACES Fabricated from "SCOTCHLITE" Brand Reflective Sheeting High Intensity Grade (Heat Intensity Activated) 2870 2870 Net Quantity Prices Code - Description Size 10-24 Net Quantity Price _ _Size_ _10-24 24" 25-49 50 b Over Size 10_24 25-49 50 b Over 12" x 6" 51.50 51.45 $1.40 36" Triangle $10.05 f 9.65 S 9.15 12" x 9" 2.25 2.15 2.00 18" x 36" 10.75 10.35 9.80 18" x 6" 2.25 2.15 2.00 24" x 30" 12.00 11.45 10.85 24" x 6" 3.10 2.95 2.80 36" x 48" x 48" 13.40 12.85 12.20 10" x 18" 3.40 3.20 3.10 24" x 36" 14.35 13.65 13.00 21" x 9" 3.75 3.55 3.35 48" x 18" 14.35 13.65 13.00 24" x 8" 3.75 3.55 3.35 9" x 48" x 90ORRX 14.45 13.75 13.10 12" x 18" 3.95 3.80 3.60 30" x 30" 15.00 14.35 13.65 24" x 9" 3.95 3.80 3.60 *30" Circle 15.00 14.35 13.65 24" x 10" 4.35 4.15 3.95 *30" Octagon 15.00 14.35 13.65 18" x 15" 4.85 4.65 4.40 30" x 36" 18.00 17.10 16.30 10" x 27" 4.85 4.65 4.40 48" Triangle 17.45 16.65 15.85 24" x 12" 5.05 4.80 4.60 24" x 48" 19.00 18.15 17.30 18" x 18" 5.70 5.50 5.20 36" x 36" 21.50 20.55 19.60 21" x 15" 5.60 5.35 5.10 *36" Circle 21.50 20.55 19.60 10" x 36" 6.35 6.05 5.80 36" Octagon 21.50 20.55 19.60 30" x 12" 6.35 6.05 5.80 60" x 24" 23.80 22.75 21.60 30" Triangle 7.00 6.70 6.35 30" x 48" 23.80 22.75 21.60 9" x 48" 7.50 7.15 6.80 42" x 36" 25.05 23.85 22.75 18" x 24" 7.50 7.15 6.80 36" x 48" 28.60 27.35 26.05 36" x 12" 7.50 7.15 6.80 60" x 30" 29.75 28.45 27.05 30" x 18" 9.75 9.25 8.85 60" x 36" 35.80 34.15 32.55 24" x 24" 9.60 9.15 8.70 48" x 48" 38.15 36.35 34.60 *24" Circle 9.60 9.15 8.70 *48" Octagon 38.15 36.35 34.60 *24" Octagon_ 9.60 9..15 8.70 *Circle and Octagon _ faces are supplied screened on squares. TWO AND THREE COLOR SYMBOL SIGN FACES *For symbol sign plaque prices see standard sign face price table. **Size incorporating both regulatory symbol and plaque into one sign face. Fabricated from "SCOTCHLITE" Sheeting High Intensity Grade (Heat Activated) 2870 Net Quantity Prices Code - Description Size 10-24 25-49 50 b Over HI R3 -1R NO RIGHT TURN -- Symbol 24" x 24" $10.75 $10.35 $ 9.80 HI R3-11- NO LEFT TURN -- Symbol 24" x 24" 10.75 10.35 9.80 HI R3-4 NO U TURN -- Symbol 24" x 24" 10.75 10.35 9.80 HI R5-2 NO TRUCKS -- Symbol 24" x 24" 10.75 10.35 9.80 HI R5-6 NO BICYCLES -- Symbol 24" x 24" 10.75 10.35 9.80 30" x 30" 16.35 15.60 14.90 HI W3-3 SIGNAL AHEAD 30" x 30" 18.10 17.25 16.40 **24" x 42" 18.30 17.50 16.65 SIGNAL AHEAD 36" x 36" 25.45 24.35 23.15 *For symbol sign plaque prices see standard sign face price table. **Size incorporating both regulatory symbol and plaque into one sign face. `,IGN FACES FABRICATED FROM "SCOTCHLITE" BRAND REFLECTIVE SHEETING HIGH INTENSITY GRADE (HEAT ACTIVATED) Page 2 STANDARD COUNTY ROUTE MARKERS Fabricated from "SCOTCHLITE" Reflective Sheeting High Intensity Grade (Heat Activated) 2870 Net Quantity Prices -Size _ Descrytion! _ _ Size 10-24 25-49 50 b Over HI M1-14 Black Legend and Border 16" x 16" $5.15 $4.90 $4.70 *Only the portion of the legend in capital letters actually appears on the sign face. Order 4" x 6" arrows and cut-out letters and numbers of appropriate size to spell out desired name. The number of letters which can be accommodated will depend on the size and series selected. on Silver -White Background HI M1-14 Black Legend and Border 18" x 18" 6.30 6.00 5.70 on Silver -White Background HI M1-14 Black Legend and Border 24" x 241" 10.15 9.75 9.25 on Silver -White Background HI M1-15 Silver -White Legend and 16" x 16" 5.15 4.90 4.70 Border on Green Background HI M1-15 Silver -White Legend and 18" x 18" 6.30 6.00 5.70 Border on Green Background HI M1-15 Silver -White Legend on 24" x 24" 10.15 9.75 9.25 _Border on Green Background _ TRAILBLAZER d ENTRANCE SIGN FACES Fabricated from "SCOTCHLITE" Reflective Sheeting High Intensity Grade (Heat Activated) 2870 Net Quantity Prices Code _ _ _ *Description_ _ Size _ 10-24 25-49 50 & Over HI M1-6 City or County Entrance Sign 30" x 24" $13.60 $12.95 $12.30 WELCOME TO 48" x 36" 32.50 31.05 29.55 H1 M1-10 City or County Park 30" x 24" 13.60 12.95 12.30 HI M1-11 Blank Face (green background with silver border) 30" x 18" 9.75 9.25 8.85 30" x 24" 12.55 12.05 11.45 48" x 18" 15.10 14.45 13.75 48" x 24" 20.10 19.15 18.25 48" x 36" 30.15 28.80 28.50 HI M1-12 Airport (Prop Plane) 30" x 24" 13.60 12.95 12.30 HI M1-22 Airport (Jet Plane) 30" x 24" 13.60 12.95 12.30 HI M1-23 Blank Face (blue background 30" x 24" 12.55 12.05 11.45 with silver border) 36" x 30" 18.95 18.10 17.25 48" x 24" 20.10 19.15 18.25 48" x 36" 30.17 28.80 28.50 Hl D5 -5A Roadside Table Symbol 24" x 24" 11.15 10.60 10.05 HI D9-2 H Symbol Trailblazer 24" x 24" 11.15 10.60 10.05 HOSPITAL Plaque 24" x 61" 3.10 2.95 2.80 H1 D'1-1 BIKE ROUTE 24" x 18" 8.15 7.70 7.40 HI Dll-2B Arrow (Blue background) 24" x 61' 3.10 2.95 2.80 HI D11 -2G Arrow (Green background) 241" x 6" 3.10 2.95 2.80 HI M4-1 Trail Symbol 24" x 24" 11.15 10.60 10.05 Hl M4 -1P Trail Plaque _ _ _ _ _ 249" x 6" _ _ 3.10 _ 2.95_ _ _ 2.80 *Only the portion of the legend in capital letters actually appears on the sign face. Order 4" x 6" arrows and cut-out letters and numbers of appropriate size to spell out desired name. The number of letters which can be accommodated will depend on the size and series selected. SIGN FACES FABRICATED FROM "SCOTCHLITE" BRAND REFLECTIVE SHEETING HIGH INTENSITY GRADE (HEAT ACTIVATED) Page 3 Please order by code, legend, and size. Minimum order is 10 assortable faces with an invoice value of $25.006Quantity prices apply to single shipment to one destination. Various legends and sizes of "SCOTCHLITE" Sheeting and "SCOTCHCAL" Film regulatory and warning series, bridge -end markers, and railroad faces may be combined to obtain the best quantity price. TRANSPORTATION CHARGES PREPAID: All unmounted faces are priced F.O.B. Point of Shipment with transportation charges allowed and prepaid via lowest cost routing to any destination within the continental limits of the United States; Alaska and Hawaii included on orders with an invoice value of $250.00 or more, otherwise F.A.S. Port of Shipment. CATEGORY I -- 3M Catalog Faces - The faces which are listed or illustrated in the catalog or supplementary price pages. Prices are as shown. Order by code number, legend and size. These faces can be combined to obtain best quantity price. CATEGORY II - Approved Manual Faces - Those faces which are rectangular or square in shape, with one screened color, straight line copy and are listed by code number or illustrated in the PRA Manual or any current state manual and which include no words or symbols which would render them unique or restricted in use. Prices for 25 or more identical category II faces are the same as prices for 3M catalog faces of the same size and quantity. For quantities less than 25 identical category II faces, the appropriate prorated set-up charge is added to the published price for a 3M catalog face of the same size and quantity. Set-up charges for each screened color. .75 - 2.9 sq. ft. $ 9.15 3.00 - 3.9 sq. ft. 12.55 4.00 - 9.0 sq. ft. 18.30 9.10 - 16.0 sq. ft. 22.90 MINNESOTA MINING AND MANUFACTURING CUWANY TEMPORARY GOVERNMENT AGE14CIES PRICE PAGE SEPTEMBER 15, 19j4 "VARICOM" BRAND CYCLE CONTROL SYSTEM The "VARICOM" Brand Cycle Control System is a changeable message traffic control system powered by an electrical motor and activated at pre -determined times to control specific traffic situations. The system is composed of two types, one when closed displays no message, when opened displays a specific traffic control message; the other system available has a double message capability; either of two messages are displayed at pre -determined times. The sign faces on all assemblies offered on this price page are fabricated from "SCOTCHLITE" Brand High Intensity Grade Reflective Sheeting. SINGLE MESSAGE SYSTEM Model No. Size Size Assembly A V250-2 (Open) (Closed) Net Price V200-1 24" x 30" 121" x 30" $345.00 V250-1 24" x 36" 12}" x 36" 355.00 V300-1 30" x 30" 1511" x 30" 355.00 V400-1 30" x 36" 15#" x 36" 365.00 DOUBLE MESSAGE SYSTEM V200-2 24" x 30" --- 380.00 V250-2 24" x 36" --- 395.00 V300-2 30" x 30" --- 395.00 V400-2 30" x 36" --- 410.00 CONTENTS OF ASSEMBLIES Assembly A oty 1 "VARICOM" Brand Cycle Control System 2 Mounting Clamps (2 Hubs with 1}" ID Pipe thread All prices are F.O.B. Point of Shipment Customer is to specify sign face(s) required. All sign faces listed in the Traffic Control Products Division Catalog and the Manual on Uniform Traffic Control Devices will be available. Orders which specify faces fabricated from other than High Intensity Grade Sheeting or are not listed in the T.C.P. Catalog or M.U.T.C.D. will be priced on a special.quotation basis. MINNESOTA MINING AND MANUFACTURING COMPANY TEMPORARY GOVERNMENT AGENCIES PRICE PAGE SEPTEMBER 15, 1974 "SCOTCHLITE" BRAND REFLECTIVE SHEETING Conformable CONSTRUCTION BARRICADE SHEETING Barricade Sheeting Conformable Sheeting No. 6270 with Screened Orange Diagonal 6" Stripes. Specify right or left when ordering. Sheet sizes not listed are available on a special quotation basis. "SCOTCH -LANE" Brand Primer 4448 For Conformable Sheeting Net Price Per Gallon Container Size Gallons Broken Case Full Case Containers Per Case Five --- $4.10 1 One $5.70 5.05 4 Transportation Charges are prepaid. ASSORTABILITY: Conformable Sheeting is not assortable with other sheetings and films for discount purposes. MINIMUM ORDER: $25.00 net billing. TRANSPORTATION CHARGES PREPAID: Prices are F.O.B. point of shipment with transportation charges allowed and prepaid via lowest cost routing to destination within the continental limits of the United States. Prices for Alaska, Hawaii and Puerto Rico upon request from any 3M office. Net Quantitx„Price Per Shoot Code Sheet Size 10-24 i 25-49 _ 50 3 Over CBS -1R 6” x 48" S 4.20 $ 4.00 S 3.85 CBS -1L 8" x 48" 5.55 5.30 5.00 12" x 48" 8.25 7.85 7.55 24" x 48" 16.45 15.70 14.90 Specify right or left when ordering. Sheet sizes not listed are available on a special quotation basis. "SCOTCH -LANE" Brand Primer 4448 For Conformable Sheeting Net Price Per Gallon Container Size Gallons Broken Case Full Case Containers Per Case Five --- $4.10 1 One $5.70 5.05 4 Transportation Charges are prepaid. ASSORTABILITY: Conformable Sheeting is not assortable with other sheetings and films for discount purposes. MINIMUM ORDER: $25.00 net billing. TRANSPORTATION CHARGES PREPAID: Prices are F.O.B. point of shipment with transportation charges allowed and prepaid via lowest cost routing to destination within the continental limits of the United States. Prices for Alaska, Hawaii and Puerto Rico upon request from any 3M office. MINNESOTA MINING AND MANUFACTURING COMPANY TEMPORARY PRICE PAGE GOVERNMENT AGENCIES AND TRAFFIC SIGN MANUFACTURERS OCTOBER 1, 1974 "SCOTCHLITE" BRAND REFLECTIVE SHEETING HIGH INTENSITY GRADE CONSTRUCTION BARRICADE SHEETING (SHORT ROLLS) (HIGH TACK ADHESIVE) HIGH TACK Adhesive allows a broader range of fie4d and shop applied uses for High Intensity Grade Pressure Sensitive Roll Goods. The product is particularly suited for marking flat or moderately curved surfaces, such as barrels and barricades, when proper application instructions are followed. Barricade Sheets shall consist of encapsulated lens reflective shooting with alternating 6" orange and white stripes running diagonally aceoss the sheeting at an angle of 450. CONSUMER LIST PRICES HTBR-1R - (5) Sheets per package. Each package will consist of (5) lefts or (5) rights. - Transportation charges prepaid - Specify right or left when ordering. - Sheet sizes not listed are available on special quote. - Minimum order 50 sheets - 1 package. - Assortable with traffic sign faces for best quantity prices. SHEET NET QUANTITY PRICES PER PACKAGE CODE SIZE 2 - 4 Pkas. 5 - 9 Pkas. 10 Pka. & Over Specify 4" x 120" $ 52.25 $ 49.90 $ 47.50 Right or Left 6" x 120" 74.80 71.40 68.00 8" x 120" 96.80 92.40 88.50 HTBR-11- 12" x 120" 142.45 135.95 129.50 HTBR-1R - (5) Sheets per package. Each package will consist of (5) lefts or (5) rights. - Transportation charges prepaid - Specify right or left when ordering. - Sheet sizes not listed are available on special quote. - Minimum order 50 sheets - 1 package. - Assortable with traffic sign faces for best quantity prices. MINNESOTA MINING AND MANUFACTURING COMPANY TEMPORARY PRICE PAGE GOVERNMENT AGENCIES AND TRAFFIC SIGN MANUFACTURERS OCTOBER 1, 1974 "SCOTCHLITE" BRAND REFLECTIVE SHEETING ENGINEER GRADE Oonstruction Barricade Sheeting ROLL GOODS The barricade sheeting shall consist of reflective sheeting with alternating 6 inch orange and white colored barricade stripes running diagonally across the sheeting at an angle of 450. The reflective background material shall consist of retro -reflective sheeting conforming to the specification "Enclosed Lens Reflective Sheeting for Traffic Control Signs". Transportation charges prepaid. Specify right or left when ordering. Roll sizes not listed are available on special quote. ADHESIVE Pressure Sensitive Pressure Sensitive Heat Activated Heat Activated DIRECTION CODE COLOR OF STRIPES 384 (R) Orange d Right 384 (L) Silver Left Stripes 284 (R) Orange & Right 284 (L) Silver Left Stripes SIZE LIST PRICE 6" x 50 yds. $118.50 81' x 50 yds. 158.00 12" x 50 yds. 237.00 24" x 50 yds. 430.95 Transportation charges prepaid. Specify right or left when ordering. Roll sizes not listed are available on special quote. ADHESIVE Pressure Sensitive Pressure Sensitive Heat Activated Heat Activated MINNESOTA MINING AND MANUFACTURING COMPANY TEMPORARY PRICE PAGE GOVERNMENT AGENCIES AND TRAFFIC SIGN MANUFACTURERS OCTOBER 1, 1974 "SCOTCHLITE" BRAND REFLECTIVE SHEETING HIGH INTENSITY GRADE CONSTRUCTION BARRICADE SHEETING - SHORT ROLLS (2870 SILVER - HEAT ACTIVATED) The barricade sheets shall consist of encapsulated lens reflective sheeting with alternating 6" orange and white colored barricade stripes running diagonally across the sheeting at an angle of 450. CONSUMER LIST PRICES SHEET NET QUANTITY PRICES PER PACKAGE CODE SIZE 2 - 4 Pkas. 5 - 9 Pkas. 10 Pkc. & over Specify Right 4" x 120" S 48.70 S 46.45 $ 44.25 or Left 6" x 120" 69.30 66.15 63.00 8" x 120" 89.40 85.30 81.25 HIBR-1R 12" x 120" 131.55 125.60 119.60 HIBR-iL - 5 Sheets per package. Each package will consist of (5) lefts or (5) rights. - Minimum order 5 sheets - i package. - Transportation charges prepaid. - Specify right or left when ordering. - Sheet sizes not listed available on special quote. - Assortable with traffic sign faces for best quantity prices. ATTACHMENT "D" "SCOTCH -LANE" Brand Pavement Striping Tape for semi- permanent marking of asphalt or concrete road surfaces, and "SCOTCH -LANE" Brand Primer to assure maximum performance of the pavement striping tapes. MINNESOTA MINING AND MANUFACTURING COMPANY TEMPORARY GOVERNMENT AGENCIES PRICE PAGE SEPTEMBER 15, 1974 "SCOTCH -LANE" BRAND PAVEMENT STRIPING TAPE PAVEMENT MARKING SHEETING, SY10OLS AND LEGENDS PRIMER 4448 AND APPLICATION ACCESSOREES Reflective Pavement Striping Tape con Roll Size Sq. Ft. Rolls Per List Price - 2999 Per Roll Case Per Roil Per RI. . Case Per Roil SP -A-460 White _ (In 12" marked b Over sq. ft. 15% (in 12" marked 4" x 50 yards 50 1 $20.10 serrated lengths 6 sepeeftdt 4" x 50 yards 50 1 $31.20 edge box) , _.. 