Loading...
2 Plows Ct~ JNeu)~ TOWN OF WAPPINGER ~ WAPP/~ ~.O~.:'" . _ ".~. '~ .... ~ o '. ,1-:)- .~~ o \.~;Z c::. ~_ ..).., ~ , . A.. C' ~ ~~SS CO~ SUPERINTENDENT GRAHAM FOSTER (914) 297-9451 SUPERINTENDENT OF HIGHWAYS P.O. BOX 324 WAPPINGERS FALLS, N.Y. 12590 May 10, 1999 MEMORANDUM TO: Town Board FROM: Graham Foster SUBJECT: Bids for Capital Equipment Attached is a breakdown of our recent bids for capital equipment. 1. Compressor 2. 2 Truck Cab & Chassis 3. 2 Plows 4. 1 Skid Steer Loader w/attachments 5. 1 4-Yard Wheel Loader 6. 1 Pick-Up Truck 7. 1 Trailer for Skid Steer Loader 8. 2 Multi-Purpose Bodies wlPlows 9. 2 Sanders 10.1 Walk Behind Mower Total $11,900 $89,012 $ 8,770 $48,546 $95,834 $25,641 $12,000 $61,406 $ 9,076 $ 1.359 $363,544 My original estimate of (memo 3/9/99) $331,00 for equipment replacement and my estimate of (memo 8/28/98) $60,000 for easement cleaning equipment, totaled $391,000. I feel the difference in the $391,000 and the $363,544 is a result of the vendors offering us some very attractive pricing on the equipment we requested bids on. I feel we should go ahead with the purchase of this equipment with the money from our ftmd balance then band to replace the funds. By purchasing now, we can take advantage of the excellent prices we have been quoted. We will also reduce the lead time required to get this equipment in house. ..A~ ~ TOWN OF WAPPINGER SUPERINTENDENT GRAHAM FOSTER ~ WAPPI O~" 1-,... ~ ......- - ..~... ' ~ ,. .'~ o , ~:> ~~. o ri~ ~ c:. ~ .... ~~ ~:' .y~SS CO\,) (914) 297-9451 SUPERINTENDENT OF HIGHWAYS P.O. BOX 324 WAPPINGERS FALLS, N.Y. 12590 May 5, 1999 MEMORANDUM TO: Town Board FROM: Graham Foster SUBJECT: Equipment Bids COMPRESSOR Two bids were received: . Albany Ladder . Ralph C. Hennan $10,494.00 $11,900.00 The machine bid by Albany Ladder has a 50 H.P. engine. The minimum spec called for 80 H.P. I recommend the bid for Albany Ladder be disqualified as not meeting our minimum specs and award the bid to Ralph C. Herman. 2 TRUCK CAB & CHASSIS . Healey International · Arkel Motors Inc. $44,506.00 each $45,560.00 each I recommend we award the bid to Healey International for 2 trucks at $44,506.00 each. - 2 - 2 PLOWS (To replace existing aging equipment) . Amthor Welding Service. . Ralph C. Herman . Dutchess County Diesels $5181.00 each $5256.00 each $4385.00 each I recommend we award the bid to Dutchess County Diesels for 2 plows. 1 SKID STEER LOADER (with attachments 85XD . Pine Bush Equipment 85XT Mower Backhoe 24" $28,550.00 $ 4155.00 $ 8207.00 $40,912.00 . Ralph C. Herman #963 Bobcat $48,546.00 Since this is a stand alone piece of equipment which will be expected to work in areas where none of our current equipment can work, I purposely speced out the more powerful skid steer mach which was consistent with the specs for the Case #95XT or the Bobcat #963. The salesman for Pinebush Equipment admitted to me he had not read the specs and had relied on a verbal conversation with another Pine Bush employee regarding which machine to bid. He clearly did not bid to our specifications. I suggest we award the bid to Ralph C. Herman Inc. 4 YARD WHEEL LOADER Five bids were received: . H.O. Penn 9500 CAT $136,105.00 . K.C. Canary 644H Deere $120,750.00 . Pine Bush Equip. 