Loading...
HomeMy WebLinkAboutHighway SPECIFICATIONS FOR THE PURCHASE OI•' ASPHALT ROAD MAT£d2IALS, TOWN OF ' SOUTHOLD, SUFFOLK COUN'T'Y, N. Y. Under:rthese specifications, bids -are sought for the purchase of Asphalt • J •' ii hwa De artmont in the ;oad Material for. tho use by the. Southold Town i . g y p -epair and maintenance of Town Highways. Each bid must be submitted in duplicate in sealed envelope'solearly )ndorsed with the name of the person, firm or corporation presenting it. tach bid must be marked "Bid for Asphalt Road Materials",. -Bid forms and. Bidders Certificate, may be obtained at the Office of the Superintendent i i Df Highways of .the Town of Southold, Peconie Lane, Peconiol N. Y. , Bids will be received'at the Office of the Superintendent of Highways of the Town of Southold, Peeonio Lane, Peconic, N. Y. until 1.:30.' 0 clock P& on 'Feb. 51. 1976. as set forth in the published notice to bidders published in th$.L. I. Traveler-Mattituck Watchman, i Each bid must be accompanied by a bank draft or certified,check made payable to the -"Town of Southold" in an amount* equal to 3% of the amount=, of the bid.' All deposit checks 'except those of the •lowest. responsible bidder will ,be returned within $ 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 c,2�,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 e 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''. rM • , The successful bidder shall fur. and maintain at hia oxponso. during the term of the contract, a bond for the faithful perfor=nee of , •• era o ll be 100% o£ the' oontraot araount.' - • the oontract, the cov � of l kn3•ch' wha •• . The Form of the required perSorm nco bond, the suff&oiency of sureties, and the miner of" execution . shall bo•" approved by the Superintendent . of •Highways. • ' . r • • ' .. IMI N0. •1. , ., Under thin Item No. 1. bide are reouostod for the purchase o£ approxi matoly 500,000 gaol ono • (or is' mach thereof as may necessary) for the repair'arul,maintenaneo of the to U Y:iei ays; for a period of one year. of Grades RC -2 and . IMO -+2 As?halt 'Road: Materials, whic'i materials ehall compl%j with the specifications set 'forth belo,,r. Said materials must be delivore .. to and made available -in the Town of Southold, to:be.delivorod to trueks of 'tho Town of Southold. The bidder must have not loss "man 30,000 gallons of.Grade •RC -2 .material and not less -than 300*000 gallons of Grad© MC -Z "material -in permanent4 heated storage tanks located in'the Town. of- Southold. fSouthold. heated to a temperature of not less -that 3,50 degre©s Fahrenheit-- "- , . And available for ii odtiato. deliver✓ to trucks of the Town of Southold. as" and whop required by the Suporintondont of Highways For a'poriod of one .. . year. The bidder must specify the facil'! tion which he will. maintain in the Town of Southold for storago of .the above materiae as' well as' the location . • • od s3id atorago facililUes in the Town of Scouthold. I' Each bid must bo accompanied by a "Biddor Co: tifieate" for Asphalt Cut Back. showing tho supplier of this material and ,-%o location of the Plant. An authorization by the supplier. auwaorizing the Bidder to act{as•agent for the 'supplier. in the Town of Southold, .•..� ..4 - LM • SPRCIFIcmac s F041 RC -2 AND.; ASPHALT MTER7ALS '• -` . ,. �•� ' �•' NSC -2 , •' �.: •�;•.;.,.,' .. ,,':i ,. • ,," • • • , .., �1. ••tel . .. •' . t � .. . •• A � Y:�+, •1 ,+�•�„� '�'t, ,.. • ti ' 4. G154 17 ravit9 . -� N �. ', i r,'`il.A ♦t^I+ '/ '. :, 7.r ' •i�1;.7.��`-+,'r'r •..,�si ,.IY� .' . 17 70� Flash Tei, CCOF ''.: �1r; ti d •'. i •,y ; p;rf '. 7• I (• i •j 1, • Vis SSF . '► 'loop� •� •��' r . +, ., I .• '� . ,� i• j• •: FI a 7 .; ��•,. •�'Y, '. Ditillagoo. • �o.'1 .J. , . ' t. , � h.' , 1 "� , ! r ••} •a,� ',N y, • •;. (Gi J7%yOTi • . _ '•' •'' ' � • :Ire .: a• _', � ' 6.4370P ' .. 21 i. 3.. ' ••,,' , '' -.1• 6000. ' 1' 1 �,. .,� ! • •,. • `' 2 i • 11.1 .. r.V Co Eso°r !, 2$ 3 ' • Distilla W ,o to 68OP? ;• 57 IL ' , '',••'w. ,,,' , f-�•.•I•0 5000 -_ . f , ,i- •� ''•pL fir,` ••:a_ •.• .�33 93 0 600c? Residue- by =1 f..` Vola ,, .;``�'.76' ?7 . Teat on Reside from ,• ' . .. -. ' dis tial Pon at 770E :; 96. 187, 1 Ductility At r • • : 1 f 1100 • �.. ; ..'t • 110A . 1/0 sol in CC 14 99.9. 99.9. ' spot test Rog. ..... TObfid OIC' SOUTROLD .. Dated; . 196b , • , RAV014 D 'C DEL Suporintondent of &iE`iways .. IT '• 1 IN NON- COLT.USIVE BIDDING CERTIFICATE BY SUBMISSION OF THIS BID OR PROPOSALl THE BIDDER CERTIFIES THATs (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, QOAIPETITOR OR POTENTIAL (XXm'ETER; (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 APPLICABL33 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 President _ (Name of Officer) AUTHORIZED TO SIGN AND SUBMIT THE BID OR PROPOSAL OF THIS CORPORATION FOR THE FOLLOWING PROJECT. Asphalt Road Materials (Described project) AND TO INCLUDE IN SUCH BID OR PROPOSAL THE CERTIFICATE AS TO NON -COLLUSION REQUIRED BY SECTION 103-4 OF THE GENERAL MUNICIPAL LAW AS THE ACT AND DEED OF -SUCH -CORPORATION AND FOR"ANY INACCURACIES -OR MISSTATEMENTS IN SUCH CERTI- FICATE- THIS ERTI-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 ASPHALTS, INC. CORPORATION AT A MEETING OF ITS BOARD OF DIRECTORS HELD ON THE POth DAY OF Jan. Secreta Kenneth Rhodes . i l d; " I j } 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 2 , NC 2 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 2009000 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 aelected 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 maximus rate of 50,000 gallons per eight (8) hour day. ASPHALTS, INC. Company H.M. Brush, President (Official Title) Date: Feb. 3, 1976 If the bidder is an authorized customer of the manufacturer, the following authorizations must be executed by the manufacturer. This is to certify that Asphalt, Inc. (Name of Bidder) 125 Jericho Tpke Coram New York 11727 (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 Asphalt, Inc. EXXON COMPANY-U.S.A� By: Date: 7 i .i IIID FORK: FOIR ASPHALT ROAD I4ATERI.AL S FOR DELIVERY TO THE WOM OF SOUTHOLD 9 IdEW YORK ITEM NO. 1 , TO THE SUPERINTENDENT OF HIGMAYS TOWN OF SOUTDOLD . PECONIC. N. Y. 1. The undersigned hereby propose to furnish approximr+te]y 5040000 gallons of Grades RC -2 and MC -Z Asphalt Road I-aterials to the Town of Southold. Suffolk County, N. Y. all in accordance -,Ath the Specifications of the Superintendent of Hi&ways of the said To -mm. dated Jan.20 •19 6 A. Delivered to the Town eouipmont in the �O,,m of Southold per gallon. w 2. The undersigned further states tY;at the locatione, type and oapa- city of the storage facilities -in the Town of Southold. - are- as- follows: A. Type of Storage Facilities Permanent Heated Storage B. Location of Storage Facilities Mattituck Inlet, Southold Town C. Capacity of Stor4ge Facilities One Million 50 Thousand Gallon, 3. In submitting this bid the undersigned eloolares that he is or they are the only person or persons lntorested in the said bid and that it is made without any connection with any person ratdng another bid for the same oontract. The undersigned further declares that he has or they havo care - 0 i y ,i � fully examinod the spooifications and thio fora of bid and has or have satisfied himsolf or themselves as to all the torrs and conditions, and undorstand that in signing this proposal he or they waive all right to pled wV misunderstanding regarding the name. 4. Accompanying this proposal is cash, a bank chock or certified check for L4S 4P `'� In case this proposal shall'. be acceptod byte Town of Southold, .and the undersigned shall fail to ..execute the contract And in all raz;pects comply with the specifications and this form of bid, the monies roprodented by such cashes or &heck shall bo regardod as liquidated damages and s'r■all be forfeited And become the proporty of the Town of Southold; otherwise to bo roturnod to the de- positor as provided in the above said Wovisions. 5. On aoceptanc© of this bid the undersigned does or do hereby bind himself or themselves to enter sato a written contract within ten days of the date of notice of the award of the bid with the said Town of Southold, and to comply in all respocts with the provisions of the specifications in relation to the security Cor the faithful -performance of the terms of said contract. --- • Datods Feb. 3. 1976 191 The P..O. Address of the Bidder is ASPHALTS, . INC . Legal of son, ire or Toration H.M. B , President Naugles Drive Stre©t Mattituck. N.Y. - City and State -z- f •1 SPECIFICATIONS FOR THE PURCHASE .: OF ASPHALT ROAD MATMIALS, TOWN OF.- •. SOUTHOLD, SUFFOLK COUNTY, N. Y. ••, Under.;tbose specifications, bids are sought for the purchase of Asphal i •- • Road Material for the use by the -Southold Town Highway -Department in the jSS repair and maintenance of Tom Highways. Each bid must be submitted in duplicate in sealed envelopes•olearly 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. • i Bidders Certificate, may be obtained at the Office of the Superintendent • i of Highways of the Torre of Southold, Peconio Lane, Peconiol N., Y. • Bids will be received'at the Office of the Superintendent of Highways of the Town of Southold, Peconio Lane, Peconic, N. Y. until ;' 1:30 1 i clock P 1• . . on .' Feb. 5,_1976 as set forth in the published notice to bidders published in th$.L. 1. Traveler-Mattituck Watchman, � Each bid must be accompanied by a bank draft or certified cheek made • payable to the -"Town -of Southold" in an amount equal to of the -amount.— of the bid.* All deposit checks 'except those of the •lowest. responsible bidder will be returned within 5 days after the opening of the bids. The id 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 o.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. ;• f `v' • f e deems in the best interest of the Town. In the event all.bids are I rejected, all bid checks will be returned immediately upon such rejection. The Superintendent of Highways 'preserves the right to reject any andAzo T 11 bids.. The auccesaful bidder ishallZurnich and main'tain at his OXPOv-L3OP during the term of the contract. a bond for the faithful performance of % Iamount the contract, the coverage of u4nioh'shall be 100of .,ho'contracte orm&ojency of suroties -m of the required pe�r ., tnco�bond. the sufr The• form perintanden and the runner of execution shall bo'* approved,by -It,he of Highways. ITEM NO. -10 • Under this Item No. 1, bids aro reiluostod for the pur6hase of.ar matoly-300, 1 000 gallons • (or 4s' much thereof. as may be nee . essary) for . the ropair'and.maintenanco of the town for. a pariod of one year. :* of Grades RC -4 and MC4 As halt Boad: M-At6rialap Vach' materials 1ha7.l O'om.,01,11 jjith the sp . eoifications set .forth belowe Said materials must be delivor.od to and made available in the Town of Southold, to. to trucks ` of the Town of Southold. The bidder must have not loss a= :30o,000 - gallc4i-a of Grade RC -2 nzterlal and. not less than 30'000 C.:a13.ons of Grade FIC-2 matorial-in Peru: nently heated storage tanks located--in'the Town of Southold, heated to a te-,koorature of not less. that 130 degre©s Fahrenheit-- • and available for imediato deliv3-.67 to trucks of the Town of Southold, as and when required by the Suparintondont, of IIJ&ways for a'poriod of one • year. 'he The bidder must specify the facilitios which he will. rzintain. in. t Town of Southold for storar;e of:iho above materials as' well as' .the location od s&id atorame facili'Uos in the Town of South -Olde Each bid =us . t be accompanied by a "Bidder Certificate" for Asphalt Cut Back. showing tho supplior of this material and the localaon of ..he Plant,,. An authorization by the supplier, -authorizing, -U%e Bidder to actieas-agent for the * supplier, in the Tc;wn of. Southold. V 11113111 SP�xrIC1►1'U.v5 r0a RC -2 AND 1 i Is •. +•• '+• Y, Z ASPHALT i41M,R7ALS.` ►�;, :;;'� :•r �., ..•�, (. •, '' 'GRADE - �• ••:L r4 "1 ,Il .,, t •. ••• . ti '•L �,' \' ..r.-.-•---• 4 • '1>Pi. • ' �' I, • It :,� ; , 17.3 . ,• a. ,, . + •0 0.95 0. 6' 9 t. . r, " Spoc. (3ravi ty . 7?°F I i r .. •\� Flash Tey CC°F ,ti a ' • ` `• �., %:'?. ;',. ::fpr 170r ,., _ .'%, on gee.,-.• ' s f•":r �: �} ,: : , _ .., �:> 3.1 i '� • j .I • , 1Ci' .! •1 • tit ,: 1 .437ot• 21 .z 23 a600042,, . a, 6ZOOF z Disti]1a"tfo p to 680°F; ••. • . 1 •1 j)I 0^� ` - _ 37 4.,. • ' •78 a ..-fat .. 0 .'� • 0- 500OF 600°;F . ,y, �: =, -: 9s :'; • t-; , 78' is • •, • •.• '•.. Residua. by €:.` Vols •` �. L 7G ', ??' ! ,. Test on Residue `�mz distial Pon at 77°F b :. 9 ' ; ', 187 ` 110¢ Ductility at 770E 99.9 ~' 99-9.- 1/o sol in CC z _ soot tc�s (`iflLI S :, R© 1' ... d. ROC, , 1966 Tovfil or SOUTHOLD - Dated: . •' •' RAYMOIND ' C . DLJ. 1• . • •' / y3 .. Suporin'tendcant of h '1W3 •,\ _ ' ,. , •, ,,.• • / '•I h•1 i; •• , �—+T�,j.. N •f. i it -' `- � ; ; ' • •.` • 1' t- ! it •� � r . , , , •, , ; NON-OOLLUSIVE BIDDING CERTIFICATE BY SUBMISSION OF THIS BID OR PROPOSALt THE BIDDER CERTIFIES THATS (a) THIS BID OR PROPOSAL HAS BEEN INDEPENDENTLY ARRIVED AT WITHOUT COLLUSION; (b) THIS BID OR PROPOSAL HAS NOT BEEN KNOWINGLY DISCLOSED9 PRIOR Ta THE OPENING OF BIDS OR PROPOSALS FOR THIS PROJECT. TO ANY OTHER BIDDERt ODA1PETITOR OR POTENTIAL CO.HPETER; (c) NO ATTEMPT HAS OR WILL BE MADE TO INDUCE ANY OTHER PERSONS PARTNERSHIP OR CORPORATION 70 SUBMIT OR NOT 70 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 APPLICABLL 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 B_ iLb President (Name of Officer) AUTHORIZED TO SIGN AND SUBMIT THE BID OR PROPOSAL OF THIS CORPORATION FOR THE FOLLOWING PROJECT, Asphalt Road Materials (Described project) AND TO INCLUDE IN SUCH BID OR PROPOSAL THE CERTIFICATE AS 70 NON -COLLUSION RBQUIRED BY SECTION 103-d OF THE GENERAL MUNICIPAL LAW AS THE ACT AND DEED OF .SUCK. -CORPORATION AND FOR -AA'Y-LJACCURACIES- OR MISSTATEMENTS IN SUCIJ CERTI- FICATE THIS CORPORATE BIDDER SHALL BE LIABLE UNDER THE PENALTIES OA PERJURY.= _ THE FOREGOING IS A TRUE AND CORRECT COPY OF THE RESOLUTION ADOPTED BY ASPHALTS INCL CORPORATION AT A MEETING OF ITS BOARD OF DIRECTORS HELD 'ON THE 2 th DAY OF 19/x, ,-sI Secretary Kenneth Rhodes . i •i i 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 2 . IC 2 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. ASPNA TIPS TWr _ H.M. Brush., President (Official Title) Date: Feb. 3, 1976 If the bidder is an authorized customer of the manufacturer, the following authorizations must be executed by the manufacturer. This is to certify that AspJ%al t, Inc. (Name of Bidder) 125 Jericho Tpke Coram New York 11727 (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 Asphalt, Inc. EXXON COMPANY -U.S.A By: d Date: 974 1 • If a Corporation Name ,, Address H. M. Brush Pre.5ident 8 Teaapot_Lane- Smithtok&, N.Y. 11787 Kenneth Rhodes Secretary .6 Storey Ave.. Cemtral Islip,N_ .Y 11722 H.M. Brush Trea ,UrOr 8 Teapot Lane Smithtown. N.Y. 11787 If a Firm ; Name of Members Address 1 ,� BID. FOR ASPF,ALT ROAD I4ATERIALS FOR DELVERY TO THE TOILS OF SOUTHOLD9 14EW YORK ITEK NO. 1 TO THE SUPERINTENDENT OF RIGIVAYS TOWN OF SOUTI10LD ' PECONIC 0 N. Y. L. The undersigned hereby propose to f urnist, approximt1alY 5000000 Gallons of Grados RC -2 and FIC -2 Asphalt Road Materials to the Town of Southold. Suffolk County0 N. Y. all in accordance TAth the Specifications of the Superintendent of Highways of the said Tow: dated Jan.20 __ .19!76 c A. Delivered to the Town equipment in the own of Southold a per Gallon. r 2. The undersigned further states that the iccation0 type and oapa- city of the storage faoilities. in the Town of Southold.- are_ as follows: - A. Type of Storage Facilities Permanent Heated Storage B. Location of Storage Facilities Mattituck Inlet, Southold Town C. Capaoity of Stor4ge Facilities One Million 50 Thousand 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 =aldng another bid for the same contract. The undersigned .further declares that he has or they have care - 0 o! a i V .' - � ' �• r s. �' • - i 11 t 1„ fully examined the sp©oifications and thio forts of bid and has or have satisfied himsolf or treras©lvos as to all the torts and conditions, and understand that in signing this proposal he or they waivo all right to plead any misunderstanding rorarding the same. 4. Accompanying this proposal is cash, a bank chock or certified check for D In case this proposal shall 'Z�2o be aooeptod by the Town of Southold, and the undorsigned shall fail to ...execute the contract and in all reapects comp7,y with the spooifications and thio form of bid, the monies rapro6entEd by such cashn or aheolc shall bo regardod •as liquidated damages and. s' hall be forfeited And become tre proporty of the Town of Southold; otherwise to bo returned to the de- positor as provided in the above said Wovisiow. 5. On aoceptance of this bid the urdersiZned does or do hereby bind him elf or themselves to enter i.-Awo a written contract within 'ten days of the data of notice of the award of the bid with the said Town of Soethold, and to comply in all respects with the provisions of the specifications in relation to the security Cor tho-fai��.hfu1-perfo3.v=co of the terms of said contract. ' De,�.odi Feb. 3 , 19176 ASPMLTS INC. Legal of pe im or co orat oa H.H. Br—u--36o,'-President The P. -O. Addross of the Bidder is Naugles Drive Street Mattituck, N.Y. City and State inzIMP Item I -- 500,000 gallons of ASPHALT ROAD MATERIALS --- 2/5/76 @ 1:30 P.M. r7 ZAP, t'1011'v ojrf 71'pic Fro NT L _!ice � � a �� ----- ---_-- 7 1�ZI-IT r t --_ _ tS r t 0_0 10 0 -.1 YK 0A 0 :V_4 zt .00 /1010 j 3 0 -r& OPP s i .6/v bG -XI_ ----------- --------- - ,,• Y ---------------- ---- -- - - - -- - ---" - - - --- I I �I I i �j ,i I PERFORMANCE AND NO -LIEN BOND � E� od,��BOND #S 73 79 92 cc""W'`J )F -TNA INSURANCE COMPANY HARTFORD, CONNECTICUT 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 TOWN ... OF ... SOUTHOLD,...H.I.GHWAY... DEP,Ali.' MEI,VT.....PE.CONIC... LANE.,....PECONIC,...L...I......... NY ......... ............... ...... . .......................... I .................. ..... (hereinafter called the Obligee(s)), in the sum of...ftlgffi�lltT:L�..THOUSAND_...................Dollars($... 1.9.9.,..25O..OQ.............. I ... ), for the paymentvfMe, 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 ... ........ .FEBRUARX...5........................... with............................................................... ASPHALTS.......NC................... ................................................................ ..................... NAME OF OWNER for ............ .S.UPPLYTNG...OF... 5.QQ.,. 000... GALLONS ... ASP HALT..ROAD... ATERIALS,........,_..... ... .......... .................... ................................ ............................. ........ ... ...... ...... ........... .... ....... I ....... ................ ....... 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 ....... 2.Q. ............................day of ....................................... ......F.E.$RUARY.............................. 19.....7.6 ... ASPHALT S, ...1NC....................... .....................(Seal ) P ' ipa AETN Ar E�VMPANYBy.......................... ........................"'"a.......(Sea.l) Attorney in Fact Form 1-630-1002 B State of NEW YORK ss.: County of SUFFOLK ....... 1.5� ..... day of ..................... TE�U,2:aY On this ..................... .............................................................................. 19 ...... 7§, before me personally j came ..............................................H...........M................................................. ................................................... to me known, who being by me duly . . MUM sworn, de and say: that he resided in ....... SMITHTOWW................................................that he is the........................................ ...... . ................... of the .................... A.S.ki4.s .... INC. .............. I 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. 11 4 .................... ... . BARBAM N& Notary POblic Notary ftbft 304590430. Vlm sown "WO 630.1315 Ed. July 67 AETNA INSURANCE COMPANY POWER OF ATTORNEY OF HARTFORD, CONNECTICUT Know all Men �y 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: 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 I I of the BYLAWS of the com- pany: The president or a vice president may execute fidelity and surety bonds and other bonds, contracts of indemnity, recognizances, stipulaticrs undertakings, receipts, releases, deeds, releases of mortgages, contracts, agreements, policies, notices of appearance, waivers of citation and conse�'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 attaste� where necessary or desirable and the seal of the company where necessary or desirable may be affixed to the specific instrument by a secretary or an assistant secretary. The president or a vice president may with the concurrence of a secretary or an assistant secretary appoint and authorize an-ttorney-in-fact or any other person to execute on behalf of the company any such instruments and undertakings and to affix the seal of the company thereto where necessary or desirable. The attorneys -in -fact under the preceding paragraphs of this article are authorized and empowered to certify to a copy of any of the bylaws of the company or any resolutions adopted by the directors or to the financial statement of the condition of the company and to affix the seal of the company thereto where necessary or desirable. This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the /ETNA INSURANCE COMPANY at a meeting duly called and held on the 11th day of February, 1966. RESOLVED THAT, in the execution, attestation and sealing of any instrument or undertaking authorized by Article I I of the Bylaws, the facsimile signatures of the officers and the facsimile seal of the Company affixed thereto shall be valid and binding upon the Company. IN WITNESS WHEREOF, /ETNA INSURANCE COMPANY has caused these presents to be signed by its President and its Secretary and is corporate seal to be hereunto affixed, attested by its Secretary, this 8th day of March, 1974. AETNA INSURANCE COMPANY !/ 'sTro•e President Attest: Secretary Co. STATE OF CONNECTICUT, ° r cT 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;:'_ti commissioned and qualified, came F. D. WATKINS, President, and J. J. MURPHY, Secretary, of /ETNA INSURANCE COMPANY, to me person al . known to be the individuals and officers described in, and who executed, the preceding instrument, and they each acknowledged the execution of t` - 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°i i. that the Seal affixed to the preceding instrument is the Corporate Seal of said Corporation, and that the said Corporate Seal and their :;!gndtur s such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. e141 . r� �Ge.• a.t/ /•� .t G.rL fr +" o��oTaey Notary Peblic •�•�.�Ie• My commission expires April 1, 1977. VIP STATE OF CONNECTICUT, CITY OF HARTFORD, ss. CERTIFICATE I, the undersigned, Secretary of the /ETNA INSURANCE COMPANY, a Connecticut corporation, DO HEREBY CERTIFY that the above a,_ foregoing Power of Attorney remains in full force and has not been revoked; and, furthermore, that the above quoted applicable paragraphs of AFT - CLE 11 of the BYLAWS of the company, as set forth in the Power of Attorney, are now in force. Signed and Sealed at Hartford, Connecticut, this ............................day of.................................... 19........ //�S""tary,LILTr°e State of New York, j County of Suffolk, )(( "j° . SS. co. City of Port ftf Person —'4` a ' io>� On this...................../...f...... day of ............FE,BRUARY.................., 1 .F?..., before me personally appeared ..JOHN...G..._..,PROIOS. ........................ ... ....... ., to me known, who being by me duly sworn, did depose and say that he resides in .... ... PORT_. JEFHRSON _......; that he is Attorney -in -Fact of (ETNA INSURANCE COMPANY, the corporation described in and which executr 0 the faro;;;; r_ instrument; that he knows the seal of the said Corporation; that the seal affixed to such instrument is such corporate seal and was ai'achc;i th by authority granted under the By -Laws of said Corporation, and that he signed his name thereto as Attorney -in -Fact by authority grauic.f By -Laws of said Corporation, and that the said Corporation has received from the Superintendent of Insurance of the State of New York a cert;' 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 Consc,liJ :;e Laws of the State of New York for the year 1939, and as amended and that such certificate has not been revoked. (SEAL) � ........ ..G��'✓�-.'�rrac................... .r.i.� Notary Pubii Form 630-215 (N.Y.) 1'i inn Epp all* ASSETS FINANCIAL STATEMENT Bond B . r ...... • ....... r . e .. a .... e e .......err ... r .... a .... r ......... r r . St ock 8 .. r .... r .... r .. r .0001....... e r ..... ... a ... r .. e r e .... Real Estate...........err.............re..r..e...e.re....e...r....... Cash on Hand and in Bank .... .....e...a..re..e..r....r...r..e.......r. Premiums in Course of Collection ..................................... Interest Accrued.............r.......r...r..e.........r..rr....e..r.. Other A s s et s . . . . . . . . r . . . . . . . .. . r e . . . . ... • 0 0 0 .. 0 .. • . e . 0.0 0 00 0 0• • 0.0 .. 1 TOTAL........................................................... LIABILITIES December 31, 1972 $39795220418 195,432,110 3,9669466 8,293,919 60,310,692 7,132,471 31.560,290 $704,218,366 Reserve for Unearned Premiums* ... ........ $215,238,680 Reserve for Losses and Loss Expenses ................................. 251,384,623 Reserve for Taxes...** ...... ot.0-00.000.0000O..O.O00000.o**..*00.0.00 7,4731-800 Reserve for Dividends...........e.e.........................r........ 0 Funds Held under Reinsurance Treaties....r.....e.....r..e............ 1,502,907 Other Liabilities.................................................... 38,119,350 TOTAL LIABILITIES ............................................... $513,719,360 Capital: 1,000,000 Shares, $10 Par Value..*..** ........ $ 10,000,000 Voluntary Security Valuation Reserve ................................. 592,6319440 Surplus (Unassigned)..* ..... ... 120.867.566 SURPLUS TO POLICYHOLDERS ........................................ $19014999006 TOTAL.... $704,218,366 STATE OF CONNECTICUT) ) ss. COUNTY OF HARTFORD ) L. B. Bogart, being duly sworn, says that he is the Vice President of the AETNA INSURANCE COMPANY and that to the best of his knowledge and belief the foregoing is a true and correct statement of the said Company's financial condition as of the 31st day of December, 1972. Sworn to before me this 28th day of February, 1973. 1-0,6�2oi� Notary Public Vice President My commission expires April 1, 1977• 0.#0TAAi ytAu• 1 C+* - OIID `0+ 630-6348 z H C X z m n 0 a z 2IVC/ ggN PPa You erp.e si -� Proven Symbols of Professional Service i 1 1 i , ,1, `1;1 55 ELM STREET HARTFORD, CONNECTICUT 06115 I ON BEHALF OF .... .C?ttP+TS�___INC.___------- ________ II j� t T,,T II FN FAVOR OF._[Y.N,_UF,_SOUTHOLD___-------------- I I I 'I I 'I Ij �I HARTFORD, CONNECTICUT i I i i 7PRO10S &ULLRICHF INC.523 Main Street rson Station, N.Y. 11776hone HR 3-9200 if ! I II I i I� i !j FORM 630-12638 PRINTED IN U. S. A. _ _J kYMOND C. DEAN Superintendent i�Ilfvtt Orpartiurnt (` afun of �$outholb Feronit, c"- -g. 11958 April 7, 1976 Gotham Sand & Stone Corp. P.O.Box 351 East Shore Road Port Washington, N.Y. 11050 Gentlemen: As a result of recent bidding, be advised that you have been awarded the bid on 3/8" Bluestone for this year. RCD:esg Very truly yours, 4= OND C. DEAN Sup't of Highways Tei. 765-3140 734-5211 YMOND C. DEAN Superintendent cTofnn of off, nufhvlb Petonit, N. V. 11,358 Tel. 765-3140 734-5211 April 7, 1976 Robert L. Bergen Oil Co., Inc. 9375 Main Road Mattituck, New York 11952 Gentlemen: As a result of recent bidding, be advised that you have been awarded the bid on Diesel Fuel for this year. Very truly yours, RCD:esg RAYMOND C. DEAN Supt of Highways .YMOND C. DEAN Superintendent t$Ij£vtt� �.e�ttr#men# C`jlufuit of �nutl�nlD Peranir, C.'. 11958 April 7, 1976 Bistrian Gravel Corp. Springs Fireplace Road East Hampton, New York 11937 Gentlemen: As a result of recent bidding, be advised that you have been awarded the bid on Drainage Rings and Drainage Domes for this year. Very truly yours, RCD:esg YMOND C. DEAN Supt of Highways Tel. 765-3140 734-5211 >YMOND C. DEAN Superintendent QIDfl?lt Df � D11fIjD1D Prank, W_ �_ 11958 April 7, 1976 Van Dyck & Yousik, Inc. 1165 E. Main Street Riverhead, New York 11901 Gentlemen: As a result of recent bidding, be advised that you have been awarded the bid on Tires and Tubes for this year. Very truly yours, J RCD:esg YMOND C. DEAN Supt of Highways Tel. 765.3140 734-6211 RAYMOND C. DEAN Superintendent 'ig4fuav 'BrFar lent viun of "Soutllolb Feronir, 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 item, more or less, as may be needed: Delivery of 2,500 tons of 3/8" Bluestone, to be delivered by truck to the Highway Dept. yard, Peconic, New York and each truck must have a weight slip. 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 March 5, 1976 at 1:30 P.M. 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: February 20, 1976 ?e%ii -Elerk awrf --&r 43outhold Tel. 765-3140 734-5211 r ^ i�iaiITlt II# p�IIlIf�al� AYMOND�C. DEAN Tel. 765-3140 Superintendent 734-5211 NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the 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. The successful bidder will have to sludge fuel tanks. 3. Tires and Tubes: 2 - 23.5/25 - 16 ply tires 4 - 12.00/24 - 12 ply tires and tubeE 4 - 17.5/25 - 12 ply tires 4 - 10.00/24 - 12 ply tires and tube 6 - 11.00/22 - 12 ply tires and tube, - 4 - 12..00/20 - 14 ply tires and tube~ 4 - 11.00/20 - 12 ply tires and tubeE 25 - 10.00/20 - 12 ply tires and tubeE 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 tubes weather tires and tubes 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 Sup t of Highways of the Town of Southold, at his office, Peconic, New York, until 1:30 P. M. February 5, 1976 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 . ��,7�r�utt� ����xttttext# Uofun of 5011f1jolb IAYMOND C. DEAN Superintendent PAGE - 2 - 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 20, 1976 RAYMOND C. DEAN Sup't of Highways Tel. 765-3140 734-5211 l Soo L� i 2 Z'40 G. d) dz) zo V G/ I 7, S Z / 6 _ ., �► S, So / (.41 L G�� ITEM! 2 10,000 gallons DIESEL FUEL --2/5/76 01:30 P.M. 1. 2. 3• 5. ROBERT L. BERGEN OIL CO., INC. 9375 MAIN ROAD MATTITUCK, NEW YORK 11952 PHONE: (516) 298-4880 February 5, 1976 Raymond C. Dean Supt. of Highways Town of Southold Peconic, N.Y. 11958 Gentlemen: We would like to submit the following for approximately 10,000 gallons of Diesel Fuel delivered to the Highway Department and Town Dispos;il area. We bid 3.5 (three and one-half) cents below our base price which is presently 42 (forty-two) cents per gallon. It is our understanding that the Town is exempt from all Federal, State and local taxes. In addition, prior to each delivery, the tank will be tested for moisture and pruged prior to the drop. Sincerely yours, Dale M. Bergen President DMB: mg NON -COLLUSIVE BIDDING CERTIFICATION By submission of this bid, the undersigned certifies under penalty of perjury that to the best of his knowledge end belief: 1. The prices in this bid have been arrived at independently without collusion, consulatation, communic::ition, or agreement, for the purpose of restrictin'; competition, as to any matter relating to such prices with any other bidder or with any competitor; 2. Unless other wise requirr,d by law, the prices ,7hich have been quoted in this bid have not been knowin -ly 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; 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 S day of February i, 1976 Robert L. Bergen Oil Co., Inc (Legal name of person, firm or corporation) By �`�-�, President r Designated Officer Corporate Seal February 5, 1976 Raymond C. Dean Supt. of Highways Town of Southold Peconic, N.Y. 11958 Gentlemen: We would like to submit the following for approximately 10,000 gallons of Diesel Fuel delivered to the Highway Department and Town rispos it area. We bid 3.5 (three and one-half) cents below our base price which is presently 42 (forty-two) cents per gallon. Tt is our understanding that the Town is exempt f):om all Feder?, Statd and local taxes. In addition, prior to each delivery, the tank will be tested for moisture and pruged prior to the drop. Sincerely yours, Dale M. Bergen President DMB: mg NON -COLLUSIVE BIDDING CERTIFICATION By submission of this bid, the undersigned certifies under penalty of p,-2rjury that to the best of his knowledge and belief: 1. The prices in this bid have beer Arrived at indopevdently without collusion, consulatation, communic:ltion, or agre:-ment, for the purpose of restricting competition, as to any matter relating to su7h prices with any other bidder or with any compeLf.-Lor; 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; va attemot has beer, 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 5 day of February 1976 _ Robert L. Ber&en Oil Co., Inc (Legal name of person, firm or corporation) By ems,President De—s-fgnated Officer Corporate Seal i a i TTREs AND TUBES -- 2/5/76 @ 1:30 P.M. /3 4 �'S 9. G o - is4.70 2, -7- 3. 3. a�� c v , pe c - �3a66.$/F -• Aa Y. 7.2 4. 5. f /0 /3 77. 7; 1 X59. Go P.3.90 /7-00 9'0, s'o iq 0oxa0 e23.7-36 /moo o ao FA /�,7. 0 /o-od OOoxaae /0766 9.70 _mss xa 'D 0.40 -00 6 pox/b® X 7.70 2 f 7/0Mr 3o -;o 3q0 .7 $asxao�a 67-76 G .moo ODX,697.30 730 h78 /.r 3y. 60 1. ?o -21,0 x/l 319D 7s"o><i. 'a Soso y,�y /�foba 0 Loo yd f Asa. 70 /3.6/ag 100-70 j submission of this bid, each bidder and each person on behalf of an- bidder certifies, and in the case of.a joint bid each party thereto certifies as to its own ors`rartias+ion, u -oder penalty of perjury, that to the best of ?:noale l{ and belief (1) The x)rices in this bid have been arrived at in dependently without collusion, consultation, communication, oz, 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 renuired by law, the prices which Piave been quoted in this bid have not been knowingly dis- closed by the bidder and will not knowingly be disclosed t'y 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 Vy the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restric- ing competition. MM MAY ALRAW. N. Y. 12204 By: c NNCI�ILIN Radial, Tire Tire supp. OF SUFFOLK p. 630 EAST JERICHO TURNPIKE • HUNTINGTON STATION, L.I., NEW YORK 1174640AI 0,4 • GOODAE,4A! (516) 423-3130 Z -S= 76 2 64 4z z j4 Z Al -z3.S X2.5 // 1- Ee Ae /o • 0D X a- S/ / Y Pit' //oox2.z �' �'• 00)(;P- o //•00X20 /0.0© X -J-0 ZS -0 X 'z. o 5. s"o//6 7. /o/is' 9, YSX 1.O /".V- Poe /4400Ae / -)-PR /YP' /O t4a& sz'o--o'c 4-Ae /0 /'ooe .J;V,g,e //R,e b hoc, Ga l> e,2 Sac jeE 60)p /31- P,e c uskM //i 's aec'd 14.4 x b bock' 1-9 b, oK su-g£ AfA"'p Nt7 ,8 ;,b ,,y u'p'c ' // /ViL"c ,e H M is #• of It I M to 7", /04E le "4 116.4-9 /g9.34 //0.37 93.00 X5.00 /0,/6 A- O. A- 7- 4,/"Vo .4,/.Vo 64 ..�'�EE/ �Al�.;o,� - e u s7oM l�o�ys�EEL •��. -� fo / >' 10� 4C u SADM 41 MiGEk 7S-/ /o loe 64v'c 644AE.1e S a eE Gtib / Y Ac '14 Oak f j'PE,2 A/1 /Ni /-E,e 9.97 6.,03 7, ?/ 3.y0 3'j.1 MICMEYN GOODrYEAR r ' Radial Tire Tire Supptor!,oy�. OF SUFFOLK 630 EAST JERICHO TURNPIKE • HUNTINGTON STATION, L.I., NEW YORK 11746 • (516) 423-3130 so N NI)N-0010-USIVE BIDDING CERTIFICAT BY SUBMISSION OF THIS BID OR PROPOSALl THE BIDDER CERTIFIES THAT: (a) THIS BID OR PROPOSAL HAS BEEN INDEPENDENEFLY ARRIVED AT WITHOUT COLLUSION; (b) THIS BID OR PROPOSAL HAS NOT BEEN KNO11INGLY DISCLOSED, PRIOR TO THE OPENII\ ; OF BIDS OR PROPOSALS FOR THIS PROJECT, TO ANY 017HER BIDDER, CO.NTETITOR OR POTE\TIAL COMPE"LER; (c) NO ATTFI.IPT HAS OR A'ILL BE MADE TO INDUCE ANY OTHER PERSON, PARTNERSHIP OR CORPORATION TO SUB1.IIT OR NOT TO SUBMIT A BID OR PROPOSAL; (d) THE PERSON SKIING THE BID OR PROPOSAL CERTIFIES THAT 1M HAS FULLY INFORMED HIMSELF REGARDING THE ACCURACY OF THE STAT01IN-fS CONTAINED IN THIS CERTIFICATION AND UNDER THE PENALTIES OF PERJURY APFIR;�S T-tM TRUTH THERE -OF, SUCH PENALTIES BEING APPLICABLE TO THE BIDDER AS IIELL AS TO THE PERSON SIGNING IN ITS BEHALF; (e) THAT ATTACHED HERETO (IF A ODM'ORATE BIDDER) IS A CERTIFIED COPY OF THE RESOLUTION AUTHORIZING THE EXECUTION OF 'IiE CERTIFICATE BY THE SIGNATOR OF THIS BID OR PROPOSAL IN BEHAT_F OF THE CORPORATE BIDDER. � RESOLVED THAT: <0 � y1 (Mame of Officer) AUTHORIZED TO SIGN AND SUBMIT Tru BID OR PROPOSAL OF THIS CORPORATION FOR THE FOLLOWING PROJECT. (Described project) AND TO INCLUDE IN SUCH BID OR PROPOSAL 7 -HE CERTIFICATE AS TO NON -COLLUSION RBQUIRED BY SECTION 103-4 OF THE GI-,TRAL 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 THL RESOLUTION ADOPTED BY ItE4�y CORPORATION AT A MEETING OF ITS BOARD OF DIRECTORS+ HELD ON DAY OF 5EjS 19 Secreta VAN DYCK & YOUSIK, INC. 1165 E. Main Street RIVERHEAD, N.Y. 11901 (516) 727-4008 (516) 588-4243 �.. February 4, 1976 R. C. Dean Supt of Highways Peconic, N. Y. 11958 We are pleased to bid on the following: These are current Goodyear New York State Contract prices and are subject to change. Thank you for the opportunity to bid. Sincerely, O.B. Van Dyck President O.B.V.D.: ram Enc. FRONT END ALIGNMENT - BRAKE - MOTOR TUNE-UP SPECIALISTS aa1:')fs. ij/✓ Tire Tube 2 23.5/25 - 16 ply Super Hard Rock Lug Unit Price Unit Price D & L Tbls. $1212.16 ✓ 4 1200/24 - 14 ply Custom Hi Miler T.T. 217.61 $14.06 4 17.5/25 - 12 ply Super Hard Rock Lug D & L Tbls. 375.17 4 1000/24 - 8 ply Sure Grip Grader 94.07 8.90 6 1100/22 - 12 ply Super Hi Miler 116.59 10.41 4 1200/20 - 14 ply Custom Hi Miler 199.35 12.59 4 1100/20 - 12 ply Super Hi Miler 110.37 9.54 25 1000/20 - 12 ply Super Hi Miler 93.76 7.78 4 750/20 - 10 ply Super Hi Miler 55.03 5.29 6 550/16 - 4 ply Rib Implement ].4.26 2.11 22 710/15 - 6 ply Traction Hi Miler 20.22 3.21 2 825/20 - 10 ply Super Hi Miler 61.40 6.03 4 900/20 - 12 ply Super Hi Miler 88.57 7.14 2 HR78-15 Custom Polysteel Radial Black 41.27 3.20 10 710/15 Truck Tubes 3.21 4 750/15 - 12 ply Custom Hi Miler 75.14 4.50 4 1400/24 - 10 ply Sure Grip Grader Tbls. 252.92 4 1100/24 - 14 ply Super Hi Miler 145.36 11.28 2 13.6/28 - 4 ply All Weather Farm Tire 93.24 15.47 These are current Goodyear New York State Contract prices and are subject to change. Thank you for the opportunity to bid. Sincerely, O.B. Van Dyck President O.B.V.D.: ram Enc. FRONT END ALIGNMENT - BRAKE - MOTOR TUNE-UP SPECIALISTS aa1:')fs. ij/✓ 1 NON -COLLUSIVE BIDDING CERTIFICATE BY SUILMISSION 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, OD.NTETITOR OR POTE\TIAL OWPETER; (c) NO ATTEMPT FUS OR DILL 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 I -M HAS FULLY INFORbSED HIMSELF REGARDING THE ACCURACY OF THE STATaIENTS ODNvTAINED IN 'rAIS CERTIFICATION AND UNDER THE PENALTIES OF PERJURY APFIR; 5 TrM TRUTH THEREOF, SUCH PENALTIES BEING APPLICABLE TO THE BIDDER AS HELL AS TO THE PERSON SIGNING IN ITS BEHALF; (e) THAT ATTACHED HERETO (IF A OWNtPORATE 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: C,�, 13 14-t/ Dy (Name of Officer) AUTHORIZED TO SIGN AND SUBMIT T"rM 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-ODLLUSION REQUIRED BY SECTION 103-d OF THE GENERAL WNICIPAL 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 RTAO,IJiG, IS A TRUE AND CORRECT COPY OF THE RESOLUTION ADOPTED BY -A; w Gv CORPORATION, AT,A. MELTING OF ITS BOARD OF DIRECTORS HELD ON THE 9 DAY OF Jig-s.� 19;14 Secretary 2, 3• 4. 5. POST OFFICE BOX 351, EAST SHORE ROAD, PORT WASHINGTON, N.Y. 11050 516-883-2800 March 1, 1976 Mr. Raymond C. Dean Superintendent of Highways Town of Southold Peconic Lane Peconic, New York 11958 Gentlemen: In accordance with your advertisement to bid, we are pleased to submit our quotation on the following: Delivered by truck to the Highway Department yard, Peconic, New York, 2,500 tons 3/8" BLUE STONE ...... $11.28 per ton, Net. AJS:meb Very truly yours, GOTHAM SAND & STONE CORP. A. J. Scaramucci General Manager t 1 NON -COLLUSIVE BIDDING CERTIFICATION (For addition to specifications) By submission of this bid or proposal, the bidder certifies that: (a) This bid or proposal has been independently arrived at without collusion with any other bidder or with any competitor or potential competitor; (b) This bid or proposal has not been knowingly disclosed and will not be knowingly disclosed, prior to the opening of bids or proposals for this project, to any other bidder, competitor or potential competitor; (c) No attempt has been or will be made to induce any other person, partnership or corporation to submit or not to submit a bid or proposal; (d) The person signing this bid or proposal certifies that 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 his behalf; (e) That attached hereto (if a corporate bidder ) is a certified copy of resolution authorizing the execution of this certificate by the signator of this bid or proposalo-in behalf of the corporate bidder. t SIGNED GE RAL MANAGER DATED /Y,Q%4%�iK/ l/ �� 76 PM DRAIKAGE RINGS AND DOME'S 2. 3. 4. 5. X ? ptzot 7W - m ` ANON -COLLUSIVE BIDDING CERTIFICATE By submission of this bid or proposal, the bidder certifies that: (a) This bid or proposal has been independently arrived at withornt collusion with any other bidder or with any competitor or potential competitor; (b) This hid 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 therof, such penalties being applicable to the bidder as well as to the person signing in its behalf; (e) That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signator of this Laid or proposal in behalf of the corporate bidder, Dated: AS �a r g S;Eg--nature of .. . 1 IF MEN/ FA .. .. BISTRIAN GRAVEL CORPORATION East Hampton, New York 11937 Telephone: 324-1123 March 23, 1976 Raymond C. Dean Supt. of Highways Town of Southold Southold, New York Bid on following materials delivered to Town of Southold Highway Dept., Southold, N.Y. each total 12 - 3' x 8' drainage rings �%. ® - X-Fa.00 R 30 -,4'6" x 8' drainage rings '� $ 2. �� ( -'�� s/60. 00 30 - 3'6" x 8' drainage domes '� (e5. 0� 0 - �� 950. 00 F�4 Lq Patrick Bistrian, ar. V.P. Bistrian Gravel Corp. ♦. nl.l ``- AeUJ% ...... ' A.�OJ � F NON—COLLUS iViE CERTIFICATION Section-103-d General Municipal Law (a) Sy;subinissiom of this bid; each bidder and each parson signing on ! behalf of any bidder., certifies, and in the case of a joint b;d each f party thereto certifies as to Vts own organization, under pensity of { perjury;'that to the best of knowledge and belief; i } (1); The pricesIn this bid have been arrived at independently without collusion, consultation, communication, or, agreement, fo: the purpose ' of restricting competition; as to any matter relrting to such prices ; with eny other,bidder or with any competitor; (2) Unless otherwise required by law, the p:icos which have been quoted ;ri this bid have.-not been knowiingly disclosed by the bidder _ and will hot knowingly be disciosod by.•t.ho.b;dder prior to oponing, directly dr indiroctly, to any other bidder or t. -iny compotitor; and U) NO attempt has been nidu*or will be msde by the bidder to induce any other porson, oartnorship'or.corporation to submit or not to submit =_• +` { a bid for the purposo of rostriet;ng eomtpotition." y-,4 ' 1976 Marc ��,' 23.: 174 6 DATED: ignaturo of IndlVidual b dor i ii . FOR CORPO tA7ION OSE--- `' isq PepwdMut Tefun of *401b ec'ordr, c . 11,958 RAYMOND C. DEAN Superintendent RESOLUTION BY: SECONDED BY: Tel. 765.8140 784-6211 RESOLVED, that the Sup't of Highways of the Town of Southold, be authorized to advertise for bids affil -ase from the lowest responsible bidder, the following: oe. s 12 - 3' x 8' Drainage Rings ,- is• 30 - 4, 6" x 8' Drainage Rings Zvi 30 - 3' 6" x 8' Drainage DoMes . Vote of the Town Board Supervisor Albert M. Martocchia Justice Louis Demarest Justice Martin Suter Councilman James Rich, Jr. Councilman James Homan Datedo March 9, 1976 (yes)No) (Yes) (No) (Yes) (No) (Yes) (No) (Yes) (No) Town Clerk: Town oSoutholT— RAYMOND C. DEAN Superintendent RESOLUTION BY: N*q Plaut tvfvn Vf f e= it, X. It. 11958 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 tires and tubes, more or less as may be needed, for the year 1976: Tel. 765-3140 734-5211 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 Vote of the Town Board Supervisor Albert M. Martocchia Justice Louis Demarest Justice Martin Suter Councilman James Rich, Jr. Councilman James Homan Dated: January 20, 1976 Town Clerk: (Yes) (No) YesYes �NoNo3 (Yes) (No) (Yes) (No) Town of Southold RAYMOND C. DEAN Superintendent Iff0fun of�*alb ecattit, cv, 1!. 11958 RESOLUTION BY: SECONDED BY: RESOLVED, that the Supt of Highways of the Town of Southold, be authorized to advertise for bids and to purchase from the lowest responsible bidder, the following item: Delivery of 2,500 tons, more or less, as may be needed, 6f 3/8" Bluettone, to be delivered by truck to the Highway Dept. yard, :Oeconic, New York and each truck must have a weight slip. Vote of the Town Board Supervisor Albert M. Martocchia (Yes) (No) Justice Louis Demarest (Yes) (No) Justice Martin Suter (Yes) (No) Councilman James Rich, Jr. (Yes) (No) Councilman James Homan (Yes) (No) Dated: February 20, 1976 Town Clerk Town of Southold Tel. 766-3140 734-6211 X*fuav Platmm Tvftm vf *u VIb Fezancic, X 't. 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, 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 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 20, 1976 Town Clerk: Town of Southold Tel. 765-3140 734-5211 RAYMOND C. DEAN Superintendent Rt 4fvtt Brparfnent Tofun of Southolb Peronic, W- V_ 1195.8 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: 12 - 3' x 8' Drainage Rings 30 - 416" x 8' Drainage Rings 30 - 316" x 8' Drainage Domes Specifications must be picked up at the Sup't of Highways Office, Peconic Lane, Peconic, N.Y. The sealed bids, induplicate, together with a non -collusive certificate, will be received by the Supt of Highways of the Town of Southold at his office, Peconic Lane, Peconic, New York., until 8:30 A.M., March 25, 1976, 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 of reject any and all bids and to waive any and all informality in any bid should it be deemed to be in the best interest of the Town of Southold, to do so. The bid price shall not include any Federal, State or Local Tax, from which the Town of Southold, is exempt. Dated: March 9, 1976 RAYMOND C. DEAN Supt of Highways Tei. 765-3140 734-5211 INTERNATIONAL SALT COMPANY A PART OFAkzona IN a� Town of Southold 101-7 Highway Depattment 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 27, 1976 The International Salt Company is pleased to submit the following Rock Salt quotation: ICE CONTROL ROCK SALT Truck Deliver MinimumTruckload - 20 tons Bulk 80 lb. Multi -wall Paper Bags $26.25 per ton 57.30 per ton 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, 1977, if our proposal is accepted and acknowledged within 30 days from your bid opening date of July 30, 1976.. Thank you for the opportunity to submit our quotation. Very truly yours, (Ms.�) Joan K. Kelleher Public Contracts Clerk : jkk Attachment: Signed Non -Collusive Affidavit. S-155 MWV. 