2" x 50 yd. 25 4 8.10 5360 White 2" x 50 yd. 25 4 13.65 or 4" x 50 yd. 50 2 27.30 5361 Yellow 8" x 25 yd. 50 1 27.30 4*" x 50 yd. 6" x 50 yd. 75 2 40.95 2 4" x 150 yd. 150 1 81.90 of reflective tape and sheeting may be 16" x 50 yd. 200 1 109.20 6" x 150 yd. 225 1 122.85 Non -Reflective Pavement Striping Tape Code Roll Size Sq. Ft. Rolls Per List Price 1500 - 2999 Per Roll Case Per Roil SP 450 White - 5999 sq. ft. 10% (In 12" marked b Over sq. ft. 15% lengths b 4" x 50 yards 50 1 $20.10 serrated edge box) , _.. 2" x 50 yd. 25 4 8.10 5250 White 4" x 50 yd. 50 2 16.20 or 6" x 50 yd. 75 2 24.30 5251 Yellow 4" x 150 yd. 150 1 48.60 _ 6" x 150 vt.._ 225 1 72.90 5255 Black 4*" x 50 yd. 56.25 2 16.55 5255 B lack _ 6 " x _50 yd • 81.25 2 23.90 ASSORTING PRIVILEGE: 1. Full cases of reflective tape and sheeting may be combined with full cases of non - reflective tape to qualify for quantity discounts. 2. Broken cases not available. Reflective Pavement Markinq_Sh-qwtin Code Roll Size Sq. Ft. Per RI. Roils per List Price Case Per Boll 6360 White or 6361 Yellow 24" x 50 yd. 300 1 $183.70 (with liner) Discount Schedule For Rolls Listed Above 0 - 1499 sq. ft. List 1500 - 2999 sq. ft. 5% 3000 - 5999 sq. ft. 10% 6000 b Over sq. ft. 15% "SCOTCH -LANE" BRAND PAVEMENT STRIPING TAPE PAVEMENT MARKING SHEETING, SYMBOLS AND LEGENDS PRIMER 4448 AND APPLICATION ACCESSORIES Page 2 White Reflective Symbols and LOGOnds Fabricated from Reflective Pavement Marking Sheeting White 6360 Code Description Net Quantity Price Per Package 6-9 10 6 Over 3-5 Size 1-2 SLS -A-201 Straight Arrow (3 pcs.)5/pkg. 914" x 3'8" $57.85 88.75 $56.75 87.10 $55.65 85.40 'a $54.55 83.75 *SLS -A-202 L or R Curved Arrow (3 pcs.)5/pkg. Arrow Connecting 617" 32" x x 8'3" 10" 15.55 14.80 13.95 13.20 *SLS -A-206 L or R Combination Piece 5/pkg. SLS -A-204 0 (2 pcs . ) "N" (4 pcs.) one complete 81411 8' x x 1 9�� 118" 37.40 35.55 33.65 31.80 "L" (2 pcs.) legend per 8' x 114" "Y" (2 pcs.) pkg. 8' x 2' 1 Pka .2 Pkg. 3-4 Pkg. 5 b Over SLS -A-215 "R" (1 pc.) 4/pkg. 5' x 2' $35.60 $33.85 $32.05 $30.25 For Railroad Grade Crossing "S" (2 pcs.) 918" x $10" 49.55 48.60 47.70 46.75 "C" (2 pcs.) SLS -A-207 "H" (2 pcs.) one complete "0" (2 pcs.) legend per 110" (2 pcs.) *Specify right or left arrow. "SCOTCH-LANE"_Brand Primer 4448 Not _Price Per -.Gal Ion Container Size Gallons Broken Case Fu I, _ICase Containers Per Case Five -- $4.10 1 One $5.70 5.05 4 Transportation Charges are prepaid. Code SILT 40 SLT 180 SLT 180-10 SLT 180-50 SLT 929 SLT 931 SLT 932 SLT 941 ADDlication_Accessories For "SCOTCH -LANE" 7 Item Twin 4" Dispensing Assembly for SLT-180 Roll Striper Complete with 6" Dispensing Head Roll Striper Tamper Roll Striper Cutoff Device Brush Tamper Primer Roller Applicator Roller Sleeves for SLT-931 (4 per ctn.) Primer Spray Applicator Net Price $ '65.50 199.50 82.90 8.90 16.35 3.25 3.00/ctn. 185.20 All pavement markings are produced in the sizes and shape as outlined on pages 203,206 of the Manual on Uniform Traffic Control Devices for Streets and Highways (November, 1970 edition) prepared by the National Joint Committee on Uniform Traffic Control Devices and published by the U.S. Department of Transportation, Federal Highway Administration. if special sizes and/or shapes of "SCOTCH -LANE" Pavement Markings are desired, for a special quotation on price, delivery and availability, contact the Traffic Control Products Division, 3M Center, St. Paul, Minnesota 55101. "SCOTCH -LANE" BRAND PAVEMENT STRIPING TAPE PAVEMENT MARKING SHEETING, SYBMOLS AND LEGENDS PRIMER 4448 AND APPLICATION ACCESSORIES Page 3 QUANTITY DISCOUNT SCHEDULE APPLIES ON SINGLE SHIPMENT TO ONE DESTINATION. EXCEPTION: An order totalling 6,000 square feet (24" x 50 yd. roll equivalents) of sheeting or tape for immediate delivery to two or more destinations qualifies for maximum discount provided each shipment consists of 1200 sq. ft. or more (in rolls only). MINIMUM ORDER: $25.00 net billing. TRANSPORTATION CHARGES PREPAID: Prices are F.O.B. point of shipment with transportation charges allowed and prepaid via lowest cost routing to destination within the continental limits of the United States. Prices for Alaska, Hawaii and Puerto Rico upon request from any 3M office. Application equipment prices are F.O.B. Destination. MINNESOTA MINING AND MANUFACTURING COMPANY TEMPORARY GOVERNMENT AGENC PRICE PAGE SEPTEMBER 15, 1974 "SCOTCH -LANE" BRAND PAVEMENT STRIPING TAPE CONSTRUCTION GRADE Pavement Striping Tape Construction Grade Code Color Roll Size Squame Ft. Per Roll List Price Per Rol- 5160 White 4" x 100 yds. 100 $27.05 5161 Yellow "SCOTCH -LANE" Brand Pavement Striping Tape, Construction Grade, is designed specifically for short term usage. Easily applied, the tape will reflect brightly under automobile headlights providing pavement delineation during pavement construction. The line is quickly applied, eliminating the need for paint equipment and traffic coning. MINIMUM ORDER: 3 Rolls (4" x 100 yds.) White or Yellow Prices Subject to Change Without Notice (Assortable with other "SCOTCH -LANE" Brand Tapes for discount.) DISCOUNT SCHEDULE Square Feet Discount From List 0 - 1499 List 1500 - 2999 List less 5% 3000 - 5999 List less 10% 6000 & Over List less 15% (Assortable with other "SCOTCH -LANE" Brand Tapes for discount.) MINNESOTA MINING AND MANUFACTURING COMPANY TEMPORARY GOVERNMENT AGENCIES PRICE PAGE SEPTEMBER 15, 1974 "SCOTCH -LANE" BRAND PAVEMENT MARKING SHEETING WHITE WET REFLECTING PAVEMENT ARROWS FOR LOW VOLUME TRAFFIC Code Description Size Net Quantity Price Per Package 1-2 3-5 6-9 10 b Pkgs. Pkqs. Pkgs. _ Over SLSA-101 Straight Arrows 6' 2.5" x 2' 5.5" $38.55 $37.80 537.05 $36.35 (3 pcs.) 5/Pkg. *SLSA-102 L or R Curved Arrow 4' 4.75" x 5'6" 59.20 57.10 56.95 55.85 (3 pcs.) 5/Pkg. *SLSA-106 L or R Combination Arrow 21.5" x 7" 9.35 9.15 8.95 8.88 Connecting Piece —.._51P.k<c._ — -- --- -- -- — ---- --- 1. Transportation charges "Prepaid." 2. *Specify right or left arrow. 3 Packages of arrows, legends, sheets and roll goods may be combined for best quantity price. MINIMUM ORDER: $25.00 net billing. TRANSPORTATION CHARGES PREPAID: Prices are F.O.B. point of shipment with transportation charges allowed and prepaid via lowest cost routing to destination within the continental limits of the United States. Prices for Alaska, Hawaii and Puerto Rico upon request from any 3M office. Prices Subject to Change Without Notice ATTACHMENT "E" 1) "CODIT" Brand Reflective Liquids to provide nightime reflectivity for all types of traffic hazards. 2) "SCOTCHLITE" Brand Reflective Liquid. 3) "SCOTCHLITE" Brand Process Colors for use on "SCOTCH - LITE" Brand Reflective Sheeting. 4) "SCOTCHCAL" Brand Process Colors for use on "SCOTCHCAL" Brand Non -Reflective Film. MINNESOTA MINING AND MANUFACTURING COMPANY TEMPORARY LOCAL GOVERNMEN PRICE PAGE SEPTEMBER 15, 1974 "CODIT" BRAND REFLECTIVE LIQUID REFLECTIVE LIQUID IN FIVE, TEN AND TWELVE POUND CONTAINERS Code Color Net Price Per Pound Net Price Per Pound Net Price Per Pound 5 Pound Can 10 Pound Can 12 Pound Can 72.10 Silver $6.90 N/A $5.15 7211 Yellow 6.90 N/A 5.15 7215 "C" Black 6.90 $5.15 N/A 7216 White 6.90 N/A 5.15 REFLECTIVE LIQUID IN SPRAY CANS Code Color Unit of Sale Net Price Per Case (7979) White Case of 24 - 5-3/4 ozs. $56.70 Spray Cans UNIT OF SALE: 1 - 5 Ib. can or 1 case of 2 - 10 Ib. or 2 - 12 Ib. cans of one color, Exception: A combination case containing 1 - 12 Ib. can of 7211 Yellow and 1 - 12 Ib. can of 7216 White may be ordered. No broken cases will be sold. MINIMUM ORDER: $25.00 net billing. i'RANSPORTATION CHARGES PREPAID: Prices are F.O.B. point of shipment with transportation charges allowed and prepaid via lowest cost routing to destination within the continental limits of the United States. Prices for Alaska, Hawaii and Puerto Rico upon reque=st from any 3M Office. MINNESOTA MINING AND MANUFACTURING COMPANY TEMPORARY LOCAL GOVERNMENTS PRICE PAGE SEPTEMBER 15, 1974 "SCOTCHLITE" BRAND REFLECTIVE LIQUID Reflective Liquid in Five and Twelve Pound Containers Code Color Net Price Per Pound Net Price Per Pound 5 Pound Can 12 Pound Can 7220 Signal White $6.90 $5.15 UNIT OF SALE: 1 - 5 Ib. can or 1 case of 2 - 12 Ib. cans. No broken cases will be sold. MINIMUM ORDER: $25.00 net billing. TRANSPORTATION CHARGES PREPAID: Prices are F.O.B. point of shipment with transportation charges allowed and prepaid via lowest cost routing to destination within the continental limits of the United States. Prices for Alaska, Hawaii and Puerto Rico upon request from any 3M office. MINNESOTA MINING AND MANUFACTURING COMPANY "SCOTCHCAL" Brand Process Colors, Clears and Thinners for use on "SCOTCHCAL" Brand Non -Reflective Film 3905 Black NET PRICES CODE COLOR QUART GALLON 3900 Clear $2.82 S 7.50 3901 Insignia Red 11.37 37.96 3902 Yellow 4.81 15.99 3903 White 4.19 14.00 3905 Black 4.19 14.00 3906 Insignia Blue 7.41 24.73 3911 Thinner 1.91 6.40 3912 Light Chrome Yellow 4.81 15.99 3913 International Orange 7.41, 24.73 3914 Dark Green 7.41 24.73 3915 Cadmium Red 11.37 37.96 3916 Blue 7.41 24.73 3917 Dark Cadmium Red 11.37 37.96 3919 Gold 4.81 15.99 3920 Gloss Clear 2.82 7.50 3922 Hansa Yellow 5.94 19.79 3923 Orange 7.41 24.73 3927 Blue Violet 11.37 37.96 3930 Dull Clear 4.06 12.35 3937 Red Violet 11.37 37.96 3970 Red Toned Blue 7.41 24.73 3971 Deep Red 11.37 37.96 3972 Fire Red 11.37 37.96 *** 3973 Edge Sealer NA NA 3980 Gloss Clear 3.73 10.98 3981 Thinner 2.11 6.98 3991 Magenta Red 11.37 37.96 3992 Yellow 7.41 24.73 3995 Black 4.19 14.00 3996 Cvan Blue 7.41 24.73 ***3'973 Edge Sealer is available only in 8 oz. dauber less cans ® $1.20 each. F.O.B. DESTINATION DELIVERY: 20-25 DAYS AFTER RECEIPT OF ORDER 8-19-74 MINNESOTA MINING AND MANUFACTURING COMPANY GOVERNMENT AGENCIES PRICE PAGE FEBRUARY 1, 1974 "SCOTCHLITE" BRAND TRANSPARENT PROCESS COLORS FOR USE WITH "PORT-A-CADE"BRAND PORTABLE SIGN SYSTEMS CODE COLOR NET PRICE QUARTS GALLONS 4401 Red $ 1 3. 13 $3939 4405 Black (Opaque) 4 84 14,40 4406 Orange i7"97 53,48 4420 Clear 2 60 7.80 441i Thvnnef 2.28 6,89 4400 Series Process Colors are only suitabie for use on "SCOTCHLITE" Brand Wide Angie "FLAT -TOP" Flexible Reflective Fabrics - 6600 Series, MINIMUM ORDER: $25.00 net billing: MINNESOTA MINING AND MANUFACTURING COMPANY "SCOTCHLITE" Brand and "SCOTCHCAL" Brand Process Colors, Thinners and Allied Items CODE TYPE SPECIAL CLEARS QUART HALF GALLON GALLON ***730 Baking Clear NET PRICES $5.46 CODE COLOR QUART GALLON *700 Clear $2.44 $ 7.31 701 Red 7.22 21.61 705 Black (Opaque) 4.16 12.55 706 Orange 8.22 24.77 707 Toner 5.92 17.75 708 Green 6.89 20.67 709 Gold 6.57 19.66 710 Blue 6.89 20.67 711 Thinner 1.98 5.98 712 Stop Sign Red N/A 68.93 713 Rustic Brown 7.22 21.61 714 Warning Yellow 10.56 31.69 715 Interstate Blue 7.22 21.61 716 Construction Orange N/A 56.62 717 Brown 12.55 37.57 722 Lemon Yellow 7.22 21.61 723 Magenta Red 11.15 33.41 725 Black 6.24 18.79 **726 Blue N/A 21.61 **727 Magenta N/A 18.79 **728 Yellow N/A 18.79 * 11-3/4 oz. Spray cans @ 1.95 (Suitable for use on 530 and 634 "SCOTCHCAL" * Half tone process colors Brand Films.) CODE TYPE SPECIAL CLEARS QUART HALF GALLON GALLON ***730 Baking Clear N/A $5.46 N/A 731 Finishing Clear N/A N/A $9.43 745 Gloss Clear N/A N/A 16.71 ***Available i gallon only. "SCOTCHLITE" Brand Edge Sealer CODE CONTAINER SIZE NET PRICE 700 Dauber Can 8 oz. $1.46 741 Dauber Can 8 oz. 1.66 741 Can Qt. 2.28 "SCOTCHCAL" Brand Edge Sealer CODE CONTAINER SIZE NET PRICE 3950 Dauber Can 8 oz. $1.27 3960 Dauber Can 8 oz. 1.27 4150 Dauber Can 8 oz. 1.27 9-74 L/S MINNESOTA MINING AND MANUFACTURING COMPANY "SCOTCHLITE" BPAND PROCESS COLORS FOR USE ON "SCOTCHLITE" BRAND REFLECTIVE SHEETING, HIGH I NTENIS I TY GRADE AVAILABLE COLORS NET PRICE PER §81-LON Pa_ r Roll 805 Black $18.79 806 Orange 29.48 808 Green 28.86 810 Blue 21.61 812 Traffic Sign Red 68.93 83l Roller Clear 10.73 830 Screening Clear 15.89 811 Thinner 5.98 816 Orange 29.48 825 Post Screen Black 21.68 F.O.B. DESTINATION DELIVERY: 20-120 DAYS AFTER RECEIPT OF ORDER SLIP SHEETING FOR USE WITH "SCOTCHLITE" BRAND REFLECTIVE SHEETING HIGH INTENSITY GRADE 02870 SERIES HEAT ACTIVATED CODE SCW-82 SLIP SHEETING F.O.B. DESTINATION DELIVERY: 20-25 DAYS AFTER RECEIPT OF ORDER 10-74 Not Price Pa_ r Roll Size I - 9 Rolf 10 i Over Rolls 24" X 60yds. $13.50 $10.70 30" X 60yds. 16.85 13.40 36" X 60yds. 20.20 16.05 48" X 60yds.. 26.95 21.40 F.O.B. DESTINATION DELIVERY: 20-25 DAYS AFTER RECEIPT OF ORDER 10-74 ATTACHMENT "F" "SCOTCHLITL" Brand Delineators All items in Section "F" are F.O.B. Destination. Delivery: 20 - 40 days after receipt of order. f 10-15-74 L -F-1 p MINNESOTA MINING AND MANUFACTURIN6 COMPANY "SCOTCHLITE" BRAND COH- DELINEATORS NET PRICE CODE COLOR SIZE UNIT OF SALE PER PKG.- H-18 3270 Silver 3" x 25 yds. Pkg. of 2 Coils $74.35 H-19 3271 Yellow 3" x 25 yds. Pkg. of 2 Coils 74.35 H-20 3483 Yellow- 3" x 25 yds. Pkg. of 2 Coils 50.50 Orange H-21 3270 Silver 3" x 25 yds. Pkg. of 3 Coils 99.60 3271 Yellow (One of each color) 3483 Yellow - Orange 10-15-74 L -F-1 MINNESOTA MINING ANO MANUFACTURING COMPANY "3M" BRAND REFLECTIVE DELINEATORS (SGSD, SGAD b SGRD 44 d 48) Above delineators are single unit mounted on .063 aluminum. NOTE: All of the above delineators may be combined for best quantity price. F.O.B. Destination "SCOTCHLITE" PRAND REFLECII VE DELINEATORS Mounted (H-5 and H-6) t H-5 Red 3" x 8" Pkg. of 100 H-6 Silver 3" x 8" Pka. of 100 Above rigid delineators are mounted on .040 aluminum. Colors may be combined for best quantity price. F.O.B. Destination 4" DIAMETER "3M" BRAND HIGH INTENSITY REFLECTIVE DELINEATORS Unmounted For Direct application Colors (Code) RISC -4 03870 Silver (Code) HIYC-4 #3871 Amber (Code) HIRC-4 -- Red Unit Net Price Per Pkq. of 1-9 1,0-49 50-99 100 b Over _ Sale Pkas. Package of 25 88.60 87.70 $6.85 $6.30 Colors may be combined for best quantity prices. Delivery: 35-40 days after receipt of order. F.O.B. Destination 1-74 I. -F -2 � . 74 Net Prices -Par Pka. of 100 Code Color Unit Unit of Sale 1-4 5-9 10 and Size Over SGRO-44 Red 4" x 4" Pkg. of 100 $53.35 _ $47.65 $41.90 SGSD-44 Silver 4" x 4" Pkg. of 100 53.35 47.65 41.90 SGAD-44 Amber 4" x 4" Pkg. of 100 53.35 47.65 41.90 SGSO-48 Silver 4" x 8" Pkg. of 100 88.85 83.15 77.40 SGRD-48 Red 4" x 8" Pkg. of 100 88.85 83.15 77.40 SGAD-48 Amber 4" x 8" Pkg. of 100 _ 88.85 83.15 77.40 Above delineators are single unit mounted on .063 aluminum. NOTE: All of the above delineators may be combined for best quantity price. F.O.B. Destination "SCOTCHLITE" PRAND REFLECII VE DELINEATORS Mounted (H-5 and H-6) t H-5 Red 3" x 8" Pkg. of 100 H-6 Silver 3" x 8" Pka. of 100 Above rigid delineators are mounted on .040 aluminum. Colors may be combined for best quantity price. F.O.B. Destination 4" DIAMETER "3M" BRAND HIGH INTENSITY REFLECTIVE DELINEATORS Unmounted For Direct application Colors (Code) RISC -4 03870 Silver (Code) HIYC-4 #3871 Amber (Code) HIRC-4 -- Red Unit Net Price Per Pkq. of 1-9 1,0-49 50-99 100 b Over _ Sale Pkas. Package of 25 88.60 87.70 $6.85 $6.30 Colors may be combined for best quantity prices. Delivery: 35-40 days after receipt of order. F.O.B. Destination 1-74 I. -F -2 � . 