821C Case $125,436.00 . Ralph C. Herman 456B2XJCB $114,799.00 . Keil Equip. SL180-2B Sam sung $ 95,834.00 I feel the SL 180-2B Samsung from Keil meets or exceeds our specs and I recommend we award the bid Keil Equipment. . - 3 - PICK-UP TRUCK Five bids were received: . Healey Bros Dodge . Ruge's Dodge . Gallagher Truck . Poughkeepsie Chevy . Hyde Park Motors $27,150.00 $26,893.00 $26,799.00 $25,848.43 $25,641.00 We are currently between model years. If we elect to award the bid, we will have to accept an in stock model. Each truck bid differs from our specs slightly, due to the in stock models (i.e. some options and color). If the Board elects to award the bid to save the additional money a leftover truck offers, I suggest we award the bid to Hyde Park Motors - Bid Option #2. 20 TON TRAILER Three bids were received: . Keil Equipment . Ralph C. Herman . Pine Bush Equipment $12,663.00 $12,099.00 $12,000,00 I recommend we award the bid to Pine Bush Equipment. MULTI-PURPOSE BODY W/PLOW Two bids were received: . Dutchess Cty. Diesel . Amthor's Inc. $30,839.00 per $30,703.00 per I reviewed the specs and proposed equipment and find both bids within our specs. I recommend we award the bid to Amthor's Inc. .. -4- SANDERS Three bids were received. However, one company bidded to our specs. . Ralph C. Herman $4538.00 . Amthor's Welding Svce. $4261.00 . Dutchess Cty. Diesel $4210.00 Since Ralph C. Herman's bid was the only one which met our specs, I recommend we award them the bid. WALK BEHIND MOWER Only one bid received: . Brady Power Equip. $1359.00 A ward bid to Brady. J\~~ OF/jc NON-COLLUSIVE BIDDING CERTIFICATION The bidder certifies that: (a) the bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, and (b) the contents of the bid have not been communicated by the bidder, nor, to the best of his knowledge and belief, by any of his employees or agents, to any person not an employee or agent of the bidder to its surety on any bond furnished herewith prior to the official opening of the bid. The signature of the contractor to this bid shall be deemed a specific subscription to the certificate required pursuant to Section 139-d of the State Finance Law and the contractor affirms that the statements therein contained are true under the penalty of perjury. BY: Dated: s 19SJ .} , l ~ l I' . .1 ! ' . i , i I I ! , i ! I i , I ! '. BIDDING FORM BQUIPMENT ~DuJS - ~~.u \" M~~ l.Y.5\~ QiSA ~AME OF BIDDER~~~c. CiJ~t~ 0~~s~ts :i::,e. , ::SS~~~;~_~ ~~~b A)V 1~9H=> AMOUNT OF BID ~ L.r~gs:OO EecLFoR ~ Jy. S~ <; '1 DATE SUBMITTED SIGNATURE RECEIVED MAY 05 1999 ELAINE SNOWDEN TOWN CLERK . , . . I I .' STATBMBNT i 1 fJ:be Wl4c-.1gDe4 rep~.sent. that pursuant to Sections 103-& ana. l03.b of the Gane~.l Munioipal Law of th* State o! Rew y~t, no pc.em 'I:eferred t.o in ~. at.t.aobed proposal. . who 1. 