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. S-149 AF -W&� The Vendor hereby agrees to the provisions of Section 103-a of the General Municipal Law which requires that upon the refusal of a person, when called before a grand jury to testify concerning any transaction or contract with the state, any political subdivision thereof, a public authority or with any public department, agency or official of the state or of any political subdivision thereof or of a public authority, to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning such transaction or contract, (a) such person, and any firm, partnership or corporation of which he is a member, partner, director or officer shall be disqualified from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any municipal corporation or any public department, agency or official thereof, for goods, work or services, for a period of five years after such refusal, and (b) any and all contracts made with any municipal corporation or any public department, agency or official thereof, since the effective date of this law, by such person, and by any firm, partnership, or corpora- tion of which he is a member, partner, director or officer may be cancelled or terminated by the municipal corporation without incurring any penalty or damages on account of such cancellation or termination, but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid. NOTE: This certificate must be dated, signed and submitted by prospective vendor with bid. INTERNATIONAL SALT COMPANY K. July 27, 1976 (MsPublicoan Contractsleher Clerk S-149 �'iigljfvmi C 1'}I�IXf11iPIt 5 0 RAYMOND C. DEAN Superintendent August 2, 1976 Riverhead Agway 713 Pulaski Street Riverhead, New York 11901 Attention: Mr. T. Shoenberger, Manager Gentlemen: As a result of recent bidding, be advised that you have been awarded the bid on SNOW FENCE AND POSTS Very truly yours, %, ct RCD:esg RAYMOND C. DEAN Sup't of Highways Tei. 765-3140 734-5211 Agway 'T'ID Fo [Z RIVERHEAD AGWAY 713 PULASKI STREET RIVERHEAD, L.I., N. Y. 11901 /S-0 n!/s &o�-F:7e,\jc-e— 660/pckd,) 11,61 00 PeT<1�t31 s 41 ('Q©0 . AoC hV)Z pc.�i ' S rVO7- IHSS -MAN 165 -ego. . 50 j"27-6690 NON-COLLUSIVE BIDDING CERTIFICATE BY SUBMISSION OP THIS BID OR PROPOSAL, 11-HE BIDDER C'7�7' IFIPS THAT _ (a) THIS BID OR PROPOSAL HAS BEEN INDEPENDEN-MY ARR: .17 AT WITr]OUT COLLUSION; (b) THIS BID OR PROPOSAL HAS AST BEEN KNO;ilNGLY DISCLOSED, _ PRIOR TO THE OPENING OF BIDS OR PROPOSALS FOR THIS PROJBCP, TO ANY - OTHFR BIDDER, COMPETITOR OR POTENTIAL COMPETER; (c) NO AT--L-E?-TT HAS OR - WILL BE MADE TO INDUCE ANY OTHER PERSON, PARTNF-RSHIP 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 RF GAP.DING THE ACCURACY OF THE STATENILNTS CO:�'AINED IN THIS CERTIFICATION AND UNDER 7-HE PENALTIES OF PERJURY AFFIRMS THE TRU-f H THEREOF, SUCH PENALTIES BEING APPLICABLI TO THE BIDDER AS WELL AS TO THE PERSON SIGNING IN ITS BEHALF; (e) THAT fr=AC-IED HER (IF GATE BIDDER) IS A CERTIFIED CDPY OF THE R-ESOLUTION AUir30RIZING 1 EXEGtirION OF THE CRRTIFICArE BY THE SIG;,;ATOR OF THIS BID OR PROPO N BEHALF OF THB B IDDER. RESOLVED THAT:C ' r - 5 (N ne of Officer) AU-i7 iORI7__F-_D TO SIGN SUBMIT lria D OR PROPOSAL OF THIS CORPORATION FOR THE :-0L RO.1E C(V-NA 4,l (Described project) AND TO INCLUDE IN SUGi BID OR P OPOSAL THE CERTIFICATE AS TO NON-COLLUSION RP,�UIR, D BY SECTION 103--d OF THE GENERAL MUNICIPAL LAW AS THE ACT AND DEED OF SU(�14- CORPORATION AND FOR -ANY INACCIJRACIES- OR MISSTATE!'ENTS IN SUCH CPRTI- FICATE 7dIS CORPORATE BIDDER SFHP.I.L BE LIABLE UNDER-THE PENALTIES OF PERJURY. THE POREGOIIiG IS A TRUE AND CORRECT COPY OF THE RESOLUTION ADOPTED BY _ _ CORPORATION AT A MEETING OF ITS BOARD OF DIRECTORS HELD ON TrHE DAY OF 19 Secretary r ROBERT W. TASKER TOWN ATTORNEY O FFI C TC RNEY 42S MAIN ST. GREENPORT, L. I., N.Y. 11944 July 30, 1976 Mr. Raymond C. Dean Superintendent of Highways Peconic, New York 11958 Re: Bids for Snow Fence Dear Sir: TELEPHONE 477-1400 You have submitted to me the bid documents relative to the purchase of snow fence by the Highway Department. One of the bids was submitted by Raynor - Suter Hardware, Inc. Attached to this bid was a letter from Henry E. Raynor, Jr., President of the corporation in the nature of a disclosure statement which indicates that Alma T. Suter, the wife of Town Justice Suter is an officer of the corporation. You have requested that I give you an opinion on the question of whether you may consider this bid by reason of a possible conflict of interest. As you know, the acceptance of a bid to furnish materials to the Town is a con- tract. The questions to be resolved are whether Judge Suter has an "interest" in said contract, and if so, whether such "interest" is a "prohibitive interest" under the provisions of Article 18 of the General Municipal Law. Section 800, subdivision 3 of the General Municipal Law defines the meaning of the word "interest" for the purposes of Article 18. Among other meanings, this subdivision states "for the purpose of this article a municipal officer or employee shall be deemed to have an interest in the contract of (a) his spouse, ... ". Section 801 of the General Municipal Law (Conflicts of Interest Prohibited) pro- vides in part as follows: "Except as provided in Section 802 of this chapter, (1) no municipal officer or employee shall have an interest in any contract with the municipality of which he is an officer or employee, when such officer or employee, individually or DECEIVED AUG 2 1979 ,By SOUThOLD TO',h'A HIGHWAY DCPAP.TNA �1' w Mr. Raymond C. Dean -2- July 30, 1976 as a member of a board, has the power or duty to (a) negotiate, prepare, authorize or approve the contract or authorize or approve payment thereunder (b) audit bills or approve payment thereof ... " From the above statutory provisions, it is apparent that Judge Suter has an "interest" in the contract by virtue of his wife's interest in the corporate bidder. It is further apparent that since Judge Suter is a member of the Town Board, which board has the power or duty to "authorize or approve" the contract and the payment thereunder and to "audit bills or claims" under the contract that such interest is a prohibitive interest. In conclusion, it is my opinion that a prohibitive conflict of interest would be created if you were to accept the bid of the corporation in question and were to enter into a contract with such corporation. Accordingly, I would recommend that you reject such bid. I am sending a copy of this letter to Raynor - Suter Hardware, Inc. in order that the corporation be apprised of the reasons for the rejection of its bid. Yours very truly, ROBERT W. TASKER RWT:MY RECEIVED wG 2 1916 'EY SOUTHOLD TOWN HIS-HWAY DEPARTMENT th Raymond C. D,= an Superintend.e-:at of Hif,1--mrays Town: of Lo,_at fold. Peco-c�ic, li.Y. D-1 a a r s SENTRY TOOLS & MOWERS 320 LOVE LANE BENJAMIN MOORE PAINTS MATTITUCK, L. I. INTERNATIONAL MARINE PAINTS NEW YORK 11952 GENERAL ELECTRIC APPLIANCES (5 16) 298-8420 HOUSEWARES & GIFTS FISHING TACKLE July, 26 , 1.976 Raynor -Suter hardware Inc., he,,--eby subr-,,its the bid of j4746.00 (four thousand seven hundred forth six dollars and zo cents) to supply 15,000 lin feet of Snow Fence per spec- ific -..t ons dated J_ ly 13, 176, published in the Long Is- lcind Traveler-'datchman, Th rs,: ay, Ju].y 2 , 1576. This bid w:i1.1 coml:ly witil all s pec a fi cat .ons set for - war:: in said publication This bid exriT = s Aug. 2, 19'76 qt twelve o'clock (noon) . r � Hen r;r Rayr7or{�Jr. Fresi ent THE "BIG STORE" — SINCE 1898 Raymond C. Dean Superintendent of Hi`,hways 'Down of Southold Peconic, N.Y. Dear Si_r: SENTRY TOOLS & MOWERS 320 LOVE LANE BENJAMIN MOORE PAINTS MATTITUCK, L. 1. INTERNATIONAL MARINE PAINTS NEW YORK 11952 GENERAL ELECTRIC APPLIANCES (516) 298-8420 HOUSEWARES & GIFTS FISHING TACKLE July -07, 1976 In comj>liance with the N.Y. State General Muni_cipal Law :article It Sec. 803. (Disclosure of Interest) I am here by subiriitting the following information wl tri regard to any bid(s) submitted by Raynor -6, ter Hardware Inc. 1, henr, E. Raynor Jr., am a paz ti„ie employee of the 'Town of Soath_:l..d, serving on the So,a.thol_,1 Town Plan- ing Board. Alma T. Suter, my partner, is the spouse of J„ stice Tiartin Suter serving on tn.e Southold Town Board. There is no one else having any iilltere.,t in this corporation ft -.at is in the employ of any municipal gov- ernrient body. 77o -r s truly, ViGIL C Henry Z Raynor Jr. President THE "BIG STORE" — SINCE 1898 01 July 26, 176 Special meeting of tale hoard of Directors of Ray: .r -Suter hard: -re. Meetizig was called for the sole purpose of autrorizing the President, Henry E. Raynor Jr., to execu a any bids en- tered into on behalf of Raynor -Suter Hardware Inc. Said motion was made, seconded, and duly approved as part of the Corpor to minutes Alma T. Suter Secretary NON -COLLUSIVE BIDDING CERTIFICATE BY SU -MISSION OF THIS BID OR PROPOSAL) THE BIDDER C7 --l" !PIES THAT _ (a) THIS BID OR PROPOSAL HAS BEEN INDEPENDENTLY ARR'. AT WI i -',OUT COLLUSION; (b) THIS BID OR PROPOSAL HAS NOT BEEN KNO?.`ilNGLY DISCLOSED) PRIOR TO T]HE OPENING OF BIDS OR PROPOSALS FOR THIS PROJECT) TO ANY - 0-11 FR BIDDER, CO" TETITOR OR POTENTIAL COMP ETER; (c) NO ATTEJ•TT HAS OR V%rILL BE MADE TO INDUCE ANY OTHER PERSON) PARTNERSHIP OR OORPORATION TO . SUBMIT OR IST TO SUB14IT A BID OR PROPOSAL; (d) THE PERSON SIGNING THE BID OR PROPOSAL CERTIFIES THAT HE HAS FULLY INFORMED HIMSELF REGARDING THE ACC-URACY OF THE STATEMENTS CONTAINED IN TRIS CERTIFICATION AND UNDER 11HE PENALTIES OF PERJURY AFFIRMS THE TRUi'H THEREOF, SUCH PENALTIES BEING APPLICABLI: TO THE BIDDER AS Wlj-L AS TO THE PERSON SIGNING IN ITS BEHALF; (e) T•rt.AT I't'ITACr' D HERETO (IP A CORPORATE BIDDER) IS A CERTIFIED COPY OF jE RESOLUTION AUTHORIZING THE EXECUTION OF THE CERTIFICATE BY THE SIGNATOR OF THIS BID OR PROPOSAL IN BEHALF OF THS CORPORATE BIDDER. RESOLV.cD THAT: (N e ofOfficer AUTHORIZED TO SIGN AND SUBMIT Eric B D OR PROPOSAL` OP THIS CORPORATION FOR T1EE FOLLOINING PROJECT. (Descrioed project) AND TO INCLUDE IN SUGI BID OR PROPOSAL THE CERTIFICATE AS TO NON -COLLUSION R--�UIiRED- BY SECTION 103•-d OF T -HE GENERAL MUNICIPAL LAW AS THE ACT AND DEED OF SUCH CD:PORATION AND FOR-AI\'Y IilACCURACIES- OR MISSTATEMENTS IN SUCH CERTI- FIGa TE THIS CORPORATE BIDDER SaALL- BE LIABLE UNDER --THE PENALTIES OF PERJURY.-' THE IORE,GO G IS A TRE AND CORRECT DOPY OF THE RESOL"UT ION ADOPTED BYf&e�t Qom' �-�DDOc2ATION AT A METING OF ITS BOARD OF DIREC"IbRS -.D ON THE x 1�-- DAY OF e % 19 7 . Secretary Tufun of "'Ii�outllulb Peranic, cam- -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 1- x 3/8 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 - 6 ft. 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: July 13, 1976 Town Clerk, Town of Southold Te 1. 765 - 3140 734-5211 Tofan of Svut4v1b Perunir, �K. 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 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 Justice Louis Demarest Justice Martin Suter Councilman Jw'zies H. Rich Councilman James F. Homan Dated: July 13, 1976 (Yes) (No) (Yes) (No) (Yes) (No) (Yes) (No) (Yes) (No) Town Clerk, Town of Southold Tel. 765-3140 734-5211 RAYMOND C. DEAN Superintendent Tof un of "Sout4alb Feranit, ccy. 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 3/8 inches, spaced 2 inches apart, 4 feet high stained red, with five (5) double strands of 122 gauge gal- vanized wire in loo 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 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 ) to the Office of the Sup't of Highways and the bid price shall not include any Federal, State of Local Tax from which the Town of Southold, is exempt. All sealed bids to- gether with a non -collusive certificate, will be recieved by the Supt of Highways, at his office on July 30, 1976. Items 1 - 2 will be opened to the public at 9:00 A.M. and Item 3 - 4 will be opened at 9:15 A.M. Dated: July 13, 1976 RAYMOND C. DEAN Sup't of Highways Te 1. 765 - 3140 734-5211 RAYMOND C. DEAN Superintendent f Pighfoq Pryartment Tofun of 'Southall Peconic, Y if. 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: (2) Two New 1976 Dodge - D-800 Cab and Chassis - (OR EQUAL) Specifications must be picked up at the Supt of Highways Office, Peconic Lane, 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 Lane, Peconic, N.Y. until 8:30 A.M., March 26, 1976, 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 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: March 9, 1976 RAYMOND C. DEAN Sup't of Highways Tel. 765.3140 734-5211 FROM: TRYAC TRUCK & EQUIPMENT CD.s INC. TO: TOWN OF SOUTHOLD, SUPERINTENDENT OF HIGHWAYS SPECIFICATIONS: TWO (2) INTERNATIONAL MODEL LOADSTAR 1800 151" WB 84" CA 28040 GVW * INDICATES SPECIFICATIONS BETTER THAN ORIGINAL FRAME REINFORCEMENT TWO FRONT TOW HOOKS FA -309 9,000# FRONT AXLE W/12000# SPRINGS HEAVY DUTY SHOCK ABSORBERS FRONT HEAVY DUTY " it REAR DUAL AIR BRAKE SYSTEM 15" x 4" CAM TYPE AIR FRONT BRAKE 16" x 7" CAM AIR W/MGM 12 CU. FT. COMPRESSOR AIR TANK SLUDGE REMOVER DV -2 DRAIN VALVES POWER STEERING * 12 VOLT 65 AMP HR. ALTERNATOR 73 AMP. HR. BATTERY PARKING LIGHTS STEEL BUTTERFLY HOOD 14" CLUTCH (LIPS ROLLWAY) " M. V. 404 GAS ENGINE 210 H. P. INCREASED COOLING T-496 5 -SPEED TRANSMISSION (DIRECT) RA -192 22,000# REAR AXLE (2 SPEED) W/24280# REAR SPRINGS W/AUX. * 50 GAL. STEP TANK RIGHT SIDE MTD. KING SIZE MIRRORS 16" x 7" ARM REST DRIVER SIDE ARM REST PASSENGER SIDE SUNVISOR PASSENGER SIDE CAB GRAB HANDLES 10.00 x 20-12 PLY 7.50 LB CAST FRONT 10.00 x 2.0-12 PLY 7.50 LB CAST REAR TWO ZONE WHITE AND LT. BLUE SPL. PLACEMENT STD. COLORS NOTRADE PRICE.......................................$12,041.30 EACH DELIVERY: APPROXIMATELY THREE MONTHS FROM DATE OF RECEIPT OF ORDER Joseph Lewkovich/Joseph Droskoski 6/23/76 NON --COLLUSIVE BID CERTIFICATE "The undersigned bidder certifies that this bid has been arrived at by the bidden independently and has been submitted without collusion with any other vendor of a materials, supplies or equipment of the type described in the invitation for bids, and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an em- 1 ployee or agent of the bidder or its surety on any bond furnished herewith prior to kjllw the official opening of the bid." . z INV. OR REQ. NO. BID ON 1976 D-800 CAB & CHASSIS OR EQUAL TRYAC TRUCK & EQUIPMENT CO...* INC. LUTE 58, P. 0. BOX 98 RIVERHEAD, NEW YORK 11901 (516) 727-0200 June 24, 1976 Mr. Raymond Dean, Superintendent of Highways Town of Southold Peconic, New ;York 11958 Dear Mr. Dean: We appreciate the opportunity to bid on your current truck needs. We are pleased to offer the following trucks: Two (2) new 1977 International Model Ioadstar 1800 151" Wheel Bass ...................... $12,041.30 each The specifications of the trucks being quoted meet or exceed the speci- fications requested and we believe will fit your needs. Very truly yours, TRY TRUCK & EQ� CO., INC. Joseph Droskoski Sales Representative NAT:mk Encl. FROM: TRYAC TRUCK & EQUIPMENT CO -9 INC.�- % q TO: TOWN OF SOUTHOLD, SUPERINTENDENT OF HIGHWAYS / � rU4 td SPECIFICAT3bNS: TWO INTERNATIONAL MOTEL LOADSTAR 1801"190 84" CA 80 GVW INDICATES SPECIFICATIONS BETTER THAN ORIGINAL (/t '12 h^ FRAME REINMRCEMENT TWO FRONT TOW HOOKS ,! FA -309 9,0001 FRONT AXLE WAZOOO# SPRINGS v SG'"'� HEAVY DUTY SHOCK ABSORBERS FRONT HEAVY DUTY 4t ' if REAR �,�'► DUAL AIR BRAKE SYSTEM '} 15" x 4" CAM TYPE AIR FRONT BRAD 16" x 7" CAM AIR W/MGM ? ) 12 CU- FT. COMPRESSOR M'" ;0 AIR TANK SLUDGE REMOVER DV -2 DRAIN VALVES POWER STEERING 12 VOLT 65 AMP HR. ALTERNATOR 73 AMP- HR- BATTERY PARKING LIGHTS STEEL BUTTERFLY HOOD 14" CLUTCH (LIFE ROLLWAY) ' M. V. 404 GAS ENGINE 210 H. P. INCREASED -COOLING T-496 5 -SPEED TRANSMISSION (DIRECT) RA -192 22,000# REAR AXLE '(� SPEED) W/24280# REAR SPRINGS W/AUX,. ✓ * 50 GAL. STEP TANK RIGHT SIDE MTD. KING SIZE MIRRORS 16" x 7" ARM REST DRIVER SIDE ARM REST PASSENGER SIDE SUNVISOR PASSENGER SIDE CAB GRAB HANDLES 10.00 x 20-12 PLY 7.50 LB CAST FRONT 10.00 x 20-12 PLY 7 -50 -LB CAST REAR TWO ZONE WHITE AND LT. BLUE SPL. PLACEMENT STD. C0lORS NOTRADE PRICE.......................................$12,041.30 EACH DELIVERY: APPROXIMATELY THREE MONTHS FROM DATE OF RECEIPT OF ORDER Joseph Lewkovich/Joseph Droskoski 6/23/76 e P RAYMOND C. DEAN Superintendent �t���tt� �.e�ttxt�text# Tafun a#'San#4alb Feranic, N V. 11958 Tei. 765-3140 734-5211 NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the purchase of Two (2) New 1976 D-800 Cab and Chassis, OR EQUAL: - The sealed bids in duplicate, together with a non -collusive certificate, will be received by the Supt of Highways of the Town of Southold, at his office, Peconic, New York, until 8:30 A. M., June 25, 1976, at which time they will be opened and read aloud in public. Specifications for the above may be obtained at the Office of the Supt of Highways and delivery date must be submitted. The 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 1976 D-800 Cab and Chassis, OR EQUAL:-) to the Office of the Supt of Highways. The bid price shall not include any Tax, Federal, State or Local, from which the Town of Southold is exempt. Dated: March 9, 1976 RAYMOND C. DEAN Supt of Highways ".I 1 „..ii �,ii l!A (2) D - a_800 145" W.B. C & C 4 P' Czr ,J';;, G.V.W. 28,000 lb. V - '413 cu, in, engine 180'net H.P. @ 3200 R.P.M. 9,000 lb. front axle 12,000 lb. front springs 22,000 lb. 2 speed rear axle (ratio 6.50 - 8.86) 23,000 lb, rear springs A-606 lb. aux. rear springs 2 front tow hooks Saginaw Model 710 power steering (Integral) Front air brakes 16" x 2.5" S Cam type Rear air brakes 16.5" x 7" S Cam type Berg spring loaded parking brake for air brakes Bendix - Westinghouse 12 C.F.M. compressor_. 70 Amp hr battery 3 12 volt system 63 Amp alternator 14" Borg & Beck clutch NP 7590 - 5 speed transmission 43 gal. right side step type fuel tank . Reinforced frame & front bumper Increased cooling Dual king size mirrors (6) 10.00 x 20-12 ply tire & tubes on cast spoke wheels New York State lights 2 tone paint 2 . Service - 24 hrs. a day All metal body s. ,• +�+�+��+w: �ddlVilfYWLYiILYiV nmw+� .. o,.. .,.i mW ufr �n W��I�f.�Wi Ma�n,d � oi.Ad a �. iriymdUal iYY win ijV"' Sug ed Form of Resolution For Town Highway Equipment Purchases Exceeding $1,000 A, on by (Justice of Peace) (� Justice Martin Suter -........................................................................................................... Seconded by1'ti3f) (Town Councilman) ......... �r.R.I�CIG�J,11i..c�.aAJ41S...�j7.: Whereas, the Town Superintendent of Highways did, on the 9th........,, day of March ............................................................ 19 76 , 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: (AS ... PER ATTACHID SPECIFICATIONS�..................................................................................... .............................................................................................................. ...................................................................................................................................................................................................................... ...................................................................................................................................................................................................................... ....................................................................................................................:................................................................................................. for a maximum price of Twenty-five thousand nine. hundred si----.-------.--Dollars 25,965 32 delivered at .Southold Town Highway Dept. , Peconic La,,,., Peconic T (&.............�...................) N. Y. and to be delivered on or about ...._._December 25 t 19 76 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 $.................: ...................................................................................................................................................................................................................... .......................I.............................................................................................................................................................................................. 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) $ 25¢965.,-32 ............. from current appropriations (Item 3) (2) S 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) ....................................................................... Supervisor ( Justice of Peace Vote of Town Board (Aye) (l�j) ..I,o�z�.s..M_..I�erna,rem.t.............................................................. l , Justice of Peace Vote of Town Board ............ (Aye) () ..fix1Zl..�li�x........................................................... . Vote of Town Board ...•........ (Aye) ( ) • TaIneS.JRigh"..Zr.q.................................................................... Town Councilman Vote of Town Board ........ (Aye) (14) ... JaMQ2..,F ..UQ ........................ {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.) COUNTY OF SUFFOLK DEPARTMENT OF PUBLIC WORKS R. M. KAMMERER, COMMISSIONER YAPHANK, NEW YORK, 11980 BARNEY A.EVANS CHIEF DEPUTY COMMISSIONER August 6, 1976 ma. Judith T. Boken, Town Clerk Town of Southold main Road Southold, New York 11971 Dear Als. Boken: BIG 924-3451 WILLIAM S. MATSUNAVE, JR. CHIEF ENGINEER We are enclosing two approved copied of Contract and Specifications for the Purchase of Road Equipment for the Town of Southold covering the purchase of two (2) D-800 cabs and chassis, as specified. Please deliver one copy to vendor. The extra copy is being sent directly to Superintendent Raymond C. Dean. Very truly yours, R. M. Zon7varer Commissioner RNK: wb encl. cc: Superintendent Raymond C. Dean A. C. 142 !Rev. 1970) CONTRACT FOR PURCHASE OF ROAD EQUIPMENT This is a contract to purchase the following rood equipment (SEE ATTACHED SPECIFICATIONS (set forth herein or attach detail specifications upon which bids were based) entered into this 25th day of December , 19 76 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 (P. 0. Address) for a total price of 'Twenty-five thousand nine hundred sixty-five &32/l&lars ($ 25,965.32 ) This contract has been awarded to the Vendor in accordance with the provisions of Article S-A of the General Municipal Low. A resolution authorizing the purchase of thisequipment was adopted by the Town Board on March 9 19 76 The resolution 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, it becomes effective and that upon delivery of the equipment named and its accept- ance 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 25,965.32 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 (l) and this paragraph if not applicable). The Vendor guarantees the 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 by December 25 ,197 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 thestate, an 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) suchperson, 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 corpor- ation 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 effec- tive 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 this contract, or his right therein, 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 comprises the entire contract between the parties and supersedes any and all other agreements respecting the property de- scribed. --^1 nten ent of Htghway: APPROVE • ounty Superintendent of Highways _In MU= MOTORS. INC. W: Use this contract when the purchase price of equipment is over $1 000. It must be executed in tripi(cd4e and given to the county tendent of highways. If approved by the county superintendent, be shall keep one copy and withlh,'((ten days of the date of his approval file two copies with the town clerk. The town clerk shall file one copy and deliver one copy to the Vendor. WHERE APPLICATION IS MADE PURSUANT TO SECTION 104.10, SUBDIVISION 3, OF THE LOCAL FINANCE LAW, A COPY OF THIS FORM MUST BE FILED WITH THE STATE COMPTROLLER. a PiglIftiag Brpartinent TOfnn of %0111holb RAYMOND C. DEAN Tel. 765-3140 Superintendent 734-5211 SPECIFICATIONS: (2) D-800 145" W. B. C & C - OR EQUAL: - G. V. W. 281000 lb.. V - 413 cu. in. engine 180 net H. P. @ 3200 R. P. M. 9,000 lb. front axle 12,000 lb. front springs 22,000 lb. 2 speed rear axle (ratio 6.50 - 8.86) 23,000 lb. rear springs 3,000 lb. aux, rear springs 2 front tow hooks Saginaw Model 710 power steering (Integral) Front air brakes 16" x 2.5" S Cam type Rear air brakes 16.5 x 7" S Cam type Berg spring loaded parking brake for air brakes Bendix - Westinghouse 12 C.F.M. compressor 70 Amp hr battery 12 volt system 63 -Lmp alternator 14" Borg & Beck clutch ITP 7590 - 5 speed transmission 43 gal. right side step type fuel tank" Reinforced frame & front bumper Lnereased cooling r'''.'MOND C. DEAN cperintendent �F.lt$�j.�272I�1 � E�Iciz�lltElt� ofun of �uulholb �etnnit, �. i�. 11958 Page - 2 - Con't Specifications (2) D-800 145" W.B. C & C - OR EQUAL: - Dual king size mirrors (6) 10.00 x 20 - 12 ply tires & tubes on cast spoke wheels New York State lights 2 tone paint - Town colors 2 hr. service and parts - 24 hrs. a day All metal body Approximate deliver date Tet. 765-3140 734-5211 T11L172t of 50uffiolb Vttonit,_ 11958 RAYMOND C. DEAN Tel. 765-3141 Superintendent 734 ,i July 28, 1976 Commissioner R. M. Kammerer County of Suffolk Department of Public Works Yapahnk, New York 11980 Dear Commissioner Kamerer: We are enclosing for your approval copies of Contrac and Specifications for the Purchase of Road Equipment for the Town of Southold, covering the purchase of Two (2) D-800 Cabs and Chassis. Very truly yours, -fir-- - RCD•resg RAYMOND C. DEAN Sup't of Highways IA. C. 142 (Rev. 1970) CONTRACT FOR PURCHASE OF ROAD EQUIPMENT This is o contract to purchase the following rood equipment (SEE ATTACHED SPECIFICATIONS) (set forth herein or attach detail specifications upon which bids were based) ;entered into this 25th day of December 19 76 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 (P. 0. Address) for a total price of Twenty-five thousand nine hundred sixty-five &32/l(Nllors (S 25,965.32 ) This contract has been aworded to the Vendor in accordance with the provisions of Article S-A of the General Municipal Law. A resolution authorizing the purchase of this equippment was adopted by the Town Board on March 9 19 76 The resolution directed that when this contract has beon signed by the Town Superintendent o Highways, t e en or or is agent, and approved by the County Superintendent of Highways, it becomes effective and that upon delivery of the equipment named and its accept - lance by the Town Superintendent of Highways, the Supervisor shall pay for it in the following manner: (l) By delivery to the Vendor, as a trade-in, the equipment described at the agreed value of: (2) By payment from current appropriations.................................................... 25,965-32 (3) By payment from proceeds of obligations .................................................. TOTAL 25.c365-32 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 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 by December 25 197 6 The Vendor hereby ogroas to the provisions of Section 103-a of the General Municipal Law which requires that upon the refusal of a person, when called before o grand jury to testify concerning any transaction or contract had with the state, any political subdivision thereof, a public authority or with any public deportment, 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 gir 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 corpor- ation 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 mode with any municipal corporation or any public department, agency or official thereof, since the effec- tive date of this law, by such person, and by any firm, portnership, 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 this contract, or his right therein, to any other person or corporation without the previous consent, in writing, of the Town Superintendent of Highways. The Vendor hereb�r 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 comprises the entire contract between the parties and supersedes any and all other agreements respecting the property de- scribed l !` MULLEN MOTORS, INC. wn uperinten ent of H.gl+woys // / i'//l ////. (Vendor / //.// :APPROVED: County Superintendent of Highways NOTE: Use this controct when the purchose price of equipment is over $l 000. It must be executed in tripl(cyl4e and given to the county superintendent of highways. If approved by the county superintendent. Le shall keep one copy and with ?he ton days of the date of his cpprovol 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. u OUTHOLD TOWN BOARD MINUTES JECEIVED March 23, 1976 1976 RPR 5 ty SOUTHOLD TGWN j4j6HWAY DEPARTM°N7 A regular meeting of the Southold Town Board was held on March 23, 1976 at town board meeting room, 16 South Street, Greenport, New, York. Supervisor Martocchia opened the meeting at 3:00 P.M. with the following present: Supervisor Albert M. Martocchia Councilman James H. Rich, Jr. Justice Martin Suter Justice Louis M. Demarest Justice Francis T. Doyen Town Attorney Robert W. Tasker Highway Superintendent Raymond C. Dean Town Clerk Judith T. Boken Absent: Councilman James Homan On motion of Justice Suter, seconded by Councilman Rich, it was RESOLVED that the next regular meeting of the Southold Town Board will be held at 3:00 P.M., Tuesday, April 6, 1976 at the town board meeting room, 16 South Street, Greenport, New York. Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Justice Suter, Justice Demarest, Justice Doyen. This resolution was declared duly adopted. gupervisor Martocchia reported: 1. Letter from the Srawberry Festival Committee, Mattituck announcing their annual event is to be held on June 19, 1976, Mattituck High::School Grounds, 12 Noon. 2. Letter from the Suffolk County Department of Transportation stating the request by the Mattituck Fire Department for a control at the fire house over a new traffic signal to be placed at Route 27 and Wickham Avenue is denied as the traffic count is not heavy enough and sight distance is very good in both directions. Justice Suter stated this is a disappointment as the firemen had been promised the light, the fire department to underwrite the expense, and feels the line of sight is not good enough and they are not entering the inter- section, but crossing it. -2- 3. Letter from Mrs. E. Kittenback, Garden City, relative to a boat.belonging to her that was at Orient and is missing. Supervisor Martocchia stated that after a reasonable period of time sunken boats are removed by the Bay Constable to keep the waterfront open. Mrs. Kittenback is asking for money in lieu of the boat. It is believed that boat is in storage by the town and could be reclaimed for about $300.00. 4. Public notice from Riverhead Town giving notice'of a public hearing to be held on a noise ordinance. 5. Letter from the Goose Bay Civic Association relative to the proposed fire arms bill which is in Albany and being amended. The Association asks the Town Board to -strive toward the passage of the amended bill. Moved by Justice Suter, seconded by.Councilman Rich, V=- REAS, the Town of Southold has requested the County of Suffolk to dredge.a navigation channel in Goldsmith Inlet Town of Southold ; and WHEREAS, -the County of Suffolk proposes to do said dredging of Goldsmith Inlet , in the Town of Southold at a nomin-ll cost to the Town of Southold ; and 11= -REAS, in order to accomplish said dredging, plans, specifications, agreements and other documents must be executed on behalf of the Town of - Southold ; now therefore be it RESOLVED, that the Supervisor be and (s)he hereby is authorized to-execu'te, on behalf of the Town of Southold , all necessary plans and specifications, spoil area agreements, assurances to the County of Suffolk, -license and/or dredging permit applications to Federal and State Agencies and all other doc»mc„}s that may be re"na;wed to acCC.-,plisii said dredg=ing work, Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Justice Suter:, -Justice Demarest, Justice Doyen. This resolution was declared duly adopted. • -3- Moved by Councilman Rich, seconded by Justice Suter, WHE REAS, the Town of Southold has requested the County of Suffolk to dredge a navigation channel in Town Creek Town of Southold ; and - WHEREAS, the County of Suffolk proposes to do said dredging of Town Creek in the Town of Southold at a nominal cost to the Town of Southold and WHEREAS, in order to accomplish said dredging, plans, specifications, agreements and other documents must be executed on behalf of the Town of Southold now therefore be it RESOLVED, that the Supervisor be and (s)he hereby is authorized to execute, on behalf of the Town of Southold all necessary plans and specifications, spoil area agreements, assurances to the County of Suffolk, license and/or dredging permit applications to Federal and State Agencies and all other documents that may be required to accomplish said dredging work. Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Justice Suter, Justice Demarest, Justice Doyen. This resolution was -declared duly adopted. Moved by Justice Suter, seconded by Justice Demarest, WHEREAS, the Town of Southold has requested the County of Suffolk to dredge a navigation channel in Schoolhouse Creek , Town of Southold ; and WHEREAS, the County of Suffolk proposes to do said dredging of Schoolhouse Creek in the Town of Southold at a nominal cost to the Town of Southold and Wm %REAS, in order to accomplish said dredging, plans, specifications, agreements and other documents must be executed on behalf of the Town of Southold now therefore be it RESOLVED, that the Supervisor be and (s)he hereby is authorized to execute, on behalf of the Town of Southold all necessary plans and specifications, spoil area agreements, assurances to the County of Suffolk, license and/or dredging permit applications to Federal and State Agencies and all other documents that may required to accomplish said dredging work. Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Justice Suter, Justice Demarest, Justice Doyen. This resolution was declared duly adopted. Moved by Justice Suter, seconded by Councilman Rich, VMEREAS, the Town of -Southold has requested the County of Suffolk to dredge a navigation channel in Mud Creek Town of Southold j and IflM,REAS,-the County of Suffolk proposes to do said dredging of Mud Creek , in the Town of Southold at a nominal cost to the Town of Southold and III]EREAS, in order to accomplish said dredging, plans, specifications, agreements and other documents must be executed on behalf of the Town of Southold now therefore be it RESOLVED, that the Supervisor be and (s)he hereby is authorized to-execu'te, on behalf of the Town of Southold , all necessary plans and specifications, spoil area agreements, assurances to the County -5 - of Suffolk,- license and/or dredging permit applications to Federal and State Agencies and all other documents that may be required to accomplish said dredging work. Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Justice Suter, Justice Demarest,.Justice Doyen. This resolution was declared duly adopted. Moved by Justice Suter, seconded by Councilman Rich, WIE- REAS, the Town of Southold has requested the County of Suffolk to dredge a navigation channel in Sterling Basin , Town of Southold J and TNTHEREAS, the County of Suffolk proposes to do said dredging of Sterling Basin in the Town of Southold at a nominal cost to the Town of Southold and WFIE,REAS, in order to accomplish said dredging, plans, specifications, agreements and other documents must be executed on behalf of the Town of Southold now therefore be it RESOLVED, that the Supervisor be and (s)he hereby is,authorized to execute, on behalf of the Town of Southold all necessary plans and specifications, spoil area agreements, assurances to the County of Suffolk, license and/or dredging permit applications to Federal and State Agencies and all other documents that may be required to accomplish said dredging work. Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Justice Suter, Justice Demarest, Justice Doyen. This resolution was declared duly adopted. Supervisor continued: 6. Copy of letter from Assemblyman Duryea to John Tuthill, Orient relative to Mr. Tuthill's suggestions on the Orient ferry service with footnote to Supervisor from Mr. Tuthill suggesting the sale of the Greenport railroad dock to Mascony, and the return of the $200,000.00 to the State of New York. 7. Letter regarding Supervisor Martocchia's discussion with Supervisor Smith of Riverhead concerning transportation of nuclear waste and their joint talk with Dr. George Vinnard, and their joint feeling the towns should know when the waste is being transported so arrangements can be made with the police and fire departments. 8. Letter from the Division of Public Health, Suffolk County, to be referred to the Building Department, concerning changes in contours of land and drainage - the Division of Public Health wishes to be informed of such changes. ' 9. Letter to Assemblyman Duryea from Commissicn er Evans, Fishers Island Ferry District,thanking Assemblyman Duryea for his support of two bills in Albany concerning updating legislation relative to expenditure of ferry district funds. 10. Letter from W.D. Wells, Southold, inviting town officials to a Boy Scout dinner at Colonie Hill on April 27th - the board will be represented. 11. Letter from the Farm Bureau urging Southold Town along with the five eastern towns to take a position of opposition to the James - port nuclear plant proposal. The Board does have an intervenor and wishes to obtain all the information submitted until the hearings are completed to take a position. 12. Supervisor Martocchia stated he had promised Dr. Shahan he would attempt to give an answer on the leash law proposal, but there are not enough votes to defeat or carry a resolution -at this meeting. Moved by Councilman Rich, seconded by Justice Demarest, (CATV 251� increase resolution)- providing the increase does not take place until the microwave system is i.n:operation. Vote of the Town Board: Ayes: Supervisor Martocchia,Councilman Rich, Justice Demarest, Justice Doyen. No: Justice Suter. This resolution was declared duly adopted. Mrs. Sherley Katz asked if thereis any further information the home box office? - Supervisor Martocchia stated CATV has stated the home box office service connection is available once the service comes in to the community, costing in the area of $9.00 a month. The home box office service cannot be made available without the microwave system. --Mrs. Katz asked if any other Townships in the east end have voted not to have the increase? --The Village of Greenport has voted not, but their decision may change. Riverhead and Sag Harbor have voted in favor of the increase. -7 - Supervisor Martocchia continued: 13. Letter from Orient Fire Department relative to a fire at the Orient Point Inn. After discussion with the owners, the Inn will be demolished. On motion of Justice Demarest, seconded by Justice Suter, it was RESOLVED -that Elizabeth Ann Neville be and she hereby is appointed to the civil service position of Stenographer in the office of the Town Clerk at an annual salary of $5,500.00 be paid in_.regular semi- monthly payments; appointment effective March 16, 1976. Vote of the Town Boara: Ayes: Supervisor Martocchia, Councilman Rich, Justice Suter, Justice Demarest, Justice Doyen. This resolution was declared duly adopted. Town Clerk --Judith -T. Boken appointed Elizabeth Ann Neville as her Deputy Town Clerk effective March 23, 1976. 14. Justice Louis Demarest stated the Town Board met with the Planning Board on Monday, March 15th relative to the "dotted -line road" shown on a map of property in Orient. A resolution has been submitted to the Planning Board for their consideration, and the said resolution will be considered at their April 5 meeting. -- Justice Demarest read the proposed resolution to the concerned citizens present. --John Tuthill asked for a summary of what the resolution means. --Justice Demarest stated that something that purports to be a road that is not there, is not actually there nor on the map. The map in question for planning purposes the dotted line that shows. on the map was put on sometime after the map was made. It will have no legal affect. Nothing can force anyone to put the road in. --Considerable discussion was held between the citizens present and the Town Board concerning the "dotted -line road". 15. Discussion was held relative to the ferry in Orient causing increased traffic, which will be heightened by 11 boats in season, Plum Island traffic and other factors, what will happen to the State road? --Supervisor Martocchia stated there is no four -lane highway planned, nor is there in the program for Horton Lane, Southold to the traffic circle in Greenport, which has been taken out for quite a few years. The other Link inbetween Riverhead and Laurel, does not appear in any plans for the next ten years. --William Pell III asked if the State giving the ferry line $200,000.00 to fix up the terminal end at Orient would speed up the development in the middle at Horton Lane? --Supervisor Martocchia explained that $200,000.00 for marine construction is minimal. The Town Board conditioned in.: their resolution accepting sponsorship of the money, they specified decent rest rooms and waiting rooms, in addition to which they are going to building a new ramp, fix the existing ramp, and do a small amount of bulkheading. In addition, the Corps of Army Engineers has held up approval of the project at the moment. --Barbara Mariner asked if similar facilities are being built in New London? --Supervisor Martocchia stated they are and it is being moved up the river. -- Gladys Csajko asked if the money a loan to be paid back or actual grant? --It started to be a loan for 30 years, but it has changed and it is an outright grant. --Mrs. Csajko stated she understood that it had to be accepted at the last meeting in order for it to be put into the State budget; if the Town had not accepted it, it would not have been put in the budget. --Supervisor Martocchia stated it is true. --Mrs. Csajko stated she feels this is subsidizing a private business. --Mr. Pell asked if the ferry line applied for it? --Super- visor Martocchia stated they did. They do not like to give the money to private enterprize, but they will let town government handle it. -- Mr. Pell asked when they applied? --Mrs. Katz stated they applied two weeks after a hearing held in Hauppauge in June of 1975. --Mrs. Joyce Terry asked who is paying for the rest rooms on the Connecticut side? The State of New York? --Supervisor Martocchia stated the ferry line must do that out of their own pocket. Moved by Justice Suter, seconded by Councilman Rich, WHEREAS John CTuthill has applied to the Town Board for a single trailer renewal permit dated February 24, 1976, NOW, THEREFORE, BE IT RESOLVED that the application of John C. Tuthill to locate a single trailer on his own property on the east side of Elijah's Lane, Mattituck, New York, be renewed for six months. Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Justice Suter, Justice Demarest, Justice Doyen. This resolution was declared duly adopted. Moved by Justice Suter, seconded by Councilman Rich, WHEREAS the Marian Council #3852, Knights of Columbus, Cutchogue, New York, has applied to the Town Clerk for a Bingo License, and WHEREAS the Town Board has examined the application, and after investigation, duly made findings and determinations as required by law, NOW, THEREFORE, BE IT RESOLVED that the Supervisor be and hereby is authorized and directed to execute on behalf of the Town Board the findings and determinations required by law, and it is further RESOLVED that the Town Clerk be and she hereby is directed to issue a Bingo License to the Marian Council #3852, Knights of Columbus, Cutchogue, New York. Vote of the Town Board: Ayes; Supervisor Martocchia, Councilman Rich, Justice Suter, Justice Demarest, Justice Doyen. This resolution was declared duly adopted. a I I Y a -9- On motion of Councilman Rich, seconded by Justice Doyen, it was RESOLVED that Justice Martin Suter and Justice Louis M.Demarest each be provided with a petty cash fund of $200.00 each. Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Justice Suter, Justice Demarest, Justice Doyen. This resolution was declared dulyadopted. are Justice Demarest explained that the petty cash funds/- being established due to a change in the civil area of the court whereby someone can be served by registered mail, which is $1.23 rather than $6.00 or $8.00 to have it served personally. The money comes by check and the money must be deposited in the bank. Since a letter must be sent out money must be putout for registered mail. The money will also be used for postage. As the money comes back it will be put back into the petty fund. Without this fund the justices must pay for the aforementioned expenses out of their own pockets. On motion of Justice Demarest, seconded by Justice Suter, it was RESOLVED that the Town Board of the Town of Southold accepts the $77,000.00 bond of Carl Hornwood and Gloria Hornwood and Carl Hornwood for roads and improvements in the subdivision known as "Soundview Acres at Orient". Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Justice Suter, Justice Demarest, Justice Doyen. This resolution was declared duly. adopted. Supervisor Martocchia continued: 16. Letter from the Packard Hose Company, Southold, Southold Fire Department, Eagle Hook and Ladder, Chief of the Southold Fire Department relative to proposed legislation providing for a local law which would allow exempt organizations to have bingo and wheels. 17. Letter relative to hazardous fire conditions at the Orient Point Inn from R. E. VanNostrand of the Oyster Ponds Chemical Company. 18. Notice to all Civil Service employees stating the Town is authorized to deduct their dues and they will have an increase in dues. 19. Letters from the Department of Labor relative to summer work programs for young boys and girls. If the names are submitted a list will be on hand if a position is available. Mrs. Joyce Terry requested the Town Board to follow the procedure of the Town Trustees, whereby their agenda is published in the local newspapers on the week preceding their meetings. Could the Town Board have such an agenda, and publish it? --Supervisor Martocchia stated it is a very good thought; however, the agendafor the Town Board is started at least a week in advance, and continues to grow right up to the meeting. --Mrs. Terry feels the public would be made aware ` -10- v u something of interest is to be discussed, and can make arrangements to be at the meeting. Couldn't the Town Board have a cut -off? -- Supervisor Martocchia stated they try to do that, but there are circumstances that the Board cannot control and cannot refuse acceptance of filing certain applications. Mr. Samuel Markel commented on Patrolman Mellas being accused of an-,:- infraction niinfraction of the rules, and he has known Patrolman Mellas many years, he has been an excellent patrolman as far as he is concerned, he did not think there had been any charges against him before, and the charges should be weighed very carefully to see if there is substance in it or something that has been blown out of proportion to what normally happens at the ranges. --Supervisor Martocchia thanked Mr. Markel for his interest. by Barbara -Mariner The question was brought up/about the dredging of James Creek and Deep Hole Creek and if James Creek is not dredged very soon it will be a great financial hardship for the people in the area. --There is nothing the Town Board can do to speed up a dredging date as there are 48 steps that must be taken before the work can begin. Mrs. Marie Johnson asked about the summer jobs mentioned previously, if they are the same jobs mentioned at prior meetings? What agency is funding them? --Supervisor Martocchia stated the federal government is funding the jobs;the_town has about six of the jobs filled at the present time. --What kind of work? --heavy equipmem t operator, custodian, bay constable, radio operator, laborer. It is a learning program for the employees, and the employees are sent by the Suffolk County Depart- ment of Labor, Riverhead. Mrs. Gladys Csajko asked if the Board is aware that under Article VIII of the Public Service Law which deals with major steam electric generating facilities, municipal parties to proceedings thereunder may apply for an allowance to defray the expenses incurred by them for expert witness and consultant fees. Mrs. Csajko asked if Southold Town could apply to the State for funding to take care of Mrs. Tiedke?