74 MINNESOTA MINING AND MANUFACTURING COMPANY "3M" BRAND BARRIER DELINEATOR FABRICATED FROM "SCOTCHLITE" BRAND HIGH INTENSITY GRADE CONSUMER PRICES Size Packaging Code/Color Cases Price Per Case Reflective Face 200 Mono -Directional 1 - 6 $224.00 3" x 3" Delineators BD-20Silver 7 - 12 212.80 7.62 cm x 7.62 cm Per BD -21 Yellow 13 - 17 201.60 Case 18 & Over 190.00 Adhesive Base Bi -Directional 3-1/8" x 2-7/16" BD -30 Silver/Red 1 - 6 $294.00 7.94 cm x 6.19 cm BD -31 Yellow/Yellow 7 - 12 279.40 BD -32 Yellow/Red 13 - 17 264.60 BD -33 Silver/Silver 18 b Over 250.00 *"SCOTCH -LANE" BRAND PRIMER #4448 FOR BARRIER DELINEATORS Container Size Broken Full Containers (Gallons) Case Case Per Case Five -- $4.10 1 One $5.70 5.05 4 TRANSPORTATION CHARGES "PREPAID". ASSORTING PRIVILEGE: 1. Full cases of mono or bi-directional delineators may be combined to qualify for quantity discounts. 2. Broken cases of markers are not available. *3. Substrate should be cleaned with wire brush or steel wool and #4448 Primer applied before marker is adhered. 9-15-74 ATTACHMENT "G" "GREEN LITE" Brand Striping Powder and "GREEN LITE" Brand Striper Assembly. Powder is designed for simple, rapid marking of cross -walk, school zones and touch-up in urban areas. Delivery: Powder: 20 - 25 days after receipt of order. Striper Assembly: Negotiated Terms: Net 30 days F.O.B. Destination G MINNESOTA MINING AND MANUFACTURING COMPANY "GREEN LITE" Brand STRIPER AND POWDER "GREEN LITE" Brand Striper is designed for simple, rapid marking of crosswalks, school zones, lane line touch-up, legends and raised surfaces using "GREEN LITE" Brand Striping Powder. The striper, utilizing an ignited mixture of L.P. gas and compressed air, dispenses and liquifies the powder, bonding it to the pave- ment surface. The manually propelled GLG-10 and GLG-14 Striper models are designed to apply 6" wide and 4" wide lines respectively. The 4" and 6" con- version assemblies can be purchased for -each model for striping versatility. The striper consists of a carriage, cun, and hopper plus air --gas hoses and regulators. It does not include L.P. tanks, compressor or air hoses for connection to compressor. CODE: GLG-10 "GREEN LITE" Brand Striper (Applies 6" line) CODE: GLG-14 "GREEN LITE" Brand Striper (Applies 4" line) HEIGHT: 61" LENGTH: 57" WIDTH: 40" WEIGHT: Approximately 150 lbs. (without fuel tank or powder) NET PRICE: $1,378.00 TRANSPORTATION: F.O.B. Destination CHARGES The following disclaimer clause is hereby made a part of this bid: "Purchases assumes responsibility for the safe operation of the "GREEN LITE" Brand Striper including compliance with applicable state and/or local safety regulations and the obtaining of any required state and/or local permits or authorizations for the operation of the applicator". "GREEN LITE" Brand Striping Powder CODE COLOR UNIT GL -2110 White 25 Ib. Carton GL -2111 Yellow 25 Ib. Carton COVERAGE: A pint container filled with loose screened powder and struck off level, approximately one pound, should provide the following coverage: Line Width 6" Line Length 22' - 26' Line Width 4" Line Length 24' - 29' MINIMUM ORDER: TWENTY-FIVE POUNDS F.O.B. DESTINATION L -G-1 LIST PRICE $1.95 per Ib. 1 .95 per I b . QUANTITY DISCOUNTS 25-975 lbs. List 1000-2475 lbs. Less 5% 2500-4975 lbs. Less 10% 5000 3 Over lbs. Less 15% Green Lite STRIPER efl•�� FREE SPARE PARTS PROGRAM The most important factor in assuring top performance of "GREENLITE" Brand Striping Powder is proper maintenance of the striper. Certain spare parts which may be needed for a routine maintenance program are offered at absolutely no cost with powder purchases subsequent to the initial powder purchase. With the purchase of the following amounts of "GREENLITE" Brand Striping Powder, the selected spare parts package will be sent depending on your need and desire. 25-975 lbs. — Package A 1000-2475 lbs. — Package B 2500-4975 lbs. — Package C 5000 lbs. & Over — Package D Installation will be provided by the 3M Traffic Control Products Government Representatives. PACKAGE A* Air clean-out nozzle Torch -cleaning spatula Wind screen scraper Cleaning brush VALUE: $MW PACKAGE B* Torch assembly -6" or Torch assembly -4" Air Clean-out nozzle Torch -cleaning spatula Wind screen scraper Cleaning brush VALUE: $40M PACKAGE C* I PACKAGE D* Torch assembly -6" or Package C, plus Torch assembly -4" Air hose compressor Air hose compressor Stencil release agent L. P. gas tank -20 Ib. Assembly POL connector and L. P. gas valve excess flow valve Air clean-out nozzle Gauge air Torch -cleaning spatula Wind screen scraper Cleaning bee"/S, _S—N-56 VALUE: 6 VALUE: * Packages may not be split. This customer has purchased lbs. of "GREENLITE" Brand Striping Powder (P.O. # ). It is my recommendation that the spare parts package be forwarded to the address shown below. Please send Part Package to: Account Name City 3M Govt. Rep. Signature State Address Zip L-GLFSPA White - Order Dept. Sales Coordinator Canary - Salesman Pink - Customer ATTACHMENT "H" "CENTERLITE" Brand Reflective Compound. A high quality premix reflective traffic paint for pavement markings. Delivery: 20 - 25 days after receipt of order. F.O.B. Destination 9-74 MINNESOTA MINING AND MANUFACTURING COMPANY "CENTERLITE" BRAND REFLECTIVE COMPOUND (Supplied in five gallon cans) Colors Available #CL -2076 White #CL -2077 Yellow QUANTITY PRICE 5 - 50 Gal. White $7.65 55 - 95 Gal. 6.80 100 or More Gal. 6.35 Delivery: 20-90 days after receipt of order. L -H-1 Yellow $7.65 6.80 6.35 ATTACHMENT "I" Application Equipment Parts List Delivery: 20 - 25 days after receipt of order. F.O.B. Destination i MINNESOTA MINING AND MANUFACTURING COMPANY "SCOTCHLITE" Brand VAL-6 Heat Lamp Vacuum Applicator witli TC -3 Temperature Controller Size 3 ft. x 4 ft. Net Unit Price $1,743.92 each "3M" Brand 36" Hand Squeeze Roll Applicator Code H.S.R.A. - 36 Net Unit Price $336.50 each MINNESOTA MINING AND MANUFACTURING COMPANY PARTS LIST -' VAL-1 HEAT LAMP VACUUM APPLICATOR 3' x 4' CODE NAME NET PRICE EACH HL -6 Heat Lamp Start Button S 5.77 HL -7 Selector Switch 7.15 HL -13 Jones Plug Set (Male d Female) 1.65 HL -15 375 Matt Lamps (Pkg. 25/carton) 47.30 HL -26 Thermostat 3.13 HL -29 Diaphragm Repair Kit 3.87 HL -30 Temp i l st i k 18WF 5.28 "L-51 Magnetic Contactor 158.12 HL -52 Pump Starter- Switch 13.86 HL -54 Rubber Diaphragm Hose (Set) 10.45 HL -55 Vacuum Pump Assembly 254.92 HL -56 Pump Jar Trap Gasket 0.94 HL -58 Pump Vacuum Gauge 6.71 HL -59 Spring Lamp Bank Frame 8.09 HLL-60 Left Hand Jaw Bolt (Lamp Bank Spring) 1.10 HLR-60 Right Hand Jaw Bolt (Lamp Bank Spring) 1.10 HL -61 Diaphragm Frame Latch 1.65 HL -62 Dough Rubber Diaphragm (.015") 58.85 HL -65 p aphragm Support Arm (Specify R or L) 6.99 HL -66 pport Arm Shoulder Bolt 1.82 HL -68 aphragm Support Arm Latch 1.92 HL -80 '' Sockets , 1.65 HL -83 avy Duty Diaphragm (.03011) 62.70 HL -84 ansformer Relay 44.60 HL -93 Iter Bag 0126 LM 1.45 4L-94 ,ilter Jar 9126 LB 0.83 HL -95 Her Jar, Model 4 0113 AU4 0.83 HL -98 Vines for Vacuum Pump (4 per set) 9.65 *HL -106 lector Switch - Heat Lamp (start -stop) 31.65 *HL -107 sed Disconnect Switch 49.60 *HL -108 ntrol Transformer 19.65 *HL -109 kat - Vacuum Pump Filter 0.83 *HL -110 et - Vacuum Pump Oiler 0.60 *HL -111 netic Contactor 160.60 *HL -112 Ooil for Magnetic Contactor 38.78 **HL -116 .amp Contactor Kit 47.58 ***HL -117 Lamp Contactor 23.38 *For applicators with serial numbers beginning with #1829. **For applicators with serial numbers 1829 - 2052. ***For applicators with serial numbers above 2052. 9-74 MINNESOTA MINING AND MANUFACTURING COMPANY PARTS LIST VAL-2 HEAT LAMP VACUUM APPLICATOR 4' x 6' CODE NAME NET PRICE EACH HL -2 Magnetic Starter with Overload Heater E 65.73 HL -3 Magnetic Contactor 176.55 HL -4 Transformer 9.10 HL -5 Relay 8.35 HL -6 Heat Lamp Start Button 5.80 HL -7 6 8 Selector Switch 7.15 HL -13 Jones Plug Set (Male b Female) 1.65 HL -14 Relay Heater for Magnetic Starter (HL -2) 4.35 HL -15 375 Lamps (Packaged 24 per carton) 47.30/ctn. HL -16 Rough Rubber Diaphragm 99.40 HL -17 Rubber Diaphragm Hose (Set) 11.40 HL -18 Vacuum Pump (Less Motor) 250.40 HL -19 Pump Jar Trap Gasket 0.33 HL -22 Spring (Diaphragm Frame) 18.15 HL -23 Spring (Lamp Bank Frame) 32.56 HLR-24 Right Hand Jaw Bolt (Diaphragm Frame Spring) 3.60 HLL-24 Left Hand Jaw Bolt (Diaphragm Frame Spring) 3.60 HLL-25 Right Hand Jaw Bolt (Lamp Bank Frame Spring) 3.85 HLL-25 Left Hand Jaw Bolt (Lamp Bank Frame Spring) 3.85 HL -26 Thermostat 3.15 HL -27 Balance Resistor 26.55 HL -28 Diaphragm Frame Latch 2.90 HL -29 Diaphragm Repair Kit 3.90 HL -30 Tempiistik 188OF 5.35 HL -31 Vacuum Pump with 220-440V 1 i H.P. Motor 354.20 HL -80 Lamp Socket 1.65 HL -81 Pump Jar 1.65 HL -82 Heavy Duty Diaphragm (.0300) 113.85 HL -84 Transformer Relay 44.85 HL -92 AC436 Cartridge Filter 4.90 HL -96 Vanes for Vacuum Pump (4 per set) 12.25 *HL -101 Selector Switch 12.20 *HL -102 Heat Lamp Start Button 11.95 *HL -103 Transformer Relay 45.40 *HL -104 Multivoltage Transformer 74.53 *HL -105 Motor Starter 77.10 HL -113 Cartridge For AC 436 Filter 2.00 **HL -114 Adapter Pump 15.40 ***HL -115 Kit - Motorspace 30.55 *HL -118 Magnetic Contactor 110.15 HL -126 Relay for HL -84 8.80 ****HL -127 Conversion Kit for VAL-2 from three phase to single phase 409.20 *For use with multi -volt applicators identified by the 2000 series serial numbers. **Use HL -114 to adapt new style pump to old style motor (raises pump to measure 0" from base.to middle of drive shaft). ***Use HL -115 to adapt new style motor to old style pump (raises motor to measure 41" from base to middle of drive shaft). ****For use with applicators serial #2060 and up. 9-74 MINNESOTA MINING AND MANUFACTURING COMPANY PARTS LIST Delivery: 25-30 days after receipt of order F.O.B. DESTINATION 9-74 L -I-8 FOR "SCOTCH -LANE" BRAND SLT-180 STRIPER SLT-180-1 Handle (with attachment screws) $15.25 -2 Frame 42.35 -3 Axle with pins 6.50 -4 Wheel (each) 26.25 -5 Pivot pin 4.80 -61 6" dispensing head (frame) 30.50 -62 6" front roller 9.00 -63 6" front roller axle 5.00 -64 6" dispensing mandrel (complete) 30.00 -41R 4" dispensing head (right hand) 15.80 -41L 4" dispensing head (left hand) 15.80 -42 4" front roller 7.60 -43 4" front roller axle 4.00 -44 4" dispensing mandrel (complete) 25.60 -6 3" tape drum (pr) 2.90 -7 Pointer 11.00 -8 Pointer attaching nut and eccentric 7.25 Delivery: 25-30 days after receipt of order F.O.B. DESTINATION 9-74 L -I-8 MINNESOTA MINING AND MANUFACTURING COMPANY "GREEN LITE" Brand Replacement Parts List Code Item Net Price MAINTENANCE TOOLS 2253-910 2253-700 Air Clean-out Nozzle $ 13.90 2253-770 Torch Cleaning Spatula 10.00 2253-782 Wind Screen Scraper 9.90 2253-784 Brush Replacement 3.90 l STRIPER COMPONENTS 2253-981 2253-311 Torch Assembly - 6" (pilot torch not included) 112.90 2253-305 Wind Screen Assembly - 6" 113.50 2253-811 Torch Assembly - 4" (pilot torch not included) 106.60 2253-805 Wind Screen Assembly - 4" 113.50 2253-584 Regulator LP Gas 26.00 2253-586 Gauge LP Gas 0-60 21.30 E 2253-581 Regulator Air 25.00 2253-582 Gauge Air 0-100 28.00 2253-702 Vibrator Bolt and Washers 9.50 ! 2253-274 Vibrator Air Hose - 17J" 3.75 2253-172 Air Hose - Gun Desoot - 191" 3.50 2253-373 Air Hose - Head Desoot - 9" 3.00 2253-651 Hopper Cover 26.00 2253-620 Hopper Slide Valve 20.90 2253-670 Hopper Nozzle Nose 2.00 2253-480 Carriage Wheel (semi -pneumatic) 19.90 2253-580 Valve LP Gas Excess Flow 14.25 2253-303 Pilot Torch 28.00 2253-588 Excess Flow Valve Assembly 10.50 i 2253-587 LP Gas Valve 38.00 2253-704 Assembly - Pol-Connector b Excess Flow Valve 36.00 F.O.B. Destination All prices subject to change without notice. Consult your 3M Representative for availability of parts not listed. 9-74 ACCESSORIES 2253-910 Air Hose Compressor (5/16" I.D. x 100 ft.) 66.65 2253-911 Air Hose Compressor (3/8" I.D. x 150 ft.) 91.00 s 2253-980 LP Gas Tank - 20 Ib. Capacity (with valve) 42.90 2253-981 Stencil Release Agent (10 Ib. can) 62.95 CONVERSION ASSEMBLIES 2253-300 6" Conversion Assembly for 4" Striper 257.90 2253-800 4" Conversion Assembly for 6" Striper 264.25 F.O.B. Destination All prices subject to change without notice. Consult your 3M Representative for availability of parts not listed. 9-74 MINNESOTA MINING AND MANUFACTURING COMPANY "SCOTCHLITE" BRAND APPLICATOR EQUIPMENT FOR USE WITH "SCOTCHLITE" BRAND REFLECTIVE SHEETING, HIGH INTENSITY GRADE CODE HSRA-48 HAND SQUEEZE ROLL APPLICATOR HSRA-36 HAND SQUEEZE ROLL APPLICATOR TC -2 TEMPERATURE CONTROLLER ( 4' x 6', 5' x 12') TC -3 TEMPERATURE CONTROLLER (3' x 4') HL -125 TELATEMP STRIP HL -128 VOLTAGE CONTROLLER 60 HZ F.O.B. DESTINATION DELIVERY: 20-30 DAYS AFTER RECEIPT OF ORDER S/L 9-15-74 NET PRICE $545.00 336.50 435.50 215.50 23.50 710.00 ATTACHMENT "J" "SCOTCHLITE" Brand Reflective Sheeting, High Intensity Grade, #3870 Series, for direct applied pressure sensitive letters, numbers, borders and symbols. Delivery: 20 - 40 days after receipt of order. F.O.B. Destination F1 MINNESOTA MINING AND MANUFACTURING COMPANY TEMPORARY GOVERNMENT PRICE PAGE SEPTEMBER 15, 1974 "SCOTCHLITE" BRAND REFLECTIVE SHEETING HIGH INTENSITY GRADE 3870 SILVER UNMOUNTED CUTOUT LETTERS Interstate and Defense Highways Alphabet Series "E" Modified Cppital and Upper Case Letters Numarats Border Corners Code Size Net Code Size Net Code Size Net Price Ea. Price Ea. Price Ea. SGUL-4 4" $0.29 SGUN-4 4" $0.29 SGUBC-13 1" x 3" $0.21 Radius SGUL-6 6" 0.56 SGUN-6 6" 0.56 SGUBC-16 1" x 6" 0.50 Radius SGUL-8 8" 0.95 SGUN-8 8" 0.95 SGUBC-19 1" x 9" 0.80 Radius SGUL-10 10" 1.45 SGUN -10 10" 1.45 SGUL-10.610.67" 1.65 SGUN-10.6 10.67" 1.65 SGUBC-23 2" x 3" 0.32 Radius SGUL-12 12" 2.05 SGUN-12 12" 2.05 SGUBC-26 2" x 6" 0.60 Radius SGUL-13 13.33" 2.45 SGUN-13.3 13.3 2.45 SGUBC-29 2" x 9" 0.95 Radius SGUL-15 15" 3.20 SGUN-15 15" 3.20 SGUBC-212 2" x 12" 1.35 Radius SGUL-16 16" 3.75 SGUN-16 16" 3.75 SGUL-18 18" 4.90 SGUN-18 18" 4.90 SGUBC-39 3" x 9" 1.20 Radius SGUL-20 20" 5.90 SGUN-20 20" 5.90 SGUBC-312 3" x 12" 1.65 Radius SGUL-24 24" 8.25 SGUN-24 24" 8.35 Lower Case Letters Periods Comma/Apostrophe Code Size Net Code Size Net Code For Net Price Price Aiphabet Price Each Each T _ Size Each SGULL-6 6" $0.70 SGUPD-4 4" $0.12 SGUCA-8 8",10" 50.20 SGUPD-6 6" 0.13 or SGULL-8 8" 1.30 SGUPD-8 8" 0.15 10.67" SGUPD-10 10" or 0.17 SGUCA-12 12" 0.40 SGULL-10 10" 1.95 10.67" 13.33" SGULL-12 12" 3.10 SGUPD-12 12" or 0.27 15" or 13.33" 16" SGULL-15 15" 5.15 SGUPD-15 15" 0.27 SGUCA-18 18" 0.65 SGUPD-16 16" 0.31 20" or SGULL-18 18" 7.30 SGUPD-18 18" 0.39 24" "SCOTCHLITE" BRAND REFLECTIVE SHEETING HIGH INTENSITY GRADE 3870 SILVER UNMOUNTED CUTOUT LETTERS Page 2 Diagonals For Fractions Size