'a b1d4er 01' who!. OJ: was a member, partner, direc'tor . or o~f1q_ of the b14c!ing firm or entit.y under this proppsal haa nfu.e4 to. alVD a wa1ve:r of immunity o:r to answer any . r.velant que.i:101UJ relai:ing t.o any t.ran.aot10n 01: conuaat .. . w.t.tb tJie State of ..W. York, any politiical .ubdivision i:hereof, 0; 'any~ pUblia autho~~ty, during the per.t.od of five years ~iOJ: t.o t~ date .Il..;r.~f. The under.iln414 a9r... that ~y . COAUao't awiL:de4 .. a x..aul t of this b d _y be canoelled without: pe~lt.:r. 'upon th:- g~ound~ ..t foxtil in Sect.ions 103-& &D4 l03-b:of. the 'said General Municipal Law. The Dame. aD4 addr..... of all persons and parties interested in ~ foregoing ~14 are as follows: .' DUTCHESS COUNTY DIESELS, INC. RD 2-BOX 230 ' MILl:E~Tm.J. NCW YOr-::< 12546 l PHONE: 518-789-3434 \. .~ #518-789-3022 ~. STATEMENT j 2 By atubmili.ion,. of this bid, each bidder and each person .igDiDg on behalf of any bidder certifi..,.ana in the case of a joint bid each party thereto 'cartifi.. as to it. own . oqwsation, undu p.enalty of :perjury, that to the belt of knowledge an4 belie!& (1) the prioes in this bid have been arrived. at 1D4ependently without oollusion, consultation, communication Or agi.ement, for the purpose of r.s~icting oompet1tlon .as to any ~tt.r relating to such prices with any o~ bi~8r Qr with any'compet.it.or, (2) unl...otherwi.e r~e4 'by Law, 'tile pric~s which have been quoted in this b1d have not been. bowin..~y 'elisoloslc;1 ~y t:he bic14er and . will. ,not knowingly 'be 4i.o10s.4 by ~e .biC41er prior to the · opeaIng , 4irectly or indirectly, to any biddeJ: or to any cOmped.'torl and (3) DO attempt haa been made or will be M4e by the bi4&u: to induce any other per n, part r.hip or oorporation to eubmit or not submit a f r th purpose of r..i:rlct1ng oompetition. ' BY: PROPOSAL DUTCHESS COUNTY DIESELS, INC. R.D.2, BOX 230 MILLERTON, N.Y. 12546 (518) 789-3434 PROPOSAL SUBMITTED TO:-=l O~ )'L1 01 (l)A p.p,' tJ~~(--5 STREET- CITY, STATE AND ZIP CODE- PHONE- ~ DATE- 5 '1 '1 WE HEREBY SUBMIT SPECIFICATIONS AND ESTIMATES FOR: ~r lAJ \~ ~ \6uJ M& J-:;\ 4.5-\.Cl ''V ~ Vo\y \l\OW1 K~~ k>~".. Cuv-b 'Sko~s "l'ar- \ rJC ~ tL \<.: ., \.\ ~ t~ k ~c>B M: ~A.) ;))j~ . .t' t...\ '3 <;; ~} 00 \~ Al!... Y ~S 7~r S~l9r~.. WE PROPOSE HEREBY TO FURNISH MATERIAL AND LABOR- COMPLETE IN ACCORDANCE WITH ABOVE SPECIFICATIONS, FOR THE SUM OF: DOLLARS ($~3<t? 5.00 l~PC\t ACCEPTANCE OF PROPOSAL: SIGNATURE- DATE- ::1 . / I'~' . . SIBI..E TRIP "f.DGESNOW 'l.oW WI1R POL VMAR MOI.nROARD '. GJ~'~! THBSB SPBCIFICATIONS DESCRIBE A POWER REVERSIBLE TRIP EDGE SNOW PLOW HA VlNO A LOW COEFFICIENT Of fRICTION. PLOY MAR TRIP MOLDBOARD. THIS EQUIPMENT SHOULD BE BUlL T FROM NEW MA TBIUAL . AND OEFlNlTEL Y SUITED FOR CONTINUOUS WORK UNDER DIfFICULT CONDITIONS Of' SNOW REMOV At. '. VOI.nROARD .'!l.