-- There was money available and Riverhead went into that but found they were over their heads. Southold Town is going to stay with Mrs. Tiedke as the Town completely satisfied with her services. Supervisor Martocchia stated he would look into the matter. Mrs. Csajko asked why the town did not put the conditions of the K.O.A. resolution into the newspaper when the legal notice was published, the metes and bounds described was the only thing published. --Super- visor Martocchia stated the change is on the land only, and the conditions are part of the motion for use of the Planning Board. -- Mr. Pell concurred with Mrs. Csajko in stating the public would like to see the conditions. (legal notice was republished with conditions in the local newspapers on April 1, 1976.) Mrs. Katz stated she would like to see the Southold board do what other towns are doing, such as meet with the press one half hour before meetings, and have the resolutions ready, but it might be helpful if the board had as much of the resolutions ready as they could so they could be picked up, as well as part of the agenda of the meeting. It would lead to better understanding on the part of the public and better questions would be asked. Mrs. Csajko asked about the legal notices of February 12th, stating two notices to bidders were not passed at the meeting. One was for the replacement of street lighting fixtures and the other was for the truck and facilities - aerial lift. --Supervisor Martocchia stated there were resolutions adopted for each of those items, they could possibly have happened after a recess when no one from the public reappeared at the meeting. Those resolutions might possibly have been adopted at a meeting prior to February 10th, but were adopted at a legal open meeting of the town board. --Mrs. Csajko asked why the sealed bids which are read aloud are not read an board meeting days instead of a Thursday or Monday? --Supervisor Martacch a. -explained -the-.me hod of bidding and advertising, length of time involved in opening the bids and selecting the lowest responsible bidder. The public notice gives the time for opening the bids, and the public is invited to be there. (Justice Doyen left to return to Fishers Island at 4:30 P.M.) Mrs. Csajko asked when the dog pound will open up? --Supervisor Martocchia stated it is operational and two people have been hired to start work on March 16th --Steve Mazzaferro and Lois Mellas. Mrs. Csajko stated she has a copy of "Today's Policeman" and would appreciate those members of the board who are against the leash law to read an article which appears in the magazine. Mr. Pell asked who has the bids that are received on various items, or if they are recorded in the town minutes? --Supervisor Martocchia stated he has all of the bids are on --file in his office, and when the bids are awarded they are done so by a resolution of the town board at a regular meeting. On motion of Justice Suter, seconded by Councilman Rich, it was RESOLVED that there ---being no further business to come before this town board meeting, adjournment be called at 4:40 P.M. Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Justice Suter, Justice Demarest. This resolution was declared duly adopted. G/�✓�� ' . �c�nk, �t�--� Tip i --h T_ Tnwn e_ 6- A SOUTHOLD TOWN BOARD MINUTES March 9, 1976 A regular meeting of the Southold Town Board was held on Tuesday, March 9, 1976 at the Town Board Meeting Room, 16 South Street, Greenport, New York. Supervisor Martocchia opened the meeting at 3:00 P.M. with the following present: Supervisor Albert M. Martocchia Councilman James H. Rich, Jr. Councilman James Homan Justice Martin Suter Justice Louis M.Demarest Town Attorney Robert W. Tasker Highway Superintendent Raymond C. Dean Town Clerk Judith T. Boken Absent: Justice Francis T. Doyen On motion of Councilman Homan, seconded by Councilman Rich, it was RESOLVED that the February 20, 1976 minutes of a regular town board meeting be approved as submitted. Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Councilman Homan, Justice Suter, Justice Demarest. This resolution. was declared duly adopted. On motion of Justice Demarest, seconded by Councilman Rich, it was RESOLVED that the next regular meeting of the Southold Town Board will be held at 3:00 P.M., Tuesday, March 23, 1976 at the Town Board Meeting Room, 16 South Street, Greenport, New York. Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Councilman Homan, Justice Suter, Justice Demarest. This resolution was declared duly adopted. -2 - On motion of Councilman Rich, seconded by Councilman Homan, it was RESOLVED that the February reports of Supervisor Martocchia, Building Department, Police Department, and Justice Suter be accepted and placed on file. Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Councilman Homan, Justice Suter, Justice Demarest. This resolution was declared duly adopted. Supervisor Martocchia reported: 1. Letter from the North Fork Environmental Council expressing their opposition to the proposed transportation of nuclear waste through Southold Town from Brookhaven. --Supervisor Martocchia stated the Town Board met with Health Department individuals prior to this meeting and studying the area with them on.Sunday afternoon regarding the proposed six trips of transportation the waste through Southold Town, and the Board will do everything in their jurisdiction to keep it as safe as.possible with all the necessary protection for the people of Southold Town. On motion of Councilman Homan, seconded by Councilman Rich, it was RESOLVED that Supervisor Albert M. Martocchia be authorized to notify the Chemical Bank of their approval of the release of $25,000.00 from the escrow funds. Vote of`the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Councilman Homan, Justice Suter, Justice Demarest. This resolution was declared duly adopted. __. 2. Letter from the North Fork Animal League commending Police ___ Officer Fiedler, Police Officer Clark and Sergeant Bokina for the fine work they did in rescuing a dog from an ice flow. 3. Letter from the Department of Transportation, State of New York giving Southold Town approval for the improvement of the Town's street lights. There is an agreement with the New York Telephone Company for pole attachments. 4. Letter from Karen Scaramucci, Mattituck requesting that the Town Board hold night meetings. Supervisor Martocchia spoke on the phone to Miss Scaramucci stating the ---Board had tried night meetings in the past, but did not average more people than the day meetings, but stated the Board will hold night meetings again in the near future. 5. Letter from the D.A.R. requesting permission to plant a tree in honor of the bicentennial on Sunday,April 4, 1976 at 2:00 P.M. at the S. Wentworth Horton Park, Greenport, and inviting the Town Board members to attend. 6. Request from the Southold Little League for funds --Supervisor Martocchia stated at the proper time an apportioned amount will be available for that purpose. -3 - Moved by Justice Demarest, seconded by Justice Suter, WHEREAS Henry F. Moisa has submitted his resignation from the Southold Town Planning Board effective December 31, 1975, and WHEREAS Henry F. Moisa has faithfully served the Town of Southold as Vice -Chairman of the Planning Board since April 1957, and WHEREAS his record of fine service to the Town of Southold and its people deserves the sincere gratitude of those with whom and for whom he worked, NOW, THEREFORE, BE IT RESOLVED that the Town Board of the Town of Southold expresses its appreciation to Henry F. Moisa for his long record of fine and dedicated service, and its best wishes for the years ahead, and BE IT FURTHER RESOLVED that this resolution be made a part of the permanent records of the Town of Southold, and that a copy be sent to Henry F. Moisa. Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Councilman Homan, Justice Suter, Justice Demarest. This resolution was declared duly adopted. 7. Receipt of report of Elaine Kaldor, Town Auditor, for the year 1975. 8. Report of Wiedersum 4ssociates on the results of the test borings for the proposed addition to the town hall in Southold. On motion of CouncilmaglRich, seconded by Councilman Homan, it was RESOLVED that provision,/police officers -Dennis R. Bannon, John E. Clark, Joseph C. Gordon, and John H. Ship be and hereby are appointed permanent police officers of the Town of Southold, effective March 15, 1976 at salaries specified under the P.B.A. C6ntract. Vote of -the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, -- Councilman Homan, Justice Suter, Justice Demarest. This resolution was declared duly adopted. Mr. Daniel T. Latham, Orient, read a statement to the Town Board, prepared by an ad hoc committee, expressing their opposition to a proposed road north of the Main Road in Orient, and strenuously objecting to the Planning Board's requirement that said road be built through a development in that area and asking the Town Board to immediately excise and delete said road from the: --development plan now and in the future. Said road would: 1. serve no public purpose; 2. cause additional population saturation intruding upon the privacy of individuals in the area; 3. the -imposition on individual subdividers of the requirement to make available land for such a road would result in many law suits. (Letter on file in the Town Clerks Office.) --Supervisor Martocchia stated the Town Board as a body has not discussed the matter, but will do so in the near future with the Planning Board. -4 - Mrs. Ann Marcus, speaking on behalf of her husband Leon Marcus, Orient, asked if there is no decision on the aforementioned road, that a hearing could be held on it or some form of application to the Planning Board. --Supervisor Martocchia advised the Town Board will meet with the Planning Board. Mr. Lowell Logerwell, Southold, representing the Mattituck Gun Club presented the Board with a petition with over 1,000 names which was sent to Assemblyman Perry B. Duryea opposing Assembly Bill #8190 which gives the towns of Southold and Shelter Island the right to regulate hunting and prohibit the discharge of firearms. The original of the petition will go to Assemblyman Raymond J. Lill, Chairman of the Local Government Committee. They feel that adequate laws already existing with regard to the regulation of firearms and with proper enforcement everyones .problems with regard to firearms could be reasonably and properly resolved. They respectfully request that the Town Board of Southold consider withdrawing this bill in the manner which Shelter Island did when it did not serve the needs or desires of the majority of the citizens and residents. ---Supervisor Martocchia advised that at a meeting on Friday Assemblyman Duryea stated that the amended bill must be redrafted excluding Shelter Island, and there will be another draft including Southold Town. Mr. Dick Leslie, Orient asked about the aforementioned road in Orient and the authority of the Planning Board. --Supervisor Martocchia stated he would like Town Attorney Tasker to answer such a technical question. --Town Attorney Tasker stated the so-called street has no legal significance whatsoever. The Town Board appoints the members to the Planning Board, in the sense that the Town Board approves the rules and regulations of the Planning Board, and in the sense that certain discretionary matters in the Town Law can be delegated to the Planning Board, the Town Board has that authority. In other matters they do not have that authority. The Town Law says that the Town Board may appoint a Planning Board and delegate to that Planning Board the authority to approve subdivision maps, and once they have done it they then have the authority. ---Mr. Daniel Latham stated that before he was named chairman to the committee he personally went to residents and obtained 35 names in opposition to the proposed road, and a wish to have it deleted. Ms. Constance Pim, Mattituck read a letter to the Town Board stating Southold residents deserve a vigilant attitude on the part of the Town Board in regard to the planned shipment of radio -active wastes from Brookhaven National Laboratory to the Orient ferry, urging a careful study of the stand taken by New York City health officials; further stating that the Brookhaven shipments may be only the beginning of frequent and much larger loads of extremely hazardous wastes. -- Supervisor Martocchia stated the matter has been discussed at much length; the route studyed and talked with numerous officals. The Town Board is disturbed with the Cross Sound Ferry that they have accepted the responsiblity without consulting with the Town Board, likewise with the Brookhaven Lab. (Copy of Ms. Pim's letter is on file in the Town Clerk's Office.) Mr. Donald Tuthill, Southold, expressed his concern with the high line which is apparently being sought on Sound Avenue Road. The road is narrow, the poles are very close and he understands the voltage is higher thanthe normal high tension lines. -- Supervisor Martocchia stated the Board had discussed the matter today with the Town Attorney to see what course of action the Town can take. They have a franchise to run that route of a-, 99 year duration, and the Town had give that right years ago prior to the renewal where they can have those poles going through to service the area.-- Mr. Tuthill asked that in the future consideration be given to putting a limit on the voltage. Mrs. Gladys Csajko, President of the Council of Allied Associations read a letter regarding a quote attributed to Justice Demarest which appeared in the Suffolk Times: "I am certain that the last time the Town of Southold was rezoned we got money from the federal and state governments for it. In return the planners had to do such things as make provisions for an airport on the north shore in Mattituck. We're tide in this way to a lot of things." --The Association asks is or is not Southold Town obligated sometime in the future to allow this airport upon demand of the federal or state government; and second -,--,,what are the other "things" we obligated the Town to in order to receive these funds? (copy of letter on file in the Town Clerk's Office.) -- Supervisor Martocchia stated that during the Albertson administration funds were available for a project where Southold Town only picked up a small share for a study. Many proposals were rejected and further items can be eliminated and changes made, it is only a development plan as things were seen at that time. --Justice Demarest stated he qualified his statement with the fact the planners had to put on the map anything that was required by the Department of Aviation in Albany. --Mrs. Csajko asked what other .things the Town was tied into? -- Supervisor Martocchia stated an "M" zone in Mattituck which was turned down, changes in New Suffolk. The plan can be changed and has been. -- Mrs. Csajko indicated, with regard to;= -the proposed road in Orient, the residents should keep in mind the map also shows Soundview Avenue being extended along the North Shore from Mattituck to Goldsmith's Inlet and Oregon also being extended with a short road connecting it, etc. -6 - Mrs. Joyce Terry, Orient, asked what the status is of the money that New York State has appropriated for the enlargement of the Orient Point Ferry? --Supervisor Martocchia stated there is $300,000.00 that New York State has for improvements to transportation. The Board has offered a resolution that $100,000.00 of it should go to Fishers Island for the improvement of the entrance of their harbor where the ferry goes to New London. The balance of $200,000.00 New York State has for the improvement of the facilities at Orient Point, such as another loading ramp and some dolphins. --The Board passed a resolution some two months ago reluctantly accepting the Orient site for the ferry, however, if it expands a small amount the Board is unopposed, but if it develops into anything large the Board reserves the right to change their= -resolution to opposed. The Board feels the building to the right of the ramp should be converted into a waiting room, and rest rooms. --Mrs. Terry asked if there might be a State hearing? -- Supervisor Martocchia is unaware of such a hearing. --Justice Demarest stated in a recent letter from Mr. Emory of the State, he indicated that it was possible there would be a hearing. --Supervisor Martocchia stated a decision must be made almost immediately, as the money will not be available after the 1st of April as the new budget begins then and the money will not be in the new budget. ---Mrs. Marcus indicated her desire for a hearing on the matter. --Mrs. Sherley Katz stated it was her understanding Cross Sound Ferry applied for the $200,000.00 as a subsidy. Was it approved or does it still remain in the hands of the Town? --Supervisor Martocchia stated the State of New York will not give the money to a private agency, but they will accept the Town being the sponsor of handling the money. --Mr. John Tuthill asked why tax money be used for a private business when it will be a detriment to all og rhe iesidents?--Supervisor Martocchia stated they have been told thXmoney is being spent every day in other. directions, and it is felt the situation can be improved and made more comfortable for the residents. Mrs. Sherley Katz stated it is her understanding there are planned return trips with nuclear waste going back to Brookhaven Lab. -- Supervisor Martocchia stated he was not advised of such return trips. Mrs. Joyce Terry asked the Board to oppose the grant to improve the ferry. Mr. William Williams of Orient stated in his observation the vast majority of Orient residents are opposed to the proposedc.new:.road at_-Orient�L:6-_, and the town should oppose. ---Mr. Nick Plackis stated his opposition to the proposed road, previously discussed, would only improve traffic, and that would defeat the object of Orient's desire for continued rural character. Mr. Williams and Mr. Plackis also expressed their opposition to the improvement of the ferry. --Mr. John Tuthill stated his fear of a serious marine accident at the ferry site and the present site is not for a ferry, it should be in a safe harbor. -7- Considerable discussion was held relative to the transportation of nuclear waste by the individu is present and the Town Board members. Basic feeling is overwhelming/against the project. On motion of Councilman Rich, seconded by Supervisor Martocchia, it was RESOLVED that the Town of Southold sponsor the $200,000.Q�oNtew YRAign) State grant to the Cross Sound Ferry, Orient, for improvement/ol their bulkheading, new ramp, improvement of sanitary facilities to respect- ability, provisions for a waiting room, and it is further RESOLVED that expending of the $200,000.00 be cleared with the Town of Southold as:'.the'.work progresses. Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Councilman Homan, Justice Suter. No: Justice Demarest. - This resolution was declared duly adopted. On motion of Councilman Rich, seconded by Councilman Homan, it was RESOLVED that a recess be called at 5:05 P.M., meeting to reconvene at 8:00 P.M. Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Councilman Homan, Justice Suter, Justice Demarest. This resolution was declared duly adopted. This regular meeting of the Southold Town Board of March 9, 1976 reconvened at 8:00 P.M. Present: Supervisor Albert M. Martocchia, Councilman James H. Rich, Jr., Councilman James Homan, Justice Martin Suter, Justice Louis M. Demarest, Town Attorney Robert W. Tasker, Highway Superintendent Raymond C. Dean, Town Clerk Judith T. Boken. Supervisor Martocchia reported: 9. Receipt of the following notices from the New York State Department of Environmental Conservation: a. Town of Southold for permission to maintenance dredge approximately 1200 feet of an existing channel at Wickham Creek, Cutchogue. Objections by April 8, 1976 b. William R. Pell, Greenport, for permission to replace an existing platform and construction of 80 linear feet of open timber dock at Stirling Creek, Greenport. Objections by April 1, 1976. c. Sterling Harbor Shipyard & Marina, Greenport, for permission to construct approximately 120 feet of timber bulkhead in two segments at Sterling Creek, Greenport. Objections by March 18, 1976. d. Pierce Yacht Basin, Inc. for permission to dredge a 75 foot by 290 foot area, removing approximately 12,000 cubic yards of material at Stirling Basin, Greenport. Objections by March 12, 1976. 10. Request from the Greenport School Art Project to place a 3-dimensional'Welcome to Greenport"sign at the end of the S. Wentworth Horton Park, Greenport. -8 - Request by the Board that Supervisor Martocchia contact the Brookhaven Laboratory on the matter of transportation of radio active waste in an effort to establish better rapor, and report back to the Town Board. 11. Receipt of a letter from the Long Island Farm Bureau Inc. opposing the Jamesport Nuclear Power Plant project and stating they are moving to•intervene immediately in the Article VIII hearings for the purpose of securing testimony regarding the toxic radiation and the east end evacuation aspects of LILCO's proposal. On motion of Councilman Homan, seconded by Councilman Rich, it wa-s RESOLVED that the Town Board of the Town of Southold concurs with the resolution adopted by the Town of Huntington objecting to the proposed Senate Bill No. 221, and Assembly Bill No. 157 - An Act to Amend the Navigation Law, In Relation To The Definition Of The Navigable Waters Of The State; said bill amends Navigation Law, Section 2, Subdivision 4 with the effect of including tidewaters in Nassau and Suffolk counties within the definition of "navigable waters of the state", giving the state jurisdiction over bays and inlets. Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Councilman Homan, Justice Suter, Justice Demarest. This resolution was declared duly adopted. On motion of Councilman Rich, seconded by Councilman Homan, it was RESOLVED that Supervisor Albert M. Martocchia be and he hereby is directed to request CATV to provide the Town of Southold with a P. & L. State and balance sheet as it applies to the Southold Town CATV Franchise. Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Councilman Homan, Justice Suter, Justice Demarest. This resolution was declared duly adopted. On motion of Councilman Rich, seconded by Councilman Homan, it was RESOLVED that the Department of Public Works be and they hereby are authorized to proceed with immediate construction of two or possibly three sanitary facilities for certain town beaches; said beaches to be designated by the Town Board. Vote of.the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Councilman Homan, Justice Suter, Justice Demarest. This resolution was declared duly daopted. %- -9- V On motion of Councilman Rich, seconded by Councilman Homan, it was RESOLVED that Stephen Mazzaferro, Southold, New York, be and he hereby is temporarily appointed Dog Warden for the Town of Southold, until an appointment can be made from the civil service list, effective March 16, 1976 at a salary of $6,500.00 per annum, to be paid in regular semi-monthly payments, and it is further RESOLVED that said Stephen Mazzaferro work under the direct supervision of Supervisor Albert M. Martocchia, who will also arrange Mr. Mazzaferrb`s work schedule. Vote of the Town Board:- Ayes: Supervisor Martocchia, Councilman Rich,' Councilman Homan, Justice Suter, Justice Demarest. This resolution was declared duly adopted. On motion of Justice Demarest, seconded by Justice Suter, it was RESOLVED that Lois Mellas, Greenport, New York, be and she hereby is temporarily appointed Dog Warden for the Town of Southold, until an appointment can be made from the civil service list, effective March 16, 1976 at a salary of $6,500.00 per annum, to be paid in regular semi-monthly payments, and it is further RESOLVED that said Dois:; Mel.l.as::;work :under the direct supervision of Supervisor Albert M. Martocchia, who will also arrange Ms. Mellas' work schedule. Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Councilman Homan, Justice Suter, Justice Demarest. This resolution was declared duly adopted. Moved.by Councilman Rich, seconded by Councilman Homan, WHEREAS, Carl Cataldo, Police Chief of the Southold Town Police Department has made written charges against James P. Mellas, a patrolman in the Southold Town Police Department, which written charges were filed with this Board on March 9, 1976, NOW, THEREFORE, BE IT RESOLVED, that the Town Board of the Town of Southold hold a hearing or trial with respect to said charges on the 2nd day of April, 1976, at 10 o'clock A.M., at the Southold Town Supervisor's Office, 16 South Street, Greenport, New York. IT IS FURTHER RESOLVED, that the Supervisor shall cause a written notice of such hearing or trail together with a copy of the charges preferred annexed thereto, to be served upon the said James P. Mellas as required by law; that -:the said James P. Mellas be given not less than five days after the receipt of said notice within which to make and file an answer in writing to said charges with the Supervisor at his office at 16 South Street, Greenport, New York; that the said James P. Mellas shall -have the right to be represented by -dounsel - at said hearing or trail and shall have the right to summon witnesses in his behalf. Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Councilman Homan, Justice Suter, Justice Demarest. This resolution was declared duly adopted. ► -9- On motion of Councilman Homan, seconded by Councilman Rich, it was RESOLVED that Supervisor Albert M. Martocchia be and he hereby is authorized and directed to sign the necessary papers in favor of SamalaaAssembly Bill No. 9764, AN ACT to amend chapter six hundred ninety-nine of the laws of nineteen hundred forty-seven, entitled "An Act authorizing the acquisition, construction, equipment and operation of a public ferry for hire from Fishers Island across waters of Long Island Sound; authorizing the creation of Fishers Island ferry district in the Town of Southold, Suffolk County and providing for the election of its officers and management of its affairs; authorizing the collection of ferriage charges; authorizing the issuance and sale of obligations of said town and providing for their payment; authorizing the levy and collection of taxes; and providing for other related matters," in relation to payment of acquisition and equipment of ferries for said district and compensation of commissioners. --Changing from three to five hundred thousand dollars the amount the Town of Southold may borrow and issue town obligations therefor when needed . (continued below)*** Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Councilman Homan, Justice Suter, Justice Demarest. This resolution was declared duly adopted. ***(And upon the adoption of a resolution by the town board, subject to a permissive referendum by the owners of taxable real property situate within the ferry district as shown by the latest completed assessment roll of said town, such agregate principal amound which the town board may borrow and for which obligations may be issued may be increased to any amount up to but not exceeding the sum of (five) (amendment--) seven hundred fifty thousand dollars.) On motion of Councilman Homan, seconded by Justice Demarest, it was RESOLVED that Supervisor Albert M. Martocchia be and he hereby is authorized and directed to sign the necessary papers in favor of Senate Bill No. S-7733, AN ACT to amend chapter six hundred ninety- nine of the laws of nineteen hundred forty-seven, entitled "An Act authorizing the acquisition, construction, equipment and operation of a public ferry for hire from Fishers Island across waters of Long Island Sound; authorizing the creation of Fishers Island ferry district in the Town of Southold, Suffolk County and providing for the election of its officers and management of its affairs; authorizing the collection of ferriage charges; authorizing the issuance and sale of obligations of said town and providing for their payment; authorizing the levy and collection of taxes; and providing for other -related matters," in relation to payment of acquisition and equipment of ferries for said _s district and compensation of commissioners. --Changing from three to five hundred thousand dollars the amount the Town of Southold may borrow and issue town obligations therefor when needed. And upon the adoption ti -10- of a resolution by the town board, subject to a permissive referendum by the owners of taxable real property situate within the ferry district as shown by the latest completed assessment roll of said town, such agregate principal amount which the town board may borrow and for which obligations may be issued may be increased to an amount up to but not exceeding the sum of (five) (amendment)-- seven hundred fifty thousand dollars. Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Councilman Homan, Justice Suter, Justice Demarest. This resolution was declared duly adopted. Moved by Justice Demarest, seconded by Justice Suter, WHEREAS Oscar Goldin has applied to the Town Board for a single trailer renewal permit dated February 23, 1976, NOW, THEREFORE, BE IT RESOLVED that the application of Oscar Goldin to locate a single trailer on his property at Lot #60, Greenport Driving Park, south side Linnett Street, Greenport, New York, be and hereby is granted for a period of six (6) months. Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Councilman Homan, Justice Suter, Justice Demarest. This resolution was declared duly adopted. Moved by Councilman Rich, seconded by Councilman Homan, WHEREAS Isidore P. Krupski has applied to the Town Board for a single trailer trailer renewal permit dated February 11, 1976, NOW, THEREFORE, BE IT RESOLVED that the application of Isidore P. Krupski to locate a single trailer on the north side Main Road, approximately 1,000 feet east of Bay Avenue, Cutchogue, New York for the purpose of housing farm help be renewed for six (6) months. Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Councilman Homan, Justice Suter, Justice Demarest. This resolution was declared duly adopted. Moved by Justice Suter, seconded by Councilman Homan, WHEREAS Zdzislaw Mikolajczyk has applied to the Town Board for a single trailer renewal permit dated February 23, 1976, NOW, THEREFORE, BE IT RESOLVED thatthe application of Zdzislaw Mikolajczyk to locate a single trailer on the south side of private road, off east side Main Road, Mattituck, New York be renewed for a period_ of six (6) months. Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Councilman Homan, Justice Suter, Justice Demarest. This resolution was declared duly adopted. -11 - Moved by Justice Suter, seconded by Justice Demarest, WHEREAS Florence Steiner has applied to the Town Board for a single ,trailer renewal permit dated February 24, 1976, NOW, THEREFORE, BE IT RESOLVED that the application of Florence Steiner to locate a single trailer on her property on private road (John's Road), off east side Main Road, Mattituck, New York, be renewed for a period of six (6) months. Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Councilman Homan, Justice Suter, Justice Demarest. This resolution was declared duly adopted. On motion of Councilman Homan, seconded by Councilmn Rich, it was RESOLVED that the Superintendent of Highways of the Town of Southold be authorized to advertise for bids and to purchase from the lowest responsible bidder, the following: 12 - 3' x 8' Drainage Rings 30 - 4' 6" x 8' Drainage Rings 30 - 3' 6" x 8' Drainage Domes Vote of the Town Board: Ayes: Supervisor Martocchia, Councilna n Rich, Councilman Homan, Justice Suter, Justice Demarest. This resolution was declared duly adopted. On motion of Justice Suter, seconded by Councilman Rich, it was RESOLVED that the Superintendent of Highways be and he hereby is authorized to advertise for bids and to purchase from the lowest resonsible bidder two new 1976 Dodge dump trucks. Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Councilman Homan, Justice Suter, Justice Demarest. This resolution was declared duly adopted. On motion of Councilman Homan, seconded by Justice Suter, it was RESOLVED that Supervisor Albert M. Martocchia be and he hereby is authorized to sign a quit claim deed to the Nassau Point Causeway Association for the northerly one-half of a portion of Nassau Point Road, heretofore abandoned by the Town of Southold. Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Councilman Homan, Justice Suter, Justice Demarest. This resolution was declared duly adopted. A - -12- Moved by Councilman Rich, seconded by Councilman Homan, WHEREAS, an action was commenced by John E. Rath against the Town of Southold in the Supreme Court, Suffolk County by the service of a summons and complaint on January 24, 1974, wherein the plaintiff alleged that by reason of the reconstruction and reallignment of a portion -of North Bay View Road, a town highway, at the westerly approach to Goose Creek Bridge at Southold, New York, by the Highway Department of the Town of Southold, a portion of the plaintiff's. property was encrouched upon resulting in a de facto condemnation thereof and that a certain chain link fence was removed, and a quantity of fill was removed from plaintiff's property i all to the damage of the plaintiff in the amount of $41, 000. 00, and WHEREAS, an examination of the facts and circumstances of the claims of the plaintiff has been made by the Town Attorney who has advised this Board that in his opinion certain of the claims alleged have merit and that a trial of the issues would involve considerable expense with an attendant uncertainty of outcome, and WHEREAS, the plaintiff is willing to compromise and settle his causes of action upon the following terms and conditions, to wit: A. That the plaintiff execute and deliver to the Town of Southold quit claim deeds to three parcels of real property adjacent to North Bay View Road consisting of (1) a parcel of land comprising an area of 412 square feet located on the east side of North Bay View Road approximately 1900 feet south of Pine Neck Road; (2) a parcel of land comprising an area of 2019 square feet located on the north side of North Bay View Road at the westerly approach of Goose Creek Bridge; and (3) a parcel of land comprising an area of 3766 square feet located on the south side of North Bay View Road at the westerly approach to Goose Creek Bridge, all as shown and y -13- delineated on a certain map prepared by Young and Young of Riverhead, New York dated February 11, 1976 and revised March 12, 1976, a copy of which map is hereby directed to be filed in the Town Clerk's Office. B. That the Town of Southold relocate an existing chain link fence on plain- tiff's property from its present location to the new boundary line established by the conveyance described in paragraph A(1) above. C. - That the Town of Southold pay to the plaintiff the sum of $10, 000. 00 in full settlement of any and all claims alleged in plaintiff's complaint. D. That plaintiff execute and deliver to the Town of Southold a general release of any and all claims alleged in plaintiff's complaint, and WHEREAS, it is believed to be in the best interest of the Town of Southold to accept the offer of the plaintiff, John E. Rath to compromise and settle said causes of action as hereinabove set forth, without further cost and expense to the town, NOW, THEREFORE, BE IT RESOLVED: That the offer of settlement of John E. Rath as hereinabove set forth be and the same hereby is accepted, subject to the approval by a Justice of the Supreme Court pursuant to Section 68 of the Town Law, and it is further RESOLVED, that the Town Attorney of the Town of Southold be and he hereby is designated as the officer of the Town who shall apply for such approval pursuant to Section 68 of the Town Law, and it is further RESOLVED, that upon the approval of a Justice of the Supreme Court, the Supervisor pay to the said John E. Rath the sum of $10, 000. 00 to be paid from funds made available pursuant to the provisions of Section 68, subdivision 3 of the Town Law, in full settlement of all claims of the plaintiff upon receiving a proper release -14 - in settlement thereof and upon receiving proper deeds in recordable form from the plaintiff conveying to the Town of Southold the three parcels of real property herein- above mentioned, and it is further RESOLVED, that the Town Attorney be and he hereby is authorized and directed to execute on behalf of the Town of Southold such stipulations and other required instruments to effect the settlement and discontinuance of said causes of action by John E. Rath against the Town of Southold. Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Councilman Homan, Justice Suter, Justice Demarest. This resolution was declared duly adopted. On motion of Justice Demarest, seconded by Justice Suter, it was RESOLVED that the Town of Southold accept the lowest responsible bidder for new police cars, --,J. J. Hart's Riverhead Ford at $17,771.52 for four 1976 Ford Custom 500 four -door sedans as per specifications, with a trade-in of vehicles #847, #851, #853 and a 1970 Plymouth Furey detective car. Vote of the Town Board Ayes: Supervisor Martocchia, Councilman Rich, Councilman Homan, Justice Suter, Justice Demarest. This resolution was declared duly adopted. On motion of Councilman Homan, seconded by Councilman Rich, it was RESOLVED that the following audited bills submitted on Warrent No. 3 be and hereby are approved for payment: General bills in the amount of $38,010.04; Fishers Island Ferry District bills in the amount of $49,445.10; Highway Department bills in the amount of $23,377.36; and Special Districts Fund bills in the amount of $326.67. Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Councilman Homan, Justice Suter, Justice Demarest. This resolution was declared duly adopted. On motion of Councilman Homan, seconded by Justice Suter, it was RESOLVED accepts the bid of Aerialift Sales Inc., Ronkonkoma, N.Y. at $8,687.00 for an aerial lift and utility body - installed. Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Councilman Homan, Justice Suter, Justice Demarest. This.resolution was declared duly adopted. A , . -15- On motion of Councilman Homan, seconded by Justice Suter, it was RESOLVED that the bid of Manhasset Motors to supply Southold Town with a utility truck chasis at $4,838.00 as per specifications be and hereby is accepted. Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Councilman Homan, Justice Suter, Justice Demarest. This resolution was declared duly adopted. On motion of Councilman Homan, seconded by Justice Suter, it was RESOLVED that the bid of General Electric Supply, Hicksville, New York, be and hereby is accepted: -_ as the lowest responsible bidder, to supply the Town of Southold with horizontal burning luminaires at $70.36 each for 70 and $74.79 for 150. Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Councilman Homan, Justice Suter, Justice Demarest. This resolution was declared duly adopted. On motion of Councilman Homan, seconded by Justice Suter, it was RESOLVED that the bid of Sentry Electric Corp., Freeport, New York be and hereby is accepted as the lowest responsible bidder to supply the Town of Southold with high pressure sodium lamps at $22.96 per 70W lamp and $19.36 per 150W lamp. Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Councilman Homan, Justice Suter, Justice Demarest. This resolution was declared duly adopted. On motion of Councilman Homan, seconded by Justice Suter, it was RESOLVED that the bid of Pallen :LndustrieslncSfosset, New York be and hereby is accepted as the lowest responsible bidder to supply the Town of Southold with the installation of approximately 250 - 150 Watt high pressure sodium luminaires in conjunction with the cons- truction and maintenance of a street lighting system for the Town of Southold. Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Councilman Homap, Justice Suter, Justice Demarest. This resolution was declared duly adopted. On motion of Councilman Rich, seconded by JusticeDemarest, it was RESOLVED that there being no further business to come before this Town Board meeting, adjournment be called at 11:55 P.M. Vote of the Town Board: Ayes: Supervisor Martocchia, Councilman Rich, Councilman Homan, Justice Suter, Justice Demarest. This resolution was declared duly adopted. Judith T. Boken Town Clerk RAYMOND C. DEAN Superintendent Tviu t of "'i6out4olt Ferouir, �K- V` 11,3558 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: (2) Two new 1976 Dodge - D-800 Cab and Chassis (OR EQUAL) Vote of the Town Board: Supervisor Albert M. Martocchia (Yes) (No) Justice Louis Demarest (Yes) (No) Justice Martin Suter (Yes) (No) Couniclman James Rich, Jr. (Yes) (No) Councilman James Homan (Yes) (No) March 9, 1976 Town Clerk: Town of Southold Tel. 765-3140 734-5211 Tefun of "Sout4vib Feroldr, y. V. 11958 RAYMOND C. DEAN Superintendent ,June 30, 1976 Bid on International Series 1800 Truck was rejected because: 1. It would require extensive modification to attain necessary CA measurement. The frame would have to be cut and 12" taken out - and then it would have to be "Fish plated" 2. The drive shaft would also have to be cut and shortened. ?. The AF or end of frame behind the rear axle would have to be shortened 12" 4. This work would have to be done in a Body Shop and would be quite expensive 5. The frame is lighter by 4.04 corbined sec. modulus 6. The bodies that are intended to be used will not fit the above truck unless the above work is done. 7. The D 800 V-413 engine has a better Torque rating at slow R.P.M. 335 lb. ft @ 2000 R.P.M. vs. 336 Ib ft @ 2800 R.P.M. Tel. 765-3140 734-5211 �O CHRYSLER COLT T MULLEN MOTORS, Inc. East Main Street Telephone 765-3564 SOUTHOLD, NEW YORK 11971 DATE ` , —19�� PLEASE ENTER MY ORDER FOR ,$!4W` -t ® NEW USED AS F701 I r)W(--- MAKE MODE1`` /�C'U CO '. TYPE Y6*41EAR ENGINE NO. SERIAL NO. TO BE DELIVERED ON OR ABOUT //_ 197 6 tfJ CASH PRICE OF AR TRANSPORTATION CHARGE ACCESSORIES & EXTRA EQUIPMENT • � j TOTAL TAX F• 1 CASH DEPOSIT SUBMITTED WITH ORDER H ALLOWANCE FOR USED CAR TRADE-IN. AS APPRAISED W (t LESS BALANCE OWING TO— U CASH TO BE PAID AT TIME OF DELIVERY ) S, 3 The front and back of this Order comprise the entire agreement affecting this pure baa and no other agreement at understanding of any nature concerning same has been made or entered into• or will M recognized. I hereby eeetify that no ere has been extended to me for the purchase of this motor vehicle except as appears in writing n this face of this agreement. 1 have read the muter printed on the back hereof and agree to it as a part of this order the same as if it were printed above my signature, 1 certify that 1 am tl years of age, or older• and have acknowledge receipt of a copy of this order. � _` SIGNEDIL . 'Y': �h;'.' -•� PURCHASER r LESMAN 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: I. 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. b. 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 ntotor 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. i r " RAYMOND C. DEAN Superintendent SPECIFICATIONS: �nfi1n off. �nllihnl� CLIIltlt, C _ 17_ 19.5B (2) D-800 145" W. B. C & C - OR EQUAL: - .G. V. W. 28,000 lb. V -x+13 cu. in. engine 180 net H. P. @ 3200 R. P. M. 9,000 lb. front axle 12,000 lb. front springs 22,000 lb. 2 speed rear axle (ratio 6.50 — 8.86) 23, 000 lb. rear springs 3,000 lb. aux. rear springs 2 front tow hooks Saginaw Model 710 power steering (Integral) rront air brakes 16" x 2.5" S Can type Rear all- brakes 16.5 x 7" S Cam type er spr_ng loaded parking br >e for air brakes Fendix - Westinghouse 12 C.F.M. coLgoressor 70 -Amp hr battery 12 volt Evstem al te-na for 14" Borg & Beck clutch NP 7590 - 5 speed tra_ns*nission 43 val . ri Ehtl side Step type f ue1 tank ReJ-Pforced frame & front bumper _r1C"cased cooling Tel. 765-3140 734-5211 r 1 1 RAYMOND C. DEAN Superintendent q,itsIjf au r parfinviii ?afun of C�i-allfbala Petanit, �C_ �.4_ 1195$ Page - 2 - Con't Specifications (2) D-800 145" W.B. C & C - OR EQUAL: - Dual king size mirrors (6) 10.00 x 20 - 12 ply tires & tubes on cast spoke wheels New York State lights 2 tone paint - Town colors 2 hr. service and parts - 24 hrs. a day All metal body Approxinate deliver date Tel. 765-3140 734-5211 flll{1:tiI.F.R COLT EAST MAIN STREET SOUTHOLD, NEW YORK 11971 TELEPHONE (516) 765-3564 June 25, 1.976 Highway Department Town of Southold Peconic, N. Y. 11958 Gentlemen: We herewith submit our bid for two (2 ) NEW 1977 DODGE D-800, Cab & Chassis, trucks as per specifications attached. Our price for thetwwo trucks is as follows: $25,965.32 TWENTY-FIVE THOUSAND NINE HUNDRED SIXTY-FIVE AND 32/100 DOLLARS. Delivery ate is 120-150 days from date of order. Thank you for the opportunity to bid on these vehicles. Respectfully submitted, MULLEN MOTORS, INC. Charles J. Gri ols g Sales Representative CJG:fe encl. G ` afun of,Santholb RAYMOND C.'DEAN Tel. 765-3140 Superintendent 734-5211 SPECIFICATIONS: (2) D-800 145" W. B. C & C - OR EQUAL: - G. V. W. 28,0fb lb. V - 413 cu. in. engine 180 net H. P. @ 3200 R. P. M. 9,000 lb. front axle 12,000 lb. front springs 22,000 lb. 2 speed rear axle (ratio 6.50 - 8.86) 23,000 lb. rear springs 3,000 lb. aux. rear springs 2 front tow hooks Saginaw Model 710 power steering (Integral) Front air brakes 16" x 2.5" S Can type Rear air brakes 16.5 x 7" S Cam type Berg spring loaded parking brake for air brakes Bendix - Westinghouse 12 C.F.M. compressor 70 Amp hr battery 12 volt system 63 .Amp alternator 14" Borg & Beck clutch hP 7590 - 5 speed transmission 43 gal. right side step type fuel tank' Reinforced frame & front bumper Increased cooling afun of *4vla �eronir, fid. '�_ 11958 ' RAYMOND C. DEAN Superintendent Page - 2 - Cont Specifications (2) D-800 145" W.B. C & C - OR EQUAL: - Dual king size mirrors (6) 10.00 x 20 - 12 ply tires & tubes on cast spoke wheels New York State lights 2 tone paint - Town colors 2 hr. service and parts - 24 hrs. a day All metal body Approximate deliver date Tel. 765 - 3140 734-5211 NON --COLLUSIVE CERTIFICATION.?URSUANP 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 knovledge and belief: (1) The prioes of thio bid have been arrivod at independently without collusion, consultation, communication, or aareenont, for the purpose of restricting copetition, as to any utter relating to such prices with any other bidder or with any competitor: (2) Unless otherwise required by law, rho prioea which have bean quoted in this bid have not been knowingly di.aclosod by the bidder and will not knowingly be disclosed by the bidder prior to oponi a-, directly or indireotly, to any other bidder or to any conpotitor; (3) No attempt has been rzde or will bo rade by the bidder to induce any other person, partnership or corporation to submit or not to submit abid for the purpose of restrioting oompotition. r - � A PROPOSAL TO THE TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK, FOR THE REPLACE- MENT EPLACE- NIENT OF STREET LIGHTING EQUIPMENT IN THE TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK. The undersigned declares that he has carefully examined and fully understands the attached "Notice to Bidders", the "Speci_fications" and this form of Proposal, and that he hereby proposes to furnish all implements and incidentals and to furnish labor to do all the work required for the Replace- ment of Street Lighting Equipment in the Town of Southod, in accordance with the prices named in this Proposal, at the bidders own cost and expense, and in accordance with this Proposal and the attached "Notice to Bidders" and the "Specifications", all of which are attached hereto and form a part hereof, for the following price, to wit: 1. Removal of approximately 250 existing 400 watt MV light fixtures and install- ation of 150 Nvatt High Pressure Sodium light fixtures at a unit price of y The undersigned further agrees that within ten (10) days after notifica- tion in writing of the acceptance of this proposal, he will enter into a contract for the work and furnish suitable surety to be approved by the Town Board of the Town of Southold on an indemnifying bond for the faithful and prompt performance and completion of the -,N-ork specified in such contract in the amount of $5, 000. 