Loading...
HomeMy WebLinkAboutOrdinances Book 15, Page 88, No Resolution Number8$ j A RESOLUTION REQUESTING THE CITY MANAGER TO ADVERTISE FOR BIDS FOR ONE (1) NEW STREET SWEEPER FOR USE BY THE PUBLIC WORKS DEPARTMENT - OF THE CITY OF PADUCAH, KENTUCKY, AND PRESCRIBING THE TERMS AND CONDITIONS UPON WHICH SUCH PURCHASE SHALL BE MADE BE IT RESOLVED BY THE BOARD OF COMMISSIONERS OF THE CITY OF PADUCAH; KENTUCKY: SECTION 1. That the City Manager be, and he is hereby, authorized to advertise for bids for the purchase of one (1) new street sweeper for use by the Public Works Department of the City, having the following minimum specifications: Three (3) wheel design with power steering With flushing system that will thoroughly clean elevator and hopper, operated through water tank filler hose with an externally mounted 3 -way valve for controlling filling and flushing operations. Water tank with 250 gallons minimum capacity with water level gauge and 10 feet of 21 inch filling hose with couplings on each end. Turbine type centrifugal belt driven pump. Control valve adjacent to operator. Minimum of 41 cubic yards capacity hopper and dump at front of sweeper. All working parts of hopper to be enclosed and protected from debris while sweeping and dumping. Elevator with two (2) forward and one (1) reverse speeds and operate independently from the forward motion of sweeper, also capable of loading hopper to full capacity. Sqeegee type steel strand flex -weave constructed cable core rubber chains. . Heavy duty industrial type 6 cylinder water cooled gasoline engine, 115 horsepower, 265 cu. inch displacement (Minimum). With replace- able oil filter and oil bath air cleaner with air intake outside engine compartment. Velocity type governor. Full front and rear axles. Hydraulic brakes with power booster on front wheels with double wheel cylinders. Cast Iron drums, dust and water shielded and hand brake on main drive shaft. Heavy duty full width bumper. 11 inch diameter single disc clutch. Heavy duty transmission 4 speeds forward and 1 reverse. Heavy duty main drive differential. Roller chains final drive to front wheels mounted on full axle. 45 inch gutter broom vertical type mechanically driven and mounted ahead of front wheel on right side with 8 refillable rust proof aluminum segments for 26 inch standard flat steel wire, 4 to be filled with 26 inch standard flat steel wire hydraulic control lift with full free floating spring suspension. 36 inch diameter pick-up broom, 5$ inches long with molded rubber on steel cylinder refillable core. With flexible wire cable for 26 inch standard fiber with one (1) spare core, hydraulic control full floating spring suspension, one (1) core to be filled. Generator V belt drive heavy duty 40 amp. 60 watt. Heavy duty 12 volt battery. 89 2 head lights - 2 stop and tail lights - 1 gutter broom spotlight - 4 clearance lights. Directional signal lights. 1 rear floodlite. 1 inside cab light and instrument panel lites. Full width all steel cab with safety glass, dual windshield wipers, roll -up windows in cab doors, rear view mirror, safety type door latches, heater and defroster. Interchangable 15 inch wheels with 10.00 x 15 - 20 ply on drive wheels. 10.00 x 15 - 12 ply on Guide Wheel. 100 level first line flexible reinforced steel cord tires and heavy duty tubes. Signed statement of guarantees on Sweeper, on Gutter Broom and on Rubber Chains for elevator drive shall be submitted with bids. Instruction Manual and parts Manual to be delivered with Machine/ Colors and lettering to be specified. Each bidder shall state the amount he will accept in cash for the purchase of the equipment he offers for sale, and also the amount of such purchase price to be allowed by accepting as a trade-in one (1) 1953 100 H.P. Wayne Motor Sweeper, Model 450. SECTION 2. The City Manager shall advertise for sealed bids by posting a notice at the City Hall door and inserting notice of the request for bids in the Sun -Democrat to be published not less than seven (7) days nor more than twenty=one (21) days before the date fixed for the opening of same. All bids shall be sealed and no bid shall be received after the hour fixed in the notice for the opening of same. All bids received by the City Manager up to the time fixed in the notice for the opening of same shall be filed with the Board of Commissioners who may let a contract to the lowest and best bidder, and the Board of Commission- ers shall reserve the right to reject any and all bids, and the City shall not become legally obligated to any bidder until the adoption of an ordinance authorizing the execution of a purchase contract. SECTION 3. This Resolution shall be in full force and effect from and after its adoption. I C.ALq�hhn� Winston Gholson, Mayor Pro Tem Hornsby, Commi ioner Passed by the Board of Commissioners July 9, 1963 Recorded by Sarah Thurman, City Clerk, July 9, 1963.