~MBI.Y: SHALL BS )lOT LESS THAN 45" HIGH. NOR LESS THAN 12' LONO. IN ORDER TO OFFER. A LOW COEFFICIENT OF FRICTION AND RESISTANCE TO BOTH . COlUlOSION AND IMPACT. THE MOLDBOARD SHEET SHALL BE fORMED PROM ONE PIECE. UNSPLlCED SHEET OF 3/8" nllCK ULTRA HIGH MOLECULAR. WEIOHT POLYETHYLENE MA TERlAL. THE POLYETHYLENE SHEET SHALL HA VB A MlNlMUM TENSILE STRENGTH OF 7000 P .S.l. AND ~ TEStED IN ACCORDANCE WITH ASTM 0638, IT SHALL EVIDENCE A MINIMUM OF 800% ELONOA TION AT BREAK. IN ADDITION, THE SHEET SHALL EVIDENCE NO BREAK FOLLOWING lZOD IMPACT TEST CONDUCTE.D IN ACCORDANCE WITH ASTM D2S6A. THE SHEET SHALL BE FORMED FROM A POLYETHYLENE MATER.lAL. WHICH IS MADE FR.OM NEW 'RESIN (RECYCLED MA TERlAllS NOT ACCEPTABLE) AND SHALL BE COLOR IMPREONA TED AND Ul TM VIOLET STABILIZED TO A "SAFETY ORANOEn PIOMENTATION. THS MOLDBOARD SHEET SHALL ATTACH TO A FRAME WORK ASSEMBLY Of WELDED STEEL ANOLE AND PLA TEt WHICH SHALL INCLUDE NOT LESS THAN TEN (10) REINFORCINO RIBS AT LEAST 3/8" THICK X 3.11'2" WIDE. A LOWER MOLDBOARD ~INFORCEME.NT FROM NOT LESS THAN 4"X3ltX 11204 STBEL ANOLE AND AN UPPER MOLDBOARD REINFORCEMENT FROM NOT LBSS THAN 3''X2..112"X3I8'' STEEL ANGLE.. ALL WELDED TOOEnmR. TO FORM AN INTEGRAL SHELL. THE UPPER pORTION OF THE MOLDBOARD SHALL PllOJECT OVER THE CUroNO EDGE SO AS TO FORM A CONTINUOUS,INTEORAL, SOLID SNOW SHIELD. ~tJTTING F-OOEt SHALL BE ONE (1) IN NUMBER AND SHALL BE FROM 112'")(8" C 1 090 STEEL. PUNCHED TO AASHO 81 ANDAROS ON 12" CENTERS AND SUPPORTED BY A REENFORCeMENT FROM NOT LESS THAN 4"X4"X3/4" STEEL ANGLE. THE CUTTING EDOE, SHALL BE REVERSIBLE FOR DOUBLE WEAR. PAGEl , ! .' I' . I. " i , i' . : ". i ,. i' . , . (:lJRB AROES: . THE MOLDBOARD.SHALL HAVE TWO (2) FABRICATED STEEL CURB SHOES ( ONE AT EACH OUTSIDE END OF THE MOLDBOAR.D). EACH CUllB SHOE SHALL BE NOT LESS THAN 1-3/S" THICK AND SHALL OFFER NOT LESS THAN 14 SQ. IN. OF BEARING SURFACE. . . I IJUPPING RD02 ~CA.4.NI$M'=- SHALL BE Of nIE SINOLE EDOE DESIGN. WHICH SHALL ACTIVATE WHSNEVEll mE CUTTINO EOOE COMES INTO CONTACT WITH AN' OBSTIlUCTiON ON THE PAVEMENT. TRIP ACTIVATION SHALL BE ACHIEVED THR.OUGH FOUR (4) TORSION SPRINGS FROM NOT LESS THAN 3/4" SQUARE .WlRE. HAVING A 3-3/4" O.D., WITH SIXTEEN (16) ACTIVE COILS EACH. EACH SPRINO SHALL BE PINNED IN PLACB IN A HOlUZONT At POSITION AND SHALL BUTT TO THE LOWER MOLDBOARD REINFORCEMENT AND TO THE CUTTINO EOOB REINFORCEMENT. SPIUNG ADJUSTMENT SHALt. Be PR.OVIDED so AS TO ALTER THE PRECHARGE OF SPRINGS FOR V ARYlNO PLOWING CONDITIONS. : . , ,DIM '.U,ME 8& R.EVERSING MECUAN1SM: .! THE DRIvE'FUMB" REVERSING MECHANISM SHALL CONSIST OF. AN "A" , i, .: FlAME. A tRUSS fRAMB AND TWO (2) SINGLE AC'rINO HYDR.AUUC :. CYLINDBRS WITH 3-112" DIAMETER X 16" STROKE. THE "A." FRAME SHALL BE A TRIANGULAR WELDMENT WITH 3/8" THICK STEEL PLATES, TOP AND 112" THICK BOTTOM, A REAR MEMBER FROM NOT LESS THAN 1M THICK STEEL PLAtE AND TWO (2) CENTER RBtNFOkCEMENTS FaOM NOT LESS THAN 3/Sft THICK STEEL PLATh SO TO FORM A BOXED CENTER SECTION. , ~ . .1 1"HB TltUSS FRAMe SHALL INCLUDE A MAIN DRIVE MEMBER fROM 4-112" 0.0. PIPE FITTED WITH