00. In the default of the performance of any of these conditions on my part to be performed, the certified checkinthe amount of $500.00 1,rhich is here -- -,with deposited with the Town Board shall be paid to the To-�;n of Southold for the benefit of said Town as liquidated damages for such default; otherwise, the certified check deposited herewith N ill be returned to tr1e uncle rsi ,ned. n By submission of this bid or proposal, the bidder certifies ihat (a) This bid or proposal has been independently arrived at without collusion with any other bidder or wwith any competitor or potential competitor; (b) This bid or proposal has not been knowingly disclosed and will not be knowingly disclosed, prior to the opening of bids or proposals for this project, to any other bidder, competitor or potential competitor; (c) No attempt has been or will be made to induce any other person, partnership or corporation to submit or not to submit a bid or proposal; (d) The person signing this bid or proposal certifies that 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 resolution authorizing the execution of this certificate by the signator of this bid or proposal in behalf of the corporate bidder. Dated: Signature of Bidder Business Address of Bidder CERTIFIED COPY OF RESOLUTION AUTHORIZING THE EXECUTION OF NON -COLLUSIVE BIDDING CERTIFICATION IN BEHALF OF CORPORATE BIDDER. RESOLVED THAT (Name of Corporation) be authorized to sign and submit the bid or proposal of this corporation for the following project: Street lighting contract for Town of Southold, Suffolk County, New York, and to include in such bid or proposal the certificate as to non -collusion required by Section 103-d of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or misstate- ments in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing copy is a true and correct copy of the resolution adopted by corporation at a meeting of its Board of Directors held on the day of , 1976. Secretary (Seal of the Corporation) NOTICE TO BIDDERS NOTICE IS BER.EBY GIVEN that sealed proposals are sought and requested for doing all work necessary for the performance according to specifications of a contract -to be let by the Town Board of the Town of Southold, Suffolk County, New York for the replacement of street lighting futures and auxiliary equipment in the Town of Southold, until 3:00 P. M. on February 26, 1976 at which time they will be publicly opened and read aloud. Specifications and form of proposal can be examined and obtained at the Supervisor's Office, 16 South Street, Greenport, New York. Proposals must be made upon and in accordance with the form of proposal and specifications for said work. ditions: Proposals shall be made and will be received upon the following con- Each proposal must be accompanied by the deposit of a certified check made payable to the order of the Town of Southold in the amount of $500. 00, conditioned that if the proposal is accepted, the successful bidder will, -v ithin 10 days after notification in writing, enter into a written contract for the work and will furnish the security required for the faithful and prompt performance and completion of the work specified. All deposits except that of the successful bidder will be returned. Upon the acceptance of his bid, if the successful bidder fails to enter into a contract pursuant to the requirements of the Town Board, or fails to give the security prescribed, then the bid deposit shall be forfeited to the I Town of Southold as liquidated damages. The Town Board of the Town of Southold reserves the right to reject any and all proposals and to waive any and all informality in any proposal should it be deemed in the best interest of the Town of Southold. All proposals must be signed and enclosed in sealed envelopes plainly marked "Bid for Street Lighting" and addressed to the Town Board of the Town of Southold, 16 South Street, Greenport, New York Dated: February 10, 1976 ALBERT M. MART.00CHZA SUPERVISOR TOWN OF SOUTHOLD SPECIFICATIONS FOR THE REPLACEMENT OF LIGHTING EOUIPAIEl\TT LA THE TOWN OF SOUTBOLD, SUFFOLK COUNTY, NEW YORK. (,'FhTPP AT Under these specifications, proposals are sought for a contract for the removal of approximately 250 - 400 watt Mercury Vapor street Lighting fixtures from the brackets attached to utility poles at various locations in the Town of Southold and the installation on said brackets of 150 watt High Pressure Sodium lighting fixtures to be supplied by the Town of Southold. It shall be the duty of the bidder to ascertain the type and location of the present lighting fixtures to be removed and the type of new lighting fixtures to be installed in order to be fully aware of the work contemplated. PROPOSALS Proposals shall be in the form furnished by the Town and no other form shall be used. Each bidder will be required to submit a sealed proposal to the Town Board of the Town of Southold in accordance with the Notice to Bidders and the provisions contained herein. The prices must be type- written or written in ink on the proposed form furnished. Proposals not in accordance with the Notice to Bidders and the provisions hereof, or not on the form of proposal furnished, or containing bids not asked for, or incom- plete, may be rejected. Proposals shall be addressed to the Town Board of the Town of Southold, 16 South Street, Greenport, New York, shall be signed by the bidder, and enclosed in sealed envelopes plainly marked "Bid for Street Lighting". If required, bidders must furnish to the Town Board satisfactory evidence of the bidder's ability to perform the work contemplated. The quantity of lighting units set forth herein is not intended to indicate the exact quantities that the successful bidder must install, but is merely an estimate of the number to be inst,Mod. The Town Board of the Town of Southold, or its duly authorized agents, shall have the right to designate the number to be installed by the Contractor. BID DEPOSIT Each proposal must be accompanied by a certified check in the sum of $500. 00 drawn to the order of the Town of Southold upon a bank with offices in the State of New York, conditioned that if the proposal is accepted, the successful bidder will, within ten (10) days after notification in writing, sign a contract for the work contemplated and furnish the required security for the faithful and prompt performance of the work specified. All checks, except that of the lowest bidder, will be returned within three days after the awarding of the contract. The check of the lowest bidder will be returned within three days after the signing of the contract. In the event that the successful bidder fails or neglects to sign the contract or furnish the required security within the time specified, the bidder will be deemed to have abandoned the contract, and the certified check accompanying his proposal shall be immediately forfeited, without recourse to the Town of Southold, as liquidated damages for such failure or neglect. SECL'H,I`ry A surety company bond in the sum of $5, 000. 00 will be required, conditioned upon the faithful and prompt performance of the work, said bond to remain in force during the entire term of the contract. The surety company wril.ing said bo-nd shall be licensed to do business in the State of New York and shall be satisfactory to the Southold Town Board. Tlie bond shall be in the form approved by the town attorney. ORDER OF WORK The work which shall consist of the installation of approximately the number of lighting units- set forth on the bid form shall commence within ten (10) days after the Contractor is notified by the Town to proceed and shall proceed without delay or interruption by the Contractor with sufficient labor and :materials to enable the work to be completed within 50 working days from the date of commencement. RESPONSIBILITY OF CONTRACTOR The Contractor, during the term of the contract, shall be required at his own cost and expense to furnish and supply all manner of labor, materials, apparatus, appliances, utensils, tools, machinery, equipment and whatever else (exclusive of the light fixtures to be supplied by the Town) al may be required to perform the work and shall be solely answerable for the same and for the safe, proper and lawful construction thereof. Neither the Town nor any of its subdivisions, officers, agents or employees shall in any manner be answerable or responsible for any loss or damage that shall or may occur as a result of said work or to any part or parts thereof, or to any materials, equipment or other property that may be used or employed therein, or placed upon the ground during the progress of the work, nor shall the Town or any of its subdivisions, officers, agents or employees be in any manner answerable or responsible for any injury done or damages or compensation required to be paid under any present or P uture lavw, to any person or persons, or corporations - halever, whether employecs of the Contractor or otherwise, or for damages to any property, Whether belonging to the Town or to others, occurring during or resulting from the said work. /against all such injuries, dama;es and compensation, the Contractor shall and will properly guard. The Contractor shall also, t at all times, indemnify and save the Town and any and all of its subdivisions, officers, agents or employees harmless against all such injuries, damages and compensation arising or resulting from causes other than the Town's neglect. The Contractor shall and will, without cost or expense to the Town, and its subdivisions, officers, agents and employees defend any suit or suits which may be brought against the Town by reason of any such real or alleged injuries, damages or compensation arising or resulting from said work. Each and every employee of the Contractor and each and every of his sub -contractors engaged in the said work shall, for all purposes, be deemed and taken to be the exclusive employees and/or servants of the Contractor and not for any purpose or in any manner in the employment of the Town. The Contractor shall in no manner be relieved from responsibili or liability on account of any fault or delay in the execution of the work, or of any part thereof, by the acts or omissions of any such employee, or any such sub -contractor, or any materialmen whatsoever. COMPLLANCE WITH LAWS The Contractor and each sub -contractor or other person doing or contracting to do any work contemplated herein shall comply with all laws, ordinances and regulations in any manner affecting the work, v%thether or not such laws, ordinances or regulations are mentioned herein and shall indemnify and save the Town, its subdivisions, officers, agents and employees harmless against any claim or liability arising from or based upon the violation of any such law, ordinance or regulation. Each and every provision of law and clause required by law to be inserted in this contract shall be deemed to have been inserted herein. Without in any way limiting the foregoing provisions of this paragraph, the attention of bidders is particularly directed to the applicable provisions of Article. 8 of the Labor Law (wages, hours, statements showing amounts due 1 for wages, discrimination, preference in employment, minimum rate of wages, etc.) and Article 5-A of the General Municipal Law (Public Contracts). PERMITS AND CONSENTS The Town shall obtain, without expense to the Contractor, all licenses, I permits or consents necessary or required for the installation and connection of the lighting equipment herein provided on the property of the Long Island Lighting Company or any other utility company. Except as provided in the foregoing provisions of this paragraph, the Contractor at his own expense shall secure all necessary permits, licenses, certificates and other consents required in connection with the contemplated work. It shall be the responsib- ility of the Contractor to coordinate the work contemplated herein with the Utility companies; to notify said companies to disconnect and reconnect electric service when and where required; to remove and/or relocate utility company equipment when and where required and to cooperate with the employees of all utility companies whose services are required in the per- formance of the work contemplated herein. «'ORKMENS COMPENSATION The Contractor shall, pursuant to the Workmen's Compensation Law , of the State of New York, secure the payment of compensation for the benefit I of 211 employees Mao may be injured or suffer disability in the t�,ork con- templated herein, and for the benefit of the dependents of such employees. { In the evens: of the failure of the Contractor to secure such compensation, or in the event of the failure to continue to provide such compensation during the term of the contract, the same shall be and become void and of no effect, alld w the Contractor shall forfeit to the Town all payments to be made under the contract and the value of all work and materials supplied. Certificates of such insurance shall be filed with the Town Clerk. LIABILITY INSURANCE The Contractor, during the term of the contract, shall provide liability insurance to be written by an insurance company authorized to do business in the State of New York and approved by the Town, such policies to be in an amount of not less than $300, 000 with respect to claims arising out of any one accident resulting in bodily injury to or death of any one person, and in amounts of not less than $500, 000 with respect to claims arising out of any one accident resulting in bodily injury to or death of more than one person, and in an amount of not less than $50, 000 against claims arising out of any one accident resulting in property damage, all protecting. the Town and the Contractor against injuries or damage to persons or property caused by or resulting from the execution of the work or in consequence of any improper materials, implements, equipment or labor used therein, or due to any act, omission or neglect of the Contractor or his agents and employees therein. Certificates of such insurance shall be filed with the Town Clerk. EQUIPMENT AND WORKMEN In the performance of the work contemplated 'herein, the Contractor shall eng5age such number of lv,,ork- nen qualified by training and experience tc perform. the required work and shall provide suitable tools, materials and equipment for the proper execution of the work. The Contractor shall provide a superintendent or representative qualified to supervise and direct the work. Such person or persons shall be available at all tunes to receive and carry out the orc'ers of the Town with respect to the work �I PAYMENTS Payments for the work contemplated shall be made to the Contractor by the Town in monthly installments. On or before the 5th day of each month the Contractor shall render -a statement to the Town Clerk of the amount due the Contractor for the preceding calendar month which shall contain such details and be in such form as the Town Clerk shall prescribe. The 'Town Clerk shall examine the same and if found correct she shall present the same at the next audit meeting of the Town Board. After approval at such audit meeting, the claim shall be paid by the Supervisor within 5 days there- after. Dated: February 10, 1976. ALBERT M. MAR.TOCCHIA SUPERVISOR TOWN OF SOUTBOLD ti • PROPOSAL TO THE TOWN OF SOUTHOLD FOR STREET LIGHTING FIXTURES, BRACKETS AND LAMPS FOR THE TOWN OF SOUTHOLD The undersigned delcares that he has carefully examined and fully understands the attached "Notice to Bidders", "Specifications" and this form of Proposal and that he hereby proposes to furnish all the Lighting Fixtures, Brackets and Lamps required by the Town of Southold during the period of six months from the date of acceptance of this Bid at the following unit prices, all in accordance with the bid documents, to wit: Item Unit Price 1. Horizontal Burning Luminaires - 70 Watt $ 2. Horizontal Burning Luminaires - 150 Watt $ 3. Lamps - 70 Watt $ 4. Lamps - 150 Watt $ 5. Brackets $ 6. The above items shall be delivered to the Town within days after ordered by the Town. The undersigned further agrees that within 10 days after notification in writing of the acceptance of this proposal, he will enter into a written con- tract to furnish the equipment specified herein. In default of the performance of any of the conditions on the bidder's part to be performed, the certified check in the amount of $500. 00 which is herewith deposited with the Town shall be paid to the Town of Southold as liquidated damages for such default, otherwise said check shall be returned to the undersigned. The uipdersigned further submits herewith a properly executed non- collusive bidding certificate and (if a corporate bidder) a certified copy of a resolution authorizing the execution of such certificate. D ate d: Signature of Bidder Business Address of Bidder 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 I with any other bidder or with any competitor or potential competitor; (b) This bid or proposal has not been knowingly disclosed and will not be knowingly disclosed, prior to the opening of bids or proposals for this project, to any other bidder, competitor or potential competitor; (c) No attempt has been or will be made to induce any other person, partnership or corporation to submit or not to submit a bid or proposal; (d) The person signing this bid or proposal certifies that he has full -y 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 resolution authorizing the execution of this certificate by the signator of this bid or proposal in behalf of the corporate bidder. Dated:---- Signature of Bidder Business Address of Bidder CERTIFIED COPY OF RESOLUTION AUTHORIZING THE EXECUTION OF NON -COLLUSIVE BIDDING CERTIFICATION IN BEHALF OF CORPORATE BIDDER RESOLVED THAT (Name of Corporation) be authorized to sign and submit the bid or proposal of this corporation for the following project: For the furnishing of Street Lighting Fixtures, Brackets and Lamps to the Town of Southold, Suffolk County, New York, and to include in such bid or proposal the certificate as to non -collusion required by Section 103-d of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or misstatements in such certificate this corporate bidder shall be liable under the penalties of perjury. by The foregoing copy is a true and correct copy of the resolution adopted corporation at a meeting of its Board of Directors held on the day of , 1976. Secretary (Seal of the Corporation) NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that sealed proposals are sought and requested for furnishing Street Lighting Fixtures, Brackets and Lamps to the Town of Southold. Bids will be received until 3:00 P.M. on the 26th day of February, 1976 at which time they will be publicly opened and read aloud. Specifications and form of proposal may be obtained at the Supervisor'; Office, 16 South Street, Greenport, New York. Proposals must be made upon and in accordance with the form of proposal and the Specifications therefor. Each proposal must be accompanied by the deposit of a certified check made payable to the order of the Town of Southold in the amount of $500. 00 conditioned that if the proposal is accepted, the successful bidder will, within 10 days after notification in writing, enter into a contract to furnish said equipment as and when ordered by the Town. All deposits except that of the successful bidder will be returned. Upon the acceptance of his bid, if the successful bidder fails to enter into a contract pursuant to the requirements of the Town Board, then the bid deposit shall be forfeited to the Town of Southold as liquidated damages. The Town Board of the Town of Southold reserves the right to reject any and all proposals and to waive any and all informality in any proposal should it be deemed in the best interest of the Town of Southold. All proposals must be signed and enclosed in sealed envelopes plainly marked "Bid for Street Lighting Equipment" and addressed to the Town Board of the Town of Southold, 16 South Street, Greenport, New York. Dated: February 10, 1976. TOWN BOARD OF THE TOWN OF SOUTHOLD SUFFOLK COUNTY, -NEW YORK .SPECIFICATIONS FOR STREET LIGHTING FIXTURES, BRACKETS AND LAMS FOR TOWN OF SOUTHOLD GENERAL Under these specifications bids are sought by the Town of Southold for the purchase of Street Lighting Fixtures, Brackets and Lamps to be- used in conjunction with the replacement of a portion of the present street lighting equipment in the Town of Southold with 70 watt and 150 watt High Pressure Sodium Lamps (HPS). It is the intention of the Town to purchase and install approximately 250 - 70 watt lamps and brackets, and 250 - 150 watt HPS lamps on existing brackets over a period of six months from the date of acceptance of a bid. Accordingly, bids are sought herein for the unit prices of the various items specified herein, it being understood that the Town is not obligated to pur- chase the actual number of items set forth above, but only such number thereof actually ordered by the Town from time to time for its requirements for a period of six months from the date of acceptance of the bid. Bids shall not include sales or other taxes from which the Town of Southold is exempt. Each bidder shall be required to guarantee the equipment furnished by him against defective workmanship or i-naterials for a period of one ,gear from the date of delivery thereof. Each bidder must submit with his bid a properly executed non- collusive bidding certificate on the form attached to the bid form. Each bid must be submitted on the bid form :supplied by the Town. 1,',ach biddcr must specify the number of days within NvIlich delivery of the equipment will be made after the sanie is ordered. The bid price shall include the cost of delivery of the equipment to the Town Highway Department at Peconic, Nc%v York. Payment for the equipment shall be made by the Town within 30 days after each delivery to the Town. Each bid shall be accompanied by a certified check made payable to the Town of Southold in the amount of $500. 00, conditioned that if the bid is accepted, the successful bidder will, within 10 days after notification in writing, enter into a written contract to furnish the equipment specified. All bids must be signed and enclosed in sealed envelopes plainly marked "Bid for Street Lighting Equipment" and addressed to the Supervisor of the Town of Southold, 16 South Street, Greenport, New York 11944. SPECIFICATIONS I. HORIZONTAL BURNING LUMINAIRES The Luminaire shall be a General Electric Company Type M250A Powr/Door (or equal). It shall be precision diecast aluminum and is to be furnished complete with Powr/Module assembly to which are mounted the major electrical components for multiple operation including ballast and capacitors. Access to the terminal board and ballast assembly shall be accomplished by the loosening of a single captive screw on the power door. The Luminaire shall contain an internal high power factor reactor ballast rated 120V. The ballast shall be prewired to the lamp socket and terminal board, requiring only connection of the power -supply leads to the terminal board. The entire Powr/Module assembly shall be quickly and easily removable and replaceable through the use of quick -disconnect plugs. The Luminaire shall contain a locking type photoelectric receptacle conforming to EEI-NEMA standards. The receptacle shall be prewired to the terminal boards and quick -disconnect plugs. The optical assembly shall contain an activated -charcoal filter to filter out contaminants in the air as the Lumi- naire breathes. The prismatic refractor shall be of glass and shall be easily removable by unlatching the refractor door and turning a single refractor -holding clip. The slipfitter shall be capable of adapting to 1-1/4" thru 2" pipe size mounting brackets without the need of separate mounting ,parts or rearrangement of mounting components. Leveling and clamping of the Luminaire to the bracket shall be accomplished by the tightening of two bolts accessible both externally and internally. The reflector shall be secured to the upper housing and shall contain an EPT rubber gasket for sealing between the reflector and refractor. The socket housing shall be securely riveted and sealed to the reflector and shall contain provision for setting the socket in up to twelve positions. The horizontal burning Luminaires shall be provided to operate 70 Watt and 150 Watt High Pressure Sodium Lamps similar to General Electric Lucalox. For standardization, the ballasts shall be designed to operate 55V. Lucalox type lamps. The fixtures supplied shall conform to the following: A. 70 Watt - General Electric Cat. #C728G639 (or equal) IES Type MSII Light distribution. Maximum Line Wattage - 82 Watts. B. 150 Watt - General Electric Cat. #728G607 (or equal) IES Type MSII Light distribution. Maximum Line Wattage - 171 Watts. The above Luminaires shall have a maximum weight of 27 lbs. and a side effective projected area of . 7 square feet. II. LAMPS For standardization, the high pressure sodium lamps shall be of the 55V. design and shall be equal in all respect to General Electric Lucalox. The requirements are as follows: Wattage Lamp Initial Lumens Rated Life 70W LU70/13D or BU 5,800 12, 000 hrs. 150 W LU150/BD or BU 16,000 16, 000 hrs. III. BRACKETS The mounting bracket shall be a General Electric Co. Cat. #C623G003 (or equal). It shall be suitable for mounting on wood poles of from 6 to 12 inches in diameter. The bracket arm shall be fabricated from seamless aluminum tube and shall be tapered and elliptical. The arm shall have a nominal length of 6 feet with a rise of 2 feet. The lag screws and thru bolt required to mount brackets shall not be included in the bid. Dated: February 10, 1976. ALBERT M. MARTOCCHIA SUPERVISOR TOWN OF SOUTHOLD 400a:01p- V, g k F RICE L: UU TA110N AERIALIFT SALES, 50-37 34TH STREET LONG ISLAND CITY, N.Y. 11101 212-766-2215 Town of Southold Dept. of Highways Southold Long Island, N.Y. INC. 101 HAWKINS AVENUE LAKE RONKONKOMA, N.Y. 11779 516-242-4044 4ERE IS OUR QUOTATION ON THE GOODS NAMED,SUBJECT TO THE CONDITIONS NOTED: :ONDITIONS: The prices and terms on this quotation are not subject to verbal changes or other agreements unless approved in writing by the Home Office of tire- Seller. 411 quotations and egrecments are contingent upon strikes, accidents, fires, availability of materials and all other causes beyond our control. Prices oTe bcseci on costs and onditions existing on date of quotation and are subject to change by the Seller before final acceptance. Typographical and stenographic errors subject to correction. Purchaser agrees to accept either overage or shortage not in excess of ten percent to be charged for pro -rata. 'urchoser assumes liability for patent and copyright infringement when goods are mode to Purchaser's specifications. When quotation specifies material to be furnished by the i1chaser, ample allowance must be made for reasonable spoilage and moterial nist be of suitoble quality to facilitate efficient production. Conditions not specifically stated herein shall be governed by established erode customs. Terms inconsistent with those stated herein which may appear on P.,chaser's ;r.T,ol order will not be binding on the Seller. Ei ;em # 1. 2. 3. 4. 5. 6. 7. Dur -A -Lift Model #DFSL-32 as per the attached specifications, complete with freight, installati n, torsion bar and unit ............................. ......... Low Silhouette - 9' Morrison Utility Body - Model #ML1080, for mounting onto a 10,000# GVW cab and chassis with a 60" C.A., complete with diamond plate step bumper, recessed lights, painting & installation......................................00.00.... AVAILABLE OPTIONS FOR DUR-A-LIFT MODEL #DFSL-32 Fully enclosed bucket in lieu of side access buck Access ladder for entry into fully enclosed bucke Bucket liner Non-skid polyethylene scuff pads for bucket liner EZ step, for bucket equipped with liner Bucket cover - polyethylene coated canvas with elastic band Air lines plumbed from bucket to pedestal base for connection to auxillary compressor to operate air tools - 13 00 0,0.;meg 8o d, Inc., Bo. 505, CO., Teas QUOTE VALID FOR 30 DAYS. BY $7,194.00 $1,297.00 Prices ati time of e ivery 50.00 90.00 210.00 50.00 65.00 25.00 200.00 =-L DATE Pease indicate this r­mber N O 00125q 1/14/76 Y hen cirderiing YOUR INQUIRY DATED TERMS 1/9/79 D.O.D. _ PROPOSED SHIPPING DATE To BE SHIPPED VIA 30-45 Days R.O. our own descretion , SALESMAN e.O.E.O O oma,,PD. G) COLI. J. S. New York 4ERE IS OUR QUOTATION ON THE GOODS NAMED,SUBJECT TO THE CONDITIONS NOTED: :ONDITIONS: The prices and terms on this quotation are not subject to verbal changes or other agreements unless approved in writing by the Home Office of tire- Seller. 411 quotations and egrecments are contingent upon strikes, accidents, fires, availability of materials and all other causes beyond our control. Prices oTe bcseci on costs and onditions existing on date of quotation and are subject to change by the Seller before final acceptance. Typographical and stenographic errors subject to correction. Purchaser agrees to accept either overage or shortage not in excess of ten percent to be charged for pro -rata. 'urchoser assumes liability for patent and copyright infringement when goods are mode to Purchaser's specifications. When quotation specifies material to be furnished by the i1chaser, ample allowance must be made for reasonable spoilage and moterial nist be of suitoble quality to facilitate efficient production. Conditions not specifically stated herein shall be governed by established erode customs. Terms inconsistent with those stated herein which may appear on P.,chaser's ;r.T,ol order will not be binding on the Seller. Ei ;em # 1. 2. 3. 4. 5. 6. 7. Dur -A -Lift Model #DFSL-32 as per the attached specifications, complete with freight, installati n, torsion bar and unit ............................. ......... Low Silhouette - 9' Morrison Utility Body - Model #ML1080, for mounting onto a 10,000# GVW cab and chassis with a 60" C.A., complete with diamond plate step bumper, recessed lights, painting & installation......................................00.00.... AVAILABLE OPTIONS FOR DUR-A-LIFT MODEL #DFSL-32 Fully enclosed bucket in lieu of side access buck Access ladder for entry into fully enclosed bucke Bucket liner Non-skid polyethylene scuff pads for bucket liner EZ step, for bucket equipped with liner Bucket cover - polyethylene coated canvas with elastic band Air lines plumbed from bucket to pedestal base for connection to auxillary compressor to operate air tools - 13 00 0,0.;meg 8o d, Inc., Bo. 505, CO., Teas QUOTE VALID FOR 30 DAYS. BY $7,194.00 $1,297.00 Prices ati time of e ivery 50.00 90.00 210.00 50.00 65.00 25.00 200.00 �.r SPECIFICATIONS FOR ONE MAN TRUCK MOUNT.ED.AERIAL .. PERSONNEL.LIFT TOWN OF SOUTHOLD I;.I.N.Y. DFSL-32 PAGE 1 of 3 EQUIPMENT: A Totally self-contained, articulating type, one man personnel bucket lift electro -hydraulic powered and operated from the bucket. Bucket stows at the rear of the truck during transport. LOAD CAPACITY: 300 pounds at all configurations on standard mount vehicle. With a 150% safety factor. MAXIMUM PLATFORM HEIGHT: 27' ground to bottom of bucket on a 36" high bed. MAXIMUM SIDE REACH: 14' from center of mount @ 132' platform r height. POWER SOURCE: Two 12 -volt D.C. Motors with a battery pack con- sisting of two 6 -volt 185 amp batteries in series. The battery pack is paralleled to the vehicle electrical system for recharging. Both motors are controlled by the operator in the bucket for two speed operation of the booms and rotation. HYDRAULIC SYSTEM: Precision built gear pump with built-in relief valve. Fluid is distributed by an open spool valve bank so there is no lost power when bucket is not being moved. Holding valves are mounted directly to each cylinder to prevent load from running ahead of oil supply. Cylinder locks in positive position in case of line failure and permits smooth movements, relieves excessive pressure caused by thermal expansion, and provides manual release for lowering loads through bias spring adjustmel�t. Dimensions/Rating nominal: Maximum variance + or - 2% PAGE 2 of 3 HYDRAULIC PRESSURES: Maximum operating pressure - 1400 pounds Maximum pump output - 2500 pounds Relief valves set at - 1500 pounds Hydraulic cylinders are tested at 2800 pounds HYDRAULIC LIFT CYLINDERS: Heavy duty "welded" with threaded end caps for maximum safety. Piston material is No. 3 Zamak with neoprene o -rings and back up washers made of hard nitrile material. Piston shaft has highly polished chrome finish. LOWER BOOM: 5" x 7" high strength rectangular steel tubing totally enclosed with heavy duty bearing blocks. UPPER BOOM: 5" x 7" high streng�h,xectangular steel tubing with the last 6' of rectangular fiberglass tubing with a 3/4" wall thickness. FIBERGLASS BOOM SECTION: Each unit is tested to 100,000 volts using a certified Peschel Model# K100- 5ANSI Test Set and procedures established by the Peschel Testing Laboratory. BUCKET: Molded fiberglass with removable tray. The dimensions are 24" x 24 x 45" depth molded to brace arm with one inch spindle for side mounting. Entry hole is parallel to the booms on the drivers side of truck. BUCKET LEVELING: Hydraulic Self -Leveling. CONTROLS: Three spring loaded double-throw/double post/center off switches operated by fiberglass rods through glass section of boom. A second set of controls, with safety overide mounted at the base of unit. Operator at bucket has full control of all functions' including the selection of either the high or low speed pump motor. ROTATION: A direct worm drive rotation mechanism with needle bearing for smooth operation, powered by hydraulic motor. The rotation is 360°. STABILIZATION: A stabilizing torsion bar is provided for at- taching to the rear axle and chassis of the mount vehicle. Torsion Bar Stabilizer elim- inates the need for Torsion Outriggers. MOUNTING: The unit mounts with four bolts directly to the chassis of the mount vehicle or to a mounting fixture attached to the chassis of the mount vehicle. PAGE 3 of 3 BOOM REST: I's provided with the unit. TRAVELING HEIGHT: 8' when mounted on a 3/4 ton chassis. SAFETY: This unit is designed to meet the federal safety standards as outlined by the Williams -Steiger Occupational Safety and Health Act of 1970 (O.S.H.A.) as we interpret. / TRUC+_ DFSL-32 mo is on a 7 500# GVx % c -up ruck with a 7" C� A 1 Amp Alt ator Iso re, u red. Sore Desi optio s o ,'e- 1! Wesfirr/ors, //Yf � ruck lis equipped wit , til',ty Body 2� uges! / Leavy Du y cooiA g for to is trans - m' sion, if truck is so equipped 4. Front Stabilizer Bar G 0y� vk V ' DODGE D-300-135" W. B., V318 cu.in Engine Freight 10,000 G. V. W. pkg. Oil Pressure gauge All other indicators are gauges Power Steering Automatic Transmission H. D. Shock Absorbers frt. & rear Front Stabilizer bar H. D. Front Springs H. D. Rear Springs H. D. Rear Auxiliary Spring (900 lb.) 63 Amp alternator 70 Amp hr. battery Aux Oil Cooler for transmission 2 Tone paint scheme Will deliver above truck for $4988.84 This is a duel rear wheel vehicle V-8 - 360 cu in is $65.80 more 4238.00 210.00 366.18 10.20 163.20 305.30 38.20 21.10 10.00 35.30 48.85 .38.05 22,00 54.30 51.15 5611.83 SPECIFICATIONS FOR UTILITY CHASSIS ONE (1) DODGE D-300 - 135" W.B., V318 cu. in. engine or EQUAL 10,000 G.V.W. pkg OIL PRESSURE GAUGE ALL OTHER INDICATORS ARE GAUGES AUTOMATIC TRANSMISSION H.D. SHOCK ABSORBERS (front and rear) FRONT STABILIZER BAR H.D. FRONT SPRINGS H.D. REAR SPRINGS H.D. REAR AUXILIARY SPRINGS (900 lbs.) 63 AMP ALTERNATOR 70 AMP HR. BATTERY STRAIGHT FRAME THIS IS A DUAL REAR WHEEL VEHICLE SOUTHOLD TOWN HIGHWAY 2 TONE PAINT SCHEME (To£nn of'Sou#holb Feronir, c%K- 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 (1) One Dodge D-300 - 135" W.B., V318 cu. in. Engine, or EQUAL. 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 20, 1976 Town Clerk: Town of Southold Tel. 765-3140 734-5211 -PROPOSAL TO THE TOWN OF SOUTBOLD FOR UTILITY CHASSIS TRUCK VEHICLE, 13TILITY BODY AND ONE-MAN TRUCK JAOUNTED AERIAL PERSONNEL LIFT: The -undersigned declares that he leas carefully examined and fully understands the attached "Notice to Bidders", "Specifications" and this form of Proposal and that he hereby proposes to furnish all required equipment, R - material and labor required in accordance- with this Proposal and the documents attached hereto for the following prices, to wit: (bidders may bid on one or more of the following items) I. 'Utility Chassis Truck in conformity with attached documents at a total price of Delivery date II. One-man truck mounted aerial personnel lift and utility body all to be installed on the specified truck chassis in conformity with attached documents at a total price of Delivery date II1.Utility chassis truck together with aerial personnel lift and utility body installed thereon all in conformity with attached documents at a total price of Delivery date The undersigned further agrees that within 10 days after notification in writing of the acceptance of this proposal, he will enter into a written con- tract, for the work and equipment specified herein. In default of the performance of any of the conditions on the bidder's part to be performed, the certified check in the amount of $ (being 5°'0 of the total bid price) which is herewith deposited with the Town shall be =1 paid to the Town of Southold as liquidated damages for such default, other- -wise said check shall be returned to the undersigned. The undersigned further submits herewith -a properly executed non- collusive bidding certificate and (if a corporate -bidder) a certified copy of a resolution authorizing the execution of such certificate. Dated:--------- - Signature of Bidder T - Business Address .of Bidder NON -COLLUSIVE BIDDING CERTIFICATE By submission of this bid or proposal, the bidder certifies that: (a) This bid or proposal has been independently arrived at without collusion with any other bidder or with any competitor or potential competitor; (b) This bid or proposal has not been 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 signing in its behalf; (e) That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signator of this bid or proposal in behalf of the corporate bidder_ Dated: -------- Signature of Bidder Business Address of Bidder CERTIFIED COPY OF RESOLUTION AUTHORIZING THE EXECUTION OF NON -COLLUSIVE BIDDING CERTIFICATION IN BEHALF OF CORPORATE BIDDER RESOLVED THAT (Name of Corporation), be authorized to sign and submit the bid or proposal of this corporation for the following project: For the furnishing of a new Utility Chassis truck vehicle, a new one -man -truck mounted aerial personnel lift and -utility body to the Town of Southold, Suffolk County, New York, and to include in such bid or proposal the certificate as to non -collusion required by Section 103-d of the General Municipal Lain as the act and deed of such corporation, and for any inaccuracies or misstatements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing copy is a true and correct copy of the resolution adopted by corporation at a meeting of its Board of Directors held on the day of , 1976. Secretary (Seal of the Corporation) NOTICE TO BIDDERS NOTICE IS BEREBY GIVEN that sealed proposals are sought and (requested for furnisYing to the Town of Southold of a new Utility Chassis truck vehicle, a new one-man truck mounted aerial personnel lift and -utility body. Bids will be received until 3:00 P.M. on the 26th day of Februar_v„ 1976 at which time they will be publicly opened and read aloud. Specifications and form of proposal may be obtained at the Supervisor's Office, 16 South Street, Greenport, New York. Proposals must be made upon and in accordance with the form of proposal and the Specifications therefor. Each proposal must be accompanied by the deposit of a certified check. made payable to the order of the Town of Southold in the amount of 5% of the bid prices conditioned that if the proposal is accepted, the successful bidder will, within 10 days after notification in writing, enter into a contract to furnish said equipment. All deposits except that of the successful bidder will be returned. Upon the acceptance of his bid, if the successful bidder fails to enter into a contract pursuant to the requirements of the Town Board, or fails to give the security -prescribed, then the bid deposit shall be forfeited to the Town of Southold as liquidated damages. The Town Board of the Town of Southold reserves the right to reject any and all proposals and to waive any and all informality in any proposal should it be deemed in the best interest of the Town of Southold. All proposals must be.signed and enclosed in sealed envelopes plainly arked "Bid for Utility Truck and Equipment" and addressed to the Town oard of the Town of Southold, 16 South Street, Greenport, New York ated: February 10, 1976 TOWN BOARD OF THE TOWN OF SOUTIIO SUFFOLK COUNTY, NEW YORK 0 SPECIFICATION FOR UTILITY CHASSIS TRUCK VEHICLE, UTILITY BODY AND ONE-MAN TRUCK MOUNTED AERIAL PERSONNEL LIFT i. -GENERAL Under these specifications the Town of Southold requests proposals to furnish to the Town of Southold a new 1976 Utility Chassis truck vehicle, a utility type body and a new one-man truck mounted aerial personnel lift to be installed on said -utility vehicle including the' performance of all work and the furnishing of all materials and equipment to install said lift on said vehicle. II. ALTERNATIVE PROPOSALS The items for which proposals are sought have been divided into three separate items and bidders shall have the opportunity to submit proposals for one or more of the three separate items. III. SPECIFICATIONS FOR UTILITY CHASSIS One (1) Dodge D-300 - 135" W. B. , V318 cu. in. enginelor equal) 10, 000 G. V. W. pkg Oil Pressure Gauge All other indicators to be gauges Power Steering Automatic Transmission with heavy duty cooling H. D. Shock Absorbers (front and rear) Front Stabilizer Bar H. D. Front Springs H. D. Rear Springs H. D. Rear Auxiliary Springs (900 lbs.) 63 AMP Alternator 70 AMP HR. Battery ' Straight Frame Dual Rear Wheels with a 60" C. A. Southold Town Highway Two Tone Paint Scheme Vest Coast Mirrors Left and Right IV. SPECIFICATIONS FOR ONE-MAN AERIAL PERSONNEL LIFT AND UTILITY BODY A. PERSONNEL LIFT EQUIPMENT: Dur -A -Lift Model #DFSL-32 (or equal), totally self-containe articulating type, one man personnel bucket -lift electro- hydraulic powered and operated from the bucket. Bucket shall stow at the rear of the truck during transport, to confor to the following requirements. LOAD CAPACITY: 300 pounds at all con.figuations on sta_rrdard mount vehicle. With a 15076 safety factor. MAXIMUM PLATFORM HEIGHT: 271 ground to bottom of bucket on -a 36" high bed. MAXIMUM SIDE REACH: 1.41 from center of mount @ 13-1/2 1 platform height. POWER SOURCE: Two 12 -volt D. C. Motors with a battery pack consisting of two 6 -volt 185 amp batteries in series. The battery pack shall be paralleled to the vehicle electrical system for re- charging. Both motors to be controlled by the operator in the bucket for two speed operation of the booms and rotation. HYDRAULIC SYSTEM: Precision built gear pump with built-in relief valve. Fluid to be distributed by an open spool valve bank so there is no lost power when bucket is not being moved. , - Holding valves to be mounted directly to each cylinder to prevent load from running ahead of oil supply. Cylinder locks in tositive position in case of line failure to permit smooth movements, to relieve excessive pressure caused by thermal expansion, and to provide manual release for lowering loads through bias spring adjustment. Dimensions/Rating nominal: Maximum variance -1 216. HYDRAULIC PRESSURES: Maximum operating pressure - 1400 pounds Maximum pump output - 2500 pounds Relief valves set at - 1500 poulid3 Hydraulic cylinders to be tested at 2800 pounds. A HYDRAULIC LIFT CYLINDERS: Heavy duty "welded" -with threaded end caps for maximum safety. Piston material to be No. 3 Zamak with neoprene o -rings and back up -washers made of -bard nitrile material. Piston shaft to be highly polished chrome finish. LOWER BOOM: 5" x 7" high strength rectangular steel tubing totally enclosed with heavy duty bearing blocks. UPPER BOOM: 5" x 7" high strength rectangular steel tubing with the last 6' being of rectangular fiberglass tubing with a 3/4" -all thickness. FIBERGLASS BOOM SECTION: Each unit to be tested to 100, 000 volts using a certified Peschel Model fiK100-5ANSI Test Set and procedures established by the Peschel Testing Laboratory. BUCKET: Molded fiberglass with removable tray. The dimensions to be 24" x 24" x 45" depth mold --d to brace arm with one inch spindle for side mounting. Entry hole to be parallel to the booms on the drivers side of truck. BUCKET LEVELING: Hydraulic Self -Leveling. CONTROLS: Three spring loaded double- throw/double post/ center off switches operated by fiberglass rods through glass section of boom, together with a second set of controls, with safety overide mounted at the base of unit. Operator at bucket shall -have full control of all functions including the selection of either the high or low speed pump motor. ROTATION: Direct worm drive rotation mechanism with needle bearing for smooth operation, powered by hydraulic motor. The rotation to be' 360°. STABILIZATION: A stabilizing torsion bar is to be provided for attaching to the rear axle and chasses of the mount vehicle, to eliminate the need for Torsion Outriggers. MOUNTING: The unit to be mounted with four bolts directly to the chassis Of the mount vehicle or to a mounting fixture to be attached to the chasses of the mount vehicle. AUXILIARY HOOK-UP:Air..