Loading...
HomeMy WebLinkAboutOrdinances Book 12, Page 1040, No Resolution NumberA RESOLUTION AUTHORIZING AND DIRECTING THE CITY MANAGER TO ADVERTISE FOR BIDS FOR LAUNDRY EQUIPMENT TO BE INSTALLED IN THE NEW ADDITION TO RIVERSIDE HOSPITAL, AND PRESCRIBING THE TERMS AND CONDITIONS OF SAID PURCHASE AND INSTALLATION BE IT RESOLVED BY THE BOARD OF CORNISSIONERS OF THE CITY OF PADUCAH, KENTUCKY: SECTION 1. That the City Manager is hereby authorized and directed to advertise for bids for laundry equipment to be installed in the Riverside Hospital Addition now under construction in the City of Paducah as will be hereinafter described, on the terms and conditions as herein set out. The work shall consist of the ,furnishing and delivery at the building, permanently setting and anchoring in place, making the necessary steam, water, air, electric and duct service connections under the supervision of a competent serviceman, and, after installation, the necessary testing and demonstration of all laundry equipment as shown on the plan of the laundry and the drawings and specifications for the entire project which are available for inspection in the office of the Administrator of Riverside Hospital, Paducah, Kentucky. Bidders will also visit the premises in order to insure that laundry equipment can be fitted through existing openings. Prices, including all transportion charges for delivery of apparatus to Riverside Hospital, Paducah, Kentucky (all charges for freight, express and postage to be prepaid) shall be quoted on the following equipment: DETAILED EQUIPMENT SPECIFICATIONS NO. ITEM NO. REQUIRED DESCRIPTION Item 1 1 42x64" American Cascade Washer, one vertical partition, two compartments, two doors, equipped with dial type Motor drive See Files AB -330-362 Washer and AB -134-702 (AT) Control Item 2 1 36x36" American Cascade Washer, one compartment, one door, equipped with dial type thermometer and with Type "A" Semi -Automatic Control, motor Drive (See Files AB -330-362 Washer and AB -134-702 (AT) Control) Item 3 1 30" Solid Curb Extractor, laundry type, with,automatic ,'2 safety cover, motor drive (See File AC -214-032) Item 4 1 40" Open Top Extractor, Laundry type, with automatic safety cover, morsel curb, automatic brake and mechanical timer, motor drive (See File AC -218-002) Item 5 1 90 Gallon Soap Tank, complete with legs and outlet valve (See File AM -000-820) Item 6 2 Stainless Steel Truck Tubs 36x26x25", with rubber tired casters (See file AM -009-220) 1041 NO. IT011110. REQUIRED DESCRIPTION Item 7 1 25 Gallon Starch Cooker, copper case, copper lining (See file AG -121-000) Item 8 1 Model 6 Ajax Granitine Stationary Lanudry Tub, complete with No. 706 lightning leveler galvanized finsih stand (See File COK-260-020, Item 1) Item 9 2 36x3011 Zone Air Laundry Tumblers, steam heated, with four coils, sin le motor driven, non -reverse, equipped with lint box (See File AE -322-002) Item 10 1 1101' Four Roll Streamline Flat Work Ironer, standard .cellulose padded rolls, V -belted motor drive, equipped with shakeout poles and stands See File AD -562-002) Item 11 1 Four Roll 110" Slanting Type Airvent Ventilating Canopy for application to above ironer, motor driven fan (See File AD -774-002) Item 12 2 Nurses' Uniform Press Units, each consisting of: (See File AK -133-202) 1- No. 51 Super Zarmo Press air driven (See Files Alf 530-002 and Alf --530-512) 2 -No. 106A Super Zarmoette Presses, sir driven (See Files AK -543-002 and AK -541-062 (A) 2- Table Fill Pieces I- Damp Work Box Item 13 1 No. 1802 Ironing Board, with single arm suspension bracket, 110 volts, and 6 lb. electric iron (See File AK -817-100) Item 14 2 Puff Irons for floor mounting, 4z" dta. x 8" long (See File AI{715-000) Item 15 2 Remo Sorting Racks, with a total of 200 Reno Sorting Rack Clips (See File C0I•1-170-022, Item 1) Item 16 1 Model L -25C3 Type 30 Ingersoll Rand Single Stage Air Compressor, complete with all standard equipment (See File COP, 050-012, Item 1) Alternate 1 1 Substitution of American Yates Two Way Float Valvesfor Type "All Semi -Automatic Control on Item 1 (See File AB -012-202) Alternate 2 1 Substitution of Amenioan Yates T,�o,-Ffa,#' Float Valves for Type "All Semi -Automatic Control on Item 2 (See File AB -010-000) Alternate 3 1 Substitution of 30" llonex Extractor with sleeve ty e spindle bearings for Item 3 (See File AC -213-302 (AT) Alternate 4 1 Substitution of steel curb for monel curb on Item 4 Alternate 5 1 Substituttonof 110" Four Roll Super Sylong Flat Work Ironer, standard cellulose padded rolls. V -belted, motor drive, equipped with shakeout poles and stands for Item 10 (See File AD --565=000) The successful contractor shall furnish all labor, materials, tools and equipment required to furnish and install all laundry equipment as shown on the drawings and in accordance with the specifications. He shall coordinate the work with that of the general and other contractors to fully expedite the work of all. Work shall be installed at the proper time to avoid delays to others. The successful contractor &)iJl be held responsible for any damage caused