Hyphens SGUR-22 3/4" Code _ Size NetPrice Each _ Code For Alphabet Size Net Price Ea. SGUDIA-4 4" $0.22 SGUHY-4 4" $0.15 SGUDIA-6 6" 0.32 SGUHY-6 6" 0.17 SGUDIA-8 8" 0.50 SGUHY-8 8" 0.22 SGUDIA-10 10" or 0.70 SGUHY-10 10" or 0.29 10.67" 10.67" SGUDIA-12 12" or 0.85 SGUHY-12 12" or 0.34 13.33" 13.33" SGUDIA-15 15" 1.30 SGUHY-15 15" 0.45 SGUDIA-16 16" 1.35 SGUHY-16 16" 0.55 SGUDIA-18 18" 1.50 SGUHY-18 18" 0.65 Roll Goods For Borders (3870-2870 Silver) Code Size SGURC-26 SGUR-22 3/4" x 50 yds. SGUR-23 1" x 50 yds. SGUR-24 1-1/4" x 50 yds. SGUR-25 2" x 50 yds. SGUR-26 3" x 50 yds. *Roll goods for borders subject to normal discount schedules. Cutout Radius Corners (3870-2870 Silver) Code Size SGURC-26 3/4" x 2-1/4" SGURC-27 1" x 3" SGURC-28 1-1/4" x 6" A rows (3870-2870 Silver) Code Size SGUM1-4 4" x 6" SGUM1-5 6" x 9" Specify code and size when ordering. *List Price Per Roll $23.75 30.30 38.20 60.55 90.85 Net Price 25 per pkq. $2.85 4.00 7.75 Net Price 5 per pkq. $2.25 4.85 MINIMUM ORDER: $25.00 net billing. TRANSPORTATION CHARGES PREPAID: Prices are F.O.B. point of shipment with transportation charges allowed and prepaid via lowest cost routing to destination withinthe continental limits of the United States. I MINNESOTA MINING AND MANUFACTURING COMPANY TEMPORARY GOVERNMENT AGENCIES PRICE PAGE SEPTEMBER 15, 1974 "SCOTCHLITE" BRAND REFLECTIVE SHEETING HIGH INTENSITY GRADE SILVER #3870 MOUNTED LETTERS FOR DEMOUNTABLE COPY INTERSTATE AND DEFENSE HIGHWAYS ALPHABET SERIES "E" MODIFIED (.032" ALUMINUM) CAPITAL AND UPPER CASE LETTERS NUM BRALS BORDER CORNERS LOWER CASE LETTERS PERIODS COMMA/APOSTROPHE Net Price Net Price For Alphabet Net Price Code Size_ Each , Code_ Size Each Code Size Each SGML -4 4" 51.50 MN SG -4 4" $1.50 SGMBC-3 1"x3"radius $0.70 SGML -6 6" 1.65 SGMN-6 6" 1.65 SGMBC-6 1"x6"radius 0.95 SGML -8 8" 2.00 SGMN-8 8" 2.00 SGMBC-9 1"x9"radius 1.30 SGML -10 10" 2.40 SGMN-10 10" 2.40 SGWD-10 SGML -10.6 10.67" 2.55 SGMN-10.6 i0.67" 2.55 SGMBC-3 2"x3"radius 0.85 SOIL -12 12" 2.95 SGMN-12 12" 2.95 SGMBC-6 2"x6"radius 1.00 SGML -13 13.33" 3.35 SGMN-13.3 13.33" 3.35 SGMBC-9 2"x9"radius 1.30 SGML -15 15" 3.90 SGMN-15 15" 3.90 SGMBC-12 2"x121'radius 1.70 SGML -16 16" 4.55 SGW-16 16" 4.55 SGMBC-9 3"x91'radius 1.35 SGML -18 18" 6.00 SGW-18 18" 6.00 SGMBC-12 3"x12"radius 2.00 SGML -20 20" 7.45 SGMN-20 20" 7.45 18" 0.55 SGML -24 24" 10.85 SGMN-24 24" 10.85 LOWER CASE LETTERS PERIODS COMMA/APOSTROPHE Specify code and size when ordering. Net Price Net Price For Alphabet Net Price Code _ _Size Each _ Code _ _Size Each _ Code Size Each SGMLL-6 6" $1.70 SGMPD-4 4" $0.35 SGMCA-8 811,10" $0.60 SGMLL-8 8" 2.10 SGMPD-6 6" 0.35 or 10.67" SGMLL-10 10" 2.75 SGMPD-8 8" 0.40 SGMCA-12 12",13.33" SGWD-10 10" or 0.40 15" or 16" 0.85 SGMLL-12 12" 3.15 10.67" SGMCA-18 18",20" or SGMLL-15 15" 4.85 SGMPD-12 12" or 24" 1.05 SGMLL-18 18" 6.30 13.33" 0.50 SGMPD-15 15" 0.50 SGWD-16 16" 0.55 SGMPD-18 18" 0.55 Specify code and size when ordering. r MINNESOTA MINING AND MANUFACTURING COMPANY "SCOTCHLITE" BRAND REFLECTIVE SHEETING HIGH INTENSITY GRADE SILVER ,11:'3870 MOUNTED LETTERS FOR DEMOUNTABLE COPY Page 2 DIAGONALS FOR FRACTIONS HYPHENS SGM-152-4 8-1/2" x 10" BORDER STRIPS $4.00 SGM-152-8 Net Price For Alphabet Net Price 17-1/2" x 20-1/4" 13.33 UC, 12" CAP Net Prict Code _ , Size _ _ Each _ _ Code_ _ . Size__ _ _ Each _ Code Size _ _ Each SGMDIA-4 4" $1.05 SGMHY-4 4" 50.65 SGMBS-12! 1"x12" 10.70 SGMDIA-6 6" 1.20 SGMHY-6 6" 0.80 SGMBS-24 111x24" 1.30 SGMDIA-8 8" 1.40 SGMHY-8 8" 0.90 SGMBS-12 211x12" 1.30 SGMDIA-10 10" or SGMHY-10 10" or SGMBS-24 IV x24" 1.50 10.67" 1.50 10.67" 1.05 SGMDIA-12 12" or SGMHY-12 12" or SGMBS-24 21lx24" 1.70 13.33" 2.00 13.33" 1.40 SGMBS-12 311x12" 1.45 SGMDIA-15 15" 2.55 SGMHY-15 15" 1.50 SGMBS-24 311x24" 2.10 SGMDIA-16 16" 2.90 SGMHY-16 16" 1.55 SGMDIA-18 18" 4.00 SGMHY-18 18" 1.60 INTERSTATE ARROWS "A" VERTICAL OR DIAGONAL ARROW Code Size For Alphabet Size Net Unit Price Each SGM-151-4 11-3/8" x 18-3/8" 4" and 6" CAP $5.15 SGM-151-8 15-1/8" x 24-1/4" 8" CAP 8.05 SGM-151-10.67 18-1/4" x 29-1/4" 10.67" A 13.33" UC 9.60 10" and 12"CAP SGM-151-15 22-1/4" x 35-5/8" 15" and 16" UC 13.95 "B" VERTICAL OR DIAGONAL ARROW Code size For Alphabet Size Net Price Each SGM-152-4 8-1/2" x 10" 4" and 6" CAP $4.00 SGM-152-8 14-1/4" x 17-1/4" 8" and 10" CAP 5.45 SGM-152-13.33 17-1/2" x 20-1/4" 13.33 UC, 12" CAP 6.30 SGM-152-15 21-7/8" x 25" 15" and 16" UC 9.75 "C" VERTICAL DOWN ARROW Code Size Net Price Each SGM-153 22" x 32" $11.40 NYLON WASHER ACCESSORY 1/32" THICK, 1/8" I.D., 5/16" 0.0. .....$6.10 per thousand net Contact St. Paul for special handling, special quote for sizes not listed, and for finished signs and shields. Recommended installation of mounted letters should be with "Pop" rivets. A nylon washer is required if wood screws or bolts are used. Prices per thousand listed separately on this sheet. Contact St. Paul for availability and delivery. 3CMOMPANY GENERAL OFFICES - 3M CENTER -SAINT PAUL, MINNESOTA 55101 -TEL. (612) 733-1110 SID PROPOSAL - PRICE CONT")ACT F ropos a ! of MINNESOTA MINING AND MANUFACTURING COMPANY. 3M C',=aITER , ST. PAUL., MINNESOTA for TOM OF SWrIJ ILD, NEW YOFK c a4er I ng the produce s i i seed De I uw. , for a CONTRAC i PERIOD OF SIX F DATE AM TERMS: NET 30 DAYS: DELIVERY: 20 - 60 DAYS AFTER RECEIPT OF Cr�DIR, F.O.B. DESiINi>.Ti'.N (ir,is proposed contract covers ONLY those items marked "X". You will note o! -her producrt price pages are attached to our standard proposal. Disregard any ilems you do wish in this contract or indicate with an "X" in the proper box -i-nose items you want --o add. . . . . . . . . . . . . . . . . . . . . PROPOSAL. . . . . . . . . . . . . . . . . . X 1. "SCOTCHL I Tc" BRAND REFLECTIVE SHEETING, AND HIGH (Scwc rt i achrrer,t "A" INTENSITY GRADE X 2. "SCC)TCHCAL" BRAND FILM iwee A lachmenrt 116") _jL_ 3. "SCOTCHLITC" BRANG REFLECTIVE SHEETING. ENGINEER AND HIGH (Sec A"I-achment `'C"; INTENSITY GRADES AND "SCOTCHCAL" BRi NIID .UT -OUT LETTERS, EMS 1 RAFF I C AND STREET NAME SIGN FACES rJvD ; LL I ED HEMS X4 „SCOTCH -LANE" BRAND PAVEt�I> NT STRIF!NG T,-.P� (Sct "A tacrirncrr:t ," I X _5 . "CiD I T" AND "SCOTCHL I TE" BRAND See A-, 3,11-Imeni LITE" AND "SCOTCHCAL" BRAND PROCESS (JLURS X6 "SC )TCHL I TE" BRAND REFLECTIVE DEL I NE-„YCih:,; (SeF f',' ; 3:=t;r! n X J. "GREEN LITE” BRAND STRiFING POWDER ach.m(,rcr "G") x 3. "CENTERL I TE" BRAND REFLECT I VE COMPCOND (.gee At +a( LHT:on t "H" ; X a. "SC ,TCHL I TE" BRAND APPLICATOR P,"tR T S L ! S T (SGS; At*acriner : " I X iO. "'SCOTCH►_ITE`" BRAND REFLECTIVE SHEETING, +IGH IN-ITY GRADE (Seo At'achiment "J"i DEfv,CUNTABLE AND UNMOUNTED CHARACTERS X 11. "SUPERBRITE" BRAND BISYMMETRIC BONDING GC.�SS SPHERES (See Attachment "I,'' If your order yr contract is received by MWCh 18, 1975 the pf i:es quo-te-d herein o,611 hold f irm for he life of the.contr<3ct. (,Ine co; ./ (this gage only) of yo ur signed acceptance of this prvpc sa 1 shou i d be Gert r t u : V. J. Voves - Eldg. J24-62, 3M Company, 3M Cont r , St. Paul, 55101 ai .dale ire i ; contract. Order�fi shou Id be sen-,' fo our off ice located rpt . 'M C:•".^ -any, 3M Centor. S P,:niu I , M;on 14 55 10 1Ttii,FF I C C',N T ROL PRODUCTS D I V I S ! I"N - L.) 7 . 224-62 - ORDER Dei'AR'ihiEN TOWN OF SOUTHKO, NEW YORK Date M I NNESuTA MINING AND MANUFACTUR i NG V . Vof s Adm i n i sltor of Government Bids Date Febrwry 10, 1973 MINNESOTA A MINING AND MANUFACTURING COMFANY K ATTACHMENT "K" "SUPERBRITE" Brand Bisymmetric Bonding Glass Spheres in accordance with the enclosed specification. Delivery: 20 - 25 days after receipt of order. F.O.B. Destination MINNESOTA MINING AND MANUFACTURING COMPANY "SUPERBRITE" Brand Bisymmetric Bonding Glass Spheres in accordance with the enclosed specification. QUANTITY NET PRICE Less than 10,000 lbs. $0.23 per Ib. 10,000 lbs. or more 0.22 per Ib. F.O.B. Destination Delivery: 20-25 days atter receipt of order. 9-74 PROPOSED SPECIFICATION FOR LOW INDEX "SUPERBRITE" BRAND B1SYM�!ET41C BONDING 3LASS BEADS FOR USE ON TRAFFIC LINE PAINT jEi4ERAI ..;lass beads for use on traffic line paint shall be clear, colorless. and clean, ,nd of such c'�aracter as to permit their embedment in a pigmented binder having their upper surface exposed to permit the refracting of light rays. The beads shall be bisymmetric bonding in that when applied to a traffic line paint they shall hemispherically embed (to approximately their equator' in the paint film for maximum durability and bright- ness. 1'• REOUI7REMENTS Hemisphercially embedded glass spheres shall conform to the following: Refractive !ndex: The spheres shall have an average index of refraction not less then 1.50 nor more than 1.60 when tested by the liquid immersion method at 250C. 3. Size: The glass spheres shall conform to the following graduation: U. S. Standard Sieve Number U. S. 40 U. S. 80 C. Percent Spheres: Percent Passingby kL2ight 90 - 1001 0 - 10% A minimum of 751 (by weight) of the spheres shall be true spheres when tested in accordance with ASTM -D-1155-53. D. Flotation: A minimum of 904 of the glass spheres shall float on xylol (aromatic solvent) and a minimum of 751 of the glass spheres shall float On heptane (aliphatic solvent) when tested as follows: A single layer of spheres shall be spread on a clean. inverted pint tin can lid. Solvent shall be slowly introduced with a syringe or dropper at the edge of the lid until it overflows. The percentage of spheres floating on the solvent surface shall be estimated visually. E. Color. The glass spheres shall be colorless to the extent that they impart no objection- able day or nighttime hue to the binder when applied at concentrations equal to those used on road surfaces. L-SAi16R (7.9.3) HEMISPHERIC FLOTATION SOLVENT TEST _ ( BEAD SOLVENT correct bead position— true hemispheric flotation S SOLVENT incorrect bead position— non-hemispheric flotation FIELD PAINT TEST BEAD BEAD PAINT PAINT correct bead position— good bond, good reflection L -BB PD (79.5)R incorrect bead position— over bonded, poor reflection 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 (SEE ATTACHED SPECIFICATIONS) (Set forth herein or attach detail specifications upon which bids were based) entered into this 7th day of . November , 19 795, between the Town Superintendent of Highways of the Town of Southold in the County of Suffolk New York, and Island Ford Tractor Sales, Inc the Vendor, whose principal office is located at Edwards Avenue, P.O. Box 237, Calverton, New York Address) for a total price of Thirty one thousand eight hundred ninety four & 00/107-ibllars ($ 31,984, 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 October 7 , 19 75• The resolution further directed that when this contract has been signed by the Town Superintendent of Highways, the Vendor oz 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: 1968 Hough Payloader — H60 t 10,923.00 (2) By payment from current appropriations (3) By payment from proceeds of obligations 20, 971.00 TOTAL $ 31,894.00 It is agreed that the title to said trade-in equipment mentioned at "(1)" above shall remain in the Town until delivered to the Vendor at the time mentioned, and further that said equipment may be used by the Town until delivered to the Vendor and at such time it will then be accepted by the Vendor at the value mentioned providing that it is in as good condition as at present, normal wear, tear and usage excepted.--- (Strike out (1) and this paragraph if not applicable). _ The Vendor guarantees the above described equipment purchased under this contract against defects of workmanship and material for a period of 365 days and that it will be delivered in first class condition at Southold Town Highway Dept., Peconic Lane, Peconic, New York not later than the 30 day of November —,19--75- Ile 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) suchperson, and any firm, partnership or corporation of which he is a member, partner, director or officer shall be dis- qualifted 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 terpiinated 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 bzreby 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 of Higbways By APPROVED: Its County Superintendent o/ Highways (Vendor) (Indicate whether officer or agent) 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 county superintendent of highway*;. 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 WITH THE STATE COMPTROLLER. , . 11 .yob Suggested Form of Resolution For Town Highway Equipment Purchases Exceeding $1,000 Resolution by (it s) (Town Councilman) James HR ,�h......Tr Seconded by (Justice of Peace) ......1\19:tin..autar................................................................................... Whereas, the Town Superintendent of Highways did, on the ... ............ day of ..............0 tgber,,,,, 19 75 , duly recommend the purchase of certain equipment pursuant to the provisions of'Section 142 of the Highway Law, Now, Therefore, Be It Resolved that pursuant to Section 142 of the Highway Law the Town Superintendent of High- ways is hereby authorized to purchase, in accordance with the provisions of Article 5-A of the General Municipal Law, with the approval of the County Superintendent of Highways, the following: (.SEE ATTACHED SPECIFICATIONS.)........................................................................................................................................ ......... ............ ........ ...................................................................................................................................................................................................................... for a maximum price of ThaigtY...O11.Pr...QurT&..OJO/1fi0................................. Dollars ($ . 1.:98?+, oo............ ), delivered at Laae,..P.er-ami-e................ . N. Y., and to be delivered on or about..NCQV,PTrib,PY,T .iii :.................................... 19.7-5. 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 $.1Q,.9.a3a00 ...... Ten thousand nine hundred twenty..three„and OQ�100........................................................................................... ......................................................... ........ A contract for the item(s) purchased shall be duly executed in triplicate between the Town Superintendent of Highways and such vendor, and when approved by the County Superintendent of Highways, it shall become effective. When the con- tract has been executed and approved, and upon delivery of the item(s) purchased, the supervisor shall pay the following amounts as specified: (1) $ 20;971.00 from current appropriations (Item 3) (2) $ from the proceeds of obligations issued pursuant to the Local Finance Law. .................................. (Issuance of such obligations will be authorized by a separate resolution.) Vote of Town Board (Aye) i) ......... L7-bar.t..1VL..1V1ax.tocch7.a.................................................................. Supervisor Vote of Town Board ............ (Aye) i`) .......tTames..►... t'shi... a ....................................................... Hown Councilman Vote of Town Board ............ (Aye) ) ....... Jamea..l ....Homan................................................................ Town Councilman Vote of Town Board (Aye) r) LOui5 M Dema 5 Justice of Peace n �3�” Martin Suter I Justice of Peace Voteof Town Board ............ (Aye) rn+��)........................................................................................................ t 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.) -0.142. T. H. 19- 1966 CONTRACT AND SPECIFICATIONS FOR THE PURCHASE OF ROAD EQUIPMENT This is a contract to purchase the following road equipment (SEE ATTACHED SPECIFICATIONS) (Set forth herein or attach detail specifications upon which bids were based) entered into this 7th day of November , 19 75 , between the Town Superintendent of Highways of the Town of Southold , in the County of Suffolk New York, and Island Ford Tractor Sales, Inc the Vendor, whose principal office is located at Edwards. Avenue, P.O. Box 237, Calverton, New York ress for a total price of r one thousand ei This contract has been awarded to the aforesaid Vendor who was the lowest, responsible bidder bids which were publicly opened and read at the time' and place stipulated previously in a public adverb ante with the provisions of Article 5-A of the General Municipal Law. 31,984.00 ). �mmTined by receipt of sealed t for such bids in accord - A resolution authorizing the purchase of the above-named equipment was passed by the Town Board at a meeting held October 7 19 75. The resolu ' further directed that when this contract has been signed by the Town Superintendent of Highways, the Vendor of his agent, an proved by the County Superintendent of Highways, of the above county, it becomes effective and that upon delivery of the eq ent named and its acceptance by the To Superintendent of Highways, the Supervisor shall pay for it in the following manner. (1) delivery to the Vendor, as a trade the equipment described at the agreed value of: L6§Hough Payloader - H�0 10,923.00 (2) By payment from current appropriations (3) By payment from proceeds of obligations ter 20,971.00 It is agreed that the title to said w4ft went mentioned at ' - above shall remain in the Town until delivered to the Vendor at the time mentioned, and fu4ber that said equipment may be by the Town until delivered to the Vendor and at such time it will then be accepted by the VendorYipt the value mentioned provi that it is in as good condition as at present, normal wear, tear and usage excepted. --- - (Strike out (1) add,, this paragraph if not applic k). - The Vendor guarantees the above des tibed equipment purcjta44 sed under this contract against defects of workmanship and material for a period of 365 days _Vd that it will he delivered in first class condition at Southold Town HiAhwas Dept., Peconic Lane, Peconic, lbw York not later than the 30 day of November , . 19 5. The Vendor hereby agrees to the provisions of 'tion 103-a of the, -General Municipal Law which requires that upon the refusal of a person, when called before a grand jury to testi concerning any transactioWve'or contract had with'the state, any political sub- division thereof, a public authority or with any public de ment, agency or officio of the state or of any political -subdivision thereof or of a public authority, to sign a waiver of immunity age t subsequent crimin,#f prosecution or to answer any relevant question con- cerning such transaction or contract, (a) such person, and any firm, ppartnership or corporatio of which he is a member, partner, director or officer shall be dis- qualified from thereafter selling to or submitting bids or receiving awards from or entering into any contracts with any municipal corporation or any public department, agency `'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 't any public department, agency or official hereof,,. since the effective date of this law, by -such person, and by any firm,' artnership, or corporation of which he is s,meroer, partner, director or officer may be cancelled or terfainated by the m ipal corporation without incurring any pe y or damages on account of such cancellation or termination, but any monies'' wing by the municipal corporation for -delivered or work done prior to the cancellation or termination shall be paid. The Vendor hereby agrees not to assign, transfer, convey or otherwi dispose of this contract, orkls right, title, or interest therein, or his power to execute the same, to any other person or corporat n without the previous conts�nt, is writing, of the Town Superintendent of Highways. The Vendor hereby certifies that there are no Federal or State taxes includ in the move purchase price and that he is the only intermediary between the manufacturer and the purchaser. Thi contr ct comprises the en ' ntract between the parties and supersedes � .ny and all other agreements respecting the prop- ert ef-ein deliscribed. Islank Ford Tractor Sales, Inc. own Superintendent o/ Highways a3 (Vendor) B C , y e/bc'�'t� V , APPROVED: ' Its l! -J- - County Superintendent of Highways (Indicate whether officer or agent) 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 county superintendent 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 WITH THE STATE COMPTROLLER. CAIVERIONo 441W TOM sip - SOLD To s..t 7,00 "IA SALESMAN Annimt:q-q • th it I' CA gHl 'NO DISC OU"T A 61 -w - T 51 MAS ST "I C 7 L Y PRICE AMOUNT S C A I P T 10 N L" 7o. ri ft,7 i. T,l /Jo j, USCU UNIT ALLOW. (MA" imoot Ll ;ASH DOWN DOWN PAYMENT UNPAID 9A6ANC9 FINANCIF, CMAIRGO DIFE"14JED, MA6AM6fi $I PAYOFF Lrl! PAYMKN_VS_ OF No,rE: NO ALLOWANCF WILL 81E MADr FOR SMOMWEV CHECKED By THIS SLIP IS RETURNED WITH FULL PA RTICf4ARS-',- SAN IFA"Illso 014 i PA s VoFtm USS 06404" aryl IVK4 0 Ej Town of Southold BILL OF 7A riL ..... L'Q�C , For Services and Disbursements as Claimed. $.. o,,.�> 7�: 0 0. . Allowed, $ .Q�. 7/..0. a .... . Audited . rCQ9 G ...... , 19 .,�-�— ............................. Clerk ............G 4 14.9.r u .................................... N. Y., ........... 0.ac...4........... 19.7.5.... TOWN OF SOUTHOLD, COUNTY OF SUFFOLK, N. Y., Dr. To ... LsIand... Eomd ... Tractor ... Sa1.ea.,.... I.nr...................................... Claimant Address. .... P...Q.....Q.RX... 3?....�dWards... A,yenue.,.... a1.ve.rton.t..,NY_....1.1933 Fed. I. D. No. .1.1.-21,95587 or Soc. Security No ............................... 11/7/75Our invoice5067 for 1-Newford A-62 I II 20971 00___ — Wheel Loader, Model FZ111V. SN -C447259 --- --- (As per Bid) - 20971 00 The undersigned (Claimant) (Acting on behalf of above named Claimant) does hereby certify that the foregoing (Cross out one) claim is true and correct and that no part thereof has been paid, except as therein stated, and that the balance therein stated is actualiv due and owin4. Dated ..Oe.cember 4 ......................... 19.775. :..................... Presi.dent Signa lure RAYMOND C. DEAN Superintendent �i�I�fntt� �.e�ttr#ntext# Tufun ,of �$uutljnlb Prank, C 't. 11958 November 7, 1975 Island Ford Tractor Sales, Inc. Edwards Avenue P -0 -Box 237 Calverton, New York 11933 Dear Sirs: As a result of recent bids, be advised that you have been awarded the bid on the Articulated Front -End Loader. The purchase price will be $20,971.00. y yours, l RCD:esg RAYMOND C. DEAN Sup't.of Highways Tei. 765-3140 734-5211 ISLAND FORD TRACTOR SALES, INC. Edwards Avenue P. O. Box 237 Calverton, N. Y. 11933 Tel. (516) 727-9200 October 23, 1975 Superintendent of Highways Town of Southold Peconic Lane Peconic, New York 11958 Re: Bid - Ford A62 Loader Dear Sir: In reply to your request for bids we submit the following: 1 - New 1975 Ford A62 as specified - $31,894.00 Less used Hough ------Trade-in------ 10,923.00 net- 20,971.00 Unit is in stock and is available for immediate delivery. WS:mo Very truly yours, ISLAND FORD TRACTOR SALES, INC. Mr. William Skolnik President FORD QUALITY PARTS AND SERVICE 4� -31 - NON -COLLUSION BIDDING CERTIFICATION i (To be completed by contractor if a Corporation) B submission r� Y of this bid or proposal, the bidder certifies :that : (a) This bid or proposal has been independently arrived at with- out collusion with any other bidder or with any competitor or po- tential 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 per- son, partnership or corporation to submit or not to submit a bid proposal; (d) The person signing this bid or proposal certifies that he has fully informed himself regarding -the accuracy of the state- ments contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being appli- cable to the bidder as well as to the person signing in its be- half; (e) That attached hereto is a certified copy of.a resolution authorizing the execution of this certificate by the signator of this bid or proposal on behalf of the corporate bidder. Resolved that /44 ,L, 14? ii ' �,V-Iie %'���° be -Name of Corporation authorized to sign and submit the bid or proposal of this corp- oration for the following project and to in -ludo 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 cor- porate bidder shall be liable under the penalties of prejury. N '•t "The foregoing is a true and correct copy of the resolution adopted byra��,� ;��w :�r�r� i�n� l corporation at a meeting of its Board of Directors held on the % 4_ day of (Seal of Corporation) i. Autho zed Signature Title INOPERATIVE SERVICE CHECKS: 1-7311123. rT15T1t+ and rear tires for • Bucket return to dig 1. Tire pressure ............... LwJ required 75% liquid ballast fill indicator for proper 2. Air cleaner hose connections /► (if equipped) ............... PA adjustment and operation. . and element ................. i� 24. Operator's seat for proper �r • System relief valve 3. Oil level in injection pump ..... operation ................. CJ pressure ............... 4. Radiator coolant level ......... (� 25. Transport lock for installation 5. Alternator, fan, air conditioner, belt tension ...... OPERATIVE SERVICE CHECKS: 6. Battery cleanliness, vent openings, PERFORMANCE SERVICE CHECKS: electrolyte level, and charge ....All operating checks are to be 7. Engine oil level performed with the unit at normal 1. Engine operation, including 8. Transmission oil level operating temperature. throttle and governor operation .................. 9. Check brake, oil level ...... 10. Front and rear axle oil level .... 1. Lights and instrument's for m 2• Transmission, including 11. Hydraulic system oil level .... proper operation ....... Z? control lever operation. Check 12. Starter safety switch operation. .,/ L;'e stall speed ... neutral l ....... . . ✓lam 2. Fluid and oil leaks 1� • 3. Transmission neutral lock ..... 13. Brake adjustment ........... 3. Diesel maximum no-load ...... �� ©� 4. Transmission clutch disconnect . 14. Operation of park brake ...... and idle speed adjustments, 5. Steering control ............. 15. Front and rear wheel disc-to-hub and fuel shut-off. ............ 6. Differential lock engagement nuts for tightness ........... /a 4. Starting and starter safety switch and disengagement (if 16. Axle clamp bolt torques ..... 7. Brake actio 5. Park brake operation ......... 17. Fuel level ................. 6. Loader: equipped) n ................ 0� n................ 0� 18. Sheet metal and paint condition . • Control handle for 8. All optional equipment and 19. Tool box and operator's manual . LTJ proper operation ....... ` accessories ................. pill,20. Drain diesel fuel filters and � • Cycle cylinders to purge bleed system L��7/ air from system �j 21. Lubricate loader pivots ........ Lls • Hydraulic connections for FORD A-62 SERIAL NO. / 22. Remove paint from finished leaks and hoses for proper surfaces (i.e., loader, cylinder position to reduce chafing rod and valve spools) .......... LrJ and binding ........... 5?a�NSPECTIONS PERFORMED AND WA04 LAINED owners si ure date ler's nature date INOPERATIVE SERVICE CHECKS: 17. Front and rear wheel disc -to - 1. Tire pressure and liquid fill hub nuts for tightness ......... (If equipped) ............... ❑ 2. Air cleaner element and hose 19. Replace hydraulic system oil connections ................. ❑ 3. Replace diesel fuel filter and 20. Cylinder head bolt torque ..... bleed system ................ ❑ 4. Change oil in injection pump ... ❑ 5. Tighten injection pump delivery ❑ valve holders ............... ❑ 6. Radiator coolant level ........ ❑ 7. Alternator, fan, air ❑ conditioner, belt tension ...... ❑ 8. Battery cleanliness and vent ❑ openings, electrolyte level, and ❑ charge .................... ❑ 9. All electrical cables, terminals, and wires .................. ❑ 10. All hydraulic hoses and tubing .. ❑ 11. Drain and refill engine oil ..... ❑ 12. Replace engine oil filter ....... ❑ 13. Replace transmission oil filter ... ❑ 14. Transmission oil level ......... ❑ owner's signature 50 -HOUR SERVICE CHECK AND ADJUST AS REQUIRED 15. Front and rear axle oil level .... ❑ 16. Hydraulic system oil level ...... ❑ 17. Front and rear wheel disc -to - proper operation ............ hub nuts for tightness ......... ❑ 18. Injection pump timing ........ ❑ 19. Replace hydraulic system oil idle speed adjustments and fuel filter ...................... ❑ 20. Cylinder head bolt torque ..... ❑ OPERATIVE SERVICE CHECKS: All operating checks are to be performed with the unit at normal operating temperature. 1. Lights and instruments for ❑ proper operation ............ ❑ 2. Fluid and oil leaks ........... ❑ 3. Diesel maximum no-load and ❑ idle speed adjustments and fuel shutoff .................... ❑ 4. Park brake operation ......... ❑ 5. Starting and safety starter ❑ switch .................... ❑ 6. Engine valve clearance (lash) ... ❑ 7. Loader for proper operation and performance ............. ❑ 8. System relief valve pressure .... ❑ PERFORMANCE SERVICE CHECKS: 1. Engine operation including throttle and governor operation .................. ❑ 2. Transmission including control lever operation. Check stall speed ..................... ❑ 3. Transmission neutral lock ...... ❑ 4. Transmission disconnect clutch operation .................. ❑ 5. Steering control ............. ❑ 6. Differential lock engagement and disengagement (if equipped) ................. ❑ 7. Brake action ............... ❑ B. All optional equipment and accessories ................ ❑ FORD A-62 SERIAL NO. INSPECTIONS PERFORMED AND WARRANTY EXPLAINED date dealer's signature date 53 -(1) Ford 1975 Model A-62, Four Wheel Drive Loader or equal with the following specifications: Engine: Ford 4 cycle, valve in head, direct injection, diesel turbocharged model 256DT. 96 Gross H.P. per SAE J 816 B, rated engine speed 2100 R.P.M., 4 cylinder 4.4 in. bore 4.2 in. stroke, 256 cu. in. displacement, max. gross observed torque ® 1600 R.P.M. is 267 lb. ft., 5 main bearings, pres- surized lubrication with full flow filter, liquid pressurized cooling with thermostat and recirculation bypass, pusher fan, two stage dry type air cleaner with restriction indicator, 12 volt electrical system with alternator, key switch and safety switch for starting. Transmission: Power shift planetary, twin turbine torque converter, 4.8:1 torque multiplication, clutch packs hy- draulic applied - multi disc with left pedal - actuated dis- connect, 4 speeds forward, 2 speeds reverse. Travel Speeds: Forward low range 0-5.5 M.P.H., high range 0-20, reverse range 0-7.4 M.P.H. soft shift is standard. Axles: Ford axles double reduction, inboard planetary with total reduction of 23.76:1, 14 wheel bolts, 24 degree rear UIL oscillation, rear axle disconnect. Brakes: Service brakes, hydraulic power actuated, 4 wheel inboard mounted, wet disc, 287.2 sq. in. area, engine driven gear type 2.7 g.p.m. Q 1000 engine R.P.M. brake system pump, power brake back-up by brake pedal actuation of master cylin- der and emergency brake, parking and emergency brake is ex- panding shoe on transmission output shaft, adjustable foot operated, with warning buzzer and dash light. Hydraulics: Gear type 3 section tandem, pump capacity at rated engine speed total 47 g.p.m., loader 17 g.p.m., steering 13 g.p.m., swing section (automatic to loader, steering or bypass) 17 g.p.m., pressure relief valve setting 2500 p.s.i., reservoir pressure 7 p.s.i.., reservoir capacity 40 gal., filter rating nominal - 10 microns. Steering: Power type, 90 degree maximum articulation (total), time element lock to lock is 3 seconds. Hydraulic Cylinders: Steering cyls. single acting 31' rod, diameter, 3 in. bore, 16.94 in. max. stroke. Bucket cyl. double acting, 2.5 in rod diameter, 5.5 in cyl. bore, 26.91 in max. stroke. Lift cylinders double acting 2 in. rod diameter 4.5 in. cyl. bore, 26.35 max. stroke. Hydraulic Valves: Standard type 2 spool stack, 4 position lift valve with float, 4 position bucket valve with return to dig, automatic return to dig feature, one (1) control lever. Capacities: Cooling system with heater 28 qt., crankcase with filter 19 qt., transmission 36 qt., front axle 30 qt., rear axle 30 qt., total hydraulic system capacity 50 gal., hydraulic reservoir 40 gal., fuel tank 40 gal., brake system 3 qt. Operating Data: Bucket capacity 1.5 cu. yd., operating ;�©, YO weight minimum -—lbs., 17,000 lb. breakout, 6.1 sec. raise time, 3.2 sec. lower time, 1.3 sec. dump time. Dimensions: Cab clearance 10 ft. 21 in., height overall 11 ft. � in., wheelbase 103 in., ground clearance 15.0 in., overall length 18 ft. 8 in., reach at full lift and bucket dumped 45 degrees 34 in., max. dump angle 50 degrees, max. lift height to top of bucket 15 ft. 2j in., max. lift to bucket hinge pin 11 ft. 9j in., dump clearance full lift with bucket dumped 45 degrees 9 ft. 1� in., rollback on ground 45 degrees, digging depth below grade flat bucket 32 in., center hinge pin to axle 51.1 in., clearance circle 29 ft. 10 in., turning radius 13 ft. 8 in. overall width with std. tires less bucket 83.5 in., wheel tread front and rear 68 in. Tipping Load: 0 degrees 13,650 lb., 35 degrees 12,480 lb., 40 degrees 12,138 lb., 45 degrees 11,748 lb. Other Equipment: Guages - ammeter, fuel, engine coolant temperature, engine oil temperature, transmission oil temper- . �. ature, transmission system temperature, hourmeter. Lockable j instrument panel, cab doors, engine side panels, hydraulic oil reservoir cap, radiator filler cap access. BOPS cab with heater, defroster and pressurizer, right and left door, win- dows seat belt, seat wrap around, front and rear windshield wiper, front windshield washer, work lights sound suppressing material in top of cab, turn signals and flashers, 17.5 X 25 12 ply L 2 tires, 11 cu. yd. general purpose bucket 88 in. wide 51 amp 12 volt alternator, 135 amp hr. 12 volt battery, 70V 2 travel lights front frame mounted, 2 rear lights combination with brake, horn, parking brake light, steering lock bar, drawbar, tool box SICU emblem, ether cold start, cigar lighter, immersion heater starting aid, front fenders, rear i view mirrors. ."d SUFFOLK EQUIPMENT' COMPANY, INC. .5 ROMAC EQUIPMENT COMPANY " �J� j �� t /j Island Ford Company — �d� '?V 7x o ,Municipal Machinery Co., Inc. r/ 17, H.O. Penn Machinery Co., ;Inc. ��� F WHEEL LOADER (1) Ford 1975 Model A-62, Pour Wheel Drive Loader or equal with the following specifications: Bn� Ford 4 cycle, valve in head, direct injection, diesel turbocharged model 256D►T. 96 Gross H.P. per SAB J 816 B, rated engine speed 2100 R.P.M., 4 cylinder 44 in. bore 4.2 in. stroke, 256, cue ins, displacement, maxo gross observed torque @ 1600 R.P.M. is 267 lb. ft., 5 main bearings, pres- surized lubrication with full flow filter, liquid pressurized cooling with thermostat and recirculation bypass, pusher fan, two stage dry type air cleaner with restriction indicator, 12 volt electrical system with alternator, key switch and safety switch for starting. Transmission: Power shift planetary, twin turbine torque converter, 4.8:1 torque multiplication, clutch packs hy- draulic applied - multi disc with left pedal - actuated dis- connect, 4 speeds forward, 2 speeds reverse. Travel Speeds Forward low range 0-5.5 M.P.H., high range 0-20, reverse range 0-7.4 M.P.H. soft shift is standard. Axles: Ford axles double reduction, inboard planetary with total reduction of 23.76:1, 14 wheel bolts, 24 degree rear axle oscillation, rear axle disconnect. Brakes: Service brakes, hydraulic power actuated, 4 wheel inboard mounted, wet disc, 287.2 sq, in@ area, engine driven gear type 2.7. g.p.m. @ 1000 engine R.P.M. brake system pump power brake back-up by brake pedal actuation of master cylin- der and emergency brake, parking and emergency brake is ex- panding shoe on transmission output shaft, adjustable foot operated, with :yarning buzzer and dash light. H ydrauli-cs: Gear type 3 section tandem, pump capacity at rated engine speed total 47 g.p.m., loader 17 g.p.m., steering 13 g.p.m., swing section (automatic to loader, steering or bypass) 17 g.p.m., pressure relief valve setting 2500 p.s.i., reservoir pressure 7 p.s.i., reservoir capacity 40 gal., filter rating nominal - 10 microns. Steering: Power type, 90 degree maximum articulation (total), time element lock to lock is 3 seconds. Hydraulic 211inndderrs: Steering cylse single acting 3" rod, diameter, 3 in. bore, 16.94 in* max. stroke. Bucket cyle double acting, 2.5 in rod diameter, 5.5 in cyl. bore, 26.91 in max. stroke. Lift cylinders double acting 2 in, rod diameter 4.5 in* cyl. bore, 26.35 max. stroke. Hydraulic VIlyes: Standard type 2 spool stack, 4 position lift valve with float, 4 position bucket valve with return to dig, automatic return to dig feature, one (1) control lever. Capacities: Cooling system with heater 28 qt., crankcase with filter 19 qt., transmission 36 qt., front axle 30 qt., rear axle 30 qt., total hydraulic system capacity 50 gal., hydraulic reservoir 40 gal., fuel tank 40 gal., brake system 3 qt. Operating Data: Bucket capacity 1.5 cue yd., operating weight minimum 20,780 lbs,, 179000 The breakout, 6.1 seco raise time, 3.2 sec. lower time, 1.3 sec* dump time. Dimensions: Cab clearance 10 its A-. in., height overall 11 its Vin.p sheelbase 103 in., ground clearance 15.0 in., overall length 18 ft. 8 in., reach at full lift and bucket dumped 45 degrees 34 in., maxo dump angle 50 degrees, max. lift height to top of bucket 15 its * in., maxe lift to bucket hinge pin 11 ft. 02, in., dump clearance full lift with bucket dumped 45 degrees 9 ft. 1ij in., rollback on ground 45 degrees, digging depth below grade fiat bucket 33i in., center hinge pin to axle 51.1 in., clearance circle 29 ft. 10 in., turning radius 13 its 8 in, overall width with stdo tires less bucket 83.5 in., wheel tread front and rear 68 in. Tipping Load: 0 degrees 13,650 ib., 35 degrees 129480 ib., 40 degrees 129138 1b., 45 degrees 110748 The Other Eauiiment: Wages - ammeter, fuel, engine coolant temperature, engine oil temperature, transmission oil temper- ature, transmission system temperature, hourmeter. Lockable instrument panel, cab doors, engine side panels, hydraulic oil reservoir cap, radiator filler cap access. BOPS cab with heater, defroster and pressurizer, right and left door, win- dows seat belt, seat wrap around, front and rear windshield wiper, front windshield washer, work lights sound suppressing material in top of cab, turn signals and flashers, 17.5 X 25 12 ply L 2 tires, 12-2 cu* yde general purpose bucket 88 in. wide 51 amp 12 volt alternator, 135 amp hr. 12 volt battery, 700 ib* counter weight 2 travel lights front frame mounted, 2 rear lights combination with brake, horn, parking brake light, steering lock bar, drawbar, tool box SMV emblems, ether cold start, cigar lighter, immersion heater starting aid, front fenders, rear view mirrors. The 1968 Hough Payloader - H60 must be picked up at the Southold Town Highway Dept., Peconic Lane, Peconic, N.Y. and delivery date of the Front End Loader must be specified. B84fung 'Pepari ent Tofun of'Snut4db RAYMOND C. DEAN Tel. 766-3 Superintendent 734.6= 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, 1 Articulated 1-3/4 c.y. Front -End Loader, Ford A62 - (OR EQUAL) 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: October 7, 1975 Town Clerk, Town of Southold RAYMOND C. DEAN Superintendent 'ighfuag BrVartment To£an of Sout4olb Peronir, N. V. 11958 NOTICE TO BIDDERS Te I. 765 - 3140 734-5211 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) Articulated 1-3/4 c.y. Front -End Loader, Ford A62 - (OR EQUAL) Specifications for the above may be obtained at the Office of the Sup't of Highways. One (1) 1968 Hough Payloader - H60 must be taken in trade, as part payment on new loader. 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 10:00 A.M., October 23, 1975, at which time they will be opened and read aloud in public. 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. All bids must be signed and sealed in envelopes plainly marked (Bid on Loader) of the Office of the Supt of Highways. e bid price shall not include any Tax, Federal, State or Local, rom which the Town of Southold, is exempt. Dated: October 7, 1975 RAYMOND C. DEAN Sup't of Highways 121 fib-124-1<}it �� t COUNTY OF SUFFOLK DEPARTMENT OF PUBLIC WORKS #10089 R. M. KAMMERER, t'.E., L.S., Commissioner � y. YAP1iANK AVENUE • VAPE ANK. N. Y. 11980 PURCHASE ORDER AND NOTICE OF ENCUMBRANCE Date'7uly 10, 1975 Island Ford Tractor Sales Inc. Encumbrance Number 5/61126 Edwards Avenue Dept. Order Number. Calverton NY 11933 Unit and Project .5047 ap to: SUFFOLK COUNTY DEPT. OF PUBUC WORKS Appropriation Public Works Garage Code S -A4 i { _)uantity Description Unit Price Amount AS PER LETTING NO. '12-75.3.13-: - 1 tem'1 Articulated,1-3/4 c.y. Front -End .. Loader,- ;; -FORD A62:- • ." 31#8 94.00 With Michelin `Tires --`-2,3 7.'40 - L =-34,26_ - 1.40 k Less .rade-in of 196 T - Cdt Front -End Loader - fi -- d " - Mode521-- .00- 17 00 l: 522 S/14: A083 I1,923 s..:. ,r..2:._2E,,3° 3_ 8.4r 03 E 1 Item 2. Backhoe -Loader. Model FORD 7500 _ 24,085.56.. tgm_3 -Ford' Tractor Model 3550 16,12.4.42 - `'-.Les_t, trade-in- 1965 Ford.Tract6r _ Loader, Mdl.4000,`S/N, 69004 4,822.34 `" 11,302.06 A p -. 1 item 4 L!%d, Tractor, Model' 3550 withTerrain-` i5-' -Rotary.. Mower t ' -14, 037.0 Less trade -1w, 19'-73. Ekcel1 Hustler a > Tractor Mower;' Md1.272 SIN: 33Y391%. Mower Mdl. 72, SIN: 33334016 3P537.00 ' 10,500.00 1 Item 5 - Ford Tractor Mdl.3550 �'- w/heavy duty rotary mower 10,048.4 Less Trade-in 1966 Ford Tractor '..' Loader, Mdl.4000, SIN: 54243 -3,276.4 > y 6,771.96 m F.O.B. Yaphank NY M_ All packages, invoices, claims and correspondence mus abeMalnt follows: TOTAL $-74,997.97 Dept. Order Nos 61126 Attn. Division of _ If there is any part of this order you cannot fill prompptly, notify this department i ediately, otherwise purchase order may be cancelled. f>, Purchasing Agent date %//! c sign ' "egneated by: f' date (1 ��j Commissioner of Public Works -�---- _ MF M.Kucera i 4i Public 't,73ika LZIZTING Imo. 12-75.3.13 SHEET 7 OP 42 I.Ts h 1 o (1.) tPwj (latest msdsl 1n current proluction) Articulated 1-3/4 cy. ;-d. Fro `-Ltd LQad-nY, Cntazpillar Kadal 920 or � �•��1. ti:.��.cta t: Lth all nt�^"��3 c-quiym3nt unless ot.aonn—, ca :pccileicd. no ov�udr--=Mt s'MIl Conform to Fsiz eat ions, parts book. and Sap to h4 ' 4sX �.r if wJ+uL�arr� t+..v�lYb uC..`>..14a.4T rsi'�/ �� .� �cL �J'iF.� cwa.•v::.iV� �'Sr6� � i1i� �.��q pY • y �. .a� � 4 ` _ � �{ j r :1 L.r,.�i. .�s �.�3�..�:::-L .`s•i �.dY6AM atlw�n.�►'�:i Ei"i. �..�`^r"� �=.ii �.'.`�i WL.?r� .LW3/ <_�? �� .-W�_1 .c,.,e. �.,,F.'n:d:�9 '-�...-';,";'fin ���.� �:�--. �,�'T +:.:�Kf.'a ;P-C:�• .'.+a 7w's`it : o3�.�. ... v L 4 {moi. _ :��;-ig t...Yy` �...::�5� y�,«�.v�E s�Y�'±?, ��s �'`dLd.cR..'.i ��=.�b.t,.�.`r�• ''g� ,�- :+4 a l 1. bnzv - *'� fir,+ f 5 .w l v. *,.s m. ;.s n g a e c i. =h - t„R •wc�i „. �'.s�,''' ��.'-'ri a. � '� a. a ,i :., � �� d � -Owe :.� 1- t 1: ��t.C:i to f Y �� tr '}�... ,�r�� "�T,.•.iwiy:. `w4 ,r} ��» R .....-��r :.a;t.,'.+f!.'$ +I!3 iK y''�""'-'_Y•�t 5 -c Ie. '6: CO•3 �v €i>f.� .�..,' '�,�,r..�:.4"9 �:��'���'+� �?a�'Ca= ed �+„' '�_. r'e ' ¢ ' -, a '� e,: _-t. �e ...•,•.,sem e� ,o.c�-„y,+.s-Y r..'� G.��'- .k_l pr�3t,,*; zFt ” r ai sel sang—'ris •a :`�. .c riii� _E6r. SrG�' W4.� ! iM:i/Lrii♦ 1 $�s>�b. 4.O• r f to '*..rZ '. t.. yiT r�r.+wi` -��� t T a d .b `.s .+.z ir: .w c•�.a`+. ::.. x. '.'r. �caiam «s. � ;::�J 6i., . —A a .. � .'y Y..•...r. sa �.1's �.: ,t O R vY ". ti .cx� c3sr_a m '�.s �+� s9�f .:i 1 th eQares t d r ion t .:.. ��.re ora a cf •mow+:. 3 , taout r�.�...;w.prw v,y}..3�amnluro:C4� W:33 tt smc.S•'.. aia it n3 •� r 'S - L is e. e 3C €` s ar e C"'al a _:.� ��1 ♦ r.i.r sv{ r-.-ia• feol +7— lr,D 1C,S 11y fi't'3r d. and `-."� a. yg Ya =Y# a i� { f:C .a : t4h sem..:£.. �.� •.� .,. .'a ��:,-� ��'3 �..rx s ', �.ti.: >_€� _ {{ d �.:. z...v TSG �..�'tr -"�' t> ':7'_ i �:.� P. ��'°.�, d?,•q?+:� e� s :-Q� ��'.` f,.e�... 3,tiTic::.. ai .` .,:.1`. ,:....:z...`�"-�a:.'��ii3i7 a_�pnl it -- - leapt 33 .: s��. i�i� yr '..E.@°9w Z--:¢ �. 3''J' 11 B ,.�.S =rens-.. - Suffolk County Department of Pvblic works L:rITING m.12-75.3.13 MEET 8 OF 42 ITEM W. 1 ( cont' d. ) BIS: Caliper -disc service brakes -lith a br&ke at each wheel--, shall ba provided. The brakes ohall be a vernally mounted to provido ease of servicing. 11".e loader shall have a combination cm rgcncy and paeAing brake that is separate frcm the aorvic© b:;ake.. It sl°.all auto. atieally b 'applied tb.cn prossure is lost in the service brake s.vatem. Pun -audible and vimml system shall 'be included that is acf:.�at�;.d in co �unctic:� cAth the' app 1 kation of the crgancy or pue;:,-g bre: se. Front and rcalr eel tires' r-, ha, be loaler--t'ozer corgi zr,_-etian traction tread' Ccsbgn. 'l ::e lea yr ?:alz be equipped wi `h T � i. ����, 12 el tis tis: awe or:e? in { Tires as par ilial Sheet. 1O, ; 1E R t rCF_k1glSg-. Tie: entire lift recl, -nism chall be looted forward of"_-*_, - the op,= sator' a ca-mp3rtmen`t. -' Mae loader s a? 1 '--e { a «i• �i.d �ET,B. Lh C�"+.c� a° Ls�lsatic liftkiC�a-+..it t. +o^•"Z���t �.