GUSSETED TOP AND BOTTOM SEMI-CIRCLES FROM NOT LESS THAN SI8" THICK STEEL PLATE. nIB TRUSS FRAME SHALL PIN TO THE MOLDBOARD AT NOT LESS THAN 4 POINTS OVER A SPAN OF NOT LESS THAN 100". MOLDBOARD AND TR.USS FRAME SHALL PIVOT ABOUT THE "A" FRAME ON A UMOV ABLE LUBRICATED PIN. NOT LESS THAN 3" IN DIAMETER. UP TO 37 DEOREES EITHER .SIDE OF THE CHASSIS CENTRR I.lNF.. EACH CYLINDER SHALL HA VB 3..1/2" DIAMETER PISTONS, WHICH TERMINA TB WITH 2-1/2" DIAMETER CONNECTING LUGS, Born THE RODS AND LUOS SHALL BE fR.OM CASE HARDENED, CHROME PLATED STEEL AND SHALL BE PROTECTED BY A HYDRAULIC CUSHION VAl.. VEt PAOE2 .~. ~_~__... _"~_'M.""__L_"j".' '._.4... '. THE -A'" ~ SHALL BE FInED WITH A THREE (3) POINT LIft CHAIN ARRANOBMENT. WHICH SHALL ACCOMODA TE PLOW REVERSING OPERA11ONS WITH THE PLOW Elnl'ER ON THE GROUND OR AT THE CARRY posmON. THIS ARRANGEMENT SHALL BE OF A DESIGN WHICH PROHIBITS PLOW LIST, WHEN THE MOLDBOARD IS ANGLED IN THE CARRY POSITION. mE "Att fRAME SHALL BE FITTED WITH A (3) POINT LIfT CHAIN ARR.ANOEMENT. WHICH SHALL ACCOMOOATE PLOW REVERSING OPBRAnONS WITH THE PLOW EITHER ON THE GROUND OR AT THE CARRY POstnON. THIS ARRANGEMENT SHALL BE OF A DESIGN WHICH PR.OHIBITS PLOW LIST, WHEN THE MOLDBOARD IS ANGLED IN THE CARRY POSITION. " .' :u DW lntJPLINO BA.R: SHALL CONSIST OF A 3/4" THICK X Stt WIDE OSCILLATING BAR.. FITTED WITH TWe:> (2) 3/4" THICK DRIVE EARS ON 31 It CENTERS. THE OSCILLATING BAR SHALL PNOT ABOUT A 1-3/8tt DIAMETER ORADE 5 HEX HEAD BOLT AT THE REAR OF THB DRIVE FRAME. SO TO ALLOW THE PLOW TO FOLLOW UNEVEN SURF ACE CONTOURS. PAGE 3 .,. " . . . I , . .. BIDDING FORM BQUIPMBNT Two (2) Model HSP4212H Wausau Plows with curb shoes NAME or BIDDER Ralph C. Herman Co., Tnc. ADDRESS Route 9-W Marlboro, New York 12542 PHONB (914) 236-3000 ** AMOUNT OF BID $5,256.00 each Net Bid $10,512.00 DATE SUBMITTED May 5, 1999 ** Delivery on above-mentioned equipment to be approximately 30-45 days after receipt of order. SIGNATURE 4~ /I ~ Doug s A. Lester Executive Vice President RECEIVED MAY 05 1999 ELAINE S iOW NOWDEN N CLE'RK . , . . . . ~ . .> -. S'tAT~'r . 1 , ~. un4.r.igDad r.pr..en~8 ~at puxsuant to SectioDS 103-& aDd, l03.b of ~. General Munioipal Law of the State o! Hew Yo~k, no per.an'referred to in the atbched propos.l . who 1. '. bic1du OJ:' who i. or was a member, Partner, direotor 'OJ:' offiqer of ~e bidding -firm or entity UDder this proposal baa refu..4 to .1gn a waiver of immunity or to answer any . revelant. que.tion. J:'elating to any transaction 0: contract ... - with tJie State of Hew. York, any politiical subdivision thereof, Of -any" pUblics auth~r~ty, during the period of five years pzoior 'to the daU,lle;l:eGf. The undersigned agree. that. any . contract awarded a. a J:',e.ul t of this bid .y be cancelled witbout ~lty.'upon the grounds set forth in Sections 103-a and l03-b:of. the .aid General Municipal Law. 