to other contractor's work, the cost of repairs to such damaged work will be charged against his ;contract. All work and materials shall comply with I042 the ordinances, rules and regulations of the City of Paducah. All equipment shall be new, unused, and of approved types, designs, etc. The General Contractor, the Plumbing Contractor, the Heating Contractor, the Ventilating Contractor, and the Electrical Contractor already on the job have already contracted to do certain preliminary service work in connection with the laundry. It will be the responsibility of the laundry equipment contractor to not only furnish the necessary service connections to the laundry machinery, but to also have made any changes necessary to the present mechanical set-up in order to accomodate the equipment specified, all shut-off valves, traps, duct work, and electrical disconnect switches, between source of supply and control point of laundry equipment as necessary for proper operation. This laundry contractor will include in his price any changes which are necessary td plumbing, heating, electric and ventilation as being installed under present mechanical contracts and as shown on architect?s drawing. All equipment items shall be guaranteed against inherent defects of materials and construction, and shall perform their intended work for a period of one year from date of completion of contract. Guarantee shall be in writing. Any or all defects of materials construction and/or operation developing within the life of the guarantee shall be corrected, made good and/or replaced by this contractor at his own expense. Steam at 100 lbs. per square inch pressure will be avatlablefhr laundry equipment requirements. Alternating current at volts, 60 cycle, 3 phase, will be available for laundry equipment requirements. The successful contractor shall furnish detailed layouts showing all service connections and foundations as required by the owner. Specifications are based on equipment as manufactured by The American Laundry Machinery Company, to establish a basis for quotations only, and approved equal equipment of other manufacturers will be considered. If equipment differs from the specifications, each company quoting shall submit their proposal, including complete details and illustrations of proposed equipment, with specific explanation of ,functioning and structural character- istics of those details which differ ,from these specifications, together with pertinent information on the performance record of the bidder and his apparatus. Any contract awarded will have to conform to the General Conditions of Project No. KY -69. All persons submitting a quotation must thoroughly familiarize themselves with the specifications, the building drawings and job conditions on this project. Failure to do so will not exempt bidder from. full responsibility, nor cause for additional compensation nor reason for delay. 1043 Each proposal shall be accompanied by a certified check or cashierts check in an amount equal to at least 10%' of the total bid payable without condition to the O!✓NER as a guarantee that the bidder if awarded the contract will promptly execute such contract in accordance withthe proposal and in the manner and form required by the contract documents. The Owner shall retain the bid security of each succesajAzl bidder until the bidder has executed and delivered a contract acceptable to both the Owner and the Bidder, and has furnished a performance bond inan amount equal to 1000 of the contract price as security for the faithful performance of the contract. The surety on such bond shall be a duly authorized Surety Company, qualified to do business in the Commonwealth of dentucky and approved by the Board. The contract will be awarded as soon as possible to the lowest and best bidder, and it is the interest of the Owner to accept it. No bid may be withdrawn after the scheduled closing time for the receipt of the bids for a period of 45 days. Bids shall be submitted on.3id Forms to be obtained from the Administrator of Riverside Hospital. SECTIO11 2. The City manager shall advertise for bids by posting a notice at the City Hall door and by inserting notice of the request for bids in at least one (1) issue of the Sun -Democrat. The notice shall be posted and published at least seven (7) days prior to the opening of bids and no bid shall be opened within ten (10) days from the date on which this Resolution is adopted. No bid shall be received after the hour fixed in the notice for the opening of bids. All bids received by the City 1,1anager up to the time fixed in the notice for the opening of bids shall be filed with the Board of Commissioners who may let the contract to the lowest responsible bidder. The Board of Commissioners shall not become legally obligated.to purchase said equipment until the adoption of an ordinance authorizing the execution of a contract. SECTION 3. This Resolution shall be in fu11 force and effect from and after its adoption. Mayor Passed by the Board of Commissioners January 27, 1953 Recorded by Sarah Thurman, City Clerk, January 27, 1953.