�►Zt+ _ back 1.ac: 11 be at lomat 33® 'at: t round I nv, 470 t lan Carry 650 at ,all 141 -pt aisl.t. hingo pin at -,zxL:j left "-cball bo at le`at 1I' ?ing a-learance, 45- dumping glle at r �.��_:.�.� ? � ft �±cn he.. igla cha; I- ba, at 3e,,st g.� s, Roach 50 +iw. Incy an9lp - - -�.- aa.. i„�'1 :�t,�T ;ft bei-, BYt/ ob.a11, ba t Iowatr }�3to raise, dlxnp `nd 1 ;ar t1vi bt:ckct s1, -.al I bz! no. to =ger than 10/2 ceconds. 1-3/4 cubic yard buckct. CF}': l,aclzine is to be Auippc' ,th a f,*1l? _ :>v ^ ar3 cab u-ith _-011-ove: protective st c': - —c, 17: t� �.c r, defroster and wi.ndchicid wiper, pozitioncr, cap lock , a ils yrvunent panel guard, Icna'--ars and direct icral sagnal .. 0he revolving amber light rated on 4paltpu .z 'Pte leader shall be center hrticulated. The Vnealbase small be at Least 10011to provide for l:rc er weighst distribu- ,'Inn,. stability and ride. "Ma tread rt'.all be at Least 7..'3 to provide ctability. T<.e ..•��� radius as meaware-'i outside ti;A rear tire, chal1 b�_- r D r -o -e than 3.6'11111 to provide rxneuveral. i? i ty nc.--S lei Fi �. loadtlx of this aizo. oncillaticn be : L blia �ion tjpountirear zY.10 that n,-ovides _s:ill _ a,rain-1'.. Li.'! --ea ,axle osc_f is � 3 C -f- r_?�., °`4 ."'= fin .- _ i j =tCst :A arrcai -=ff.nt_ ol.a l be tpi ble r f ,€ 00 iIJ: .j�"t?a� w �%'i itf �b?SZ ,��th a 1-3/4 cu. d .�IS E Fated) bucket. : The maclline sb:Lll be ca -_"-Jet c f .%;fting' 11.1v load to Y61,�`aX 3;:L �I i3'yY 7 "�ti, �:c�il+ Y'� s `s. tz -n, :,fith- c��st exceeding 45 � of t�-le `�np i�:g Iced rat;g3 a,), -fry Eaffalk County Department of Public Works LE- 'ING No. 12-75.3.13 • ` v11LLT 9 C:' 4-2 ` ITIS LSO. 1 (cont' d.) height. The leader seat end steering va':eal shall be adjustable to provide comfortable operation for all operators. The machine shsli have a minir_= brec?cout fore© capacity of 16,890 lbs. 11:ie ground cleazance chill be at least 14.5". Mininum waight c; 18,000 pounds. MAINTENANCES The successful dealer must, supply a orae yevr m iznten- - — ante grogr The progsam gust provide sL� ,islts including a full inspection crud oil 3b ,plc_ Of Zs:e -five Major c artmcnts.: A full Y�.°oYk. 0f - Yi ,p2Ct�Qx �i�i t �3i'�1t1g `-6 e g:.i on to � v operating dcpartment. - ..5.• r _r. o PAR PAYMMgTi lie' Caterpillar ?rjn*W-rn" -- -Serial Nua�!:,,e 94A2383. s . awes es s: a wm. er.a..w®-ca ..�..:maw<omr...oas.nr gn...sw.u.�w.s wmrcwaow o, e..wus r:+r. art.ar..+.�,: :ss -+r ew e�m.�.•�e.- ,+.5. .,a w... as_... _. .. a.w- 0 n 1i•Nvwrjcdel in c: J. t --';oCluceion) -(i:.atest Loayder! i3 :a :o cdoi Zia or daq-vat. to k adel L2 4 6f a.. "r - of Mounting dolts. - �•-`Yl .i F.i i - _ .. _ _ l{{.f��ii�4L "E:h�l� �'C3 r v2. ed by ttf.r`�. '�?l **rd•.� r : � 'L ..a.�.�.._ .7I" ii 2��i �'}�'�'9 v+`�i Ja j: 6�i �°3. -3ng. 8r `a ='�♦ ie :.:v.: ♦e}yS:. �?q !tom: to;NIt o lt 5 sywteLl rc r►da to p a sir c zmnc, . ..�'�' " ZiTB:.t " -ill be c;..'.ui'ppe 15i3 t -i T�< n '�`ary rear � ,..2 - _. a to: capt sort icn in- di, p_ ovi -� _ toJzqu- to the wlt,oel %Ath th, 4 `,-- titer f00"'Anz% _ _r ;.,-c ax? o to hswe a yield ntarcnf, t`Li of rizt lezz th ,n poun%o • t7 .3'id\�+y3 ... t.r Unit to 23®. ' �. - ed V,Y is h hydr�S",, .�.�.'a lj� vv- si.. ..t power brakes an rear wllee s h ving a si` -Je7 c:b 3c,"I switch $ham_ t•L'rr--zig ar d am cdj stable is-- "r _for p;S�fii�t '1g brake on t 1e wvs T1 3 Brake si:,-E- a Squa o inches. �y - b.. f✓es. :r:.^..Lam- CK��g�E� wYth a stage tge .. _ : i, . to he ..lni• _etprr, ll :`s Ith beat Of ohygranlic cirst,—,radi tvr for cooling ih rzating hydraulic ti:7bvrature to b -e 50 ��rt�:�R L- x z a�tbi€nt►: _ y►?''.:� is �,2v�T}fir syStr S d,e .. 27 ry. . a.. g� yy 9r.,p }-27- temperature M ITEM I ' VARIATIONS TO CATERPILLAR 923 CATERPILLAR F` ENGINE -Pet HP80 _ 12 rtin -- Starting ; 24 Volt Volt Normal Start Glow Plug Not Required y Cold Start_ ,Glgu Plug Ether. Torque _ 240- ft. lbs. 243 - ft.'' lbs. Emission Data - - tiot Available - TRAiJSffiISSION-Rev$rse+ 3 ,. Z Max. Forward 26.2 20.0 - Max. Reverse 14.5 - - 7.4 - HYDRAULICS -Pump Lana Gear Capacity 33 gpm 47 gP_p ` BRAKES. -Type Uhe$1 DiCc Azle Disc k UI -col External Mt. Oil Sealed -Internal 'or Loss Maintencnce Emergency, Auto Foot Operate.: LoA0ER-Ducket Tilt 450 .t AInge Pan Ht. 11 7" ou- p C-1earan-a t On t o 9 1 s Reach 30" 35" _ r Cycle Tire 10.5 Socso 10.5 Secs. Tip Load 0350 10,770 lbs. 12,800 lbs. 74_ ;lp Load 210° 119890 lbs. 34,000 lbs. breakout 16#630 lbs. 17,000 lbs. GENI RAL—':':vel Base 100,11103" - �.�.. Tiead 71" - 6u" Turn Radius 15111n - n 13t 8 Axle Oscillation 280 240 >:��akout 16,890 lbs. 17,000 lbs. rr 1 15 Oakland Avenue, Harrison, N.Y. 10528 • (914) 835-4340 168 Townline Road, Kings Park, N.Y. 11754 • (516) 269-6006 a dealer to rely on romc�� equipment ins, October 22,1975 Town of Southold Highway Department Peconic, New York 11958 Bid on Loader October 23, 1975 10:00 a.m. Gentlemen: We are pleased to offer in accordance with your specifications for a Front End Loader: One New Fiat Allis Model 545 B with a 2 cu. yd. General Purpose Bucket. Price of Machine Trade In Allowance 1968 Hough Md. H60 Net Price Delivered total to Town of Southold 42,640.00 17,099.00 25,541.00 Delivery will be made 2-3 weeks after receipt of order. Enclosed is a copy of our warranty. Thank you for this opportunity to bid. Sincere y, J Robert Fiermonti President, Romac Egiipment RMF/dm ENCLOSURE AALLIS-CHALMERS .,�- Z •::�-r'�,,,:t.. �a.a. �.;�asr;.n.•.,c�r.,.: z:�^,...: i, •a�r�...s.''�. "»-+v'r.,t�.°"!ffa�.,� ::T"!'?'. 'K;�M$;:i1w',',- �'T">' ras�..,�i FIAT-ALLIS CONSTRUCTION MACHINERY, INC. WARRANTY FIAT ALLIS CONSTRUCTION MACHINERY, INC. (the Company) warrants new products sold by it to be -merchantable and free of defects in workmanship and material at the time of shipment from the point of manufacture. THERE ARE NO WARRANTIES WHICH -EXTEND BEYOND THOSE EXPRESSED HEREIN. ' The Company will repair or replace F.O.B. factory, at its option and subject to the following provisions, any part of its new products that fails to conform to this warranty, provided that such part is returned to the Company's factory orelo the Company's dealer authorized to handle Construction Machinery Products, transportation charges prepaid, within the following periods: 11) 6 MONTHS OR 1500 HOURS OF OPERATION, whichever first occurs, from the date of delivery to the fmt user of new Construction Machinery Products. . "As to such products, the Company will -supply all required parts free of charge. (2) 1 YEAR Vk 3600 HOURS Oh OPERATION, whichever first occurs, from the date of delivery to the first user of new Allis-Chalmers engines installed by the Company in its new Construction Machingry Products. As to such new engines, the Company , will supply all required parts free of charge. .In addition, the Company will bear all reasonable warranty labor costs during the I year period, as follows: 100% in the case of parts subjected to no more than 1800 hours of operation; thereafter, 75% in the case of parts subjected to no more than 2700 hours of operation, and thereafter,( 501/o in the case of parts subjected to no more than 3600 hours of operation. L (3) ,3 YEARS OR 10,800 HOURS OF OPERATION," whichever.first occurs, from the date of delivery to the 'first user of ; (a) Crankshafts in new Allis-Chalmers engines, and (b) Engine blocks for new Allis-Chalmers engines. As to such parts, the Company will supply all required parts free of charge during the first 2 years or 7200 hours of operation, whichever first occurs, from the date of delivery to the first 'user, and thereafter the Company will bear one-half of the cost of such parts during the remainder of the warranty period. In addition, the Company will bear all reasonable warranty labor cost`s during the first year or 3600 hours of operation, whichever first occurs from date of delivery to the first user, and thereafter the Company will not be obligated to bear warranty labor costs. No warranty of any kind is made or shall be imposed upon the Company with respect to (1) new products which have been subject to operation in excess of 'recommended capacities, misuse, negligence or accident, or have been altered or repaired in any manner not authorized by the Company, or (2) tires and tubes, or (3) accessory items, attachments, tools or implements not manufactured by the Company as such items are separately warranted by their respective manufacturers. The Company's liability, whether in contract or in tort arising out of warranties. or representatiors. ! instructions, or defects from any cause, shall be limited exclusively to repairing or replacing parts under tl:- i conditions as aforesaid. FORv 1 _ :_ ee+ S'1';'1'1T'H,'-.N l' OF `It1iJ-c;t►i.l,( Li'`; 1. L'y subuaissi_or► of: this bid, Crich prospecL:i.ve. bidder rirad oriel► l,c,r.';c,►j or► behalf of aary prospective bidder eerL:if:i.c . , 'I'lld 111 L)rc ct►sc� cif r► bid each )rarLy thereto certifies as to its owu orp,r.►r►i.v..�►ti.oaa, ui�dc7: of perjury, th it to the best- of knowledge aLid b(A i_ef:. 2. (A) The hr:i.ces 1.11 this 'bid have, been arrived it .-hideper►dei..►L.1y' with C011.11"'.1011, consulLALi.on, communication or a„rc:emenL, f the p Pose of restricting competition, as to ally matter relating to prices with any other bidder or with any competitor; (B) Unless otherwise required by ]_aw, the prices whichhave been q in this bid have not been,knowingly disclosed by the bidder pr to opening,. directly or iiidirectl.y to any other bidder or to a competitor; and (C) No attempt has been made or will be made by the bidder to indu any other person, partnership or. corporation to submit or not submit a bid dor the purpose?,,of restricting competition. v A bid will not be considered for award nor shall any award be made where 1(A), (B) or (C) above have not been complied with.; provided, haocver, that if in any case the bidder cannot make the fore- oink; cerLi.fic,►+t:i.on, the bidder shall so state and shall. furnish with the bi_d, a si. noel state - sent which sets forth in detail the reasons therefor.. idler. RA), (B) or (C) above have not been complied with, the bid shall not be co-n.sider.ed for award nor shall any award be made unless the head of the DeparL-Ment of Purchase of the political subdivision, public department, agency or official thereof to which the bid is made of his designee, determines that such disclosure wa•s not made for the purpose of restricting com- petition. The fact that a bidder (a) has published price lists, rates or tariffs covering items being procured, (b) has informed prospective custoirners of proposed or peizding publications 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 subparagraph 1: 3. The following bid made to the T'c-- q- 5—rt-1 ! by a . corporate bidder for work or services performed or to De performed or goods sold or to be sold, which bid contains the certification referred to in subdivision (a) of this section,v 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 certificate as to non -collusion as the act and deed of the corporation. 4. I so certify as to the above: ?v vyq c,c rro -” % T6, c Name o adder) INVITATION TO BID #N Low. d er A kSi.gnature Title Suffolk Equipment Company, Inc. 1575 Patchogue Road Port Jefferson Station, New York 11776 Telephone: 516/473-0771 October 23, 1975 Town of Southold Southold, New York 11971 RE: Bid for Wheel Loader opening October 23, 1975 Gentlemen: We are pleased to submit the following bid on a wheel loader. One (1) JOHN DEERE 1975 Model JD544B, 4 -wheel drive loader equipped as follows: Powered by a 105 SAE Net HP, John Deere diesel vertical 6 cylinder, 4 stroke cycle engine with 414 cu. in. piston displace- ment and maximum torque at 1400 RPM of 325 pound -foot, pressurized lubrication system with full flow filter and 12 volt with alternator electric system using two batteries with reserve capacity of 420 minutes each. Power shift planetary type transmission with twin turbine torque converter and torque multiplication of 5.05-1 featuring four forward speeds and 2 reverse speeds with travel range forward of 0 to 25 MPH with an inboard mounted planetary gear drive axle with rear axle disconnect, service brakes power actuated 4 -wheel inboard mounted wet disc type foot operated by either left or right pedal with adjustable parking brake, hand operated with warning light on dash. Also with full power steering, frame articulation of 800 by 2 hydraulic cylinders with turning radius of 13' 10", one control lever type hydraulic valve system with standard type two spool stack, 4 position lift valve with float, 4 position bucket valve with return to dig, automatic return to dig feature with independent engine driven vane type pump delivering 44. 5 GPM. This unit is mounted on 17.5 x 25, 12 ply rating loader tread type tires with the following capacities: Cooling System Fuel Tank Crankcase Crankcase, including filter Transmission case and filters Front differential: ;inNo-SpiA44, 32 qt. 40 gal. 18 qt. 20 qt. 39 qt. 24 qt. Town of Southold Page 2 October 23, 1975 RE: Bid for Wheel Loader Rear Differential 25 qt. Loader Hydraulic sump 48 qt. Featuring full R.OPS cab and seat belt with heater, defroster and other standard cab equipment with overall cab height of 10'2 ", hinge pin height of 11'2 1/2", and ground clearance of 14. 5 " This John Deere unit features a 1 1/2 cu. yd. SAE heaped capacity bucket rated with a breakout force of 17, 795 pounds, a tipping load of 16, 510 pounds straight, and 14, 335 pounds tipped load at 400 turn rating by SAE. This machine has a 1500 hour or one-year JOHN DEERE - SUFFOLK EQUIPMENT guarantee including Parts and Labor. Delivery of this unit = 10 working days after receipt of order Price of units as stated above ---- $33,964.37 Less trade-in of (1) 1968 Hough Payloader H60 10, 069.37 Net Bid Price ------- $23,895.00 Submitted by, SUFFOLK EQUIPMENT COMPANY, INC. - ��_�! President J .ice a � i(!�S.