'rhe Dame. aDd addr..... of al! persons and parties interested in the forevoing bid are .s follows: '_ Ralph C. Herman Co., Inc. Route 9-W Marlboro, New York 12542 . . S'l'A'l'EMEN'l' i 2 By ~ubmi..ion.of 1:his bid, each bidder and each person .lgning OD behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own oxganisation, under penalty of ~erjury, that to the best of knowledge and belief: (1) the prices in this bid have been arrived. at independently without oollusion, consultation, communication or agreement, for the purpose of re8tricting competition.a. to any matter relating to such prices with. any oth8% bidder Qr with any 'competitor, (2) unleS8,otbarw1se requ1re4'by Law, Ue prio~8 which have been quoted 1n this b.1d bave not been. knowini~y 'discl08ed ~y the bidder and ' will. ,not knowingly 'be dia.cl08ed by thebi~er prior to the ~ opalng , direotly or indirectly, to any bidder or to any competitor, and (3) no attempt has been made or will be made by the bl44er to induce any other person, partnerShip or cor,poratlon to submit or not submi~ a bid for the purpose of re.txicting competition. ~. BY. ~A~!J kz;> . ougVFi7 ~s(~~ Executive Vi~e President ,. NON-COLLUSIVE BIDDING CERTIFICATION The bidder certifies that: <a) the bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, and (b) the contents of the bid have not been communicated by the bidder, nor, to the best of his knowledge and belief, by any of his employees or agents, to any penon not an employee or agent of the bidder to its surety on any bond furnished herewith prior to the official opening of the bid. The signature of the contractor to this bid shall be deemed a specific subscription to the certificate required pursuant to Section 139-d of the State Finance Law and the contractor affirms that the statements therein contained are true under the penalty of perjury. Dated: May 5 1999 BY: la~)t ~ 'Dougl sA. Letter Executive Vice President TITLE " .,; .... . of '- I'~{/ .~:. ." .r. '~/\':i;?I"' " ~l. ":,l\{.~~~:._~,:-" ~~J;:".,' ":::':'. " .:( i . ' '4' ~: ~",;,;:,:",';' .~j~i::: :;,"~" '::,:. .:<. .,~". . '~J.,;:."J' :" ~'f:..~; " . - . ., .y' . NON-COLLU~~ BIDDING CERTIFICATION .~~'" ~' ,', : .' , .~W.;~~":;~=,..~.;, .~he bidder cert1f;esthat:: (a). the J:?id lias l?een uFived .:~;:~ "<:' at by ,the bid~er indepe~dent:ly and has b~en submit:t~d, without '1i~"~i:'""";,,,':collusion with any other vendor of materj,als, supp11es ()r '.~)~~~'...;':' equipment of' the type described in the invitation for blds, ',.,t,Ji.:',:':,>', ,and (b) the contents of. the bid .have not been communicated ,'by 'the bidd~r" nor I to 'the best of his ~owledge and belief, :by...any of 'his employees; or agents, to any person not an emplo}l ~ or agent of the bidder ~o its surety on any bond furnis~ed herew.tth prior to the official,. opening of the bid. The signature of tpe c9ntractor to this bid shall ~e aeemed a specifio subsc~iption to the certificate requi+ed pursuant to 'Section'139~d of the State Finance Law and ~he contractor affirms that: the statements therein containe~ are true ,under the penalty 9f perjury. ! I Datedi May 3, ,19~..