-flfiies-p iimbed from the bucket to pedestal base shall be installed for connection to auxiliary compressor to operate air tools. BOOM REST: To be provided with the unit. `I'R.AVELING HEIGHT: 8' when mounted on a 3/4 ton chassis. SAFETY: Unit shall be designed to meet the federal safety standards- as outlined by the Williams -Steiger Occupational Safety and Health Act of 1970 (O. S. I1. A.). �1 INSTALLATION: The bidder shall be required to provide all materials, equipment and labor required to install the lift as specified upon the utility chassis specified in paragraph III hereof including transportation to and from the bidder's shop and delivery to the Southold Town Highway Department at Peconic, New York. B. SPECIFICATIONS FOR UTILITY BODY Low Silhouette - 9' Morrison Utility Body Model ,AML 1080 (or equal) to be mounted onto the chassis specified in paragraph III hereof, complete with diamond plate step bumper, recessed lights, installation including Southold Town Highway painting and transportation to and from bidder's shop and delivery to the Southold Town Highway Department at Peconic, New York. V. OTHER CONDITIONS AND REQUIREMENTS (a) Proposals shall -not include sales and other taxes from which the Town of Southold is exempt. (b) Warranty - each bidder shall be required to guarantee the equip- ment furnished by him for a period of one year against defective workmanship or materials. (c) Each bidder must submit with his proposal a properly executed non -collusive bidding certificate in the form attached to the proposal. (d) Each bidder must specify the delivery date of the equipment bid upon. (e) Payment will be made to each bidder whose proposal is accepted within 30 days of delivery of equipment to and acceptance by the Town of Southold of the same. (f) Successful bidders shall be required to enter into a written con- tract conforming to the bidding documents within 10 days of the acceptance of his bid by the Town. Dated: February 10 , 1976 TOWN OF SOUTHOLD BY ALBERT M. MARTOCCHIA SUPERVISOR i SPECIFICATION FOR UTILITY CHASSIS TRUCK VEHICLE, UTILITY BODY AND ONE-MAN TRUCK MOUNTED AERIAL PERSONNEL LIFT . I. GENERAL Under these specifications the Town of Southold requests proposals to furnish to the Town of Southold a new 1976 Utility Chassis truck vehicle, a utility type body and a new one-man truck mounted aerial personnel lift to be installed on said utility vehicle including the performance of all work and the furnishing of all materials and equipment to install said lift on said vehicle. II. ALTERNATIVE PROPOSALS The items for which proposals are sought have been divided into three separate items and bidders shall have the opportunity to submit proposals for one or more of the three separate items. III. SPECIFICATIONS FOR UTILITY CHASSIS One (1) Dodge D-300 - 135" W. B., V318 cu. in. engine (or equal) 10, 000 G. V. W. pkg Oil Pressure Gauge All other indicators to be gauges Power Steering Automatic Transmission with heavy duty cooling H. D. Shock Absorbers (front and rear) Front Stabilizer Bar H.D. Front Springs H. D. Rear Springs H. D. Rear Auxiliary Springs (900 lbs.) 63 AMP Alternator 70 AMP HR. Battery C, Straight Frame RAYMOND C. DEAN Superintendent �t$���� �e�ttxt�rtexct Prank, N- V- 11955 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: (1) ONE 1975 USED F-350 FORD TRUCK - OR EQUAL 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) July 13, 1976 Town Clerk: Town of Southold Tel. 765-3140 734-5211 MV -901 (5/74) STATE OF NEW YORK - DEPARTMENT OF MOTOR VEHICLES NOTICE OF RECORDED LIEN LONG ISLAND TRUST GO 1415 KELLUM PL GARDEN CITY NY 11530 Vehicle I.D. Number F37YEV63895 Year Make 1975 FORD 1 10000 GAS 8 DUMP GR Weight Fuel Cyl. Body Type Color Owner: If you have moved and have not yet notified this Department of your new address, cross out the address shown and print your new address in its place. OWNER FORMER OWNER SOUTHOLD HIGHWAY DEPT TOWN PECCNIC LA PECCNIC NY 11958 ADDITIONAL LIENHOLDERS_ The following information applies only to the lientiolder showrt• in the box above. Our security interest in the vehicle described In this notice 7T has been satisfied. ❑We have assumed ownership of this vehicle. Weare transferring ownership to: We have assigned our security interest in this vehicle to: Name Date of Assignment No. and Street City _ Tte ZIP 11/23/76 Au h e ig ure ate R. Klein, Asst. Secre_ary If you are the owner named on this notice, mail this notice and your certificate of title to: DEPARTMENT OF MOTOR VEHICLES, TITLE BUREAU, EMPIRE STATE PLAZA, ALBANY, NEW YORK 12228. 00673 100476 A NEW TITLE WILL BE MAILED TO YOU AT NO CHARGE. &RgIlfi,a) plopartment ` 011111 of "-5oiitllolb PPtonit, N -V_ 11958 RAYMOND C. DEAN Superintendent Tei. 765-3140 734-5211 November 16, 1976 New York Department of Motor Vehicles, Title Bureau Empire State Plaza Albany, New York 12228 Dear Sir: As per the instructions of Long Island Trust Co., we herewith enclosed a Statement issued in Lieu of Lost MV -901 along with the Certificate of Title. We purchased this vehicle and there is no lein on our part. Please issue to us the clear,Certif-icate of Title. Very truly yours, ZZO"ND-C. DEAN Supt of Highways eEPa: Ttnr o = a,Ao ru cf ;!%ti I iii rihnlc�ar;li C141�'i 1.1'Ilti 7i MASS, „�; n�E7 rc ,I, .^",pr, , n n u nnnrntlrirWldjln11LL,1�i1N1�.FNNN�,NahlWri��pindlianwilHuw +ktl�:FWATMluI�anYklatWnVulafkq Long Island Trust Company Print or type all information on this form BORROWER'S LAST NAMF. FIRST M.1. Larsen Peder STREET ADDRESS 71.E B S Midway Rd. CITY STATE ZIP CODE Shelter Island NY 11964 LIENHOLDER'S NAME LONG ISLAND TRUST COMPANY STREET ADDRESS 1415 KELLUM PLACE CITY STATE ZIP CODE GARDEN CITY N.Y. 11530 The following information applies only to the lienholer shown in the box above. Our security interest in the vehicle described on this notice has been satisfied. We have succeeded to the interest of the owner of this vehicle. Ownership is transferred to: We have assigned our security interest in this vehicle to: Long Island Trust Company, 4stallrnvr,-,ni,i h Date of Assignment 30 r Author Igna ure ahte INSTALLMENT LOAN DEPARTMENT 1415 KELLUMPLACE GARDEN CITY. N.Y. 11530 516-746-5000 212-343-2600 VEHICLE IDENTIFICATION NUMBER F37YEV63895 YEAR MAKE BODY TYPE PLATE NO. OF BORROWER, IF ANY 1975 Ford STATEMENT ISSUED IN LIEU OF LOST MV -901 If you are the owner named on this notice, mail this notice and your certificate of title to: DEPARTMENT OF MOTOR VEHICLES TITLE BUREAU EMPIRE STATE PLAZA A -,,ANY, NEW YORK 12228 Riverhead 51`6'-127-0200 Southold 516-765-3471 AUDIT COPY TRYNC TRUCK & EQUIPMENT CO., INC. ® RIVERHEAD, N. Y. 11901 EXIIIII International Trucks - Tractors Farm & Industrial Equipment ,.�y Dat:0 '— X 19 �i Name4 02:v Address S n !7 O The prices charged are cash prices payable within 30 days after end of month. }VS I The credit prices are 1 Yz % additional per month. All claims and returned goods must be accompanied by this invoice. A9 43A13D38 W ESTABLISHED 1887 P. LARSEN & SONS 11 PARK STREET INSURANCE MONTCLAIR, NEW JERSEY 07042 Mr.Joe Droskoski Tryac Truck & Equipment Co. Tnc. Southold, N.Y. Dear Joe: Phone 744-4450 REAL ESTATE August 3, 1976 Yesterday my brother advised me you called requesting evidence of the 75 Ford Dump Truck owned by Pedie being Paid off. Attached pleasefind copy of my check both front and back in the amount of $2,9 7.45 payable to Long Island Trust Co. dated. Dec 19, 1975 paying off the Loan. Also please find cony of XXXXX Satisfied Loan agreement with Long Island Trust Co. to flzrther substantiate payment of Loan on 75 Ford :Dump Truck S*fF37Y�;Vb3?395, This should do it. P.S. I understand yolz have picked up or are going to pick up the ?dozer to do work on it which is necessary. Thanks. 7 PtDEWIAPSE, 135 BROOKSIDE AVE' No CALDWEL N.J. 07b06 D PAY TO'THE4W OR ♦ 17 D X'" UARS 7 THE MONTCLM-�AVIN NK,6�c 5 1 1915 ' dNEW JERSEY M, vr- 10 (D 1: 00 b0:21"I 8 Lo S oil, NVW .IL %� 711 n,)Vl 1 I ' '� 01"CA Zr 6 - HGA MM QH4 WN" AW JPVd 4 on s . r.,,+�npf.�4'w4•t��'$',e�"a :.. G. !SINAL To be held by Dealer or Sent Assignee. ' ` � ,� z Ili I f I EEMEI�T R 1AI INCONTRACT THIS AGREEMENT, made the ...•..._ ........ day of ...... _.. ._, ..... ._.. �.. _»,........ 19. _74..., by and between ....... offs Ford.t SnC. _ _... " (Address of seller's Wacq �otbu hereinafter called "Sellar,"and ���5esNa ) .., slr sen ;1 a d kodA) ryq- Name) of--- --� - - �4B SO f��dway Rd h te� 2I�'3 a�z�y e �� �" _... * hereinafter call "Buyer." (Residence of Individual buyar;or taco of'ousinass'if orporaf buyb a^ f np•�ode)+ :;< } 'The Seller hereby selis'artd'the Buyer hereby purchasesj'subj cyto the'teans�and' on $ hsistipu!ated in (H!BIT "A" he're'to annexed and prince, on`"be'other_side hereof and made pn = reef, the following Motor Vehicle, complete with standard affach tt r pltd.ec�uipment (and`S9ch spa c(at equipment as is horeift of Specified hereirO the delivery ar �` t f h h' th condition t d' h 'd b �• ck d I d d by -said ' B • 'eep ansa o w tc in, „e.con Lion s re reser e t . f°,. u er s ere y n W e oyer Make no, a Bray' Tye .. a New or „Cora? anP1 l ear Serial :, 148 C rrnders , ! (,f Truck Gave onr ge) E r Used Humber Number Ford��4 AND SPECIAL AUTO TRANvtA01R) A:t`ONDrr EQUIPMENT CHECKEL p POWER BR4i(E }Et`TEiifR S$tEf<jDTHER _ .__ For the price calcalate4,,as follows (1) ' CASH PRiCE tt� a ;#a t R Yaz ( N01)CEr3F(PROPOSEIJ CREDIT LIFE, INSURANCE: If an amount is included pro (2) SALES TAX, Of any) ....... '�.', *`.r' ' 4f€ ,; In dtertl oil the; face hereof for Credit life Insurance, such insurance will (3) TOTAL CASH PRICE Item (11 plus item (2) :'. S 6859„ Q6 (4) TOTAL DOWN PAYMEf�+T3 Silt: ' 2956', 8 (a) TRADE IN ... $.', on the life of the, Buyer whose name first appears . s' a signer of this '' {Make, Year, ModeO contract Such insurance, subject to acceptance by the' insurer, shall take Less unpaid bal. on open lien ...... $; • . , . , , .. • • effect as of the date of this contract and shall extend to the above scheduled ro maturity date of this contract. The amount of insurance shall be equal to m Net allowance ...................... $.......: the.Total of.PaymentsJrom time to time unpaid on this contract but not G �.. 3 15 exceeding $ Any proceeds of said insurance shall be applied It (b) CASH DOWN PAYMENT :.... . :....... $ ... .! . , .. $ . towards payment of sa'fd unpaid Total of Payments. If the insurance is t" (5) UNPAID BALANCE OF CASH PRICE (Item 3 minus Item 4). t. $ 3900. 00 declined by the insurer or otherwise does not become effective, notice wilt (6) OTHER CHARGES: :Insurance Agreement lN0 COVERAGE! UNL S HECKED) be sent to Buyer and any premium or payment for.said insurance will be rn (a) CREDITOR INSURANCE credited to the unpaid Total of Payments of this Contract. COVERAGE OF BUYER BY ANY SUCH INSURANCE IS NO REQUIRED BY SELLER EXCEPT IN THE CASE OF COLLI INSUSIOf Buyer agrees that vehicle shall be garaged at his address above given unless CREDIT LIFE ....:.. . .....:.... -WVotherwise stated herein.�, $ Will vehicle be used for commercial or business use".."',:Yas 0 No 0 rv. DISABILITY (ACCID. AND HEALTH) ...... �► SECURITY INTEREST—Title to and a security interest In the vehicle and all (Payable to Seiler or Assignee.of Seller) - 9 E ui ment.at any.time'added4hereta shall remain and vest in the Seller.until vt BUYER'S APPROVAL. I DESIRE THE CREDITOR INSUR� �fc� 2�p1010 al sums due .and to row due hereunder shall be'full CHECKED ABOVE FOR THE BUYER, SIGNING ON LINEN 4 QA 'i. g y paid. In cash by the ONE (1) BELOW. �,0 GO ��.•�' Buyer and Buyer has performed all conditions hereunder. yy nn "•.yRvs G.\\A DEFAULT CHARGE—If any instalment is not paid within 10 days after It is due, $N a charge will be a o (Buyer's signature) (Date) Ra g payable by buyer as follows: 5 /o of the unpaid instalment or (b) Automobile Physical Damage 0......O ' . $.. . ....... five dollars ($5.00), whichever is less. Term .. Months LIABI ITY INSURANCE REBATE -Credit, on prepayment shall be computed 1iy'.deducting the statutory including: COV RAGE FOR BOD- acquisition charge of $15.00 :from the FINANCE CHARGE: and multiplying.-. $. ...., ..Deductible Comprehensive .:.. ❑ 1 LY INJURY AND the remainder by the "Rule of 78's" factor. or Fire and Theft ❑ PROPERTY DAMAGE The Buyer hereby authorizes the Seller (or successor to'Seller's Interest) to a� CAUSED TO OTHERS file a financing statement covering the collateral under this agreement In ' $... • . • :. Deductible Collision .......:. ❑ accordance with U.C.C. Section 9-402(2) (c). ell! 111MR IS, NOT INCLUDED. ` (Payable to Buyer and Seller or Seller's Assignee) THE ENTIRE AGREEMENT BETWEEN THE PARTIES HERETO, THERE BEING NO (c) Towing and Labor Costs .........:....p.......... $. ............. WARRANTIES OR REPRESENTATIONS BY THE. SELLER. OTHER THAN THE DESGRIP- Personal Effects .. c :.:......<... p.......:.. $ Z TION OF THE VEHICLE ON THE FACE HEREOF: If Buyer provides above insurance, name of Agent ;,or ¢ NOTICE TO THE BUYER Broker is _ i (d) Other Chaegev4Itemize)' .. ...................... $:.. 1. Do not sign this contract before you read it or if it contains (7) UNPAID BALANCE --AMOUNT FINANCED 3957.96 any blank spa.e. 2. You are entitled to a completely filled In copy of ,_(Sum of items -5 and 6) . $ - this contract when you sign it. 3. Under the law, you have the following } (8) FINANCE CHARGE• • • ... , - , • , • , , , . • , - . , , , . • • • • • • $:_P Q.;rights; among others: (a) To pay off in advance the full amount due 6 . (9) TOTAL OF PAYMENTS (Sum of items 7 and 8) ...::. t $ 47,88.72 and to obtain a_ partial refund of the FINANCE CHARGE; (b) To redeem r,._ y the property` if repossessed for a default; (c) To require, under certain (10) 'DEFERRED PAYMENT PRICE .....•...... s77.�k8.. �1�. conditions, a resale of the property if repossessed. 4. According to (Sum of items 3, 6 and 8) 12.82 law you have the privilege of purchasing the insurance on the motor i (11) ANNUAL PERCENTAGE RATE .':.................... �� Which TOTAL OF PAYMENTS the Buyer promises to pay the Sell or, its successors and vehicle provided for In this contract from'an agent or broker of your 36 q y 133,02 own selection. assigns, in...... .. , equal month) instalments of ..... each (and a final unequal instalment of $ ) the first instalment 1N WITNESS WHEREOF, the parties hereto have signed this contract in quintu- bei�ig payable ..... 19... , ..... and ail subsequent instalments Plicate the above date. on -the same day "of each consecutive month until paid in ful!d at'the office of the (If More than One Buyer, obligation of each is several) a} Bank named below. Date FINANCE CHARGE begins to -accrue, if oiffijent frbinAate of BUYER HEREBY ACKNOWLEDGES RECEIPT, AT THE TIME OF 'this Agreement ......a ti ..,' t I9•..,,, EXECUTION OF THIS CONTRACT, OF AN EXACT COPY HEREOF, EOM- a PLETELY FILLED IN LON3 15LA>`1D 'TRUST' COM1PANY w CONTRACT 1415 UUUM'PI. CE 0ARDEM �I .N•1 INSTALMENT X„ l -y A RETAIL INSTAL CT ror,�,;,,, .t FO ng - 't7 nsnrance(a),?if ehectsaed in i#sera 6,. __._.- (sugar +Jgn Here) abova covers Only ------- ----'- --- _ _ :_w " b'yer ort line IIdo.1 _ _.. SOvm -, 9fficer_or firm Member) (Buyer Sign Here).', ASSIGNMENT AND DEALERS REGOfehi d0ATt01V-Ti11 NiilSl' )3E EXECUTED. BY 1i1E DEALER - f FOR VALUE RECEIM. receipt w4areof is hereby acknowledged, thi undersignedcherapy, sells, assigns, tranafir,s and_.sets over unto the LONG ISLANV ,'B KUST COMPANY, 14 . CELLf PLA O ,GARDEN ��1W' ' N.Y. " Its successors and assigns, ?tereinafter referred to c� q�st nee ° �o above-contfact, and all opt, title and interest it-'and�tq the prppertrtherela desei�lbed and all moneys due And to become due and all rio.-,4 and remedies under said pant. CY., wrtl" po�(er in said assignee to'assign-the same and either Ih asa!gnee's overs name, or In the name of the undersigned for the Assignee's exclusivr, btnnefit, to take all such legaaot.other proceedings as undersigned -might have taken save dor this assignment. To induce,the Asslgnaaa;to purchase Sala contract mentioned tbereI%-ihe undersigned warrants that„ 71) said contract �orsQ titer sets forth the description of the property delivered to the-buyer.Aherein named, the amount of the total cash price; the amount of down payment made,p under s gned bye, Iyer -:1 CASH _ard, not its equivalent (eacept:as specifically, shown, in said contract) and the amount allowed by undersigned, for•any property taken )naiads- )faha t au part of a stew naym nt was toatted to, 'arranged for pr procured on. behalf of the buyer by the undersigned or anyone connected_ with, undersigned (3) that. the property. describe as subfectrotth sale as;new and unused ;(uniess, ;otherwise-stnted In•the contract):(Q that title to said property was, at the time of entering into said contract, vested in the, undorsigned,frea;3ntl cipnr of all liens and encumbrances (5) that the undersigned now has the tight and power to assign said title (except for the rights of buyer ander the "above cotract) to Assign e, (r:) that the. buyer(s) named is (are) over 21 years of age and has (have) the legal capacity to contract, and their signatures abovearagenuine'(7)`thattot(iebestoAthaunderslgq dakrr;wi!tdge and belief (a), the representations on buyer's statement are true (b) that the boyar's Is (are) of good reputation (c);that the buyer(s)'wltl not usut or p mit the: -inti of '-aid property in vlolat!on <of an a laws '{a) undersigned has tli@da proper application for �! issuance by the jurisdiction in which Buypr.resides of a"motor vehicle Cenlftcata'of Ownership and title' naming Assignee as holder' of a first and 1�iior securl .%terest to the c property described In the contract, unless such jurisdiction does not issue sudh. a. Certificate: Undersigned agrees that If any of the foregoing warranties be breached or If any of he representations be untrue, or If the undersigned has executed @ny rertlficate ufaale to the property described to anyone .other than the buyer(x) named, the undersigned will upon demand repurchase the said contract from the Assignee and pay li in CASH' an amomt equet to the entire>unpald balance flue on: the' wlthim contract with accrued Interest together with attorneys fees of 15%. The undersigned agrees iha repoaesslon of the property from the buyer, for any caul@, shall not r@lease underslgneuj from the obligations of 'this agreement. The Assignee is hereby authorized to correct any pod all pafent errors In said contract, ' - ' Thur undersigned represents that the above contract is a corr<tct stater+ant of ar, alcove transaction, and undersigned has fully Complied with all Federal and State Laws and Regulations regarding the contract and that a copy of the same, signed by the un { reigned has been giv�ry�to the buyer and to all persons entitled ¢y lew,to such a copy. IN WITNESS WHEREOF, said undersigned has hereunto subscr�aed-his, Its, or their name. this..._... `y� ;..._ .....day of �w��er � 19 � 7Q r „ Dealor //i�� .e_Ii1C•,-w -- - — -- _ -.- RETAIL ORDER FORM dt (PREPARE ONE COPY FOR PURCHASER) SELLER- 1A, CITY AND1r_ j�+---�—' STATE 1 .. ! 1 . I % / / ( 1.0 40, i I hereby order from you, subject to all terms, conditions and agreements co delivery to be made at on or about PURCHASER (FIRM NAME) ADDRESS j CITY C' t ra J ` ICOUNTY,v �� STATE' AND/ IPHONEE ZIP CODE 7 l 7 ntained herein and t1W ADDITI A PROVISIONS on the REVERSE hereof, I: 19 2.4 the following: QUANTITY D E S C R I P T 10 N (Show Model Designation and all Serial and Motor Numbers) CASH PRICE NEW USED T r Alt /'-1 06f i _ '9 / e J r 1 J TERMS are Cash on Delivery (Item below) unless Items through 30 are completed as applicable. T R A D E- I N 1. CASH PRICE (TOTAL) t" fJ 4" MAKE 2. CASH DOWN PAYMENT (WITH ORDER) X X X X X X DESCRIPTION ^,.-, - CASH DOWN PAYMENT CON DELIVERY) YEAR—MODEL TRADEAN (NET ALLOWANCE) SERIAL NO. TOTAL DOWN PAYMENT ALLOWANCE � �. -''� ; 3. UNPAID BALANCE OF CASH PRICE (I LESS 2) �' L (% ,s..� C V AMOUNT OWING (IF ANY) ,. NET TRADE-IN- ; ALLOWANCE _._..- � "`� 4. OTHER CHARGES: X X X X XX a. OFFICIAL FEES. SCHEDULE OF INSTALMENTS AMOUNT DUE DATE AMOUNT DUE DATE b. SALES OR USE TAX+/ /1�BNi 1 — 5 TOTAL OTHER CHARGES 2 10 3 — 11 5. UNPAID BALANCE (AMOUNT FINANCED) (TOTAL OF 3 AND 4) 4 12 6. FINANCE CHARGE 5 13 6 14 ANNUAL PERCENTAGE RATE- % 8. TOTAL OF PAYMENTS (TOTAL OF 5 AND 6) 7 1-5 8 161 - DATE FINANCE CHARGE BEGINS TO ACCRUE (IF DIFFERENT THAN CONTRACT DATE) / / 9. DEFERRED PAYMENT PRICE (TOTAL OF 1, 4 AND 6) $ 10. PAYMENT SCHEDULE: Purchaser agrees to pay the "Total of Payments" to be evidenced by a Retail Instalment Contract in — instalments of $ each, and — instalments of $ each, and — instalments of $ each, payable on the same day of each successive month, commencing , 19_, or as indicated on the Schedule of Instalments printed hereon. BALLOON PAYMENT(Amoney on_/_/_$- on / / (insert date and amount of any pay- ment more than twice the an otherwise regularly scheduled equal payme t). No such Balloon Pay nt will be refinanced if not paid when due, unless the parties hereto otherwiswritin on such due date. 11. DELINQUENCY CHft maturity, each instalment shall draw int est at the hig contract rate provide y law, but n to exceed (10) percent. (On sales for persy household use, in lieu of after maturity int est, pur er agrees to pay on any in ent i efault for a period of 10 days or more, 5% ot f such instalment in default or the sum of $5. ichever is less.) 12. SECURITY INTEREhe equest of seller, purchaser agre to e a etail Instalment Contract evidencin e ' debtedness contained herein and granting a purcy s rity interest under the Uniform ommercial C in the property ordered nished her under. 3. ENTIRE A(IR,EEMchaser ees that this order including the ADDITIONAL PROVISIONS PRINTED ON THE REVERSE hereof, which he has read'arld'to which he agrees, contains the entire agreement relating to the sale of said property. NOTICE TO BUYER: 1. Do not sign this order before you read it or if it contains blank spaces. 2. You are entitled to an exact and completely filled-in copy of the order you sign. 3. Under the law you have the right to pay off in advance the full amount due and obtain a partial refund of the finance charge based on the "sum -of -the -digits" method (rule of 78's). 4. Seep this order to protect your legal rights. NOTE: This order is subject to the written acceptance of the dealer to which it is addressed and if addressed to International Harvester Company, is subject to written acceptance by its Regional Sales Management, Store Manager, or Branch Manager. Purchaser's deposit will be returned if not accepted. ACCEPTED: BY DATE PURCHASER ACKNOWLEDGES RECEIPT OF AN EXACT COMPLETED COPY OF THIS ORDER. PURCHASER DTE, FH -1553-L. For use in California, New Jersey, New York and Pennsylvania. Use for all Farm an &wn and Garden Sales and also Industrial Goods when sold Form app. 9-1-73. for agricultural purposes. ADDITIONAL PROVISIONS If cash payment with order is made by check, cashing or depositing the same shall not be considered as an acceptance of this order. The title to all property ordered and furnished hereunder shall remain in the seller until the full purchase price and all notes given therefor have been paid in full in cash, and nothing herein shall release the purchaser from paying therefor, and after delivery to theypurchaser said property shall be held and used at his risk and expense with respect to loss or damages and taxes and charges of every kind. ' Seller specifically reserves the right to withdraw, at any time prior to delivery, any extension of credit proposed herein in the event there is a change in the credit worthiness of the purchaser which, in the good faith judgment of the seller, would impair the prospect of payment or performance of any other obligation required of purchaser. The purchaser agrees to reimburse the seller for any and all sales or excise taxes, whether imposed by federal, state or local laws, which the seller may be required to pay or to reimburse to others by reason of the manufacture, purchase or sale of any equipment delivered under this contract The cash selling price quoted herein will be subject to adjustment to conform to the seller's regular cash selling price of the equipment covered by this order in effect at the time of delivefy. If the price adjustment results in an increase in price the purchaser shall have the privilege of accepting delivery at the increased price or canceling this order by giving written notice of such cancellation to the seller within five (5) days after notice of such price increase is given to the purchaser. If the price of the equipment covered by this order is increased as provided above and the purchaser does not exercise the privilege or option to cancel this order, a new order shall be written to reflect such price increase and shall supersede this order. In case the purchaser refuses to receive and settle for said equipment as herein provided, the seller may retain as liquidated damages all moneys or equipment paid on account of said equipment, not exceeding, however, twenty-five percent of the purchase price, and in such case any trade-in equipment taken by the seller in part payment shall be accounted for at the price at which resold, less expense of reconditioning, handling and selling. The trade-in allowance set forth herein is based upon an appraisal by the seller of the trade-in described in this order in its present mechanical condition and with the equipment and attachments thereon as set forth upon seller's appraisal sheet and free of all liens except as stated herein. Such trade-in shall be subject to reappraisal by seller at the time it is delivered to seller and if it is reappraised at a different value than the trade-in allowance set forth herein, because of difference in mechanical condition or because of removal or substitution of equipment or parts or attachments, or because it is subject to a lien not set forth herein, the trade-in allowance set forth herein shall be charged to such reappraisal value and the difference between the trade-in allowance set forth herein and the reappraisal value shall be paid in cash by the purchaser at the time that the new equipment covered by this order is delivered to the purchaser. If the purchaser shall be dissatisfied with such reappraisal he shall have the option of canceling this order. The seller agrees to deliver the equipment as ordered unless prevented by causes beyond his reasonable control. Acceptance of said property shall be deemed a waiver of all claims for delays arising from any cause. Each item of NEW farm and industrial equipment identified as "McCormick" or "International" covered by this order is sold subject to the regular war- ranty of International Harvester Company as printed hereon and no other. Each item of USED equipment covered by this order is sold AS IS WITH NO WARRANTY OF ANY CHARACTER, express or implied, unless Seller com- pletes and endorses the "Seller's Used Equipment Warranty" printed below. NEW EQUIPMENT WARRANTY International Harvester Company warrants to the original purchaser each item of new farm and industrial equipment bearing either the identification "McCormick" or "International", or a combination thereof, to be free from defects in material and workmanship under normal use and service. The obliga- tion of the Company under this warranty is limited to repairing or replacing as the Company may elect, free of charge and without charge for installation, at the place of business of a dealer of the Company authorized to handle the equipment covered by this warranty, any parts that prove, in the Company's judgment, to be defective in material or workmanship within twelve months or 1500* hours of use, whichever occurs first, after delivery to the original purchaser. This warranty shall not apply (1) to normal maintenance services or adjustments, including but not limited to fuel system cleaning, engine tune-up, brake inspection or adjustment, nor to the replacement of spark plugs, ignition points, condensers or filters when such replacements are made as a part of any normal maintenance service; nor (2) any item which shall have been operated in a manner not recommended by the Company nor which shall have been repaired, altered, neglected or used in any way which, in the Company's opinion, adversely affects its performance. THIS WARRANTY AND THE COMPANY'S OBLIGATION THEREUNDER IS IN LIEU OF ALL WARRANTIES, EXPRESS OR IMPLIED, INCLUDING, WITHOUT LIMITATION, THE IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE, all other representations to the original purchaser and all other obligations or liabilities, including liability for incidental and consequential damages on the part of the Company or the seller with respect to the sale or use of the items warranted. International Harvester Company makes no representations or warranties of any character as to tires and tubes nor to any item of new equipment not specifically covered by the first paragraph of this warranty, whether or not sold on or for use with such warranted items. No person is authorized to give any other warranties or to assume any other liability on the Company's behalf unless made or assumed in writing by the Company, and no person is authorized to give any warranties or to assume any liabilities on the seller's behalf unless made or assumed in writing by the seller. *Six months (unlimited hours) on a gear -drive crawler tractor with 65 or more net flywheel horsepower and a power shift crawler tractor with 70 or more net flywheel horsepower. bbI_I_:K'S UbhU EQUIPMENT WAKKAN7Y MACHINES COVERED COVERAGE PERIOD OF WARRANTY Seller's Responsibility under this Warranty is limited to -% of Seller's Regular Parts prices and labor charges. The obligation of the seller under this used equipment warranty is limited to repairing or replacing, as the seller may elect, any part or parts of such components as are covered above and that prove, in the seller's judgment, to be defective so as to impair the normal operating condition of the machine within the time period, and subject to the coverage, as above described. In order for this warranty to apply, the service must be performed at the seller's place of business. This warranty shall not apply (1) to normal maintenance services or adjustments, incltiding but not limited to, fuel system cleaning, engine tune-up, brake inspection or adjustment, nor to the replacement of spark plugs, ignition points, condensers or filters when such replacements are made as part of any nor- mal maintenance service; nor (2) to any machine which shall have been repaired or altered by someone other than the seller so as, in the seller's judg- ment, to have affected the machine's stability or reliability; nor (3) to any machine which has been subject to misuse, negligence or accident, or operated at a speed exceeding the factory rated speed; nor (4) in any event to tires, tubes or batteries. THIS WARRANTY AND THE SELLER'S OBLIGATION THEREUNDER IS IN LIEU OF ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING, WITHOUT LIMITATION, WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE, all other representations to the purchaser, and all other obligations or liabilities, including liability for incidental and consequential damages, on the part of the seller. No person is authorized to give any other warranty or to assume any other liability on the seller's behalf. This warranty is for the sole benefit of the purchaser whose signature appears on this order, and no other. Backer for FH -1553-L. NOTE: Seller must sign to be valid. Seller A. C. 142 (Rev. 1970) CONTRACT FOR PURCHASE OF ROAD EQUIPMENT This is a contract to purchase the following rood equipment (AS PER ATTACHED SPEC IFICATIUT 5 (set forth herein or attach detail specifications upon which bids were based) enterea ir.+o this 13th day of July , 19 7, between the Town Superintendent of Highways of the Town of Southold , in the County of Suffolk , New York, and TryaC Truck & Equipment Co., LT1C, the Vendor, whose principal office is located at Route 58, P.O.Box 98, Riverhead, New York 11901 (P. 0. Address) for a total price of Five thousand two hundred and 00/100T"""" Dollars (S 5, 200.00). This contract has been awarded to the Vendor in accordance with the provisions of Article 5-A of the General Municipal Law. A resolution authorizing the purchase of this equipment was adopted by the Town Board on July 13 , 19 �. The resolution directed that when this contract has been signed br the Town Superintendent o ig ways, t e en or or his agent, and approved by the County Superintendent of Highways, it becomes effective and that upon delivery of the equipment named and its accept- ance by the Town Superintendent of Highways, the Supervisor shall pay for it in the following manner: (l) By delivery to the Vendor, as a trade-in, the equipment described at the agreed value of: (2) By payment from current appropriations.................................................... 5,200.00 (3) By payment from proceeds of obligations .................................................. TOTAL it 5,200.00 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 (7) and this paragraph if not applicable). The Vendor guarantees the equipment purchased under this contract against defects of workmanship and material for a period of 90 Sys days and that it will be delivered in first class condition at Southold Town Highway Dept., Peconic Lane, Peconic, New York by A utijgt 4. 197 -7L - The Vendor hereby agrees to the provisions of Section 103-a of the General Municipal Low 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 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 corpor- ation 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 effec- tive date of this low, by such person, and by any firm, partnership, or corporation of which he is o 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 this contract, or his right therein, 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 comprises the entire contract between the parties and supersedes any and all other agreements respecting the property de- scrib / 1 TRYAC TRUCK & E U CO. INC. T uperintendent of Kighways {��// (Vendor) Aj�f20YED: By NATHANIEL A. TALMAGE, JR -9 County Superintendent of Highways NOTE: Use this contract when the purchase price of equipment is over $1 000. It must be executed in triplicate and given to the county superintendent of highways. If approved by the county superintendent, Le shall keep one copy and within ten days of the date of his approval file two copies with the town clerk. The town clerk shall file one copy and deliver one copy to the Vendor. WHERE APPLICATION IS MADE PURSUANT TO SECTION 104.10, SUBDIVISION 3, OF THE LOCAL FINANCE LAW, A COPY OF THIS FORM MUST BE FILED WITH THE STATE COMPTROLLER. 516 924-3431 BARNEY A. EVANS CHIEF DEPUTY COMMISSIONER August 16, 1996 WILLIAM & MATSUNAYE, JR. CHIEF ENGINEER Ms. Judith T. Boken, Town Clerk Town of Southold Main Road Southold, Now York 11971 Dear Me. Boken: We are enclosing two approved copies of Contract and Specifioatione for the Purchase of Road Equipment for the Town of Southold oovering the purchase of one 1995 truck, as speci- fied. Please deliver one copy to vendor.. The extra copy is being sent directly to Superintendent Raymond C. Dean. Vera truly yours, R. M. Kammerer Commissioner RMK:1ab enol. oo: Supt. Raymond C. Dean mr:,I+,1,, y8 --.."--,i . _u,mudm�w,ura u , Iou qi,�_ III, A. C. 142 (Rev. 1970) CONTRACT FOR PURCHASE OF ROAD EOU{PMENT This is a contract to purchase the following rood equipment (AS PER ATTACHED SPECIFICATIONS) (set forth herein or attach detail specifications upon which bids were based) entered into this 13th day of July 19 7, between the Town Superintendent L f Highways of the Town of Southold in the County of Suffolk , New York, and Tryae Truck & Equipment Co., Inc, the Vendor, whose principal office is located at _ Route 58, P.O.Box 9S, Riverhead, New York 11901 (P. 0. Address) for a total price of Five thousand two hundred and 00/100'`k***** -*'E- *** Dollars ($ 5,200. 00XX ^ ^ ^X X T X), This contract has been awarded to the Vendor in accordance with the provisions of Article 5-A of the General Municipal Law. A resolution authorizing the purchase of this equipment was adopted by the Town Board on July 13 19 _�, The resolution directed that when this contract has been signed by the Town Superintendent of Highways, the en or orTiirs agent, and approved by the County Superintendent of Highways, it becomes effective and that upon delivery of the equipment named and its accept - once 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: S (2) BY payment from current appropriations.................................................... 5,200.00 (3) By payment from proceeds of obligations .................................................. TOTAL It 5,200.00 It is agreed that the title to said trade-in equipment mentioned at rr(1)rr 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 (7) and this paragraph if not applicable). The Vendor guarantees the equipment purchased under this contract against defects of workmanship and material for a period of 90 nays days and that it will be delivered in first class condition at Southold Town Highway Dept., _Peconic Lane, Peconic, New York by August 4, , 197__1kL The Vendor hereby agrees to the provisions of Section 103-a of the General Municipal Low which requires that upon the refusal of a person, when called before o grand jury to testify concerning any transaction or contract had with the stote, any political subdivision thereof, a public authority or with any public deportment, 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 corpor- ation or any public deportment, 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 effec- tive 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 this contract, or his right therein, 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 comprises the entire contract between the parties and supersedes any and all other agreements respecting the property de- scribed-. sm sm a In =I ODe g Me ownSuperintendent of Highways (Vendor) PROVED- By WMATEMAMM A. 2AIMMs 4M.9 q,I ounty uperinten en} o Hig wvys 11►ttj 0_ E: Use this contract when the purchase price of equipment is over $1 000. It must be executed in triplicate and given to the county v���VVV rintendent of highways. If approved by the county superintendent, �e shall keep one copy and within ten days of the date of his royal 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. llighfa7 C Pparfiumf a(un of J-5ottfholb �ctonit, �_ �_ 11'955 RAYMOND C. DEAN Tel. 765-3140 Superintendent 734-5211 SPECIFICATIONS FOR (1) ONE 1975 USED F-350 FORD TRUCK - OR EQUAL V8 Motor 360 Cu. In. Custom Cab Power Disc Brakes 750 x 16 - 8 ply tires 1+,500 r, -Liles 10,000 lb. G.V.W. 2 yard perfection dump body Hydraulic Lift i TRYAC TRUCK & EQUIPMENT CO., INC. P. 0. BOX 98 - ROUTE 58 - RIVERHEAD, NEW YORK 11901 r PHONE': (516) 727-0200 INTERNATIONAL TRUCKS - TRACTORS - FARM AND INDUSTRIAL EQUIPMENT 07- r AD -244.5 t� LIIfn of 5outl1QLb veronir, CG_ U- 11958 RAYMOND C. DEAN Tel. 765-3140 Superintendent 734-5211 SPECIFICATIONS FOR (1) ONE 1975 USED F-350 FORD TRUCK - OR EQUAL V8 Motor 360 Cu. In. Custom Cab Power Disc Brakes 750 x 16 - 8 ply tires 14,500 miles 10,000 lb. G.V.W. 2 yard perfection dump body Hydraulic Lift RAYMOND C. D Superintender. 'Toirn of'Sontllolb Pronit, �K_ -f- 11958 August 2, 1976 Tryac Truck & Equipment Co., Inc. Route 58, P.O. Box 98 Riverhead, New York 11901 Gentlemen: As a result of recent bidding, be advised that you have been awarded the bid on ONE (1) USED 1975 MODEL F350 FORD TRUCK. Very truly yours, Y, RCD:ESG RAYMOND C. DEAN Sup't of Highways Tel. 765-3140 734-5211 RAYMOND C. DEAN Superintendent PiSlIfunU B epartment Tofnn of j-6nut40Ib FPtunit, �K_ 't. 11958 T i.765-3140 734-5211 August 10, 1976 Commissioner R. M. Kammerer County of Suffolk Department of Public Works Yaphank, New York 11980 Dear Commissioner Kammerer: We are enclosing for your approval copies of Contract and Specifications for the Purchase of Road Equipment for the Town of Southold, covering the purchase of (1) One 1975 - Used Ford F-350 truck. Very truly yours, i' RCD:ESG RAYMOND C. DEAN Sup't of Highways I TRYAC TRUCK & EQUIPMENT 00.9 INC. • 14OUTE 58, P. o. Box 98 RIVERHEADj NEW YORK 11901 (516) 727-0200 July 29, 1976 Mr. Raymond C. Dean, Superintendent Town of Southold ]highway Department Peconic, New York 11958 Dear Mr. Dean: We are pleased to quote your needs for a 1975 used Model F350 Ford :truck with 2 yd. Perfection Dump Body, as per specifications. The truck we have, Serial No. F37YEV63895, is available for immediate delivery. PRICE. * ................................... $5,200-00 Very truly yours, TRYAC TRUCK & EQUIPMENT 00.1 INC. JOSEPH DROSKOSKI / JD;mk RAYMOND C. DEAN Superintendent pig4fuq Piepartment ffa£utt a#�*aa#4alb peraxtic, c -f- 1mis NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the purchase of the following items: (1) ONE USED 1975 F-350 FORD TRUCK - OR EQUAL 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, New York, until 8:30 A.M., July 30, 1976 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 included any Federal, State or Local Tax, from which the Town of Southold, is exempt. Dated: July 13, 1976 RAYMOND C. DEAN Sup't of Highways Te I. 765 - 3140 734.5211 NON --COLLUSIVE BID ta;lt,'H ICATE, "The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without colli►cion with any other vendor of materials, supplies or ecluipmetif of the type described in the invitation for bids, and the contents of this bid have not been communicaled by the bidder, nor, to its beat knowledge and belief, by any of ila eutployees or agents, to any persc►n not an em- ployee or agent of the bidder or its stn-ely oilany bond furnished herewith prior to the official opening; of the b1d." INV. OR REQ. NO. FIORD TRUCK MODEL F'350 W/2YD. PERFECTION DUMP BODY (SIGNED) NATHANIEL A. TAL14AGEy, JR. (CORPORATE TITLE , IF ANY) VICF—PRESIDENT Long Island Trust Gompantj November 10, 1976 Town of Southold Peconic Lane Peconic, New Mork Dear ir. Jacobs 11598 Attention: Roy Jacobs INSTALLMENT LOAN DEPARTMENT 1415 KELLUMPLACE GARDEN CITY. N.Y. 11530 516-746-5000 212-343-2800 With regards to our conversation of November 9, 1976, we are enclosing the satisfaction of our original lien on one 1975 Ford, Seriai No. F37YLV63895• Upon receipt of this form, please forward the title and lIV901 to Albany to release the recording of our lien. As previously stated to you, there is no outstanding balance on this particular loan or vehicle.. RAK/ctk CC - Peder Larsen he . Very truly yours LONG ISLAND TRUST COMPANY 11. R. Klein Assistant Secretary 1 ,ASCON DISTRIBUTING CORP. P. O. BOX 629 PHONE 516/586-4230 BAY SHORE, N. Y. 11706 September 8, 1976 Mr Raymond Dean, Re: Slurry Seal Bid Superintendent of Highways Sept. 9, 1976 Town of Southold Peconic Lane, Peconic, New York Dear Mr. Dean, We are pleased to Bid on your Requirements for the application of Type II Slurry Seal on any Road or Parking Field in the Town of Southold, as per your Specifications and in keeping with the procedures outlined in The International Sluryy Seal Association Guide Specifications:A-105 Dated 1972. Type II Slurry Seal applied -- Oo43 per S. Yo Alar bid as above is for the period September 9, 1976 through December 31, 1977• We operate and own Four Modern Highway Slurry Master SM -8 Machines.We own all other necessary Slurry Equipment inclusive of 1001000 Gallon Asphalt Storage at our Asphalt Plant at Brentwood L,I. New York We have Applied in excess of 3 000,000 Sq. Yds of Quick Set Slurry for various Towns and other municipalities and Airports on Long Island since 1971. Our list of satisfied customers is extensive, a copy of which we will gladly furnish your Office. "IVS : j s Res ectfully submitted, 44 arry Streuli, Pres Membe s of the ISSA. NMI -COLLUSIVE BIDDING CERTIFICATION By submission of this bid or proposal- the bidder certifies that_ (a)- This bid or proposal has been independently arrived at without. collusion with any other bidder or with any competi- tot or potential competitor: (b) This bid or proposal has not been knowingly disclosed, prior to the opening of bids or pro- posals for this project, to any other bidder, competitor or - - potential competitor: (c) No atterpt has been or will be made to induce amy'other person, partnership or corporation to Submit or not. to sub�nIt a bid or proposal: {d) Th- person signing this i D-;,- or proposal certifies ti�at he has fully informed himself re - or garding the accuracy of the statements contained in this certif- i-cation and under the penalties of perjury affirms th'e truth t :e,eof, , .such penali.ties being applicable' to the bidder as well as to tiie person signing in its behalf -.(e) That attached _here Vo '(if a corporate bidder) is a certified copy of the resolution authorizing the execution of this certificate by the signator of this bid or proposal, in behalf of the corporate' bidder. . Resolved that -- b2 ame of Officer) - f .aut:Aorized to sign and submit the bid or proposal. -of this corp- oration for the following project- ; ' Tec /h G So t� ' (Described Project) and to -include in'such bid or proposal the certificate as to ' non -collusion required by section one hundred three-d'of the General Municipal Law as the act and deed of such corporation ana for any inaccuracies or misstateizients An such certificate this corporate bidder shall be liable under the penalties of perjury. Tile foregoing is a true and correct copy of ae resolution adopted by o #1 M at a i:.zetiny of its board of dirpt-tord held on the, of�ueel, , 19 741 . . (SEA, OF CORPORATION) 4 Q. . �ka- etary) s u..w.,W.9wmYYu/WWWYw+wYYy. uy 1, �gy ' ry!"u Yu 'Y.1-'l1Y'L4Wlu8 Y Y{MIYI YYY YW YWI 'U' tl Ililii 1.1 wYYI.tl Y' li Y Itl Y11 IO.YY'Y iYIYY SLY YYYII IIuI IIY I' i 'I II IY IIIIY III' RAYMOND C. DEAN Superintendent 'igIjfi1aU PrVartment 'Tufun of 5mit1jolb Prrunir, �N_ -1..- 11958 October 14, 1976 Ascon Distributing Corp. P.O.Box 629 Bay Shore, New York 11706 Dear Sir: As a result of recent bidding, be advised that as low bidder on the Type II Slurry Seal you have been awarded the bid. Very truly yours, RAYMOND C. DEAN Sup't of Highways Tel. 765-3140 734-5211 o_.a ., ..... .mm..a. SCOINC. BITUMINOUS MATERIALS, SALES & CONSULTANTS 242 KINGS HIGHWAY 0 DRAWER A 0 HAUPPAUGE, NEW YORK 11787 & (516) 234-3100 September 7, 1976 Mr. Raymond C. Dean, Superintendent of Highways Town of Southhold Peconic, New York 11958 Dear Mr. Dean: We are pleased to quote the following for cationic slurry seal Type II: 59fi per square yard MFM: hes Very truly yours, r ichae F Maher Sales Manager RAYMOND C. DEAN Superintcndent 'HiBljfualrprirfittrn# Tofvn of c niiillnlb Prroalic, _ i _ 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 10,000 sq. yds. 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 Supt of Highways of the Town of Southold, at his office, Peconic, New York until 9:00 A.M., September 9, 1976, 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 24, 1976 RAYMOND C. DEAN Sup't of Highways Tel. 765-3140 734-5211 SPPrTPTCATTo N MR CATIONIC SI.TIRRV SPAL TWE II r . �znnr>: T},A •.•nr1 fover,.wj by this gnec4.fi_�7t:.n» cnn i.StS of Turn{sh:ng al.1 pl?nth lahnr, egvitpment and materials it, perfnrmirg all operations r�pr•nce�rV in ^_nnect+nr with the aprlicatinn of a scurry seal ctlr- f�cP on the deli rated surface, in complete and strict Tccordance -;i th the specification. ? APPLICABLE SPECIFICATIONS The materials used in the composition, of the slurry seal surface shall he in accordance with the follo,virg specifications and shall Pass the necessary testing procedttres ns follows: TEST MF,THODS FOR AGGREGATE AND MINERAL FILTER AASHO T2-60 Sampling Stone AA1z340 T27-60 Sieve analysis of fine or coarse aggregate AASNO TIl-60 Amount of mater+.al finer than 200 sieve AASHO T176-56 Sand equivalent test AASHO T 84-6n Specific Gravity and absorption of fine aggregate AASHO T19-56 Unit weight of aggregate AASHO T96-60 Abrasion of coarse aggregate AASHO T127-60 Sampling hydraulic cement AASHO T37-56 Sieve analysus of mineral filler AS "� T104-56 Soub4ness of aggregate by +.ase of sodium sulphate or magnesium sulphate, TEST METHOPS FOR ASPHALT RIULSTIONS AASHO T40-56 Sampling bit+iminous material AASHO T59-60 Testing emulsified asphalts AASHO T182-57 Stripping test for bituminous mixtures AASHO T59A Positive particle charge test must shote positive AA SHO T59 Cement mixing test TEST METHODS POR BITUMINOUS SLURRY SURFACES 1'AG13 I 4gS}T!1 +•-60B;tiimen content of —wing m;xture A1X3T40 T31)-55 Mechanical anal :s of extracted aggro to �''r^,7F7C TT0,1S FOR MINERAL FILLER ASTM D-242-64. Mineral fi hers for b; tiwinus mixtur - At the discretion o. -r the Contracting Officer, any of the miteri.al used ir. 4•11e Sivirr jt;+'f c' may be tested accord;.ng to t,,e above orocedur^sc �. SPBCUTC,__''`T()`t= FOR 13PT-LATT FNITLSTONS USFD TN SIURRSF, .Y AL STTR V^CFS The-,siflialt evulsion shall conform to the reg11irements of a cationic quick set emulsion, ty»e CSS -1h. This em':lsion shall pass the positive particle test for Cationic emulsions and shall show 4 PH factor of 6.5. The C2tionic Quick Setting Emulsion shall short a positive break and resistance to ra;n in 1 to 2 hours. The contractor shall f+irnish a certified statement from the emulsion mamifacturer Eiving analysis of the base asphalt used in the manufacture of the emulsion. The statement shall also certify that the material renresenteO is a true Cationic dick Set emulsion passing all above testing procedures. 