-_.T...Orr C_-, MUNICIPAL MACHINERY CO., ING I MUNICIPAL A CONTRACTORS EQUIPMENT JERICHO TURNPIKE (Route 25) SALES • SERVICE CORAM, N. Y. 11727 732-3555-6 October 22, 1975 Mr. Raymond Dean, Superintendent Department of Highways Town of Southold Peconic, New York Subject: Bid opening on Articulated front end loader October 23, 19751 10:00 A.M. Dear Sir: In reply to your recently advertised request for bids, due to various manufacturers procedural differences, we find minor deviations to your printed specifications. However, we are pleased to offer the following which we feel meets the intent of your bid. 1 - YALE -Trojan Model 1500C Tractor Loader with all standard equipment shown on the attached factory brochures, and to include the following options: G -53N50 diesel engine; 17.5 x 25, 12 ply rate L-2 traction type tread tires; gauge kit including ammeter, torque converter temperature and transmission clutch pressure gauges; vandalism protection kit including locks for fuel and hydraulic tanks, radiator cap and engine side Ianels; heater, defroster and rear windshield wiper; right hand door; sound suppressing material throughout the cab; directional signals with flasher; li cubic yard, 86" bucket; 960 lb, counterweight; steering lock bar; tool box; front windshield washer; automatic return to dig bucket leveler; cigar lighter; restriction indicator in hydraulic system; complete unit serviced, delivered and demonstrated to you ....0.0......00......0. $ 371?759,00 Less trade for your 1968 H-60 Hough payloader, f.o.b. Peconic ....o ....... o.... $ 13,000.00 Net delivered price ....... ........G .... ... $ 248759.00 Town of Southold October 22y 1975 Page 2 Our factory advises delivery of a machine of this type could be effected within 45 to 60 days after receipt of contract. For reasons of clarification we are attaching our own specifi— cation paralleling your printed specification, which we trust will be helpful to you in analyzing the bids. We thank you for this opportunity of qupting.and trust we may be of service. Very truly yours, MUN IC IPAL MACHINERY CO o Z INC. Donald Kempster Sales Manager DK/mf encls. cc: GSM MUNICIPAL MACHINERY CO.,, INC. WHEEL LOADER 1 - YALE 1975 Model 1500C four wheel drive loader, with the following specifications: ENGINE: GMC 3-53N50 four valve unit with S--45 injectors, 3 c*linders, 3-7/8" x 42" bore ad stroke. 98 gross horsepower at 2600 RPM, 159 cubic inch displacement, 4 main bearings, pressurized lubrication with full flow filter, liquid pressurized cooling with therm8- stat and recirculation by-pass, pusher fan, two-stage dry type air cleaner with restriction indicator, 12 volt electrical system with 55 amp alternator, key switch and safety switch for starting. TRANSMISSION:& Two (2) gears, 2 phase forward, 1 gear, 2 phase TORQUE CONVERTER: reverse, full power shift, 5.13 to 1 torque multiplying industrial torque converter direct to transmission housing. Heavy duty clutches hydraulically operated. Four wheel drive. Single lever controls both range and direction. SOF-shift eliminates forward -reverse shift shock. TRAVEL SPEEDS: Forward low range is 0 to 905, high range -» 0 to 25, reverse range is 0 to 7.0. SOF-Shift is standard. AXLES: Rockwell standard PR -65 outboard planetary in wheels for accessibility. Reduction 20.45 : 1, 12 degree rear axle oscillation, rear axle disconnect. BRAKES: Service brakes, hydraulic shoe type, four wheel outboard mounted for accessibility for service; dry shoe. Total braking area 468 sq. in. Emergency brake, parking and emergency brake is expanding shoe on transmission output shaft, adjustable, foot operated with warning buzzer and dash light. HYDRAULICS: Vane type, two section tandem. Total pump capacity at rated engine speed, 59 GPM. MAIN PUMP: 36 GPM STEERING PUMP: 23 GPM,.supply to demand. RESERVOIR CAP. 252 gallons, filter rating absolute 25 Micron. STEERING: Power type, 700 maximum articulation. Time element lock to lock 2.5 seconds. HYDRAULIC CYL. Steering cylinders - 2 - 3" x 12" chrome rod. Tilt cylinder 21,4" x 28-3/4" chrome plated rod. Hoist or lift cylinders two (2 ) 21-4 x 24,14-11 chrome plated rod. Page 2 HYDRAULIC VALVES: Double acting with float and built—in relief valve. Spring return to neutral on bucket spool to position detent on lift spool. Automatic return to dig feature. One control lever. CAPACITIES: Cooling system with heater — 25 qts; crankcase filter 12 quarts, transmimion 40 quarts, front axle 122 quarts, rear axle 122 quarts, each hub containing an additional quart. Total hydraulic system capacity 35 gallons. Hydraulic reservoir 25.5 gallons, fuel tank 30 gallons, brake system, four wheel power boosted hydraulic, no fluid. OPERATING DATA: Bucket capacity 12 cubic yards. Operating weight 181576 pounds. 16,790 breakout,, 6.2 seconds raise time, 4.8 seconds lower time, 2.9 seconds dump time. DIMENSIONS: Cab clearance 1041", height overall with bucket full up 151211, wheelbase 106", ground clearance 1511, overall length 20$11", reach at full lift and bucket dumped 45 degrees 34", maximum lift to bucket hinge pin 11=4211, digging depth below grade flat bucket 22", center hinge pin to axle 56". clearance circle 33,10"J turning radius 17$11", overall width with standard tires, less bucket, 84", wheel tread front and rear 69". TIPPING LOAD: 0 degrees 151613 pounds, 35 degrees 14,208 pounds. OTHER EQUIPMENT: Gauges — ammeter, fuel, engine coolant temperature, engine oil temperature, transmission oil temperature, transmission system temperature gauge, hourmeter. Lockable instrument panel, cab doors, engine side panels, hydraulic reservoir cap, radiator filler cap. ROPS cab with heater and defroster, right and left hand doors with windows, seat belts, seat wrap around type,, front and rear windshield wipers, front windshield washer, work lights, sound suppressing material throughout cab, turn signals and flasher, 17.5 x 25 12 ply L"2 traction tread tires, 12 cubic yard 86" excavator bucket, 55 amp, 12 volt alternator, two (2) 6 volt, 150 amp hr. batteries in series, 960 pound counterweight, 2 travel lights front frame mounted, 2 rear lights combination with brake, horn, parking brake light, steering lock bar, drawbar, tool box, SMV emblem, ether starting aid, cigar lighter, rear view mirrors. NON -COLLUSIVE CERTIFICATION PURSUANT 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 organization, under penalty of perjury, that to the best of his knowledge and belief: (1) The prices of 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 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 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. CNRTIFIND BY H.O. PENN MACHINERY COMPANY, INC. 1561 STEWART AVENUE • WESTBURY, N.Y. 11590 • TEL. (516) 334-7000 October 23, 1975 Town of Southold Peconic Lane Peconic, New York 11958 Attention: Mr. Dean Dear Mr. Dean: In accordance with your newspaper publication, we are pleased to submit our formal bid on Articulated 1-3/4 Cu. Yd. Front End Loader as follows: One (1) New Caterpillar Model 920 Wheel Loader, equipped with: Back-up alarm, Bucket positioner, Caplocks, Dowtherm, Drawbar, Enclosed ROPS, S.A.E. cab with heater, defroster and windshield wiper, Engine coolant heater, Fenders, 17.5-25, 12 traction (L-2) Cat, tires and: 1-3/4 Cubic Yard General Purpose Bucket. PRICE, Delivered ------------------------- $43,309. - Less Trade -In: (Hough H60 Payloader, Serial Number 01042)------ 1.0,800. - NET PRICE, Delivered - - - $32,509. - Delivery on the above equipment can be made to you in ten (10) days after receipt of purchase order. We are enclosing descriptive literature and specifications on above, and we hope that we may be able to serve your requirements. JGK:df Enc. CATERPILLAR® SALES NEW YORK, N.Y. • WESTBURY, N.Y. • POUGHKEEPSIE, N.Y. Yours very truly, H. PENN MAC INERY COMPANY, Inc. J. G. Kern Vice -President - Branch Manager RENTALS • SERVICE TUXEDO PARK, N.Y. • NEWINGTON, CONN. COUNTY OF SUFFOLK DEPARTMENT OF PUBLIC WORKS R. M. KAMMERER, COMMISSIONER YAPHANK, NEW YORK, 11980 BARNEY A. EVANS CHIEF DEPUTY COMMISSIONER Mn. A.tben# W. Richmond, Town C.te&k Town of Southo.td Main Road Sou.thotd, New yotk 11971 Deah MA. Richmond: 516 924-8481 WILLIAM S. MATSUNAVE, JR. CHIEF ENGINEER November 14, 1975 Ore ane enc.to4 ing two appxove.d cop.iea os Con.tAact and Specjicaat.ionb 4ox the Push.-yee o4 Road Equipment jot .the Town of Southo.td, coveting .the peat habe o f One (1) Fond 1975 Mode,t A-62, Four. Whee.t DAive Loaatn (on equa.t) ae bpecigied. P.tea4e de.t.ive& one copy .to vendors, one copy .ie being dent .to Supexintendent Raymond C. Dean and one copy .ie being xe- -ta.ined .in .th.ia of;ice. Vehy .t`Auty y0utA, R. M. Kammexen Comm.ibA ioneh RMK:wb enc. cc: Raymond C. Dean 1 A. 0.142-T.H.19- 1966 CONTRACT AND SPECIFICATIONS W./ 1, FOR THE PURCHASE OF ROAD EQUIPMENT This is a contract to purchase the following road equipment (SEE ATTACHED SPECIFICATIONS) (Set forth herein or attach detail specifications upon which bids were based) entered into this 7th day of November 19 75 , between the Town Superintendent of Highways of the Town of Southold , in the County of Suffolk New York, and Island Ford Tractor Sales, Inc the Vendor, whose principal office is located at Edwards. Avenue, P.O. Box 237, Calverton New York U. Address) for a total price of Thirty one thousand eight hundred ninety four & 00/107�Dllars ($ -1,984.00 )• 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 October 7 , 19 75. 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: 1968 Hough Payloader - H60 $ 10,923.00 (2) By payment from current appropriations (3) By payment from proceeds of obligations 20,971.00 TOTAL $ 31,894.00 It is agreed that the title to said trade-in equipment mentioned at "(1)" above shall remain in the Town until delivered to the Vendor at the time mentioned, and further that said equipment may be used by the Town until delivered to the Vendor and at such time it will then be accepted by the Vendor at the value mentioned providing that it is in as good condition as at present, normal wear, tear and usage excepted.-- (Strike out (1) and this paragraph if not applicable). The Vendor guarantees the above described equipment purchased under this contract against defects of workmanship and material for a period of 365 days and that it will be delivered in first class condition at Southold Town Highway Dept., Peconic Lane, Peconic, New York not later than the 30 day of November , 19_Y5 - The Vendor hereby agrees to the provisions of Section 103-a of the General Municipal Law which requires that upon the refusal ry of a person, when called before a grand juto 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 amember, 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 erty herei es ibed. J j Town Superintendent of Highways APPROVED - i County Superintendent of Highways parties and supersedes any and all other agreements respecting the prop - Island Ford Tractor (Vendor) t By <71 Its (Indicate whetker officer or agent) 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 county superintendent of highways. If approved by the county superintendent, he shall rile 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 RM MUST BE FILED WITH THE STATE COMPTROLLER. WHEEL LOADER (1) Lord 1975 Model A-62, Four Wheel Drive Loader or equal with the following specificationss Engine: Ford 4 cycle, valve in head, direct injection, diesel turbocharged model 256Vr. 96 Gross H.P. per SAB J 816 B, rated engine speed 2100 R.P.M.p 4 cylinder 4;4 in. bore 4.2 in. stroke, 256 cu. in. displacement, max. gross observed torque @ 1600 R.P.M. is 267 ib. ft., 5 main bearings, pres- surized lubrication with full flow filter, liquid pressurized cooling with thermostat and recirculation bypass, pusher fan, two stage dry type air cleaner with restriction indicator, 12 volt electrical system with alternator, key switch and safety switch for starting. Transmission: Power shift planetary, twin turbine torque converter, 4.8:1 torque multiplication, clutch packs hy- draulic applied - multi disc with left pedal - actuated dis- connect, 4 speeds forward, 2 speeds reverse. Travel Speeds: Forward low range 0-5.5 M.P.H., high range 0-20, reverse range 0-7.4 M.P.H. soft shift is standard. Axles: Ford axles double reduction, inboard planetary with total reduction of 23.76:1, 14 wheel bolts, 24 degree rear axle oscillation, rear axle disconnect. Brakes: Service brakes, hydraulic power actuated, 4 wheel inboard mountedp wet disc, 287.2 sq* ine area, engine driven gear type 2.7o gopomo @ 1000 engine R.P.M. brake system pump power brake back-up by brake pedal actuation of master cylin- der and emergency brake, parking and emergency brake is ex- panding shoe on transmission output shaft, adjustable foot operated, with warning buzzer and dash light. H gdraulics: Gear type 3 section tandem, pump capacity at rated engine speed total 47 gopomo, loader 17 g.p.mo, steering 13 gopomo, swing section (automatic to loader, steering or bypass) 17 gopomo, pressure relief valve setting 2500 p.s.i., reservoir pressure 7 pos.io, reservoir capacity 40 gal., filter rating nominal - 10 micronso -IF Steering: Power type, 90 degree maximum articulation (total), time element lock to lock is 3 seconds. Hydraulic Cpiinders: Steering cyls, single acting 3" rod, diameter, 3 in. bore, 1604 ins max. stroke. Bucket cyl, double acting, 205 in rod diameter, 5.5 in cylo bore, 26.91 in max. stroke. Lift cylinders double acting 2 in, rod diameter 4.5 ins cyto bore, 26.35 max. stroked Hydraulic Vklves: Standard type 2 spool stack, 4 position lift valve with float, 4 position bucket valve with return to dig, automatic return to dig feature, one (1) control lever. Capacities: Cooling system with heater 28 qt., crankcase with filter 19 qto, transmission 36 qt., front axle 30 qt., rear axle 30 qto, total hydraulic system capacity 50 gal., hydraulic reservoir 40 gal., fuel tank 40 gal., brake system 3 qto Operating Data: Bucket capacity 1.S cue ydo, operating weight minimum 209780 lbs., 179000 lb. breakout, 6.1 sece raise time, 3.2 sec. lower time, 103 seco dump time. Dimensions: Cab clearance 10 its 22- in., height overall 11 t.�M., sheelbase 103 in., ground clearance 15o0 in., overall length 18 fto 8 in., reach at full lift and bucket dumped 45 degrees 34 ino, max. dump angle 50 degrees, max, lift height to top of bucket 15 fto 21ra in., max* lift to bucket hinge pin it ft. 9'j in,,, dump clearance full lift with bucket dumped 45 degrees 9 fto 1'-g ins, rollback on ground 45 degrees, digging depth below grade flat bucket 3'j in., center hinge pin to axle 51.1 in., clearance circle 29 ft. 10 in., turning radius 13 ft. 8 in. overall width with stdo tires less bucket MS in,, wheel tread front and rear 68 in* Tipping Load: 0 degrees 139650 ib., 35 degrees 121,480 ib., 40 degrees 12,138 lb., 45 degrees 119748 ibo Other Equipments usages - ammeter, fuel, engine coolant temperature, engine oil temperature, transmission --oil temper- ature, transmission system temperature, hourmeter. Lockable instrument panel, cab doors, engine side panels, hydraulic oil reservoir cap, radiator filler cap access. POPS cab with heater, defroster and pressurizer, right and left door, win- dows seat belt, seat wrap around, front and rear windshield Kiper, front windshield washer, work lights sound suppressing material in top of cab, turn signals and flashers, 17,5 % 25 12 ply L 2 tires, 111 cue yd. general purpose bucket 88 in. wide 51 amp 12 volt alternator, 135 amp hr. 12 volt battery, 700 The counter weight 2 travel lights front frame mounted, 2 rear lights combination with brake, horn, parking brake light, steering lock bar, drawbar, tool box SMV embiemq ether cold start, cigar lighter, immersion heater starting aid, front fenders, rear view mirrors. The 1968 Hough Payloader - H60 must be picked up at the Southold Town Highway Depto, Peconic Lane, Peconic, N.Y. and delivery date of the Front End Loader must be specified.