# Ua/ ~ :::e' .j i I BY: i ~d/U- " General Manager TITLE . ..~ .' I'.': '. .... 1~.'.'" , , " ; , ~i '~" " ':j .~ :~(. l ..;{ \ , ". . STAT~T . 1 , The undersigned represents that pursuant to Sections 103-a and. l03.b o~ the General Munioipal Law of the State of New Yo~k, no persan'referred to in the attached proposal : who is.a bidder Or who is or was a member, partner, direotor or offiqer of the bidding firm or entity under this proppsal has refused to sign a waiver of immunity or to answer any . revel ant questions relating to any transaction o~ contract ~ with ~e State of New.York, any pOlibical subdivision thereof, o~ any~ public autb~r~ty, during the period of five years prior to the date.h.ere~f. The undersigned agrees that any .oontract awarded as a r.esul t of this bid may be cancelled without pe~lty: 'upon the grounds set forth in Sections 103-. and l03-b:of. the .aid General Munioipal Law. The names and addresses of al~ persons and parties interested in the foregoing bid are as follows: .. Am.thor Welding Service, Inc. 1041 Route 52 Walden." NY 12586 STATEMENT i 2 By Submission. of t:his 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 ~erjury, that to the best of knowledge and belief: (1) the prices in this bid have been arrived. at independently without collusion, consultation, communication or agreement, for the pUrpose of restricting competition.as to any matter relating to such prices with any other bidder Qr with any'competitor1 (2) unless otherwise required'by Law, the pric~s which have been quoted in this bid have not been. knowing~y 'disclosed QY the bidder and will.not knowingly 'be di8Ql~sed by the bi~er prior to the. opening, directly or indirectly, to any bidder or to any competitor 1 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 submit a bid for the purpose of restricting competition. BY:~~ Ric ard W. Boon~, General Manager A' W AMTHOR'S INCORPORATED May 3, 1999 Town Clerk Town of Wappinger P.O. Box 324 20 Middlebush Road Wappingers Falls, NY 12590 RE; Bid for: 2 PLOWS Amthor's proposes to furnish the following equipment per the above referenced bid; a) VIKING model HDPRR1242TEP heavy-duty trip-edge plow with polymer moldboard skin, curb shoes, 3-point chain lift and plow portion of "arrowhead" quick hitch. PER PLOW: $ 5,181.00 EACH TOTAL FOR TWO: $10,362.00 A copy of detailed specifications covering what we propose to offer is enclosed. Thank you for the opportunity to bid on this equipment. Sincerely, ~ ~::i:Ya/~~ ~I. b<Boone General Manager TEL: (914) 778-5576 FAX: (914)778-5916 1041 RT 52 WALDEN, N.Y. 12586 , .I :1 I ' I , I: I, ;, \, j: :1 ; I , l: i i j I. ~ , :1 1: , ., ;.