4. AGGREGATE The mineral aggregate shall consist of natural or manufactured slag or crtished stone. The aggregate shall be clean and free from vegetable matter and other deleterious substances. When tested by AASHO T176, the aggregate blend shall have a sand equivalent of not less than 45. Mineral fillers such as Portland Cement, Limestone L"2st, Fly Ash and others shall be considered as part of the blended aggregate and shall be used in m+ni.mczm 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 araOation of the a z-rente LO- v PAGE Z Till- rr� It -n-d miner?l azsfr -0t -h-1.1 conrorm to the following ;racl�,Hon -.,•hen tested by the previously nertioned test TvreIl "leve -size Percent P a e gi V"- 3/8 100 rap 35-50 #50 18-35 #100 10-21 #2pn 5-15 Theoretical Asnha.lt Content '76 Dry aggregate 7.5-13.5 51, 1k'ATFR .All water vsed frith the slurry mixt:'-re shall be notable an -i free from hRrmful soluble salts. 61 LABORATORY TESTING Sources 6f all materials sha"I be selected prior to the time the materials are required for i -se in the !;*ork, All samples shall be taken according to procedures previously mentioned, All materials shalt re P."*etestee in a qu?15.fie'? l.a.}+oratory as to th#& r suitability for use n slurry. The theoretical asnhal.t content shall be dete-mined, Tbp 1^.h* ratory shall also determine if a miner?! f:Mer is required and if so, hots• much should be +!sed< Te?t san;:tyles shall be made and tested on a Wet Track Abrasion A"arhine, A complet lahoratory anal psis anti tQat rPnort accoirraried by abraded anA unabraded sliirrs teat samnl ec s Ph-!' }gyp submi tteO 17— the contractor before the job st-irts. 7.o,ct three. (i) Clay- nrTo- to Start of V11rry Arnim -tion 't {nrr,!ttl.p for ' hp :i,rrry mi':t11rp Stl 11 '7P .St111T i 4-+ .1 t0 the ,;no,ff niccr for aj„�•rrsr,l� *,� 5�,•,,rt, c�1111 j ,l-ierj i1T�ti.l g11rh J „•"'� i -c '1'P (`aivPr1 ; �-, .r; F„,o from the (,')ntrsct'_nc, Orf;rer. TTTrJnR ?,1TX PnA?•RIT.A SH^TT. YVCi,UHF. nF TFM,T.0WTNC: 1, :i o%rp r 1-:IyS1.S Of iipp) P if C' 1!Cf'Ci. 7, Filler. ''7^ter. 4. x(Nr A,7 -1-t t_t Tm!!1c;nnc S, TTr.it of Dry Argregrate in lb -,/,t1. ft. loose 2nd c('mpacted* mixes choule T'e t+?!ted by acce;►tab7e testing rroceeures c `n +lie„• CP4-+i*r,n F+lne� TTitxinP chara.ctertCti,�S, reg= .•ern —4 :,I+rasinn. The results Of tlip ,.rot tra -1, 7�rnci(?n 3HM��tj ?i 1. t ..1 .•ri P11 '1 .., �. !t� ” 7 ef-Pacts r f .-.-i ;hts fo the tPc� aL�rP�ate� 7gW-)CTTTT-TNG OF prrnFr,ATF . ' _'”^^!•ti^rlg shot T by takpn to t»eitre tliat stnck,ni 1 es do not becn-e r;,'n +ons-++.+�i � +1� ..�r +' •snri r!1rt^ r'1 S !r xne� c ► � t c � - -A. moi stere. The stocirr 1 e Ghali be j!r,-,t +w .t Ar;{n read; l.• stall nest be perni-tted. V, cz-nrl AME T'ne (7ontractor sT,PJI prn,ri�ie stti table stom-a- 4'4.ci (-; -s for the . cr!,-,t{- A,-ulS;-on. The C(�Yl?c^tnt+r ai1�11. i�r. F+nr1'_::TC'CI +n t�rPVEnt :. e from <.nt�r� n•. +inn nm,.7 ni nnQ C..: {-X1.2 p h --t eT1n1 be pro-;,4ee :f necesspry to prevent freezing, of matPri al s and. of the fan'sl}efl sl1irry surface shall be {t•;tl+con-! 1,•• the Contractor Rc d_re-tf- (! by i}Z` Fr��lropr � Con tr3r't2ng PAGE 5 Off%Cori g the pro-ress of the work. Test repos'- ?ten requested �r^^th^ Crn*Tactor as Witional materials arrive. 1n, PnTTIPPWr All tonis and racl-dnes t,red in the perforrance of this tcrorY. shag re maintained in sati4f-trtory working order a+ r11 times. Descrip- ,.ve rfo-n-t -n or the �1•e�.-;• mivi» egvipment -nct applyi.n- eq,,: ^meat to be used shall be sifbm;tted for approval not less than 5 lays before the :nrR starts. P. SLURRY FTIX17JG WTTPME14T ' ne slurry mixing machine shall be a cont- , n,!o•tc flow m+.x+_ng t+nit and be capable of delivering accuratel;" a pre- determined proportion of aggregate, water and asphalt errilsion to the mixing chamber and to 4isehargP the thorr•ughly mired product on a contin- Mous b'+sis. The aggregate shall be pre!:•etted just prior to mixing with the ezr. lrior_. The riving unit of the mixing chamber shall be cRPable 6f thor- oughly blending all ingredients together. No violent mixing shall be per- mitted. The mixing machine shall be equipped :rtih an approved fires 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 foe- t.Te spray bar, adequate for the complete fogging of the surface preceding sprerding equipment with a maximum application of 0.05 gallons Per sq. yd. Sufficient machine storage capacitj► to mix properly and apply a minimum of eitht tons of slurry shall be provided. ll. SLURRY SPRFAnIM EQUIPMEW Attached to the mixing machine shall be a mechanical type squeegee dist- ributer egtti.pQed with flexible material in contact AM the surface to PAGE 6 rrevent inss of slurry from the distributer. It slier be maintained so as tn prevent lose of slurry on varyi^ grades and crmun tn► ,djuatments to ass- ure uniform. spread. The box shall I kept clean, and build up of asphalt and -„are-ate on the 'lox shall- not be permitted 12. (-LI 'XNINC EMTIpWMW Power brooms, po7•yer blo�-!ers, air compre­sors, Prater fivshing equipment and hand brooms shall be suitable for cleaning the surface and cracks of the old. surface. 3-3. AUXILIARY EQUIPMENT Hand squeegees, shovels and other equipment shall be provided as necesszry 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 R11 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. 5. COMPOSITION AND XNTE OF APPLICATION OF THE SLURRY MIX The amount of asphalt erniisi_on to be blended t:•ith the aggregate shall be that as determined by the inboratory report after final adjrtstments i.n the field. A minimum amount of water shall be added as necessary to obtain a fluid homogeneous mxture. The rate of application shall be a minimum of 1n 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. 14PATHER The slurry seal stirface shall not be a. plied if the pavement or the air P 'iC F 7 tenptttre i s 55F. or belot; and Falling, blit may be applied -r both the air and pavement temp. is 45 F. or above and rising. The mixture should rot be applied if high relative bumidity prolongs the curing time beyond a reasonable amount. 17. TRAFFIC CONTROL Suitable methods such as barricades, flagmen, pilot cars etc,, shall I.--- used .-eused to protect the uncured slurry surface from all types of trsffic. Any d.ar?age to the uncured slurry will be the responsibility of the contractor. The Engineer or Contracting Officer shall give final ap- rroval of the method used. If damn. -e occurs where wuitable ^jeans have been made to protect the uncured slurry, violators rr_11 be 1+_osecuted and the contractor !t,i11 be reinbursed for the damages. 18. APPLICATION OF THE SLIIP.RY STJRRjCE A. General - The surface shall be fegged wtih •,rater directly preceding t!ie sprzader. The slurr`,, mixttire chill be of the eesired consistency ,.,I!en des»os;.ted on the c,trfare and no Pdditional elements sh?l! be a=i ed. Total time of mil -4 -no shall clot exceed Four m4nutes, A s!Lffici ent a.=)unt of slurry shall be kept ir all parts of the snrenAer at all times so that complete coverage is obtained. No lunping, ballirg or unmixed aggregate s.,all be permitted& No Pe,reg^t ^n of the emulsion and the aggregate r, nes fror the coarse aggregate dial l be perm+ tte,4. Tf the coarse aggregate settles to the bottom of tre mix, the slt,rry t...+'_11 be remoNred from the p,,vement. No execess-; �?-e breaki r- of the °riii sion in the spreader 'h -y will be permitted. Ncc, steakes such as feft h;, over sued aggregate shall be left in the fin; shed pai�em-_nt. B. Joints - No eycessive b+.lild t+- nor +-,rsigl tly ap eararce s' -!all be per m. ttee on lin ;tr±djirlal nr +, �nc�rnr^P �`�+ntCr I P Ar,,E .R ^t`rntrnii .. ntt r�orrnnc ch�,l l }'.n ��c Ea(1 i -n s,T)rea(1 C11,trT'-r i.n the. r.rp�c not Pccecsahle to the slurry Care "' _'' b- ('XPfCtSed in >>nsigh+ly anpenr:,rce frnm 1,7vrq ,..Ory. Caring — TreatPri Pre -s ••,;73 be nPTPIit+Pd to C'sre ttnti-a gu-b time ac the 7.. r= nonr Jrm4 tc +1,#-5r oner.;.no 1.0 tr?ffir. in, Tie c't-tirry Qea.1 -,hall he mAagtrrPd and raid for 1l, the .sctlare ya.rf! r -snot ) romnl-t-0 and icct-tAd ns (tesignated by the rn-ineer or ron- f—ccti_nP, Officer, QTJAT.TFICAT!0mS OF THE BIPUINO CONTRACTOR The r!nntractor must sho- evidence in his bid of at least one year's e-:ner* Pnce i-Tith Cationic Slurry Seal and list a minimum of five (.5) 1-11rCesCful Cationic Slurry Seal Type II projects, using slag or traprock, --omnte`ed *within the ]act year. rATTONTC TYPR IT SLURRY SEAT, PROJFCTS 70:VdJ f .% • v y Z�d/ lvelir Nn bidder will be a supplier of my of the materials used in these snec_ficati.ons, ..-Jhoj. .-V. ganflOn an.(Son' -9nC. 647 SOUTH 9th STREET, NEW HYDE PARK, N.Y. 11040 • 437-9304 Sept.9,1976 Office of the Sup ' t of Highways Town of Southold Peconic Lane Peconic, N.Y. 11958 Thos. H. Gannon & Sons, Inc. submits the following unit price for the application of Cationic Type II Slurry Seal $ . S-/ per sq.yd. This price does not include any Tax, Federal, State, or Local. Respectfully submitted, Michael G.Gannon, Pres. 1 NON-COLLUSIVE BIDDING CERTIFICATE _ BY SUBMISSION OF THIS BID OR PROPOSAL# THE PI-DER CERTIFIES THAT! . (a) THIS BID OR PROPOSAL HAS BEEN INDEPENDEI :.;' ARRIVED AT WITHOUT - COLLUSION; (b) THIS BID OR PROPOSAL HAS NOT BEEN KNOWINGLY DISCLOSED PRXOR TO THE OPENING OF BIDS OR PROPOSALS FOR THIS PROJECT, TO ANY OTiiE_R BIDDER, COINTETITOR OR POTENTIAL COMPETER; (c). NO ATTL'MPT HAS OR 'RILL 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 UNDERI' THE PENALTIES OF PERJURY AFFIRMS THE TRUTH THEREOF, SUCH PENALTIES BEING APPLICABLI; TO THE BIDDER AS WELL AS TO THE PERSON SIGNING IN ITS BEHALF; (e) THAT A,- TACHED HERETO (IF A CORPORATE BIDDER) IS A CERTIFIED COPY OF THE RESOLUTION AUIIORIZING THE EXECUTION OF THE CERTIFICATE BY THE SIGNATOR OF THIS BID OR PROPOSAL IN BEHALF OF THE CORPORATE BIDDER. RESOLVED THAT : O/G fJ, e Z- Gr G A,I•ve) -'v (Name of Officer) AUTHORIZED TO SIGN AND SUBMIT T'HE BID OR PROPOSAL OF THIS CORPORATION FOR THE FOLLOWING PROJECT. - nn A'T/O k/ O 2 v (Described project) _ _! • AND TO INCLUDE IN SUCH BID OR PROPOSAL THE CERTIFICATE AS TO NON-COLLUSION i ' REQUIRED BY SECTION 103-4 OF THE GENERAL MUNICIPAL LAW AS THE ACT AND DEED OF SUCH-CORPORATION AND FOR -ANY -I,NACCJRACIES- OR MISSTATEMENTS IN SUCK CERTI- FICATE-THIS CORPORATE BIDDER- SHALL- BE LIABLE UNDER-THE PENALTIES OF-PERJURY:- TIB FOREGOING IS A TRUE AND CORRECT COPY OF THE RESOLUTIONf ADOPTED BY- /f/O-S. l'. 4 /, A,.VdAl - ,CLI CORPORATION AT A MEETING OF ITS BOARD f OF DIRECIYORS HELD ON THE ,Q' DAY OF Se e6 . 19 76 Secretary f .� P M C' SPECIFIC.ATIO1,13 FOR CATIONIC SIJJRRV SEAL TYPF II J . c IY;P q The covered by this anecificWon consists of fivrnishine all pl int, t n1x+r, e,viprent and materials in performing all o; erations nPCOTCIFnry it cnnection erith the ?pplic?tion of n slurry seal sur- f?ce on the designated surface, in complete and strict accordance with the specification. \ ?. APPLICABLE SPECIFICATIONS The materials used in the composition of the slurry seal surface shall he in accordance with the folio wing specifications ?nd shall pass the necessary testino procedures as follows: TEST NIF.THOPS FOR AGGREGATE AND MINERAL FILLER AASHO T2-60 Sampling Stone 4ASHO T27-60 Sieve analysis of fine or coarse aggregate t. A SHO TI J -60 Amount of material finer than 200 sieve AASHO T176-56 Sand equivalent test AASHO T F4 -6n Specific Gravity and absorption of fine aggregate AASHO TIO -56 Unit weight of aggregate AASHO T96-60 Abrasion of coarse aggregate AASHO T127-60 Sampling hydraulic cement AASHO T37-56 Sieve analysus of mineral filler AASHO T104-56 Soundness of aggreg?te by use of sodium sulphate or magnesium sulphate. TEST WIMOPS FOR ASPHALT EM9ULSTIONS AASHO TaG-56 Sampling bituminous m_terial AASHO T59-60 Testing emulsified asphit is AASHO T182-57 Stripping test for bituminous mixtures AASHO T59A Positive particle charge test must show positive AASHO T59 Cement mixing test TEST W-LHODS FOR BITUMINOUS SLURRY SURFACES { T1 hn _60 +0 T3n-55 PAGT? 2 B-1 tmr-r•n rnntpnt of paving rn;-hire tiech-nical analysis of a -t- rted aggrenate '-')Fi7TFI(ATTOR'; R►R i•;TNFAAT, FILLER n2n2_64 ?"!i neral fi t1 ers for b; ttun; i-- ,uS mixture Vie r',; scretion of the Contracting Officer, any of tie m:►.ter: al used �'.,• .,rte• Stirf'ace m, -y be tested according to the at`-"Jrt' prn-ce[T1lrPS. �. I'R-rTFTCATIn'VS FOR ASPRALT FMITSTONS_ USED IN SLi;:•_1Y !z RAL SITRF.ACI�S ",e :-sphalt er,►ulsi.on shall conform to the requirements of a cationic qty'"c? scat emulsion, type CSS -1h. This emulsion shall pass the positive r?rticle test for Cation;c ernilsions and shall show R PH factor of F.S. The Cati-nic Quick Setting -Emulsion shall show a positive break and re,!ictance to rain in 1 to 2 hours. The contractor shall irnish a certified statement from the eimilsion marnxfactiirer aivinQ analysis of the base asphalt used in the manufacture of the emulsion. The statement shall also certify that the material renrrgsnted is a true Cationic Quick Set emulsion passing all above testir- procedures. 4, AGGREGATE The mineral aggregate shill consist of natural or manufactured slag or cntshed stone, The P-gregste shall be clean and free from vegetable m^ttpr and other deleterious substances. When tested by PakS"C T'176, the aC-regate blend shall have a sand equivalent of not less than 45. W ner2T fillers such as. Portland Cement, L mestore Dttst, Fly ash and others shs7".t be considered as part of the blended aggregate and shall in minimum required amounts, They shall meet the gradFton requ; rernents of ASTM D24: -6d. Mineral fibers shall only be used if nneecd to i.mprnve the workability of the mix or the cr?dption of the r:• rr z 71f� '�i•mh;nnrl`� iriP1'at ar*t►r{+a^.1� c}�a11 t•t�►t�oTm to the �'f irk.^T�7n 1�C"i testod by t1he-rf!vio ply nertioned test T;reIT SI <•-,i,ti Percent P?-�s;VIP z•i8 1 �)c1 e4 op -inn -8 6.5-Qn r16 A5 -7n ?� 35-50 -50 18-35 �U0n 10-21 #2pn 5-15 'rheoreticai Asphalt C-ntent o Dry aLgregate 7.5-13.5 50 WATER All a,ater used r-Ith the slurry miyt.!re shalt be potable ?n! free from ha.rmi►ai soluble salts. 6, LABORWORY TESTING Sources bf all materials shall be selected prior to the time the materials are required for rse in the -;pork. All samples, shall be taken according to procedures previously mentioned. All r!?terialc shall 'he nrntestee n n nt.a1: Fier1 %al orator,' as to their iuit?'bility for use in slurry. The theor�t3cal asphalt content sh?ll be determined. Ti,P laboratr+r;* shall also determine if a miner?1 filler is regi!ired and if so$ how rrtsch sbould be ►•sed, Test samples shall be m?r?e and tested on 2 Wet Track AbraFinn M?e+;.ne.. .A comr7et !?fir,-.tnry analysis ?illi test report ?ccornranied by abra0ed , nl ea, cls?ll be subma tteO 1- the r entractor ?rA unabrac�e6 c i,�rrl+ tett before the Job st-rts. rr,rr. A. A4 1 - i}lr((' �il (1 ,•r rir;rlr \1 +}lC StitYt pf j11,T r�r Gnni i. nt.,On ^ Tr1i�.n•, . ��.,•r •ttl ? f... �T1ry c11,. r/ T1 i."tJjre . 1. ' 1 }jo .G!1�1P•;.? %((1 tr, t}1P Orf'12 CCC rnr ?�,� ••�•••••1 I`,!r) �zr c}1�1i 1 }1n ;.�nli-P!! 11!11'•? 1 S11rh -ntrnt = c ,-r.i•n;lrnrl ;Y! 4:)ylftl the r,:,njrrRcl-,n+ Orfirer. VIP, Jn'i MT., rn '7'T.A SWI1. T%.CT.UPF TTT.F FOT.1.O!iTNr: 1 . C1F Ana 1VS; v! of 1<nrrrr`i1 a 1!Se(4. ?, a col M r-Pral Filler. s. Licit of Pry Arare-ate In ft. loose aa4 rc,!Trpacted. f,. Tni`Ces c-ho!Slrl 1,e ptsply!?ted by Ftcc-- +ab'e testing nroce'']res ac bn +11e -4_r era++, v.n ++TnP>! 111'LXinP_ Ch?T'RCter2St�.r-s. res" c+^n--n +n -a;,- --,4 :?'ra si.nn. 711A resulf4 of tuts ...ot tract- ?1-'- 7, 1•'7, ri}. -o, yr C,frr,ct s f,f r^,C star" `.--ir,,hts f0 the +P^� a-rr-s+atec 7 C7r1CKPTT.T}Ir- OR nnr_grr_ATF ^-•s sh?71 be taken tri i.ncllre th?t stockpiles do not i_,ern-e r•nr, 4-�.-.i I�_+nri I.y� Ci,=1•- r`T' .^. i.: "�GZir� �i1/1Yjt4 (1� -oi sture. The Stc ;!� j ; 1 e 1 -ball be k,• t ,. ^ -?t- +>:•.t-1ra;_n react 1 y . e'j?7.1 not be perch ttFc1. Tne ('contract^r sl -1 11 pro -i 0e 5111 t-ible stp*_'?^^ fnr the e,T!ul c; On. The cont?' -^- -r c}lal l }1n --clu =e ped '1'^ prevert +1,. C...c+�1.1P he7t hall be p,-o.s`�e-i •.f Pecs-ss?.r;' to - revenf 4;--eez; nuc 9 c n 17-1 T'1(', • -f nvt-ri m1 s are of the fin -' she } sl/irry surface s' P11 be f 1), �ltn•: 1,•• ijle CollI-ra..�' r nc ;1S nnx 1 „• i. t.. C!.O._ Ente- (-r - r C,^vl ra-f' nv V P%rr c (1Ffi cn j 1, eq.. _ n#Y the pro„rf-ss of the Mork. Test re?`ortp .. r--- tu- C-r+_z.ctor as --aerials nrr'_ve. in, FnTTTPJ.t,S?"T All L �tiS�•,n.3+� 4 -()"Jr 7:n! ;.ac1,i:-os vred in the perforrrAnCP of th:a '.•nrk sha11 lie maint^ineA in-,aticf?r••1tpr%r .•+nrkin- or('er 2+ r11 tirt!( cc Acs�r-p- �� �� n..».q-:n r 1•P �1. -.-.. m+vino Pr�111t�r�Pnt nncl .aPn ly;n- 011115 -•relit �.•- ., z -: t, be usee sliall be silbin'tted for approval not less than 5 day: before the :•rork starts. 1'. SLTTRRY MIXING F�TTV'MENT ' i":e=lurr,► mixing machine sh?t'- bP a cont- woo+rr flaw m'-X'•rm 11nit area be capable of �+el ive`-ing acct7_8tf'1;' c re- determined prop.^rtior of a-gregate, water nne asphalt erM1lsiren *o the niY-ing chamber and to d_scharge t!)e tl-ornush ,r 1•rl-ed product on a contin- ttous b-sis. 'rhe a-;repte shall be pre: ette-� gust prior tC rixtiro^ l'-_th the ermilsion. T!:e Yr; -,*n- unit of the mix:rg ch wzrber shall be canabl a of thor- oughly blending all ingredients tegether. Tho violent nixirg shall be per- rri. The m;x:.nS machine shall be equirped :^t.h an ? nprov-d f;res feeder that provides an accurate metering device or method to irtrccdu.e a predeter-Anee ^roportion of myneral filler inti ti -e r;-er at the same time and location that the aore;ate is fed: The fines feeder sha11 be lysed whenever added r .gyral .filter Is a part of the agSregate blend. The mixing machine shall be equippee with a hater pressure system and fo- tyne spray bar, adequate for the complete fogging of the surface preceding spreRding eItzipment with a maximum application of 0.0.5 gallons per sq. yd. Sufficient mar_l;ine storage crlpacity to mix properly and apply a minimum of ci.tht tors of slurry shall be nro-�,ided. 1. ST.T!p,RY SPREAT)I?\rG FQUIpt'?E?\'t Nt`ached to the r*ix_nr; machine shall be a mechanical tjTe squee gee dist- ributer egnz; pert with flexible material in contact wift the surfare to rpt%got inss,of si,irry from the di.stribitter.. It s1?11 be m^intpined so as t-- ;resent lose of s?urr; en varying "rr<'es and rr- ,n hr :,0;, atments to ass- 1+r^ +1ni forr. snrea.d. 71he bo -x shall be kept clean, t 'mild ur of asphalt -• nil ^„ gregate on the box sbpll not be r-rmitted, 12. (T.T!VTTNC m' VIPMF.hrr rot"er r„ noms, po••?er blo,!ers, air compressors, ti-'ater .fl •stiing enTTipr+ent . nd *and brnons shall be suitable for cle,.ning the s',rf?ce and cracks of the at�T c+�Y.f3ce. 1'3, ALSXT1.IAR.Y EQUTPMRNr Mand sgveegees, shovels and other equipment shall be provided as necessary to perform !.,ork. 14, PREPARATION OF SURFACE inu^e(iiately prior to the application of.the slurp', .the surface shall be cleaned of all loose Material, silt snots, vegetation and other objection- able material. Any, standard cleaning method will be accepted except water fl,!shi no till not be permitted in areas where considerable cracks are pre- sent in the pavement surface. A tack coat of 4 parts water, I part Cationic Cmu sion shall be applied to all concrete surfaces prior to the applicat=or. of the slu-1-y seal. This shall be ap-W ed at air temperatt!re and allowed to cry before starting the o -enation, 15. O')!-TOSITTON AND BATE OF APPLICATION OF MR SLURRY t!IX The amount of asphalt e^nilsion to be blended with the a—regate shall be that as determined by the 1-boratory report after final adj»stments in the fiend. A minirrum 3mOu. t Of rater shall be added as necessar;, to obtain a f1mid homogeneous mixture, The rate of application shall be a minimum of 1n lbs. but not greater than 15 lbs. of a�,oregate per sq. yds, The engin- eer sba?1 give final approt!a1 #•e the design and rate of application used. The sl t,rry sea.i s•.irface Shall not be applied if the pavenent or the air PAGE 7 te"ptiwe i � 55-'. or below and falling, btrt ;• be ahplted ­!hcr both the air and ravement temp. is 45 F. or above and rising. The mixture should not be 2p^lied if high relative humidity-rolongs the curing t_ne be,­ond r rPzsonabie amount. 17, TRAFFIC C0MMOT. Suitable methods such cs barricades, flagmen, pilot cFrs etc., shall be used to protect the uncured slurry surface from all types of traffic. Any clra-^abe to the uncured slurry will be the responsibility of the contractor. The. Eng=neer. or Contracting Officer shall give final ap- proval of the method used. If damage occITrs Where Witable means have been rade to protect the uncured slurry, violators will be a_osecuted arO tI:e contractor !411 be reimbursed for the damages. 18. APPLICATION OF THE SUTP.RY SU.'tFACE A. General - The surface shall to fogged wtih �areter directly preceding t!ie sp-C.-de*'. The slurry ri. ture shall be of the e.esi reO consistency •! en eesposi.tec or the siTrf2ce and no additional elements shall be added. :ro+a1 ti -e of m—* =n- shall rot exceed four ml -sites. A suffic; ent -r-ount of sIvrr;• shall be kept in all parts of the spre2Aer at all tides so that complete coverage is obtained. N:+ lumping, bailirg or unmixed aggregate rhall be,�-err;+ted, No seorC��',2!tion of tl a e' intim. and the agarespte fines fr-r the coarse aggregate shall be permi.tte8. if the coarse aggregate settles to the bottom of the mix, the slurry will be removed fror+ the p'vement. No execessive breaking of the emulsion_ in the spreader i+^x i -All I-_ permitted. No steakes sitch as feft by over si7ec aggregate shall be left =n the finished F2.►er"nt. B. To;n+c - No excessive bmild up nor unsightly ..ap-carance --'gall be per- v i tte!T on 1_ fir, 7='' —(i nal or +, ransverse ,jo•'T`t8• Pi?rE R r [1 n^`.nrY - .�^i`r(�f►nil ^frtlCA�pe:' Rhpll he -re ct to StsI[[rr%► in t�lr ?re -is not pc-s.ccahle t0 the sir- mixer.' C?re will hp exercised in �_p�,•,�: ro,ns;vh}ly anpear�rcf- -T hand work. n. C[[rinf! - Treated are -s will be nermittpd to c[+re »ntO smich time i- the ann;nPsr nerm;+a }he.+',- onering to trRffic. in, The 0..1rry seal chR11 be meacu2nd and paid for by the square y1rf4 nr root ) ccmnleted and accented !%s designRtecl by the Engineer or Cnn- tractine Officer. 2n, g1AI.IFICATI0 m5 OF THE BIDDING CO!J WTOR The contractor must show evidence in his bid of at least one year's exner ence with Cationic Slurry Seal and list a minimum of five (S) successful Cationic Slurry Seal Type II projects, using s1Rg or traprock, cornleted »ithin the lant vea.r. CATIONIC TYPF II SLURRY SE4L PROJECTS Port Authority of New York & New Jersey at LaGuardia Airport. ?, Inc. Village of Thomaston, Nassau County, New York I. Great Neck School District, Nassau County, New York A. Boro of Hillsdale, Bergen County, New .Mersey 5, Consolidated Edia�*,Plant, Maspeth, New York Nn bidder ••ill be a supplier of any of the materials iisPd 3n +hese s^ecifi cat;_o*�s. 10,000 square yards of Cationic Slurry Seal Type 11 $ v ._'f_% oZ September 8,1976 per square yard. R. Lansdell Bituminous Corp., Eugene M. Martino Vice -President Resolved that R. Lan dell Bituminous Corp. be Name of the Corporation authorized to sign and submit the bid or proposal of this corporation for the following project 10.00() squar-e yards of Cationic Slurry Seal Describe Project and to include in such bid or proposal the certificate as to non -collusion required by section one hundred three -d of the general municipal law as the act and deed of such corporation, and for any inaccuracies or mis- statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is a true and correct copy of resolution adopted by R. Lansdell Bituminous Gorpe, corporation at a meeting of its board of directors held on the 8 day of September .3 19 76 (SEAL OF THE CORPORATION) Secretary / " Non -collusive bidding certification. By submission of this bid or proposal, the bidder certifies that : (a) This bid or proposal has been. independently arrived at without collusion with any other bidder or with any competitor or potential competitor; (b) This bid or proposal has not been knowingly disclosed and will not be knowingly disclosed, prior to the opening of bids or proposals for this project, to any- other bidder, compet- itor or potential. competitor; (c) No attempt has been or will be made to induce any other person, partnership of 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 signing in its behalf; (e) That attached hereto ( if a corporate bidder ) is a certified copy of resolution authorizing the execution of this certificate by the signator of this bid or proposal in behalf of the corporate bidder. " C�l�Iiittitv Lr��zrfiitr�tt C..nfiiil ofotifholb I.Irrnitir, c_ V,. 11958 P.AYM!)ND C. DEAN 5-jp,rintendent BID OPENING SLURRY SEAL - September 9, 1976 @ 9:00 A.M. 1. Ascon Distributing Corp.. o43 J 2. Bimasco, Inc. ............ .............. 59¢ per square yard 3. Thos. H. Gannon & Sons, Inc . ............ .51 4. R. Lansdell Bituminous Corp .............. .572 Tel. 765-3140 734-5211 RAYMOND C. DEAN Superintendent J'igllhiau S-Irpartnient Tofun of �$oid4vlb Perunir, �K_ V. 1195$ 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 the purchase of 10,000 sq. yds. 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 9:00 A.M., September 9, 1976, 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 24, 1976 RAYMOND C. DEAN Sup't of Highways Rgh£vq Pepadutient Tofun of "Smd4ntb Fecunic, 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 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 Yes No Justice Louis Demarest Yes �No� Justice Martin Suter (Yes) (No) Councilman James H. Rich (Yes) (No) Councilman Janees F. Homan (Yes) (No) Dated: August 24, 1976 Town Clerk, Town of Southold Tel. 765-3140 734-5211 ALL JSLAND EQUIPMENT CORP. 39 Jersey St. • W. Babylon, N. Y. 11704 • 643-2605, 6644 May 13, 1976 Raymond C Dean Supt of Highways, Town of South6ld Peconic, N. Y 11958 r ■ll� �� 5 !:- '♦ Re: Bid on Tractor Mower Dear Sir: Pursuant to your advertisement for Bids on the above, we are pleased to submit the following quotation: 1 (one) new Grasshopper Commercial Mower--- $2,350.00 Less allowance used John Deere Serial #277865M -------- 500.00 Balance ------- $1,850.00 Supporting literature is enclosed. This unit will increase productivity resulting in further substantial savings for years to come. Thank you for the opportunity of bidding. GW: fh encs (3) S'ncerely, A Gustave Wade, res. INDUSTRIAL & CONSTRUCTION MACHINERY AGRICULTURAL EQUIPMENT LAWN AND GARDEN TRACTORS � 1 NON -COLLUSIVE BIDDING CERTIFICATE By submission of this bid or proposal, the bidder certifies that: (a) This bid or proposal has been independently arrived at without collusion with any other bidder or with any competitor or potential competitor; (b) This bid or proposal has not been 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 tinder the penalties of perjury, affirms the truth therof, such penalties being applicable to the bidder as well as to the person signing in its behalf; (e) That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signator of this bid or proposal in behalf of the corporate bidder, llkci� Dated: ( 17� w Signature o idder VN Business Address of Bidder RAYMOND C. DEAN Superintendent FBrouir, C"' V. 11,958 NOTICE TO BIDDERS: NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the purchase of One (1) new Self Propelled Riding Lawn Tractor with Trade-in. 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 8:30 A.M., May 14, 1976, at which time they will be opened and read aloud in public. Specifications for the above may be obtained a t the Office of the Supt of Highways and delivery date must be submitted. The Sup't of Highway 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 Self Propelled Riding Lawn Tractor with Trade-in) to the Office of the Supt of Highways. The bid price shall not include any Tax, Federal, State or Local, from which the Town of Southold, is exempt. Dated:April 27, 1976 RAYMOND C. DEAN Sup't of Highways Te I. 765 - 3140 734-5211 May 11, 1976 To Highway Department Town of Oouthold Peconic N.Y. 11958 Item; One Allis Chalmets, self propelled riding lawn tractor with trade in. Model; Allis Chalmers 712 Shuttle Specifications Engine 12H.P. Kohler 4 cycle, single cyl,air cooled Fuel capacity, 3 Gallons Starting 12 volt, 45 ampere—hour key start Tramsmission Semi automatic, 4 speed ranges plus instant reverse, limited slip differential Speeds Gear Forward Reverse lst .97 i 9 ` 2nd 2.3 2.3 3rd 3.7 3.7 4th 5.1 5.1 Clutch brake one pedal disengages clutch then applies brake; separate parking cam PTO Front Center Rear Dimensions Height �didth Lenth 35.5" 31.5" 7 � Tread Wheel Base 7.30.0" R.27.0" 48.111 Turning radius 30.5 indide rear tire Bid price including trade in 1900.00 From: O'Neill's Lawnmower Service P.O.B. 64, Main Road Jamesport N.Y. 11947 Owner: Mr. Cornelmus O'Neill TRYAC TRUCK & EQUIPMENT OD., INC. ROUTE 58, P. 0. BOX 98 RIVER HEA D, NEW YORK 11901 (516) 727-0200 may 13, 1976 Superintendent of Highways Highway Department Town of Southold Peconic, New York 11958 Gentlemen: In response to your invitation to bid on the self-propelled riding lawn tractor with trade-in, we offer the following: 1 -new International Cub Cadet Model 1450 w/ hydrostatic drive, hydraulic lift and 44" mower $2,475.00 Less trade-in allowance 1.385.00 Total with trade #1,090.00 Delivery can be made within a week of bid award. Thank you for the opportunity of bidding on this equipment. Very truly yours, TRYAC TRUCK & EQUIPMENT 00., IN¢. f, Nathaniel A. Talmage, Jr. Vice Pre6ident NAT:mk NON --COLLUSIVE BID CERTIFICATE "The undersigned bidder certifies that this bid has been arrived at by the biddor independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an em- ployee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid." INV. OR REQ. NO. BID ON SELF- PROPELLED RIDING LAWN TRACTOR WITH TRADE-IN v � �4cl"T�� (SIGNS ) MIMMLELA. (IF ANY) VICE TITLE IF ANY) _--� RAYMOND C. DEAN Superintendent �i��j£vtt� �E�ttr#m.en# ZDfvn of p aul4olb Feranir, C Tel. 766-3140 734-6211 May 24, 1976 Tryac Truck & Equipment Co., Inc. Route 58 P. 0. Box 98 Riverhead, New York 11901 Gentlemen: As a result of recent bidding, be advised that you have been awarded the bid on self propelled riding lawn mower. Very truly yours, RCD:esg eOND C. DEAN Supt of Highways RAYMOND C. DEAN Superintendent �t���t1�I� �E�?MXf1TiE1T� ` ofvn of 66'uuf4olb Ferunir, N. V. 11958 May 25, 1976 Commissioner R. M. Kammerer County of Suffolk Department of Public Works Yaphank, New York 11980 Dear Commissioner Kammerer: We are enclosing for your approval copies of Contract ans Specifications for the Purchase of Road Equipment for the Townof Southold, covering the purchase of One (1) New Self Propelled Riding Lawn Tractor. Very truly yours, Ax, F RCD:esg RAYMOND C. DEAN Supt of Highways Tel. 765 - 3140 734-5211 COUNTY OF SUFFOLK DEPARTMENT OF PUBLIC WORKS R. M. KAMMERER, COMMISSIONER YAPHANK, NEW YORK, 11980 BARNEY A. EVANS CHIEF DEPUTY COMMISSIONER May 28, 1916 Ms. Judith T. Soken, Town Clerk Town of Southold Main Road Southold, New 'York, 11971. Dear Ms. Boken: 516 924-3451 WILLIAM S. MATSUNAYE, JR. CHIEF ENGINEER tie are enclosing two approved copies of Contract for the Purchase of Road Equipment for the Town of Southold covering the purchase of One (1) New Self Propelled '.ding Lawn Tractor, as specified. Please deliver one copy to vendor. The extra copy is being sent to Superintendent iiaymorcd C. mean. Very truly yours, if encs. cc. Superintendent Raymond C. dean R. M. Wirer, Commissioner of Public Works .F1 ti0, �G 7AT�o �O A. C. 142 (Rev. 1970 ) CONTRACT FOR PURCHASE OF ROAD EQUIPMENT This is a contract to purchase the following road equipment One new Self Propelled Riding Lawn Tractor (SEE ATTACHM SPECIFICATIONS) (set forth herein or attach detail specifications upon which bids wore based) entered Into this 14th day of May , 19 76 between the Town Superintendent of Highways of the Town of Southold , in the County of Suffolk New York, and =ac Truck & Equipment Co., Inc.the Vendor, whose principal office is located at Riverhead, New York (P. O. Address) for a total price of Two thousand four hundred seventy-five and 00/100 Dollars ($ 2,x+75.00 ). This contract has been awarded to the Vendor In accordance with the provisions of Article S-A of the General Municipal Law. A resolution authorizing the purchase of this equipment was adopted by the Town Board on April 27 '19 _76 The resolution directed that when this contract has been signed by the Town Superintendent e g ways, t e Vendor or Us agent, and approved by the County Superintendent of Highways, it becomes effective and that upon delivery of the equipment named and Its accept- ance 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 John Deere Tractor mower $ 1,385.00 (2) By payment from current appropriations ......................... (3) By payment from proceeds of obligations .......................... TOTAL 2 . x+75.00 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 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 Peconi,C, New York by MaV 31. 197 1 The Vendor hereby agrees to the provisions of Section 103-o of the General Municipal Law which requires that upon the refusal of a person, when called before o grand jury to testify concerning any transaction or contract had 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.onswer 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 diequolified from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any municipal corpor- ation 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 mode with any municipal corporation or any public department, agency or official thereof, since the effec- tive date of this law, b7 such person, and b7 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 hereb agrees not to assign this contract, or his right therein, to any other person or corporation without the previous consent, in writing, of the Town Superintendent of Highways. The Vendor herebyy certifies that there are no Federal or State taxes included in the above purchase price and that he is the only intermediary between th• manufacturer and the purchaser. This comprises the entire contract between the parties and supersedes any and all other agreements respecting the property de- scribed. 4009 Me own Superintendent of ghways r) APPROVED: By M.962&A� look - Title aunty uperinten ent o Highys U this contract when the purchase price of equipment is over $1 000. It must be executed in triplicate and given to the county rintendent of highways. If approved by the county superintendent, {ie shall keep one copy and within ten days of the date of his r vjglylle two copies with the town clerk. The town clerk shall file one copy and deliver one copy to the Vendor. ,tRVAPPLICATION 15 MADE PURSUANT TO SECTION 104.10, SUBDIVISION 3, OF THE LOCAL FINANCE LAW, A COPY OF IS FORM MUST BE FILED WITH THE STATE COMPTROLLER. SPECIFICATIONS SELF PROPELLED TRACTOR HYDROSTATIC DIRECT DRIVE HORSEPOW ER: 1 GROUND SPEED Infinitely, variable up to 8 mph forward, up to 4 mph reverse ENGINE: Single cylinder, 4 -cycle Kohler air-cooled gasoline with SPECIFICATIONS SELF PROPELLED TRACTOR HYDROSTATIC DIRECT DRIVE HORSEPOW ER: 14 GROUND SPEED Infinitely, variable up to 8 mph forward, up to 4 mph reverse ENGINE: Single cylinder, 4 -cycle Kohler air-cooled gasoline with ENGINE, BORE compression release. Lubricant: Splash lubrication of crankshaft,valves, piston Ventilation system: Dry type air cleaner, check valve, filtered crankcase breather, RPM @ maximum power blower fan integral with fly wheel Governor: Centrifugal type, gear -drive from camshaft Electrical system: 32 amp hr battery;key starter switch control 15 amp. flywheel PISMIN SPEED(ft./min.) alternator-Bendix Carburetor Kohler side draft TRANSMISSION: Reduction spur gear drive enclosed in heavy cast frame which houses the differential and bevel drive -direct from differential to axies. Hand -operated direction and speed control FRAME: Steel channels extending from rear of transmission to grill Axles, front Center pivoted cast iron alloy axle; 27" fixed tread rear Flanged stub axles; needle roller bearings, 27" fixed tread BRAKES: Friction caliper discs. Steering: Automotive -type, variable ratio from 12:1 at center to 8:1 at enc WHEELBASE: 44" LENGTH: 69" WIDTH: 35" GROUND CLEARANCE: 6" HEIGHT TO TOP OF STEERING WHEEL: 41" TIRES, front 16x6.50-8 rear 23x8.50-12 TURNING RADIUS: 6191, OPERATING WT.(lbs.) (175 lb. operator, full fuel tank). front 370 rear 500 TH—al E7 ENGINE, BORE 3.5" stroke 3.25" dispalcement(cu.in.) 31.27 RPM @ maximum power 3,400 PEAK ENGINE TORQUE (ft.lb.) @2,200 rpm 23.5 PISMIN SPEED(ft./min.) 1950 MOWER CUT 44" A. C. 143 (Rev. 1970) Suggested Form of Resolution For Town Highway Equipment Purchases Exceeding $1,000 Resolution by Justice Louis M. Demrest ........................................a.................................................................................................................................. Secondedby Junta,�e...'k?eta,r................................................................................................................................... Whereas, the Town Superintendent of Highways did, on the ,,,27th day of ...April,,,,,,,,,,,,,,,,,,,,,,,, 19•,.7.r4 duly recommend the purchase of certain equipment pursuant to the provisions of Section 142 of the Highway Law, Now, Therefore, Be It Resolved that the Town Superintendent of Highways is authorized to purchase, in accordance with the provisions of Article 5-A of the General Municipal Law, and with the approval of the County Superintendent of Highways, the following: One (1) new Self Propelled Riding Lawn Mower Tractor ........................................................................................................................................................................................................... .......................................................................................................................................................................................................................... ..........................................................................(SEE . .AT`Z':AC............................................................................. .......................................................................................................................................................................................................................... for a maximum price of .Two.. thousand..four hundred..seventy-five„and. 001100------------------ Dollars ..... .... ............... .:...:.. ($2,475-00 ----- ), delivered at .P C.OXI�Lc..Lane,_-Pecon.ic....................................................................................... r N. Y., by............Max..?...........................r 19.76 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 $ 1,385,00 ........................ ........................................................................................................................................................................................................................ ........................................................................................................................................................................................................................ 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 skcified: (1) $ 17999.O0 from budgetary appropriation for purchase of equipment. (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) ( .........A.lbert..M...MartojaChia................................................................... Supervisor Vote of Town Board .......... (Aye) (KaM .........Louis..M....Derxareat........................................................... Town Justice I i )CasilmX,idblma>s Vote of Town Board •-•••••••• A e (Aye) ......... Mart ....................................................................... ( Town Justice 1 Vote of Town Board .......... (Aye) (?Q'y) .........J.=es..Ri ch,...Jx................................................................. ! T� l Town Councilman Vote of Town Board .......... (Aye) ( ......... James..Nomaxt........................................................... -iX1G 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 but should be changed, where necessary, to fit circum- stances.) A. C. 142 (Rev. 1970) CONTRACT FOR PURCHASE OF ROAD EQUIPMENT This is a contract to purchase the following road equipment One new Self Propelled Riding Lawn Tractor (SEE ATTACHED SPECIFICATIONS) (set forth herein or attach detail specifications upon which bids were based) entered into this loth day of May 19 76 , between the Town Superintendent of Highways of the Town of Southold in the County of Suffolk New York, and�' ryac Truck & Equipment Co., Inc. the Vendor, whose principal office is located of Riverhead, New York (P. 0. Address) for a total price of Two thousand four hundred seventy-five and 00/100 Dollars ($ 2,475.00 ), This contract has been awarded to the Vendor in accordance with the provisions of Article S-A of the General Municipal Law. A resolution outhorixing the purchase of this equipment was adopted by the Town Board on April 27 19 76 The resolution directed that when this contract has been signed by the Town Superintendent of Mig wways, the Vendor or TT agent, and approved by the County Superintendent of Highways, it becomes effective and that upon delivery of the equipment named and its accept - once by the Town Superintendent of Highways, the Supervisor shall pay for it in the following manner: (l.) By delivery to the Vendor, as a trade-in, the equipment described at the agreed value of: One John Deere Tractor mower s 1,385.00 (2) By payment from current appropriations .................................................... (3) By payment from proceeds of obligations .................................................. TOTAL 2.475.00 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 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 Peconic. New York by May 31, 197 76 The Vendor herebyagrees to the provisions of Section 103-a of the General Municipal Low which requires that upon the refusal of a person, when calledbeforeo grand jury to testify concerning any transaction or contract had 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.onswer 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 corpor- ation 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 effec- tive data 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 anypenolty 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 herebyagrees not to assign this contract, or his right therein, to any other person or corporation without the previous consent, in writing, oftheTown 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 comprises the entire contract between the parties and supersedes any and all other agreements respecting the property de- scribed. Town Superintendent of Highways (Vendor) APPROVED: By Title County Superintendent of Highways NOTE: Use this contract when the purchase price of equipment is over $1 000. It must be executed intriplicate and given to the county superintendent of highways. If approved by the county superintendent, L* shall keep one copy 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. May 14, 1976 ........8:30 A.M. SELF-PROPELLED RIDING LAWN TRACTOR 1. Kaelin's Service Center $1,997.25 2. Cornelius O'Neill 1,900.00 3. All Island Equipment Corp. 1,850.00 4. Tryac Truck & Equipment Co., Inc. 1,090.00 SPECIFICATIONS SELF PROPELLED TRACTOR HYDROSTATIC DIRECT DRIVE HORSEPOW ER: 14 GROUND SPEED Infinitely variable up to 8 mph forward, up to 4 mph reverse ENGINE: Single cylinder, 4 -cycle Kohler air-cooled gasoline with ENGINE, BORE compression release. Lubricant: Splash lubrication of crankshaft,valves, piston Ventilation system: Dry type air cleaner, check valve, filtered crankcase breather, RPM @ maximum power blower fan integral with fly wheel Governor: Centrifugal type, gear -drive from camshaft Electrical system: 32 amp hr battery;key starter switch control 15 amp. flywheel PISrO'N SPEED(ft./min. ) alternator-Bendix Carburetor Kohler side draft TRANSMISSION: Reduction spur gear drive enclosed in heavy cast frame which houses the differential and bevel drive -direct from differential to axies. Hand -operated direction and speed control FRAME: Steel channels extending from rear of transmission to grill Axles, front Center pivoted cast iron alloy axle; 27" fixed tread rear Flanged stub axles; needle roller bearings, 27" fixed tread BRADS: Friction caliper discs. Steering: Automotive -type, variable ratio from 12:1 at center to 8:1 at end WHEELBASE: 4411 LENGTH: 69" WIDTH: 351r GROUND CLEARANCE: 6" HEIGHT TO TOP OF STEERING WHEEL: 41" TIRES, front 16x6.50-8 rear 23x8-.50-12 TURNING RADIUS: 619" OPERATING WT.(lbs.) (175 lb. operator, full fuel tank) front 370 rear 500 To —al B7 ENGINE, BORE 3.5" stroke 3.25" dispalcement(cu.in.) 31.27 RPM @ maximum power 3, 400 PEAK ENGINE TORQUE (ft.lb.) @2,200 rpm 23.5 PISrO'N SPEED(ft./min. ) 1950 MOWER CUT 4411 KAELINIS SERVICE CENTER RT 25 & COX LANE CUTCHOGUE.L. 1. 11935 May 12, 1976 SUPTI OF HIGHWAYS OF THE TOWN OF SOUTHOLD PECONIC UNE PECONIC, L.I. ATT: MR RAYMOND REAM DEAR SIR., SPECIFICATION FOR THE BID OF A RIDERING TRACTOR WITH TRADE*IN. 1976 JOHN DEERE 300 16HP W/48" MOWER . DETALrz ATTACHED. SET UP ADJ AID DELIlWED TO PECONIC LANE . DELIVERY PRICE $ 1997.25 THAYK YOU., DANIEL A KAELIN 0WNER NON -COLLUSIVE BIDDING CERTIFICATE By submission of this bid or proposal, the bidder certifies that: (a) This bid or proposal has been independently arrived at without collusion with any other bidder or with any competitor or potential competitor; (b) This bid or proposal has not been 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 therof, such penalties being applicable to the bidder as well as to the person signing in its behalf; (e) That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signator of .this bid or proposal in behalf of the corporate bidder. Dated: Ria r o �,� L 2 i 97 6 Signature of Bidder Kaelin's Service Center Rt 25&Cox T�aneVane ,utchogue, L.I. 11935 Business Address of Bidder Tofun of 15sIILIt4IIlb FEranir, cv. V. 1.958 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: (1) One new SELF PROPELLED RIDING LAWN TRACTOR with TRADE-IN VOTE OF THE TOWN BOARD Supervisor .Albert M. Martocchia Justice Louis Demarest Justice Martin Suter Councilman James Rich, Jr. Councilman James Homan Town Clerk: �Yes Yes3 No (Yes) (No) (Yes) (No) (Yes) (No) Town of Southold Tel. 765-3140 734-5211 RAYMOND C. DEAN Superintendent P'tg4fung Pepartntient Zufvn of *vut4alb Fesouic, y. V. Imes October 6, 1976 Bid on Two Box Sand & Salt Spreaders was rejected because: 1. Krauss K 500 - lz inch shaft Tei. 765 - 3140 734-5211 2. Chain roller link type chain minimum tensile strength of 22,000 lbs. 3. The tubular screen members and screen openings are a flat top 4. 6 tooth cast iron sprockets 5. 