[:'l ,~ .! I;,j it I. ... BIDDING FORM EQUIPMENT 2 PWWS NAME OF BIDDER Amthor Welding Service, Inc. ADDRESS 1041 Route 52, Walden, NY 12586 PHONE (914)-778-5576 AMOUNT OF BID $10,362.00 (TOTAL FOR TWO) DATE SUBMITTED May 5, 1999 SIGNATURE~~~ Ri ard W. Boone, General Manager RECEIVED HAY 0 5 1999 ELAINE SNOWDEN TOWN CLERK POWER REVERSIBLE PLOW: MOLDBOARD: The moldboard shall be 121 long by 42" high inside, and shall extend at least 12" out over the cutting edge. The moldboard shall be fabricated from a one-piece structure from 3/8" thick UHMW polymer sheet. The polymer sheet shall be bolted to the top with minimum 3/8" bolts thru two (2) 3" x 3" x 3/8" angle to form a rigid structure at the top. Eight (8) full length one-piece reinforcing ribs fabricated from flame cut 1/2" plate shall be welded to the bottom backer angle and to the back of the upper moldboard angle. The bottom backer angle shall be fabricated from minimum 4" by 4" by 3/4" angle with 1/2" plate gussets. Three (3) hinge points, spanning 88", shall be provided for connection of the moldboard to the pushframe. Replacement wear parts shall consist of a single 1/2" by 6" by 144" Cl085 blade, two (2) abrasion resistant moldboard shoes and two (2) cast chilled malleable iron curb shoes. REVERSING FRAME: The reversing frame shall be fabricated from 4" by 4" by 3/8" square structural tubing and 4" by 3" by 1/4" rectangular structural tUbing gussetted at key stress points. Three (3) connecting lugs spanning 88" shall be welded to the 4" by 4" by 3/8" structural tube member of the reversing frame. These lugs shall serve the dual purpose of carrying the thrust of the plow. REVERSING TABLE: The reversing table shall be fabricated from 3/8" formed plates and 3/8" by 1-1/2" bar stock gussetted at key stress points. The reversing table shall connect to the reversing frame with a 1-15/16" diameter cold drawn steel pin through a 3-1/2" O.D. by 3/4" wall tube. Truck attachment lugs shall be of 1/2" plate set on 30-1/2" push lug centers. Provision shall be made for plow oscillation to allow the plow to follow road contour. The plow shall have a "level link" three point chain lift mechanism which shall allow the plow to be carried at any angle without the plow "listing" to one side. Plow shall connect to chassis with "ARROWHEAD" quick hitch. TRIP MECHANISM: Shall be of the single section trip-edge design. shall consist of four (4) minimum 7/8'1 diameter alloy wire torsion springs with nineteen (19) active coils per spring. There shall be two (2) 51" long by 1-1/2" diameter hinge rods which slide through the springs and hinge lugs to support the trip-edge mechanism. There shall be two (2) adjustment arms, one (1) per side of the pushframe to allow the moldboard to be adjusted to differing plow attack angles. REVERSING MECHANISM: The pushframe shall be equipped with two (2) 3-1/2" bore by 15" stroke DOUBLE ACTING reversing cylinders located within the reversing frame. Positioning of the plow shall be by hydraulic action and the plow shall be capable of reversing from 35 degrees right to 35 degrees left. There shall be stops set at maximum reversing angle to prevent damage to the reversing cylinders. A cushion valve shall be provided, and installed on the pushframe, for protection of the hydraulic cylinders from shock loads.