38° slope on sides 6. Over center toggles 7. 73" width inside 8. Straight rear end plate I s., SPECIFICATIONS FOR HEAVY-DUTY SELF-CONTAINED HOPPER TYPE SPREADER GENERAL: The Spreader required under these specifications shall be self-contained, hopper -type, designed to be mounted in tris.:!- body nf,w the property of the Toi;m of Southold. The unit shall consist of a steel body, feed conveyor, spinner disc, power drive, and all components necessary to make a complete ^perating tin=t. Tt shall be capable of spreading uniformly sand, cinders, salt, calcium chloride, or mixtures up to w idth of ^0 feet. Bidders must submit with their bid complete specifications on the unit they propose to f+tintsh. Hd.<�s r:ith exceptions to these specifications shall be considered informal. BODY: Bndy shall be of all -gelded 10 gauge steel construction and not less than 6.6 cubic yards .trite.: capacity. 9ody dimensions shall be as follows: Length (Inside) - Not less than 12, Over-all height - Not greater than, 50 1/2" Width ( Inside) - Not less than 78" (Over --all height shall be measured from bottom of support channels to the top of hopper) Body sides shall have net less than forty-fil►e degree (150) pitch to insure free flow of materials to conveyor. The body shall be rigidly constructed and the entire top of the body is to be channel -formed few additional support. Body sills shall be of at least #10 gauge steel with longitudinal flanges supported on 3", 4.1-1 structural steel channels. There shall be an adequate number of "Z" -type, 12 gttage body side supports rigidly tying in the structural steel channels with the body sides to give the highest degree of resistance to warping or twisting under heavy loads. The body shall be provided i-Jth four lifting hoo?:s. CONVEYOR: The conveyor system shall be of the belt over chain type running longitudinally with the body, feeding materials to the distributor disc. The minimum width of the conveyor shall be 24". The conveyor chain shall be all -steel, 2 5/16" pitch, riveted roller chain consisting of 7/8" diameter rollers and side bars with a 1/4 x 1 cross section. Chain bar flights shall have a cross section of 3/8" x 1 1/2", the flights being positioned on approximately 4 1/2" centers. Each chain roller link assembly shall have a minimum tensile strength of 38,000 lbs. Pi_ntle type chain will not be acceptable. The conveyor gear case shall have a 50:1 reduction and consist of a hardened and polished taro rm gear, driving a cast aluminum bronze gear mounted to steel hub. Conveyor drive sprockets shall be 8 -tooth drop forged steel, keyed to a 1 3/4" (minimum SAE 1045 alloy steel shaft mounted in tapered roller bearings. 'No heavy -spring loaded cadmium -plated adjustment screws with a minimum of 3" travel shall be provided to maintain proper conveyor tension. Removable and replace- able conveyor chain shields shall be provided, properly formed and of sufficient strength to resist binding. DISCHARGE GATE: An adjustable discharge gate of the screw jack type shall be located at the body rear to properly adjust the flow of material to the spinner. Maximum feedgate opening shall be 11" high x 18" wide. DIVERTER (17 iUTE: Deflector baffle r;ithin distributor hopper to allow discharging of material from spreader without striking spinner for stock piling. continued: „ • SPECIFICATION FOR HEAVY-DUTY SELF-CONTAINED HOPPER TYPE SPREADER - DISTRIBUTOR DISC AND DRIVE: The distributor disc shall be 20" in diameter of abrasion resistant steel, equipped with six removable fins designed to obtain a controlled spread of four feet to forty feet. Material shall be guided from the conveyor end to the dis- tributor disc by means of a tapered hopper, equipped with a dust - free tubular housing in which a sealed cartridge -type ball bearing supports the distributor disc drive shaft. Adjustable internal de- flectors shall be provided to control direction and eveness of spread. BAFFLE: The baffle shall be of four section type, hinged and com- plete with hood, easily adjustable and positively locked without the use of tools to control direction and width of spread for ice control and/or sealcoating. The baffle -and hood shall completely enclose the spinner on both sides to the front and to the rear to prvent throwing materials onto vehicles. POWER DRIVE: Air-cooled gasoline engine of not less than 18 H.P. shall drive both conveyor and spinner. Engine shall be equipped with 12 -volt electrical system and include starter, alternator, battery and battery mount, ammeter, ignition switch starter snitch, gasoline tank, and integral clutch reduction unit. Clutch shall be of the oisutuve iver cebter type, operating in oil, and not less than 4 1/2" diameter. Reduction shall be engine manufacturer's standard, fully - enclosed and running in oil. Engine to be left rear mount between last two stakes. Engine to have protective hood. CONTROLS: Complete remote control shall be furnished, including engine throttle, ignition switch, starter switch, ammeter, and vacuum clutch control with all-weather breakaway plug in line between cab and spreader. SCREENS OVER HOPPER: Sectional screens shall be hinged to a 3 1/2" O.D. heavy duty pipe running longitudinally the full length of Spreader hopper. Screen sections to have a 3/8 x 2" frame with 3/8" rods laced through 1/4" x 1 1/2" flat steel forming openings of 2 1/2" x 2 1/2". Screens shall not increase over-all height of spreader more than 4" dorm center. DUMP BODY MOUNTING: The spreader shall be provided with a minimum of four heavy hold-down clamps to securely fasten unit to dump body. A distributor hopper extension shall be furnished to position spinner disc approximately 20" from the ground. TAILGATE LATCHING DEVICE: Unit shall be equipped with tailgate latching device. MISCELLANEOUS: An instruction manual and parts list shall be furnished with unit. The unit shall be mounted by the Contractor at the Contractor's Shop. y =TRIt S inc. 369 DUFFY AVENUE - HICKSVILLE, L. 1., N. Y. 11802 - 516 935-2600 September 8, 1976 Town of Southold Supt. of Highways Peconic, N.Y. Dear Sir: We are pleased to submit our quotation for supplying two (2) Box Sand and Salt Spreaders as follows: (2) Hi -Way 12' Ylodel "E" Spreaders As per your Specifications Price $5196.00 per Unit Total Price (2) Units $10,392.00 Very--tt` y yours, Peter Cervelli President PC/dc Encl: NON -COLLUSIVE BIDDING CERTIFICATION (For Addition to Specifications) Resolved that ...... Trius. Inc; .... .. . . (Name of the Corporation) be authorized to sign and submit the bid or proposal of this corporation for the following project ....................... ...... TWQ . (2.. Box. Sand. and. Salt. Spreaders ............. ............................................................. (Describe Project) and to include in such bid or proposAl the certificates 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 ........ Trius. Inc. ............................. . corporation at a meeting of its board of directors held on the ...... $AJI ......day of ..... $QP-WPIPP :............... . 19..76. (SEAL OF THE CORPORATION) c1_'c Secretar DATED .... S9PtWPLIPP-X..$r.xA76. A. C. 143 (Rev. 1970) Suggested Form of Resolution For Town Highway Equipment Purchases Exceeding $1,000 Resolution by .............. Counc.ilm.an ames....Homan .................J................................................................................................................................................... Seconded by ..............Councilman...James..Richr..Jr...................................................................................................................... Whereas, the Town Superintendent of Highways did, on the 24th day of „Au�,ust..................... 19,76, duly recommend the purchase of certain equipment pursuant to the provisions of Section 142 of the Highway Law, Now, Therefore, Be It Resolved that the Town Superintendent of Highways is authorized to purchase, in accordance with the provisions of Articlq 5-A of the General Municipal Low, and with the approval of the County Superintendent of Highways, the following: �2.)...TWg.Box Sand And Salt Spreaders........1, ...'FR.. ' A01 .. 1? OZFZCATIQNS�................................... ....... ........ ..... ...............................................................................'4......................i............................................................................................................. ........................................................................ .yX:...................................................................................................................................... for a maximum price of ...Ten Thous three hun „d ninety two QQ/ QQ, Dollars ($10,392.00 �)r deliver..a.at... �..6 ic.........e,...Pecanac,..................................................................................r N. Y., by.......December.J!.................... .The Town Superintendent of Hi ways is authorized (subject to the approval of the County Superintendent of Highways if value exceeds $1,000.00) to surre tder to the vendgr a following equipment at an agreed trade-in value of $ .......................................... ............................... .................................................................................................................... ....... a.... r ,, _ - :-' :- ......................................................................................... A contract for the item(s) purchased sh a duly exeVbrttfijfplicarte between the Town Superintendent of Highways and such vendor, and when approved by the County Su rintendent of Higjways, it shall become effective. When the con- tract has been executed and approved, and upon 41iy�ry of the item(s)/purchosed, the supervisor shall pay the following . amounts as specified: 1 q2 00 from budgeky budgetaryappropriation for ;rchose of equipment. (2) f ................... 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) ( ........................................................................... Supervisor (Town ( Town Justice Vote of Town Board .......... Aye) ......................................................................... TAKWU? ` Town Justice Vote of Town Board .......... (Aye) ( ....c�:?.;3...ere.Bt............................................ j Vote of Town Board .......... (Aye) ( ........................................................................... VAMMAMMI&T Town Councilman Vote of Town Board ..........(Aye) ( .... creme-&--HOW154.............................................................................. 1X�tn� I 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 but should be changed, where necessary, to fit circum- stances.) Totxrn of "Sout4ola Ferouir, X -f. 11955 RAYMOND C. DEAN Superintendent RESOLUTION BY: SECONDED BY: RESOLVED: That the Supt of Highways of the Town of Southold, be authorized to advertise for bids and to purchase from the lowest responsible bidder: (2) TWO BOX SAND AND SALT SPREADERS 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) Dates: August 24, 1976 Town Clerk: Town of Southold Tel. 765-3140 734.5211 'ig4funU Preparhurnt (` orfun of 5untholb Prank, CN. !1. 11958 RAYMOND C. DEAN Superintendent RESOLUTION BY: SECONDED BY: RESOLVED: That the Sup't of Highway of the Town of Southold, be authorized to advertise for bids and to purchase from the lowest responsible bidder: (2) TWO BOX SAND AND SALT SPREADERS 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) August 10, 1976 Town Clerk: Town of Southold Tel. 765-3140 734-5211 RAYMOND C. DEAN Superintendent `-ofnn of Sontl olb Prronir, �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 following items: (2) TWO BOX SAND AND SALT SPREADERS'- Specifications PREADERS' 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 9:15 A. M., September 9, 1976 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 included any Federal, State or Local Tax, from which the Town of Southold, is exempt. Dated: August 24, 1976 RAYMOND C. DEAN Sup't of Highways Tel. 765-3140 734-5211 '71ighftiq Prpartment ofvn of �$oixt4olb RAYMOND C. DEAN Superintendent October 6, 1976 Truis, Inc. 369 Duffy Avenue Hicksville, New York 11802 Dear Sirs: As a result of recent bidding, be advised that you have been awarded the bid on (2) Two Box Sand and Salt Spreaders. Ve truly yours, ZYMOND C. DEAN Sup't of Highways Tel. 765 - 3140 734-5211 A. C. 142 (Rev. 1970) CONTRACT FOR PURCHASE OF ROAD EQUIPMENT This is a contract to purchase the following rood equipment (AS PER SPECIFICATIONS) (set forth herein or attach detail specifications upon which bids were ba entered into this 6th day of October 19 7, between the Town Superintendent of Highways of the Town of Southold in the County of Suffolk New York, and Trui9 Dic the Vendor, whose principal office is located at 369 Duffy Avenue, Hicksville, New York 11802 (P. 0. Address) for a total price of Ten thousand thr hundred ninety two and QQ/100 Dollars (S 10,392, 00 =,r «><9F** ). This contract has been awarded to a Vendor in accordance with the provisions of Article S-A of the General Municipal Law. A resolution authorizing the purcho a of this equipment was adopted by the Town Board on 4LU t 24 19 �. The resolution directed that when thi contract has been signed by the Town Superintendent at MIg ways, theVendor or firs agent, and approved by the County Superintend t of Highways, it becomes effective and that upon delivery of the equipment named and its accept- ance by the Town Superintendent of ighway , the Supervisor shall pay for it in the following manner: (1) By delivery to the Vendor, as a tin, the equipment described at the agreed value of: $ t (2) By payment from currentppropriations ...................................... 10,392.00 (3) By payment from protea of obligations ..............`................................. 7 TOTAL 4 l n.,392 _ on It is agreed that the title to said trade -i a ipment men oned at '(1)" above shall remain in the Town until delivered to the Vendor at the time mentioned, and further that sal quipment m be V&4 by the T wn until delivered to the Vendor and at such time it will then be accepted by the Vendor at the value mentioned' rovld ng that it 1,A( In as good condition as at present, normal wear, tear and usage excepted. (Strike out (1) and this paragraph if not a plicabhu. The Vendor guarantees the equipment purchased u er this contract agai efects of workmanship and material for a period of n days and that it will be d ivered in first class cond' ion at Southold Town Highway Dept.. P ..ani n Tomp t Pennni r , Hew Y—el*; b DeCemher�l , 197-, t The Vendor hereby agrees to the provisions of Section 103-0 of the Gen al Municipal Law which requires that upon the refusal of a person, when called before a grand jury to testify concerning any tronsacti n or contract had with the state, any political subdivision thereof, a public authority or with any public department, agency or officio of the state or of any political subdivision thereof or of a public authority, to sign a waiver of immunity against subsequent crimino prosecution or to answer any relevant question concerning such transaction or contract, (a) such parson, and any firm, partnership or corporation of which he s a member, partner, director or officer shall be diel lified from thereafter selling to or submitting bids to or receiving awards Ifrom or entering into any contracts with any municipal corpor- ation 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 effec- tive date of this law, b7 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 this contract, or his right therein, 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 comprises the entire contract between the parties and supersedes any and oil other agreements respecting the property de- scribed. DAN-Zt-t,Town Superintendent of Highways (Vendor) APPROVED: By Title County Superintendent of Highways NOTE: Use this contract when the purchase price of equipment is over $1 000. It must be executed in triplicate and given to the county superintendent of highways. If approved by the county superintendent, ire shall keep one copy 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. BID OPENING ON TWO BOX SAND AND SALT SPREADERS September 9, 1976 @ 9:15 1. Lori Equipt. of Nassau & Suffolk Inc . ................4,908.00 installed at their premises ............... 300.00 2. Truis, Inc...........................................5,196.00 TA $P MATIONS FOR HZXVY-DUTY SELF-CONTAINED HOPPER TYPE SPREAD ;'fix 2%e Spreader required under these specifications shall be 6entainod, Dopper -type, designed to be mounted in truck body:now the property of the Town of Southold. The unit stall consist of a steel body, feed conveyor,spinner disc, power drive, and all components necessary to make a complete operating unit. It shall be capable of spreading uniformly sand, cinders, salt, calcium chloride, or mixtures up to a width of 40 feet. Bidders must submit Gaith their bid complete specifications on the unit they propose to furnish. Bids with exceptions to these specifications shall be considered informal. BODY: Body shall be of all-welded'10 gauge steel construction and not es�han 5.6 cubic yards struck capacity. Body dimensions shall be as follows: Length (Inside) - Not less than 10, Over-all height - Not greater than 50 1/2" Width (Inside)• - Not less than 78" Over-all height shall be measured from bottom of support channels to the top of hopper ) Body sides shall have not less than forty-five degree (450) pitch to insure free flow of materials to conveyor. The body shall be rigidly constructed and the entire top of the body is to be channel -formed for additional support. Body sills shall be of at least #10 gauge steel with longitudinal flanges supported on 3", 4.1# structural steel channels. There shall be an adequate number of "Z" -type, 12 gauge body side supports rigidly tying in the structural steel channels with tho body sides to give the highest degree of resistance to warping or twisting under heavy loads. The --body shall be provided with four lifting }rooks. CONVEYOR: The conveyor system shall be of the belt over chain type run" nIng Tongitudinally with the body, feeding materials to the distributor disc. The minimum width of the conveyor shall be 24". The conveyor chain shall be all -steel, 2 5/16" pitch, riveted roller chain consisting of 7/8" diameter rollers and side bars with a 1/4 x 1 cross section. Chain bar flights shall have a cross section of 3/8" x 1 1/2", the flights being positioned on approximately 4 1/2" centers. Each chain roller link assembly shall have a minimum tensile strength of 38,000 lbs. Pintle type chain will not be acceptable. The convenor gear case shall have a 50:1 reduction and consist of a hardened and polished %­orm gear, driving a cast aluminum bronze gear mounted to steel. hu!.. Convevor drive sprockets shall Yee 8 -tooth drop forged steel, keyed to a 1 3/4" (minimun) SAE 1045 alloy steel shaft mounted in tapered roller bearinas. Too heavy -spring loaded cadmium -.plated adjustment screws iritl- a minimur. of 3" travel shall ire r,rovided to maintain proper conveyor tension. removable and replace- able conveyor chain shields shall be provided, r.rov)er.ly formed and of sufficient strength to resist binding. DISCHARGE CATE: An adjustable discharge gate of t,,.e screi•i jack type shall Fe locate3 at the bode rear to properly adjust tt:e flow of material to the spinner. Maximum feedgate opening shall to 11" }ig x 18" ,gide. DIVERTER CHUTE: Deflector baffle within distributer `. ,)nner to alloy,- isc arging oE material from spreader without s trik inc, spinner for stock piling. j continued: Page - 2 - r tr=rT,CJkT1019S FOR HEAVY-DUTY SELF-CONTAINED HOPPER TypE SPREADER -- DISTRIBUTOR DISC AND DRIVE: The distributor disc: shall Je 20" in diameter of Urasion resistant steel, equipped with six removable fins designed to obtain a controlled spread of four feet to forty feet. Material shall be guided from the conveyor end to the dis- tributor disc by means of a tapered hopper, equipped N.°itn a dust - free tubular housing in which a sealed cartridge-tyr;e Nall bearinq supports the distributor disc drive shaft. Adjustable internal de- flectors shall be provided to control direction and evenness of spread. BAFFLE: The baffle shall be of four section type, hina.ed and com- plete with hood, easily adjustable and positively locked without the use of tools to control direction and width of spread for ice control and/or sealcoating. The baffle and hood shall completely enclose the spinner on both sides to the front and to the rear to prevent throwing materials onto vehicles. PMIER DRIVE: Air-cooled gasoline engine of not less than 18 H.P. shall rive th conveyor and spinner. Engine shall to equipped With 12 -volt electrical system and include starter, alternator,battery and battery mount, ammeter, ignition switch starter switch, gasoline tank, and integral clutch reduction unit. Clutch shall be of the positive over center type, operating in oil, and not less t:har 4 1/2" diameter. Reduction shall be engine manufacturer's standard, full,,, -- enclosed and running in oil. Fngine to 1•e left rear mount het�,een last two stakes. Engine to have protective hood. CONTROLS: Complete remote control shall i)e furnish -.(3c?, including engine t rott e, ignition switch, starter switch, a meter, ana vacuum clutch control with all-weather breakaway plug in line cal, and srreader. SCREENS OVER HOPPED: Sectional screens shall I)e hince�"_ to a 3 1/2" O.D. cavy duty pipe running longitudinally the full lenat-h of Sr.reader hiop.rer. Screen sections to have a 3/8" x 2" frame 3/8" rods laced through 1/4''` x 1 1/2" flat steel forming openings of 2 1/2" x .? 1/2". Screens shall not increase over-all height of spreader more than 4" dovl-n center. DU14P BODY MOUNTING: The spreader shall L -e provide(' [-_Jt';-. a it:i^.i mun1 of our heavy hold-down -down clarps to securely fasten unit to uumr.. ;.,vdv. r distributor hopper extension shall be furnished tc position sn.inner eisc approximately 20" from the ground. TAILGATE LATCHIT14G DEVICE: Unit shall he equipred ,it!- tai hate latching device. 141SCELLANEOUS: .An instruction manual and marts list s'.•.all be furnisho-d with unit. The unit shall be mounted by the Contractor at t} -e Contractor's Shop. r` A"CIFICA'TIONS FOR HEAVY-DUTY SELF --CONTAINED HOPPER TYPE SPREADER The Spreader required under these specifications shall be Se -contained, hopper -type, designed to he mounted in truck body. -now the property of the Town of Southold. The unit shall consist of a steel body, feed conveyor, spinner disc, power drive, and all components necessary to make a complete operating unit. It shall be capable of spreading uniformly sand, cinders, salt, calcium chloride, or mixtures up to a width of 40 feet. Bidders must submit with their bid complete specifications on the unit they propose to furnish. Bids with exceptions to these specifications shall be considered informal. BODY: Body shall be of all-welded'10 gauge steel construction and not e�ss-Than 6.6 cubic yards struck capacity. Body dimensions shall be as follm7s : Length (Inside) - Not less than 12' Over-all height - Not greater than 50 1/2" Width (Inside)' - Not less than 78" Over-all height shall be measured from bottom of support channels to the top of hopper ) Body sides shall have not less than forty-five degree (45°) pitch to insure free flow of materials to conveyor. The body shall be rigidly constructed and the entire top of the body is to be channel--forned. for additional support. Body sills shall be of at least #10 gauge steel with longitudinal flanges supported on 3", 4.1# structural steel channels. There shall be an adequate number of "Z" -type, 12 gauge hody side supports rigidly tying in the structural steel channels with the body sides to give the highest degree of resistance to warping or twisting under heavy loads. The--bbdy shall be provided with four lifting hooks. y CONVEYOR: The conveyor system shall be of the belt over chain type ru�ng-Tongitudinally with the body, feeding materials to the distributor disc. The minimum width of the conveyor shall be 24" The conveyor chain shall be all -steel, 2 5/16" pitch, riveted roller chain consisting of 7/8" diameter rollers and side bars with a 1/4 x 1 cross section. Chain bar flights shall have a cross section of 3/8" x 1 1/2", the fligi:ts beincr positioned on approximately 4 1/2" centers. Each chain roller_ link assembly shall have a minimum tensile strength of 38,000 lts. Pintle type chain will not be acceptable. The conveyor gear case shall have a 50:1 reduction and consist of a hardened and polished vorm.c!car, driving a cast aluminum bronze clear mounted to steel hu!7. Conveyor drive sprockets shall be 8 -tooth drop forged steel, keyed to a 1 3/4" (minimum) SAE; 1045 alloy steel shaft mounted in tapered roller kearincrs . T� o hea«,--srrincr loaded cadmium -plated adjustment screws Frith a minimum of 3" travel ,,hall be provided to maintain proper conveyor tension. Pemovable and replace- able conveyor chain shields shall be provided, proyerly formed and of sufficient strength to resist binding. DISCHARGE GATE: An adjustable discharge gate of the screw jack type shall e located at the body rear to properly adjust t;.e flow of material to the spinner. Maximum feedgate opening shall he 11" high x 18" .:ide. DIVERTER CHUTE: Deflector baffle Githin distrihutor to allow ise arging of material from spreader , ithout str i;c.i zc; spinner for stock piling. (. continued: Page - 2 - r4fZC: 'TCAT10NS FOR HEAVY-DUTY SELF-CONTAINED HOPPER TYPE 9PREADER - DISTRIBUTOR DISC AND DRIVE: The distributor disc s!,all be 20" in diameter of 05rasion resistant steel, equipped witi- six removable fins designed to obtain a controlled spread of four feet to forty feet. Material shall be guided from the conveyor end to the dis- tributor disc by means of a tapered hopper, equipped wit] -L -a dust - free tubular housing in which a sealed cartridge -tyre '.;all bearing supports the distributor disc drive shaft. Adjustable internal de- flectors shall be provided to control direction and evenness of spread. BAFFLE: The baffle shall be of four section type, hinged and com-- p ete with hood, easily adjustable and positively locked without the use of tools to control direction and width of spread for ice control and/or sealcoating. The baffle and hood shall completely enclose the spinner on both sides to the front and to the rear to prevent throwing materials onto vehicles. POWER DRIVE: Air --cooled gasoline engine of not less than 18 H.P. shall r verboth conveyor and spinner. Enc*ine shall be equipped with 12 -volt electrical system and include starter, alternator,battery and battery mount, ammeter, ignition switch starter switch, gasoline tank, and integral clutch reduction unit. Clutch shall be of the positive over center type, operating in oil, and not .less than 4 1/2" diameter. Reduction shall be engine manufacturer':- standard, fully - enclosed and running in oil. Engine to be left rear mount !-�ctweer last two stakes. Engine to have protective hood. CONTROLS: Complete remote control shall i:ue furniG,,ed, includi_ncr cnol—e throttle,- ignition switch, starter switch, armeter, ard vacuum clutch control with all-weather breakaway plug in line hetwcen ca!, and srrcader. SCREFNS OVER HOPPER: Sectional screens shall I)e I_inced to a 3 1/2" O.D. cavy duty pipe running longitudinally the full length of SY-reader hopper Screen sections to have a 3/8" x 2" frame �,-ith 3/2" ro(lis lace.rl through 1/4" x 1 1/2" flat steel forming openings of 2 1/2" x 2 1/"". Screens shall not increase over-all height of s-rea:�er more t'^an 4" (3oc-;n center. DUMP BODY MOUNTING: The spreader shall 'Ce T rovidecl N -? the a T ininum of our heavy hold- 1 clamps to securely fasten unit to durst- ood". A distributor hopper extension shall be furnished to position spinner disc approximately 20" from the ground. TAILGATE LATCHING DEVICE: Unit shall Y,e ec u].rneO. it!. tailnate latching e v_Tce. MISCELLANEOUS: .An instruction manual and tarts list shhall be furnist-ed with unit. The unit shall be mounted by the Contractor at tl-c Cnntractor's S':op. LORI tO IPT. OF NASSAU & SUFFOLK INC. 70 SE10 AVENUE a NORTH AMITYVILLE, N. Y.11701 i (516) 842-4390 F Town of Southold Highway Dept. Peconic Lane Southold, N.Y. Re: Bid Opening Sept. 9, i976- 9 A.M. L (2) Box Sand & Salt Spreader I Here is our quotation on the goods named, subject to the conditions noted: YOUR TERMS SALESMAN PRICE QUOTATION PLEASE INDICATE THIS NUMBER WHEN ORDERING PPD. OR COLL. CONDITIONS: The prices and terms on this quotation are not subject to verbal changes or other agreements unless approved in writing by the Home Uttice of the Seller. All quotations and agreements are contingent upon strikes, accidents, fires, availability of materials and all other causes beyond ourcontro/. Prices are based on costs and conditions existing on date of quotation and are subject to change by the Seller before final acceptance. Typographical and stenographic errors subject to correction. Purchaser agrees to accept either overage or shortage not in excess of ten percent to be charged for pro -rata. Purchaser assumes liability for patent and copyright infringement when goods are made to Purchaser's specifications. When quotation spe- cifies material to be furnished by the purchaser, ample allowance must be made for reasonable spoilage and material must be of suitable quality to facilitate efficient production. Conditions not specifically stated herein shall be governed by established trade customs. Terms inconsistent with those stated herein which may appear on Purchaser's formal order will not be binding on the Seller. QUANTITY DESCRIPTION PRICE AMOUNT (2) Krauss Model K -500-M Sand & Salt Spreader length 12l, width inside 73", height 50", capacity 6.5 cubic yards. Body to be complete as per attached specifications and literature with changes as noted. Will also include the 7�+ belt over the conveyer chain; a spring loaded adjusting screw; removable and replaceable conveyer chain shields; chain oiler; diverter chute; tailgate latching device; body holdown and side engine mounting. Body, painted Omaha Orange, F.O.B. Southold N.Y. excluding all taxes, Net each 490$.00 Installation at our Amityville shop, Net each ( 300.00 Delivery - 4-6 weeks after receipt of orders FORM 2040, REGENT FORMS, PENNSAUKEN, N.J. 08109 QUOTE VALID FOR_60 DAYS. BY ^p? P, C''h \' Ar SPECIFICATIONS 4-10-72 KRAUS MODEL K-500 It is the intent of these specifications to describe a V hopper type sand, cinder, and chemical spreader to be mounted on a truck frame or slipped into a dump body. The sides shall have a slope of at least 380 to insure flow of material. BODY Shall be constructed of 10 ga. material and electrically welded into a solid unit. Both front and rear endgate will be solid welded both inside and out, The top sides will be "J" formed and interlined with 1z" x 1' x 3/16" square tubing welded into place. Both front and rear endgate will be "J" formed for rigidity and strength with an internal embossed brake to eliminate use of welding angles which collect sand and chemicals, Side braces shall be located a maximum of 12" from front and rear of body, then set on 24" centers and shall run the full height of the sloping sides. The side braces are to be constructed of 10 ga, material and formed on edge to give added strength and stability to body, Where will be inside gussets. The discharge feedgate adjustment shall be gear type, fully enclosed and sealed against foreign material. The discharge gate will be constructed of 3116" material with an opening of 0 to 11-3/411, and one side of guides shall be bolted for easy disassembly and assembly for cleaning of guides. The guide will have a built in stop to avoid lowering the gate onto chain. There shall be an internal conveyor chain wiper to avoid carryback of material. Side rails shall be constructed of 10 ga. material formed at proper angle to cover and protect chain links from foreign material. Conveyor bottom or wear plate will be constructed of 3116" abrasion resistant material. This wear plate will be welded to conveyor sides (bolted optional) for extra strength. Cross members on the conveyor bottom will be a minimum of 40" and be welded to each side brace and will be constructed of �j7f_0b7tafw94, C10MVC4J. SPINNER ASSEMBLY The entire spinner chute assembly shall�be constructed of 10 gauge material and bolted to side rails or frame of body. This entire assembly shall be bolted for sectional replacement in case of damage. The distributor chute will contain two internal baffles, spring loaded to hold baffles in position to guide material to proper location on spinner. There will be three adjustable external baffles (4 optional) for even and accurate spreading from 4' to 401, and to prevent material from hitting oncoming traffic and pedestrians. These baffles to be adjustable without the use of tools.. There shall be a self -aligning sealed pillow block bearing for stabilization of 111,spinner shaft. Spinner disc will be constructed of 10 ga, abrasion resistant steel with a bolted maleable steel hub and six hardened and replaceable 10 ga. steel .ins. There shall be no welding on spinner disc. Spinner to be no less thano�,diameter, Spinner assembly shall be so designed to be 18-241, above ground for ccurate spread. DRIVE ASSEMBLY To be reduced through a 50:1 sealed gear.case, with all gears and bearings running in an oil bath. Shall have filler, drain, and oil level plugs and vent. This gear ease will be attached to the body on a formed bracket secured with four 1/2" bolts and located a minimum of 6" from the.side rails for easy maintenance and repair. The gear will be a hardened polished worm gear driving a high niekle content bronze gear straddle mounted on taper bearings. (25:1 gear case available) The output shaft shall be a minimum of lz" of 1040 steel driving 6 -tooth self-cleaning cast iron sprockets keyed by 3/8" key to shaft. Front idler shaft to be 12" supported by two 12" roller bearings with minimum of 3" adjustment for chain. CONVEYOR CHAIN Conveyor chain shall consist,of two strands of roller type chain having 221000# tensile strength per strand or a total of 44,000# breaking point in the middle. The chain shall be constructed with a minimum of 7/16" steel pins with minimum of 2-5116" pitch. There shall be cross bars spaced on approximately 4" centers. The bars shall be constructed of 3/8" x 11" flat. The chain as well as the sprockets shall be so constructed as to be self-cleaning. The sprocket centers shall be a minimum of 21" running in a minimum 24" wide trough. (Pintle chain optional). SPECIFICATIONS 4-10-72 KRAUS MODEL L-500 ITYDRAULIC D The main hydraulic pump shall be driven from the truck. PT should have an outpu, of 40-50%,of engine speed. There sha ' "pt driving.a 2" motor operating, veyor system and a 1" .to operate the spinner system. These motors shall be e gear , capable of operating at high pressures, or a minimum of 2000PSI. T ll.be•a.dual flow-control valve to independently control spinner ss conveyor c eed. This valve:wtll also have a built in relie d' master ori/off control fora spreading. All necessary hoses an furnished.` There shall be a 30 micron er in return line. There be a`standard 18-20 gal. hydraulic oil tank,-with fi cap ands 0 C CLUTCH CCNTROLLED HYDRAULIC PMP Pump ca ac M driven by electric ero V-belt.- Electric clutch has on/off toggle . b.(also used for spot spreading). There will be a d contr61 valve to'indepen e trol speed of conveyor and sp p runs mnly during.snreading operation. MODEL K-.500-M ENGINE Engine shall be 18.HP TJD Wisconbih'or equal, with centrifugal clutch optional--enclosed friction clutch'asidelectric or vacuum actuated control). Engine to be,equipped with starter, automatid choke. :Unit is.driven from clutch of engine to conveyor gear case by a minimum of 3 groove sheave, B section V-belts. Minimum reducti6ii to be 5 x 15.6 to operate spreader at proper spreading speed. The engine shall be mounted on rear of body. It shall be fully enclosed in a housing with large inspection door for easy accessibility to maintain engine, The entire engine cover is easily: removable. The air intake for engine shall be covered with a washable filter. The exhaust shall be exhausted through top of.housing and properly covered to prevent moisture from entering engine. There shall be'.a 32 gal.gas tank (9 gal.available on request) located for easy filling. (Engine and housing also available for side mounting. Price and specifications available on request). CONTROLS All controls for operating engine shall be mounted in the truck,cab. They shall include ignition switch and starter, manual throttle control (optional-electric throttle control), A weatherproof electrical receptacle' shall.. be furnished. MT -PM (Power Take-off)# DRIVES Multip tch enclosed con Mge and lever, power train includi earings, shafting to hook up to truck transmission PTO on installs i ES NOT INCLUDE POWER,TAKE-OFF.FOR TRUCK. P',j�.�atC! turn enginewise rotation ands approximately 40-50% of e speed. PLEASE SPECIFY CHOICE OfI LEFT OR RIGHT ._. SPECIFICATIONS SUBJECT TO CHANGE WITHOUT NOTICE KRAUS MANUFACTURING & EQUIPMENT CO., INC.,.-P. O. Box 4038, Cedar Rapids, Iowa 52407 �� , INC. LORI EQUIPMENT CORP: r 1e +r 333 NASSAU AVE. %0 A J�� 1� NO.ei.ra ; r; . Y. 11701 BROOKLYi , N. Y. 11222 190 (212) 963-4141 SPECIFICATIONS:- HI -WAY KYAUS K500 1. 1 3/4" Conveyor Shafts Yes No r ?. Inverted Vee Yes No . "Z" Stakes Yes No 4. Roller Chain Yes�S 8 Tooth drop forged sprockets Yes No G 6. 1 3/4" Bearings Yes No / /y~12W4 7. Calibrated slides Yes No 8. Positive locked baffles Yes No YDS 9. Cross channels Yes No Y - e5 10. 3 1/2" Tubular screen members Yes Ne, 11. 2 1/2" Screen openings Yes No 12. l fy ••- r;�,• a sets 13. Side sheets extend to end of Conveyor Yes No. 00 14. 38,000# Tensile Strength of chain Yes No 15. Alum. Alloy gear reduction _-�9� housing Yes No Cull 16. Cast Alum. bronze gear Yes No 17. Cadmium plated hardware Yes No 7 1 I. -The 1 3/4" conveyor shaft and l 3/4" bearings are of the heavy duty performance type while the highly competitive priced units are equipped with smaller shafts and bearings and have a shorter life, and are more susceptable to break -down. 2. An adjustable in -height inverted "V" structural member reduces load pressure on conveyor chain. 3. "Z" type body side supports which offer the highest degree of re- sistance to warping or twisting under heavy loads. 6 � O '" 'Y'Ys '&s IL , e�.,.,�..� 4. Spec eecations state that a p t type chain is not acceptable as it is used only on the competi 've price units and does not have the tensile strength or wear Act the roller chain. 5. 8 Tooth drop forged sprockets require less revolutions thus pro- longing bearin life. A drop forged,sprocket will outlast a cast sprocket. r.,_r�� 6. The 1 3/4" conveyor shaft and 1 3/4" bearings are of the heavy duty performance type while the highly conpetitive priced units are equipped with smaller shafts and bearings and have a shorter life, and are more susceptable to break -down. 7. A calibrated slide offers referance points for proper material distribution. 8. Positive locked baffle will control pattern while baffles supported by chains will flutter and cause an uneven spread pattern. 9. Channel supports under hopper reinforces the hopper and offers better bearing surface on truck bed. 10.A 3 1/2" tubular member is important in adding strength to the hopper, while a 2 1/2" member will not be sufficient to withstand the shock load being exerted on the screen assembly when a bucket of material is dropped on it. ..�. PP �e �- r-•.- fz; 47 11.2 ,�JC� /`. 11.2 1/2" screen openings Prevents foreign matter from entering hopper, thus reducing danger of damage to equipment. 12.Internal hopper gussets for greater hopper strength. 13.The side sheets of hopper extended to end of conveyor sills reinforce the conveyor frame thus maintaining proper conveyor alignment. 14.Roller chain has a longer life and has a greater tensile strength which prevents breakdowns. 15.The specified conveyor gear case with its 50 to 1 reduction, consisting of a hardened and polished worm gear driving a cast aluminum bronze gear which is mounted to a steel hub has a greater housing strength 16.than a cast iron case and its greater oil capacity will dissipate heat more rapidly. This could become a great factor on long continuous usage. 17.Cadmium plated hardware eleminates corrosive effect of salt on components. RAYMOND C. DEAN Superintendent Tofun of ,�$IIutholb October 6, 1976 Truis, Inc. 369 Duffy Avenue Hicksville, New York 11802 Dear Sirs: As a result of recent bidding, be advised that you have been awarded the bid on (2) Two Box Sand and Salt Spreaders. Very truly yours, RAYMOND C. DEAN Sup't of Highways Tel. 765-3140 734-5211 RAYMOND C. DEAN Superintendent Enfun of "4aut4alb Fetunir, Y V. 11958 Tel. 765-3140 734-5211 December 14, 1976 Commissioner R.M. Kammerer Suffolk County Dept. of Public Works Yaphank, New York 11980 Dear Commissioner: We are enclosing for approval copies of Contract and Specifications for the Purchase of Road Equipment for the Town of Southold covering the purchase of two box sand and salt spreaders. Veryltruly yours, i RAYMOND L. JACOBS Deputy Superintendent of Highways SPECIFICATIONS FOR TTEAVY-DUTY SELF-CONTAINED HOPPER TYPE SPREADER rENERAL: The Spreader required under these specifications shall be r self-contained, hopper -type, designed to be mounted in truck body now the property of the Town of Southold. The unit shall consist of a steel body, feed conveyor, spinner disc, power drive, and all components necessary to make a complete operating unit. It shall be capable of spreading uniformly sand, cinders, salt, calcium chloride, or mixtures up to a width of 40 feet. Bidders must submit with their bid complete specifications on the unit they propose to furnish. Rids with exceptions to these specifications shall be considered informal. PODY: Body shall. be of all -welded 10 gauge steel construction and not less than 5.6 cubic yards struck capacity. Body dimensions shall be as follows: Length (Inside) - Not less than 12' Over-all height - Not greater than 50 1/2" f''idth ( Inside) - Not less than 78" (Over-all height shall be measured from bottom of support channels to the top of hopper) Body sides shall have not less than forty-five degree (45o pitch to insure free fkiw 6f materials to conveyor. The body shall be rigidly constructed and the entire top of the body is to be channel -formed for additional support. Body sills shall be of at least "10 gauge steel with longitudinal flanges supported on 3", 4.1# structural steel channels. There shall be an adequate number of "Z" -type, 12 gauge body side supports rigidly tying in the structural steel channels with the body sides to give the highest degree of resistance to warping or twisting under heavy loads. The body shall be provided with four lifting hooks. CONVEYOR: The conveyor system shall be of the belt over chain type running longitudinally with the body, feeding materials to the distributor disc. The minimum width of the conveyor shall be 24". The conveyor chain shall be all -steel, 2 5/16" pitch, riveted roller chain consisting of 7/8" diameter rmllers and side bars with a 1/4 x 1 cross section. Chain bar flights shall have a cross section of 3/8" x 1 1/2", the flights being positioned on approximately 4 1/2" centers. Each chain roller link assembly shall have a minimum tensile strength of 38,000 lbs. Pintle type chain will not be acceptable. The conveyor gear case shall have a 50:1 reduction and consist of a hardened and polished worm gear, driving a cast aluminum bronze gear mounted to steel hub. Conveyor drive sprockets shall be 8 -tooth drop forged steel, keyed to a 1 3/4" (minimum) SAE 1045 alloy steel shaft mounted in tapered roller bearings. Two heavy -spring loaded cadmium -plated adjustment screws with a minimum of 3" travel shall be provided to maintain proper conveyor tension. Removable and replace- able conveyor chain shields shall be provided, properly formed and of sufficient strength to resist binding. DISCHARGE GATE: An adjustable discharge gate of the screw jack type shall be located at the body rear to properly adjust the flow of material to the spinner. Maximum feedgate opening shall be 11" high x 18" wide. DIVERTER CHUTE: Deflector baffle within distributor hopper to allow discharging of material from spreader without striking spinner for stock piling. continued: Page - 2 - fW SPECIFICATIONS FOR HEAVY-DUTY SELF-CONTAINED HOPPER TYPE SPREADER - •� DISTRIBUTOR DISC AND DRIVE: The distributor disc shall be 20" in diameter of abrasion resistant steel, equipped with six removable £ins designed to obtain a controlled spread of four feet to forty feet. Material shall be guided from the conveyor end to the dis- tributor disc by means of a tapered hopper, equipped with a dust - free tubular housing in which a sealed cartridge -type ball bearing supports the distributor disc drive shaft. Adjustable internal de- flectors shall be provided to control direction and eveness of spread. BAFFLE: The baffle shall be of four section type, hinged and com- plete with hood, easily adjustable and positively locked rFithout the use of tools to control direction and width of spread for ice control and/or sealcoating. The baffle and hood shall completely enclose the spinner on both sides to the front and to the rear to prevent throwing materials onto vehicles. POHMR DRIVE: Air-cooled gasoline engine of not less than 18 H.P. shall drive both conveyor and spinner. Engine shall be equipped ^.ith 12 -volt electrical system and include starter, alterh4ter, battery and battery mount, ammeter, ignition switch starter switch, gasoline tank, and integral clutch reduction unit. Clutch shall be of the resitive over center type, operating in oil, and not less than 1 1/2" diameter. Reduction shall be en-ine manufacturer's standard, fully - enclosed and running in -oil. Engine to be left rear mount between last two sta'.:es. Engine to have protective hood. CONTROLS: Complete remote control shall be furnished, including engine throttle, ignition switch, starter switch, ammeter, and vacuum clutc!i control with all--,.eather Brea:=,ay plug in line between cab and spreader. SCREENS OVER HOPPER: Sectional screens shall be hinged to a 3 1/2" O.D. heavy duty pipe running longitudinally the full length of Spreader hopper. Screen sections to have a 3/8" x 2" frame with 3/8" rods laced throug'z 1;^" x 1 1/2" flat steel forming openings of 2 1/2". Screens shall not increase over-all height of spreader more than 4" dorm center. DUMP T3ODY MOUN'rING: The spreader shall be provided with a minimum of four heavy hold-dorrorn clamps to securely fasten unit to dump body. A distributor hopper entension shall be furnished to position spinner disc approximately 20" from the ground. TAILGATE LATCHING DEVICE: Unit shall be equipped with tailgate latching device. MISCELLANEOUS: An instruction manual and parts list shall be furnished with unit. �; • TEL. YAPHAHx 4.3431 - 3432 COUNTY OF SUFFOLK DEPARTMENT OF PUBLIC WORKS R. M. KAMMERER, COMMISSIONER YAPHANK, NEW YORK. 11980 December 21, 1976 Ms. Judith T. Boken, Town Clerk Town of Southold Main Road Southold, New York 11971 Dear Ms. Boken: We are enclosing three approved copies of Contract and Specifications for the Purchase of Road Equipment for the Town of Southold covering the purchase of two box sand and salt spreaders. Please deliver one copy to vendor. The extra copy is being mailed directly to Superintendent Raymond C. Dean. Very truly yours, Z -RM. Kammerer missioner RMK:wb enol. cc: Supt. Raymond C. Dean A. C. 142 (Rev. 1970) CONTRACT FOR PURCHASE OF ROAD EQUIPMENT V ' This is a contract to purchase the following rood equipment (AS PER SPECIFICATIONS) (set forth herein or attach detail specifications upon which bids were based) entered into this 6th day of October 19 7, between the Town Superintendent of Highways of the Town of Southold , in the County of S f olk , New York, and Trulii3 Inc.the Vendor, whose principal office Is located at 369 Duffy Avenue, Hicksville, New York 11802 (P. 0. Address) for a total price of Ten thousand three hundred ninety two and 00/100:t*Dollars ($ 10,392-00 ). This contract has been awarded to the Vendor in accordance with the provisions of Article S-A of the General Municipal Law. A resolution authorizing the purchase of this equipment was adopted by the Town Board on August 24 '19 76 The resolution directed that when this contract has been signed by the Town Superintendent o Highways, the en or or his agent, and approved by the County Superintendent of Highways, it becomes effective and that upon delivery of the equipment named and its accept- ance 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: S (2) By payment from current appropriations.................................................... (3) BY payment from proceeds of obligations .................................................. 10.392.00 TOTAL r�x'�A9 It is agreed that the title to said trade-in equipment mentioned at "(1)rr 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 equipment purchased under this contract against defects of workmanship and material for a period of 90 days and that it will be delivered in first class condition at Southold Town Highway Dept.. Ppeoni r Tanp,PPS New Yerk by Dnnp"er ZI The Vendor hereby a rees to the provisions of Section 103-o 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 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 corpor- ation 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 effec- tive date of this law, by such person, and bx 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 anypenalty 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 this contract, or his right therein, 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 comprises the entire contract between the parties and supersedes any and all other agreements respecting the property de- scribed. Dur Z}y ow uperinten s Hig ways APPROVED: BY • aunty Superinten ent of Highways NOTE: Use this contract when the purchase price of equipment is over fl 000. It must be executed in triplicate and given to the county superintendent of highways. If approved by the county superintendent, be shall keep one copy 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. .CTFTCA'rTnNS FOR i1FAVY-DITTY SPLF•-CONTAYNED IIOPPRR TYPE SPR77?1DER .3 G•N� ER^J.: The S.rewd,�r required under these specifications shall be self-contained, hopper -type, designed to be mcunted in trttc'.: body nc;, the property of the Tot -.,n of Southold. The unit shall consist of a stc6l body, feed conveyor, spinner disc, power drive, and all components necessary to mane a complete operating unit. It shall be capable of spreading uniformly sand, cinders, salt, calcium chloride, or mixtures up to a :,idth of 40 feet. Bidders must submit r:ith their bid complete sPecifications on the unit they propose to furnish. Bids with exceptions to these specifications shall be considered informal. BODY: B^dy shall be of all -gelded 10 gauge steel construction and not less than 6.6 ct±bic yards $trite'.' capacity. Body dimensions shall be as follows: Length (Inside) - Not less than 12' Over-all height - Not greater than 50 i/2" ";dth (Inside) - Not less than 78" (Over --all height shall be measured from bottom of support channels to the top of hopper) Body sides shall have not less than forty-five degree (150) pitch to insure free flog; of materials to conveyor. The body shall be rigidly constructed and the entire top of the body is to be channel -formed for additional support. Body sills shall be of at least y10 gauge steel with longitudinal flanges supported on 3", 4.1# structural steel channels. There shall be an adequate number of "Z" -type, 12 guage body side supports rigidly tying in the structural steel channels with the body sides to give the highest degree of resistance to u arping or twisting under heavy loads. The body shall be provided with four 1 i fting books. CONVEYOR: The conveyor system shall be of the belt over chain type r_tnning longitudinally with the body, feeding materials to the distributor disc. The minimum width of the conveyor shall be 24". The conveyor chain shall be all -steel, 2 5/16" pitch, riveted roller chair, consisting of 7/8" diameter rollers and side bars ;,ith a 1/4 x_ 1 cross section. Chain bar flights shall have a cross section of 3/8" x 1 1/2", the flights being positioned on approximately 4 1/2" centers. Each chain roller link assembly shall have a minimum tensile strength of 38,000 lbs. Pintle type chain will. not be acceptable. The conveyor gear case shall have a 50:1 reduction and consist of a hardened and polished ,rorm gear, driving a cast aluminum bronze gear mounted to steel hub. Conveyor drive sproc'.:ets shall be 8 -tooth drop forged steel, keyed to a 1 3/4" (minimum SAE 1045 alloy steel shaft mo+irted in tapered roller bearings. Tt.,o heavy -spring loaded cadmium -plated adjustment screws with a minimum of 3" travel shall be provided to maintain proper conveyor tension. Removable and replace- able conveyor chain shields shall be provided, properly formed and of sufficient strength to resist binding. DISCHARGE GATE: An adjustable discharge gate of the screw jack type shall be located at the body rear to properly adjust the flow of material to the spinner. Max -intim feedgate opening shall be 11" high x 18" wide. DIVERTER CIiUTE: Deflector baffle t•yithin distributor hopper to allow cit scharvirg of material from spreader e.,ithout striking spinner for stock piling. contint:e�I: Sr CIPTCATTON MR HEAVY-DUTY SELF-CONTAINED TIOPPER TYPE SPRFADFR r DI3k_RIBT_"OR nI.3C AND DRI".: The distributor disc shall be 20" in diameter of abrasion resistant steel, equipped with six removable figris designed to obtain a controlled spread of four feet to forty feet. Material shall be guided from the conveyor end to the dis- tributor disc by means of a tapered hopper, equipped with a dust - free tubular housing in which a sealed cartridge -type ball bearing supports the distributor disc drive shaft. Adjustable internal de- flectors shall be provided to control direction and eveness of spread. BAFFLE.: The baffle shall be of four section type, hinged and com- plete v!ith hood, easily adjustable and positively locked without the use of tools to control direction and width of spread for ice control and/or sealcoating. The baffle -and hood shall completely enclose the spinner on both sides to the front and to the rear to prvent throwing materials onto vehicles. POWER DRIVE: Air-cooled gasoline engine of not less than 18 H.P. shall drive both conveyor and spinner. Engine shall be equipped r:ith 12 -volt electrical system and include starter, alternator, battery - and battery mount, ammeter, ignition switch starter snitch, gasoline tank, and integral clutch reduction unit. Clutch shall be of the oisutuve iver cebter type, operating'in oil, and not less than 4 1/2" diameter. Reduction shall be engine manufacturer's standard, fully - enclosed and running in oil. Engine to be left rear mount between last two stakes. Engine to have protective hood. CONTROLS: Complete remote control shall be furnished, including engine throttle, ignition switch, starter switch, ammeter, and vacuum clutch control with all-weather breakaway plug in line between cab and spreader. SCREENS OVER HOPPER: Sectional screens shall be hinged to a 3 1/2" O.D. heavy duty pipe running longitudinally the full length of Spreader hopper. , Screen sections to have a 3/8 x 2" frame with 3/8" rods laced through 1/4" x 1 1/2" flat steel forming openings of 2 1/2" x 2 1/2". Screens shall not increase over-all height of spreader more than 4" down center. DUMP BODY f4OIj'NTING: The spreader shall be provided with a minimum of four heavy hold-down clamps to securely fasten unit to dump body. A distributor hopper extension shall be furnished to position spinner disc approximately 20" from the ground. TAILGATE LATCHING DEVICE: Unit shall be equipped with tailgate latching device. MISCELLANEOUS: An instruction manual and parts list shall be furnished with unit. The unit shall be nQunted by the Contractor at the Contractor's Shop. AFRONTCSTREET' 19SYSTEM GREENFORT, NEW YORK PROPOSAL 11944 Proposal for: DATE 5-10-76 PAGE, F_ Town of Southold Highway Department Southold, New York L Att: Mr. Raymond Dean, Superintendent of Highways of ITEM QUANTITY PART NUMBER DESCRIPTION PRICE EACH TOTAL 1 4 242-0561-123 Transcom Il, Single Channel with control head, speaker head, heavy duty, mic, lock- ing mount kit, Call Gi..ard and trunk mount kit, 55 Watt:, RF output $3808.00 2 1 242-0563 Transcom II, 3 Channel w control head, speaker he d, heavy duty mic, locking mount kit, Call Guard and true mount kit, 100 Wates RFout- put 1376.50 3 3 ASP -633 S.S. Whip Antennas @50.0 150.00 One year free Darts and labor from Installation date Immediate Delivery REMARKS: Installation including changeover of 100 W. Unit z-� Ir . W Prepared by: Vincent R. WieCZrek Date: Approved by: Printed in U.S.A. Form No. 2021 A 4-73 Total equipment cost $ 5334-50 Labor and services $ 561.42 Any applicable sales or documentary taxes $ TOTAL PURCHASE $ 5895.92 TERMS: % down Net days. Lease or installment purchase contract: $ per mo. for years. Other. Customer Copy — White Distributor Copy — Yellow Johnson Copy — Pink S T A N D A R D S P E C I F I C A T I O N S MOBILES 1.0 General Information A. This specification describes the minimum standards of equipment required for mobile FM transceivers to be used in a two-way communications system. B. The equipment must meet or exceed all applicable require- ments defined in FCC rules and regulations to the latest revision. Standard E.T.A. procedures RS 204A and RS 152B shall be used for technical specifications outlined in Section 2. C. All equipment supplied shall be complete in every repect and fully assembled ready for installation upon delivery. The bidder shall be responsible for providing all accessories required to complete a mobil installation including microphone, speaker, antenna if required, and mounting hardware for a typical trunk or front mount configuration. D. Instruction books containing schematic diagrams, allignment information, interconnection diagram, parts lists, circuit operation description and all other information necessary for installation and operation shall be provided as required. E. All bidders shall submit the following with the bid: 1. Complete description and technical data on information they propose to furnish. 2. Schedule or date of delivery for all equipment. 3. A complete warranty including parts and labor for one year from date of delivery. Bidder shall submit one copy of manufacturers warranty with bid. 2.0 Technical Requirements A. General: The following shall apply to any equipment supplied: 1. The radio equipment shall consist of a radio set, control unit, external speaker for optimum placement, heavy duty hand microphone power cabling and mounting kit as required for a complete, highly reliable, two-way radio FM mobile trunk or dash mount installation. It shall be designed to operate in the 30 - 50 MHz band. 2. The radio set shall be a compact, light weight rugged unit consisting of a transmitter and receiver in a fully enclosed housing. Transistors and integrated circuits shall be used throughout the unit to minimize battery drain, and maximize life expectancy. To minimize internal heat generation, the radio shall operate directly off the vehicle battery with no internal power supply or tubes. The unit shall be designed to withstand the severe conditions encountered in mobile operation and operate as specified throughout the ambient temperature range of -30o to +60o Centigrade. 3. The radio set housing shall consist of a one piece casting, top and bottom covers and front panel. The housing shall be of heavy duty, die-cast aluminum for maximum ruggedness, durability and heat dissipation. It shall not require sheet metal supports, rivets or bolts to form a mechanically solid unit. The chassis die casting shall include a heat sink to remove internally generated heat. The assembled housing shall be tight fitting and shall have no louvers or openings so the radio is protected from dust, dirt, moisture or splashing water. The housing cover shall be made of heavy guage metal to protect the unit from damage by falling or thrown objects. 4. The control unit shall be heavy duty molded plastic without any sharp corners to protect personnel from injury. The knobs shall be protected by the front panel and have an "on" indicator and transmit light. All necessary controls to operate the unit shall be on the front of the control unit and include on-off volume, squelch, channel selector switches and accessory switches if necessary. The control unit must mount to the T/R chassis directly for under -dash mounting or be remotely located for front or trunk mounting. Amicrophone input connector shall be available on the control unit. 5. A palm -type heavy duty microphone shall be included with the unit. A push -to -talk switch shall be mounted on the microphone housing as to be easy to use. The microphone cable shall be of the self -retracting, coil cord type and include wiring for audio and push-totalk function. The micro;hone cable shall terminate to a mating connector on the front panel of the radio with a positive locking ring connection. 6. The loudspeaker shall be in a separate cycolac housing of at least 5 inch diameter and rated for 10 watts minimum. It shall have a 312 ohm impedance and have its own versatile mounting bracket and 6 foot audio cable. 7. The RF output connector shall be located on the rear of the unit and recessed to prevent damage to the connectors. The antenna connector shall be threaded so a PL -259 connector mates with it. 8. A DC power input cable shall be supplied with the unit complete with fuse and lug terminals for connection to a vehicle power source. The cable shall be for 12 v negative ground only and match the connector on the radio. 8A. A trunk mount cable shall be available for trunk mounting of at least 17 feet. Another cable of 6 feet in length shall be available for front mounting. This cable shall have positive locking connectors on each end and be covered by a durable vinyl covering. 9, All DC switching in the radio shall be accomplished with solid state circuitry. Only an antenna changeover relay is allowed which must be sealed to protect from dust, dirt, or corrosive atmospheres, Voltage regulation shall be provided for all critical gain for frequency sensitive circuits. 10. Tire radio unit shall not exceed the following dimensions or weight. Weight 13 lbs. Height 2-3/4 in. Width 8 in. Length 15 in. 11. The radio shall operate from a nominal 12 volt negative ground DC source, 12. The equipment shall employ non -heated crystals to control both:the transmitted and receiver frequency to .00216 over the ambient temperature range of -30o to +60o Centigrade. A variable reactance shall be included to permit setting the oscillator to the exact operating frequency, 13. The radio shall within one second of being turned on , meet all specifications contained herein including oscillator stability as is consistent to all solid state designs. 14. The equipment shall carry a full one year warranty on parts and labor against defects on all components included with the radio set except an antenna or fuses. B. Transmitter specification (Measured per E.I.A. Standard RS -152B) 1. The transmitter shall deliver at least 55 watts to a 50 ohms. Load connected to the antenna jack. 2. Conducted spurious and harmonic emissions shall be attenuated below the carrier frequency power output by at least -75 dB. 3. FM hum and noise shall be at least -60 dB, 4. Modulation shall be 20F3:+ 5 JGz fir 100% at 1,000 Hz with . an instantaneously acting deviation limiter circuit to prevent over 100%, deviation. A coninuously variable control shall be provided to permit setting transmitter diviation to any value between 0 and maximum permissable deviation. 5. Audio distortion shall not exceed 5% with a 1,000 Hz tone at 60% deviation. 6. Audio response shall not vary more than +1, -3 dB from a 6 dB per octave pre --emphasis from 300 to 3,000 Iiz when referenced to a 1,000 Hz level, 7. The transmitter shall operate on any two channels which may be separated by 1%, MHz without degradation. A, Transmitter specifications (Measured per E.I.A. Standard RS -152B) 1. The transmitter shall deliver at least 100 watts to a 50 ohms. load connected to the antenna jack. 2. Conducted spurious and harmonic emissions shall be attenuated below the carrier frequency power output by at least -75 dB. 3. FM hum and noise shall be at least -60 dB. 4. Modulation shall be 20F3:+ 5 KHz for 100% at 1,000 Iiz with an instantaneously acting deviation limiter circuit to prevent over 100% deviation. A coninuously variable control shall be provided to permit setting transmitter deviation to any value between 0 and maximum permissable deviation. 5. Audio distortion shall not exceed 5% with a 1,000 Hz tone at 60% deviation. 6. Audio response shall not vary more than +1, -3 dB from a 6 dB per octave pre -emphasis from 300 to 3,000 Iiz when referenced to a 1,000 Hz level. 7. The transmitter shall operate on any two channels which may be separated by 1%. MHz without degradation. 8. Shall have 3 channels installed i•:/ 4 channel capability. C. Receiver specifications (Measured per E.I.A. Standard RS204A) 1. The receiver shall be of double conversion super -heterodyne type with major selectivity elements preceding gain determining circuitry to minimize effects .from signals on other channels. The major portion of receiver rejection capabilities shall be provided by fixed tuned crystal filters in the intermediate IP section. 2. An on -channel signal of .35 microvolt shall produce 20 dB of noise quieting senstivity. 3. Useable sensitivity shall be at:least .25 microvolt for 12 dB SINAD. 4. Selectivity shall be at least -80 dB. 5. Intermodulation rejection shall be at least -70 dB. 6. Spurious and image rejection shall be at least -90 dB. 7. Modulation acceptance shall be at least + 6.5 KHz. 8. Audio output shall be at least 5 watts into the rated speaker impedance. 9. Audio distortion shall be less than 5% at rated power output. 10. Squelch sensitivity shall be at least .15 microvolt. 11. Channel spread shall be at 1% on any two channels with no degradation. D. Accessories 1. Tone coded squelch: The receiver shall be capable of carrier squelch and tone coded squelch. There shall be at least 26 narrow band tone channels below 200 Hz available by the bidder. The sub -audible tone coded squelch circuitry must provide maximum protection against false operation from other signals on similar systems and be provided with a hang-up feature to enable protection and remove it for monitoring before transmission. The tone coded squelch circuit shall be fully solid state and not utilized resonant reeds, 2. Mounting accessories: 1, A locking mount shall be available which can retrofit a dash, front or trunk mount to disable removing the radio without using a key in a key lock. The lock mechanism shall not mechanically secure the radio in its mount. Bghfung Brpartment `dlofun of 5ant4olb Feranic, C_ 1!- 11958 RAYMOND C. DEAN 8uperintendent May 24, 1976 Seatronics, Inc. 19 Front Street Greenport, New York 11944 Gentlemen: .As a result of recent bidding, be advised that you have been awarded the bid on Mobile Comn;Lnication Units Very truly yours, RCD:esg RAYMOND C. DEAN Sup't of Highways Tel. 765-3140 734-5211 RAYMOND C. DEAN Superintendent TOfun of '�*Vut4vlli Prank, 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 Five (5) Mobile Communication Units. 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 9:00 A.M., May 14, 1976, at which time they will be opened and read aloud in public. Specifications for the above may be obtained at the Office of the Supt of Highways and delivery date must be submitted. The 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 Five Mobile�Communications Units) 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: April 27, 1976 RAYMOND C. DEAN Sup't of Highways Tel. 765-3140 734-5211 Tnfun of'Saut4olb Fecanir, N. V_ 11958 RAYMOND C. DEAN Superintendent RESOLUTION BY: 09[Ki)�)u181#1 i I 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: (5) Five Mobil Communication Units VOTE OF THE TOWN BOARD Supervisor Albert M. Martocchia Justice Louis Demarest Justice Martin Suter Councilman James Rich, Jr. Councilman James Homan Town Clerk: (Yes) No) (Yes) �No) (Yes) (No) (Yes) (No) (Yes) (No) Town of Southold Tet. 765-3140 734-5211 GOLDSMITH'S RADIO & ELECTRONICS SOUTHOLD, LONG ISLAND, N.Y. 11971 -� 516 765-7601 BRUCE C. GOLDSMITH, PROP. May 11, 1976 Mr Ray Dean Supt. of Highways Town of Southold Dear Ray, I contacted my distributor after talking with you on the telephone and he advised me not too bid. He had gone over the specifications that I had picked up from your office very carefully and said that the person who wrote up those specifications did a "very unfair job." As he told me they were written up for one particular type radio in mind and therefore it was impossible for us too bid on this contract. Enclosed is a copy of our product for your records only. Very t'uly yours, �/,, ( 1,� ` -' So ith's Radio & Electronics RECEIVED MAY 17 1976 'by Er£ ]-ows! WWWWx QWAWMLW RAYMOND C. DEAN Superintendent PtShfuaV Peparhurnt CIIfiffi of sout4olb August 16, 1976 Eastern Long Island Hospital Manor Place Greenport, New York 11944 Gentlemen: We herewith submit our bid for one (1) 65,000 K.V.W. generator. Our price is as follows: $ 1,425.00 ONE THOUSAND FOUR HUNDRED AND TWENTY FIVE AND 00/100. Thank you for the opportunity to bid on this generator. Very truly yours, �l RCD:ESG RAYMOND C. DEAN Supt of Highways Tel. 765-3140 734-5211 COUNTY OF SUFFOLK NOTICETOBIDDERS STATE OF NEW YORK } ss: NOTICE IS HER2BY GIVEN, in accordance with the provisions of Section 103 of the General Municl pal Law,. that sealed bids are sought and requested for the Sherley Katz, being duly sworn, says that she is an purchase of the following item: Editor, of THE LONG ISLAND TRAVELER-WATCHMAN (1) One lnt'I 3200A Loader � � , Tractor' Hydrostatic Drive,, OR a public newspaper printed at Southold, in Suffolk County; EQUAL =" e and that the notice of which the annexed is a printed Specifications for the above may � p � copy, be obtained at the Office of the has been published in said Long Island Traveler-Watch- Sup't of Highways and defivery / date must be submitted. man once each week for.............1.......................... weeks The sealed bids, in'duplicate, together with a non-collusive cer successively, commencing on the ..a,� ............................... certificate, will be received by the , ' Supt of Highways of the. Town of day of .. . ......... 1976... .... Southold at his office, Peconic, New York until Marcti 5, 1976 at 2:00 pm at which time they will be ............................................................................ opened and real aloud in public All bids must be signed an'd sealed in- envelopes plainly mark- ed (Bid on ° ') to the.office of the Sup'£ of Highways ,.% " The Sup't of Highways reserves Sworn to before me this ....1 ............ day of the right to reject an and "all Vids i and to waive any and alf informal �6ilA� 19. ,... F ice. ity in any bid, should it be deemed to be in the best interest of the Town of Southold to dd so:° The bid price shall not'include any Federal, State or Local Tax,��d��� ���� •• • /,+ � from which the Town of Southold, Notary Public is exempt - - Dated: February 20,1976 RAYMOND C. DEAN SUP'TOFHIGHWAYS SUSAN ANNE REMPE TOWN OF SOUTHOLD ._ NOTARY PUBLIC, State of Now Yotk 1T-2/26 No. 52-4613380 Qualified in Suffolk County Commission Expires March 30, 19 77 RAYMOND C. DEAN Superintendent RESOLUTION BY: SECONDED BY: POft'n PrFartmient xx1rifti» af �*Vuthvia Fecoxtic, y_ It. 11955 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 item, (1) OnewInt'l 3200A Loader Tractor Hydrostatic Drive, OR EQUAL Vote of the Town Board Supervisor Albert M. Martocchia (Yes) (No) Justice Louis Demarest (Yes) (No) Justice Martin Suter (Yes) (No) Councilman James Rich, Jr. (Yes) (No) Councilman James Homan (Yes) (No) Dated: February 20, 1976 Town Clerk Town of Southold Te I. 765 - 3140 734-5211 Speci -cations for Int'1 3200A Loader Tractor Hydrostatic Drive, OR EQUAL ENGINE: Wisconsin VH 4D, 4 Cyl. 4 Cycle, air cooled, oil filter, dry air cleaner B.H.P: 30 at 2800 RPM (28.5 at operating RPM) ELECTRICAL: 12 volt with battery, 30 amp alternator, magneto ignition, and key starting switch FUEL TANK: 11 gal. capacity; fuel filter TRANSMISSION: Hydrostatic Pumps (2) Variable volume piston type, 4500 PSI relief valve Motors (2) Piston type LOADER PUMP DRIVE: Direct drive FINAL DRIVE: Spur gear reduction, chain and sprockets, enclosed and oil lubricated STEERING: Levers control pump output on each side TIRES: 7.00 x 15 6 ply - Chevron WHEEL TREAD: Min. 34", Max. 43-5/811, (reversible wheels) WHEEL BASE: 40" WHEEL -MOUNTING: Oscillation suspension with equalizer bar BRAKING: Automatic, valve in neutral blocks oil flow HYDRAULIC SYSTEM: Four cylinders, 26 gal. reservoir Pump.:, - Vane type, 15-21 GPM @ 2500 RPM & 1700 PSI (full load) FILTERS: Suction strainer, micronic filter LIFTING CAPACITY �IENIC): 1500 lbs. to full height OPERATING CAPACITY (SAE): 1250 lbs. TRAVEL SPEED: 0 to 8 mph forward and reverse DRAWBAR PULL: 2800 lbs. max. LENGTH: 116" with bucket WIDTH: overall: 43" with min. tread; 51" with max. tread HEIGHT: 56" LIFT HEIGHT: 114" Dump Height: 90" BUCKET: 48" HEAVY DUTY (9 CU. -FT.) Dump Cylinders (2) - 22 in. DA Foot pedal loader controls Foot pedal guard Hydraulic reservoir in main frame Instruments: Ammeter Hourmeter Lift cylinders (2) - 2- in. DA Roll over protective structure CONT Specifications for Int'1 3200A Loader Tractor Hydrostatic Drive, OR EQUAL 1 Seatbelt Shielded muffler and heat deflector Two lever steering and travel speed control - independent R and L hand w/automatic return to neutral Valves (2) w/float detent in boom Front and rear hydraulic power outlets Counterweights THIS MACHINE MUST BE ABLE TO OPERATE AND BE SUITABLE FOR SIDE WALK WORK lk TRYAC TRUCK & EQUIPMENT CO., INC. P.O. Box 98 — Route 58 Riverhead, New York 11901 (516) 727-0200 Superintendent Dept. of Highways Town of Southold Highway Department Southold, New York 11.971 Gentlemen: March 5, 1976 We are pleased to quote on the International 3200A Loader Tractor with Hydrostatic Drive, as per specifications. NAT :mk This unit is in stock and can be delivered immediately. DELIVERED PRICE.......................$6,164.00 Very truly yours, TRYAC TRUCK & EQUIPMENT 00.3 C. Nathaniel A. Talmage International Trucks • Tractors • Farm and Industrial Equipment ISLAND FORD TRACTOR SALES, INC. Edwards Avenue P. O. Box 237 Calverton, N. Y. 11933 Tel. (516) 727-9200 March 5, 1976 Town of Southold Supt. of Highways Peconic Lane Peconic, New York Re: Loader Tractor, Hydrostatic Drive - Bid Gentlemen: In conformance with your request for bids on the captioned unit and the specific requirement of suitability for side walk work we propose the following: 1 - Ford Model CL 20 with 46111 bucket welding night lights and horn -----------$4,338.00 Immediate Delivery WS :mo Very truly yours, ISLAND/FORD TRACTOR SALES, INC. William Skolnik President FORD QUALITY PARTS AND SERVICE TC N-001-LUSIVE BIDDING CERTIFICATE BY SUBMISSION OF THIS BID OR PROPOSAL, THE BIDDER CERTIFIES THAT: (a) THIS BID OR PROPOSAL HAS BEEN INDEPENDENIFLY 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, CO.XTHrITOR OR POTE\TIAL CO,NfElYi ER; (c) NO A'rrr_mPT HAS OR WILL BE MADE TO INDUCE ANY OTHER PERSON, PARTNF_R,SHIP OR CORPORATION TO SUBMIT OR NOT TO SUBMIT A BID OR PROPOSAL; (d) THE PERSON SIGNING THE BID OR PROPOSAL CERTIFIES THAT i'.E HAS FULLY INFORMED HIMSELF REGARDING THE ACCURACY OF THE STATEMENTS CONTAINED I:N THIS CERTIFICATION AND UNDER THE PENALTIES OF PERJURY AFFIR S THE TRUTH THEREOF, SUCH PENALTIES BEING APPLICABLE TO THE BIDDER AS ItELL AS TO THE PERSON SIGNING IN ITS BEHALF; (e) THAT JrITACHED HERETO) (IF A CORPORATE BIDDER) IS A CERTIFIED COPY OF THE RESOLUTION AUTIIORIZING THE EXECUTION OF TrL CERTIFICATE BY THE SIGNZATOR OF THIS BID OR PROPOSAL IN BFY.AL F OF THE CORPORATE BIDDER. RESOLVED THAT: y/f%/ L L /�a r� "/k el , NI F PZ c -,S' (Name of Officer) AUTHORIZED TO SIGN AND SUBMIT Tnc BID OR PROPOSAL OF THIS CORPORATION FOR THE FOLLOWING PROJECT. �C4-DCr - %V#cTDP - /, D Si�Y1/� � ►U� (Described Project AND TO INCLUDE IN SUCH BID OR PROPOSAL THE CERTIFICATE AS TO NON -COLLUSION REQUIRED BY SECTION 103-d OF TIE GE?,,'ERAL MUNICIPAL LAW AS THE ACT AND DEED OF SUCH CORPORATION AND FOR AW 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#L&1%6CORPORATION AT A MELTING OF ITS BOARD OF DIRECTORS HELD ON THE S DAY OF 19;76 • 7 Secr'etary NON -COLLUSIVE CERTIFICATION .?URSCANT TO SECTION 103 (d) OF THE GEDEM MJNICIPAL 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 h_^vo been arrivod at independently without collusion, consultation, communication,, or aL*rec:-.ont, for the purpose of restricting coMetition, as to any matter relating to such prices with any other bidder or with any competitor: (2) 'Unless otherwise requl.rcd by law, the prices which have been quoted in this bid have not been knowingly disclosod by the bidder and will, not knowingly be disclosed by the bidder prior to openi.nZ, directly or indirectly, to any other bidder or to any coarpotitor; (3) No attempt has been mado or will bo rade by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restrioting oompotition. _ CMTIFIED B2 M FOID T, uTO E N�. T+M c� /DLC d1A7, //W J, -91 v- 5 Day of l 6 v Rc"' ='T ` ASCHL; AC N ARY F `4 a.. of New Y&W 325 Qy County i Kaelin's Service Center Rt 25 & Cox Lane Cutchogue, LI, N.Y. February 29, 1976 Southold Dept of Public Works Peconic Lane Peconic, L.I. Dear Sirs; In regard to the open bid, I'am submitting a bid on a John Deere model 10 Skid -Steer Loader. It has a 700 pound Capacity, self-propelled, four-wheel drive machine used for miscellaneous material handling operations. It has the ability to maneuver in small tight areas and is suitable for side walk work. Encld.sed are 'detailed specifications of our bid. Complete devivery price to you at the Dept of Public Worts is $5583.55. We thank you for the opportunity to submit a bid and hope we Carr be of assistance to you in the future. Yours trul , t Daniel A Kae irr owner 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 orgrrszmtion, under penalty of perjury, that to the best of his knowledge and belief: (1) The prices of this bid ha -7o been arrivod at independently without collusion, consultation, comm mioation, or agroc:nont, for the purpose of restricting competition, as to any mattor 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 boon knowingly disalosod 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 attenpt has been mado or will bo made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting compowition. CERTIFIED BY B Specifications for Intl 3200A Loader Tractor Hydrostatic Drive, OR EQUAL ENGINE: Wisconsin VH 4D, 4 Cyl. 4 Cycle, air cooled, oil filter, dry air cleaner B.H.P: 30 at 2800 RPM (28.5 at operating RPM) ELECTRICAL: 12 volt with battery, 30 amp alternator, magneto ignition, and key starting switch FUEL TANK: 11 gal. capacity; fuel filter TRANSMISSION: Hydrostatic Pumps (2) Variable volume piston type, 4500 PSI relief valve Motors (2) Piston type LOADER PUMP DRIVE: Direct drive FINAL DRIVE: Spur gear reduction, chain and sprockets, enclosed and oil lubricated STEERING: Levers control pump output on each side TIRES: 7.00 x 15 6 ply - Chevron WHEEL TREAD: min. 34,,, Max. 43-5/8", (reversible wheels) WHEEL BASE: SFO" WHEEL.MOUNTING: Oscillation suspension with equalizer bar BRAKING: Automatic, valve in neutral blocks oil flow HYDRAULIC SYSTEM: Four cylinders, 26 gal. reservoir Pump: - Vane type, 152 GPM @ 2500 RPM & 1700 PSI (full load) FILTERS: Suction strainer, micronic filter LIFTING CAPACITY 4ZEMC): 1500 lbs. to full height OPERATING CAPACITY (SAE): 1250 lbs. TRAVEL SPEED: 0 to 8 mph forward and reverse DRAWBAR PULL: 2800 lbs. max. LENGTH: 116" with bucket WIDTH: overall: 43" with min. tread; 51" with max. tread HEIGHT: 56" LIFT HEIGHT: 114,, Dump Height: 90" BUCKET: 48" HEAVY DUTY (9 CU. -FT.) Dump Cylinders (2) - 22 in. DA Foot pedal loader controls Foot pedal guard Hydraulic reservoir in main frame Instruments: Ammeter Hourmeter Lift cylinders (2) - 24 in. DA {Roll over protective structure CONT Specifications for Intl 3200A Loader Tractor Hydrostatic Drive, OR EQUAL Seatbelt Shielded muffler and heat deflector Two lever steering and travel speed control - independent R and L hand w/automatic return to neutral Valves (2) w/float detent in boom Front and rear hydraulic power outlets . Counterweights THIS MACHINE MUST BE ABLE TO OPERATE AND BE SUITABLE FOR SIDE WALK WORK INTERNATIONAL 3200A LOADER TRACTOR HYDROSTATIC DRIVE ENGINE: Wisconsin VH 4D, 4 cyl. 4 cycle, air cooled, oil filter, dry air cleaner B.H.P: 30 at 2800 RPM (28.5 at operating RPM) ELECTRICAL: 12 volt with battery, 30 amp alternator, magneto ignition, and key starting switch FUEL TANK: 11 gal. capacity; fuel filter TRANSMISSION: Hydrostatic Pumps (2) Variable volume piston type, 4500 PSI relief valve Motors (2) Piston type LOADER PUMP DRIVE: Direct drive FINAL DRIVE: Spur gear reduction, chain and sprockets, enclosed and oil lubricated STEERING: Levers control pump output on each side TIRES: 7.00x15 6 ply - Chevron WHEEL TREAD: Min. 34", Max. 43-5/8", (reversible wheels) WHEEL BASE: 40" WHEEL MOUNTING: Oscillation suspension with equalizer bar BRAKING: Automoatic, valve in neutral blocks oil flow HYDRAULIC SYSTEM: Four cylinders, 26 gal. reservoir Pump: - Vane type, 1%, GPM @ 2500 RPM & 1700 PSI (full load) FILTERS: Suction strainer, micronic filter LIFTING CAPACITY (IEMC): 1500 lbs. to full height OPERATING CAPACITY(SAE): 1250 lbs. TRAVEL SPEED: 0 to 8 mph forward and reverse DRAWBAR PULL: 2800 lbs. max. LENGTH: 116" with bucket WIDTH: overall: 43" with min. tread; 51" with max. tread HEIGHT: 56" LIFT HEIGHT: 114" DUMP HEIGHT: 90" WEIGHT (.EMPTY)" 362.0 lbs. with 13 cu. ft. bucket BUCKET: 48" HEAVY DUTY (9 CU. FT.) Dump cylinders (2)-2Yi in. DA Foot pedal loader controls Foot pedal guard Hydraulic reservoir in main frame Instruments: Ammeter Hourmeter Lift cylinders (2) - 2'/2 in. DA Roll over protective structure Seat belt Shielded muffler and heat deflector Two lever steering and travel speed to neutral control - independent R and L hand w/automatic return Valves (2) w/float detent in boom Front and rear hydraulic power outlets Counterweights Speci?ications for Intl 3200A Loader Tractor Hydrostatic Drive, OR EQUAL ENGINE: Wisconsin VH AFD, 4 Cyl. 4 Cycle, air cooled, oil filter, dry air cleaner B.H.P: 30 at 2800 RPM (28.5 at operating RPM) ELECTRICAL: 12 volt with battery, 30 amp alternator, magneto ignition, and key starting switch FUEL TANK: 11 gal. capacity; fuel filter TRANSMISSION: Hydrostatic Pumps (2) Variable volume piston type, 4500 PSI relief valve Motors (2) Piston type LOADER PUMP DRIVE: Direct drive FINAL DRIVE: Spur gear reduction, chain and sprockets, enclosed and oil lubricated STEERING: Levers control pump output on each side TIRES: 7.00 x 15 6 ply - Chevron WHEEL TREAD: Min. 34,,, Max. 43-5/811, (reversible wheels) WHEEL BASE: SFO" WHEEL -MOUNTING: Oscillation suspension with equalizer bar - BRAKING: Automatic, valve in neutral blocks oil flow HYDRAULIC SYSTEM: Four cylinders, 26 gal. reservoir Pump: - Vane type, 152 GPM @ 2500 RPM & 1700 PSI (full load) FILTERS: Suction strainer, micronic filter LIFTING CAPACITY 4TEMC): 1500 lbs. to full height OPERATING CAPACITY (SAE): 1250 lbs. TRAVEL SPEED: 0 to 8 mph forward and reverse DRAWBAR. PULL: 2800 lbs, max. LENGTH: 116" with bucket WIDTH: overall: 43" with min. tread; 51" with max. tread HEIGHT: 56" LIFT HEIGHT: 114,, Dump Height: 90" BUCKET: 48" HEAVY DUTY (9 CU. -FT.) Dump Cylinders (2) - 22 in. DA Foot pedal loader controls Foot pedal guard Hydraulic reservoir in main frame Instruments: Ammeter Hourmeter Lift cylinders (2) - 2V1 in. DA Roll over protective structure r r CO;I-T Specifications for Int'1 3200A Loader Tractor Hydrostatic Drive, OR EQUAL K Seat belt Shielded muffler and heat deflector Two lever steering and travel speed control - independent R and L hand w/automatic return to neutral Valves (2) w/float detent in boom Front and rear hydraulic power outlets Counterweights THIS MACHINE MUST BE ABLE TO OPERATE AND BE SUITABLE FOR SIDE WALK WORK RAYMOND C. DEAN Superintendent T�tS� ofun of'S'antholb 19eranir, Ly. tq_ 119.58 Tel. 765-3140 734-5211 NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the purchase of the following item: (1) One Intl 3200A Loader Tractor Hydrostatic Drive, OR EQUAL Specifications for the above may be obtained at the Office of the Supt of Highways and delivery date must be submitted. The sealed bids, in duplicate, together with a non -collusive certificate, will be received by the Supt of Highways of the Town of Southold at his office, Peconic, New York until 2:00 P.M. 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 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 20, 1976 Town -Clerk Town-vf—Southold COUNTY OF SUFFOLK DEPARTMENT OF PUBLIC WORKS R. M. KAMMERER, COMMISSIONER YAPHANK, NEW YORK, 11980 BARNEY A. EVANS CHIEF DEPUTY COMMISSIONER Ms. Judith T. Boken, Town Clerk Town of Southold Main Road Southold, New York 11971 Dear Ms. Boken: 516 924-3451 WILLIAM S. MATSUNAYE, JR. CHIEF ENGINEER March 26, 1976 We are enclosing two approved copies of Contract for the Purchase of Road Equipment for the Town of Southold covering the purchase of international 3200A Loader Tractor, Hydrostatic Drive, as specified. Please deliver one copy to vendor. The extra copy is being sent to Superintendent Raymond C. Dean. Very truly yours, - M. Kammerer, Commissioner of Public Works hi encs. ,..,/cc. Superintendent Raymond C. Dean C. 142-T.H.19- 1966 CONTRACT AND SPECIFICATIONS 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 15th.day of March 19 76 , between the Town Superintendent of Highways of the Town of Southold in the County of Suffolk New York, and Edward Ehrbar, Inc. the Vendor, whose principal office is located at 100 Seeor Lane Pelham Manor, New York 10803 Address) for a total price of Five thousand five hundred and 00/100 X X X X XX XXX X >(X Dollars (s 5,500.00"�- x"") This contract has been awarded to the aforesaid Vendor who was the lowest, responsible bidder determined by receipt of sealed bids which were publicly opened and read at the time and place stipulated previously in a public. advertisement for such bids in accord- ance with the provisions of Article 5-A of the General Municipal Law. A resolution authorizing the purchase of the above-named equipment was passed by the Town Board at a meeting held February 20 , 1976 . 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 5,500.00 TOTAL $_,5,500-00— 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 under this contract against defects of workmanship and material for a period of '3655 days and that it will be delivered in first class condition at Southold Town Highway_ Dept., Peconic Lane, Peconic, New York 11958 not later than the 31St day of March 19 76 . 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 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 tbe.e r contract between the parties and supersedes any and all other agreements respecting the prop- erty herein described. RAYMOND C. D IAIC. Town Superinten of Highways (Vendor) By— APPROVED: I t s— nCountyluperinfendent of Highway (Indicate whether officer or agent) OTVol is contract is for use when the purchase price of the equipment is over $1,000. It must be executed in triplicate and de - live he county superintendent of highways. If approved by the county superintendent, he shall file one copy in his office and withinays of the date of his approval file 'two copies with the town clerk. The town clerk shall file one copy and deliver one copy tVendor. 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. SpecificatioAs for Intl 3200A Loader Tractor Hydrostatic Drive, OR EQUAL ENGINE: Wisconsin VH 4D, 4 Cyl. 4 Cycle, air cooled, oil filter, dry air cleaner B.H.P: 30 at 2800 RPM (28.5 at operating RPM) ELECTRICAL: 12 volt with battery, 30 amp alternator, magneto ignition, and key starting switch FUEL TANK: 11 gal. capacity; fuel filter TRANSMISSION: Hydrostatic Pumps (2) Variable volume piston type, 4500 PSI relief valve Motors (2) Piston type LOADER PUMP DRIVE: Direct drive FINAL DRIVE: Spur gear reduction, chain and sprockets, enclosed and oil lubricated STEERING: Levers control pump output on each side TIRES: 7.00 x 15 6 ply - Chevron WHEEL TREAD: Min. 34", Max. 43-5/811, (reversible wheels) WHEEL BASE: 40" WHEEL.MOUNTING: Oscillation suspension with equalizer bar BRAKING: Automatic, valve in neutral blocks oil flow HYDRAULIC SYSTEM: Four cylinders, 26 gal. reservoir Pump:, - Vane type, 1521 GPM @ 2500 RPM & 1700 PSI (full load) FILTERS: Suction strainer, micronic filter LIFTING CAPACITY 4IEMC): 1500 lbs. to full height OPERATING CAPACITY (SAE): 1250 lbs. TRAVEL SPEED: 0 to 8 mph forward and reverse DRAWBAR PULL: 2800 lbs. max. LENGTH: 116" with bucket WIDTH: overall: 43" with min. tread; 51" with max. tread HEIGHT: 56'► LIFT HEIGHT: 114" Dump Height: 90" BUCKET: 48" HEAVY DUTY (9 CU. -FT.) Dump Cylinders (2) - 22 in. DA Foot pedal loader controls Foot pedal guard Hydraulic reservoir in main frame Instruments: Ammeter Hourmeter Lift cylinders (2) - 24 in. DA Roll over protective structure CONT Specificati?ns for Int'l 3200A Loader Tractor Hydrostatic Drive, OR EQUAL 1 ♦ y Seat belt Shielded muffler and heat deflector Two lever steering and travel speed control - independent R and L hand w/automa.tic return to neutral Valves (2) w/float detent in boom Front and rear hydraulic power outlets Counterweights THIS MACHINE MUST BE ABLE TO OPERATE AND BE SUITABLE FOR SIDE WALK WORK EDWARD EHRBAR, INC. 100 Secor Lane Pelham Manor, New York 10803 ..-n.ww �e ww�^+_,..--.:r.:;:�sFr+s�.x�wr�+�s��a�k aywl�cwwW�ua3c�; aS'� .�wn�� icr�..m wry i+.^�.nu�r�ia �1 W��iru m��,i w.u' I 116z 11 TOWN OF SOUTHOLD HIGHWAY DEPA.RTNMENT PECONIC LANE SOUTHOLD, NEW YORK ATT: Mr. R. Dean, Supt. of Highways „�,w�,,.... �---��sn..�, k zr-�... _. _ ' �P.�».�•a•.,�aywiiWw�..�.awe�.,+u-�--�'.�w.�'�unu6rolsa�:wY�+usruu�u,ra w.rew�mutivaa, x, ., J III, I I_1 11 11 141111111 11 w '11,10illJ4 a� IVi (914) 454-7777 Poughkeepsie (212) 828-9700 New York City s EDWARD (914) 738-5100 Pelham Manor (516) 334-5000 Long Island EHRBASP NC. 1 0 0 SECOR LANE PELHAM MANOR, N.Y. 10803 March 4, 1976 Town of Southold Highway Department Peconic Lane Southold, New York Attention: Mr. Raymond Dean, Supt. of Highways Gentlemen: In accordance with your request, we are pleased to submit our bid on an International Model 3200A Loader -Tractor, as follows: One Cl) International Model 3200A Loader -Tractor, powered by Wisconsin VH -4D, 4 Cylinder, 4 Cycle, Air Cooled Gasoline Engine, 30 B.H.P., 12 Volt Electrical System; Hydrostatic Transmission, Oscillating Axles; Automatic Power Amplifier; Automatic Braking; 1,500# Lifting Capacity; complete with 48” Wide Bucket 9 Cu. Ft. Capacity; R.O.P.S. Canopy; mounted on 7:00-15" 6 Ply Chevron Type Tires; plus all standard equipment as shown on enclosed literature, form number AD -30608-A3 and meeting all specifications as set forth by you. Weight: 3,650# Price: F.O.B. Southold, New York $5,500.00 Terms: Net Cash Delivery; From Stock, subject to prior sale. No applicable Federal, State or local taxes are included in the price quoted. Descriptive literature covering the above equipment is enclosed for your information. Very truly yours, 757 RD EHRBAR,G�Grr� Chow-----_ Lawrence McCrann Sales Department LM/dr Enc. THIS AGREEMENT made this day of March, 1976 between TOWN OF SOUTHOLD, a municipal corporation of the State of New York, having its office and principal place of business at 16 South Street, Green- port, New York, hereinafter called the Town, and GENERAL ELECTRIC SUPPLY COMPANY, a corporation of the State of New York, having its office and principal place of business at 848 South Oyster Bay Road, Hicks- ville, New York, hereinafter called General Electric, WITNESSETH: WHEREAS, the Town after due notice received bids for the purchase of luminaires to be used by the Town for the installation and maintenance of its street lighting system on the 26th day of February, 1976, and WHEREAS, the bid of General Electric was accepted by the Town at a meeting of the Town Board held on March 9, 1976, NOW, THEREFORE, IT IS AGREED AS FOLLOWS: 1. That the Town does hereby agree to purchase and General Electric does hereby agree to sell to the Town 70 Watt horizontal burning luminaires and 150 Watt horizontal burning luminaires of such quantity as shall from time to time be ordered by the Town during the period of six months from the date hereof. 2. That the Town agrees to pay and General Electric agrees to accept the following sums for said luminaires, to wit: 70 Watt luminaires $70.36 150 Watt luminaires $74.79 The above sums to be paid to General Electric by the Town within thirty (30) days after delivery of such equipment to the Town. 3. That said luminaires shall be delivered to the Town by General Electric within twenty to thirty days following the receipt of an order for the same. E 8 SO. O'�STER L3AY Ku. L;1C'Kgvli_! E N Y 11 SO? 4. That this Agreement and the equipment which is the subject matter of this Agreement shall in all respects comply with the "Notice to Bidders", "Proposal" and "Specifications" which are annexed hereto and made a part hereof. IN WITNESS WHEREOF, the parties have hereunto set their hands and seals the day and year first above written. TOWN OF 0UTTHt� B e, GENERAL ELECTRIC SUPPLY COMPANY 1 848 SO. OYS I EK bY.r n"• L;1('KSv11_1_E N Y 1180? ♦11 . "* TO THE TOWN OF SOUTHOLD FOR STREET LIGHTING FDITIIR.EE� BRACKETS AND LAMPS FOR THE TOWN OF SOUTHOLD The undersigned delcares that he 'has carefully examined and frilly understands the attached "Notice to Bidders", "Specifications" and this form of Proposal and that he hereby proposes to furnish all the Lighiing Fixtures, Brackets and Lamps required by the Town of Southold during the period of six months from the date of acceptance of this Bid at the following unit prices, all in accordance with the bid documents, to wit: Item Unit Price 1. Horizontal Burning Luminaires - 70 Watt 2. Horizontal_ Burning Luminaires - 150 Watt $ -2y 7,5;� 3. Lamps - 70 Watt $ 4. Lamps - 150 Watt $ p? 5. Brackets $ --21, 2 6. The above items shall be delivered to the Town within .2o >v 3o days after ordered by the Town. The undersigned further agrees that 1krithin 10 days after notification in writing of the acceptance of this proposal, he will enter into a written con- tract to furnish the equipment specified herein. In default of the performance of any of the conditions on the bidder's part to be -performed, the certified check in the amount of $500. 00 which is herewith deposited with the Town shall be paid to the Town of Southold as liquidated damages for such default, otherwise said check shall be returned to the undersigned. =]c 7uat S GENERAL ELECTRIC SUPPLY COMPANY 8.,13 SO. OYSTER BAY RD. �;irhw►t_! E N Y 1180?