Loading...
HomeMy WebLinkAbout131-05 RESOLUTION• • RESOLUTION NO. 131-05 A RESOLUTION APPROVING THE SALE OF A USED SNOW BLOWER TO THE HIGH BIDDER, CITY OF ABBOTSFORD, BRITISH COLUMBIA, CANADA IN THE AMOUNT OF $172,000.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS' Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves the sale of a used snow blower to the high bidder, Ctty of Abbotsford, British Columbia, Canada in the amount of $172,000.00. PASSED and APPROVED this 5th day of July 2005. ATTEST: FAC/b1 Y O,c • L.p : ,.A ; FAY ETT EVI LLE t. ' d�`9iy'q;QKA HS:.,/•G0J ile.NGTOtI .`. ,,iiiiiii , APPROVE By: AN COODY, Mayor • City Council Mee. of:July 5, 2005 1 5(05 � i 3 r /� CITY COUNCIL AGENDA MEMO n5�fA gr, -4, �In eoluwlb(S TO: Mayor Aada THRU: Staff/Contract Review Co FROM: Ray M. Boudreaux, Director, Aviation an. economic Development Agenda Item Number: DATE: June 20, 2005 SUBJECT: Sale of Airport Snow Blower RECOMMENDATION: Approve sale of Airport Oshkosh Snow Blower for $172,000.00 to Abbotsford International Airport, British Columbia, Canada. BACKGROUND: The FAA purchased a runway snow blower for the Fayetteville Municipal Airport in 1997 when the airport was a scheduled airline airport. Since that time the unit has been used for a total of 63 hours with only 90 hours on the truck. The unit is no longer needed. Permission was granted by the FAA for the sale, with the proceeds to be used for airport purposes. Plans are to replace the blower with a medium size truck with blade and a front end loader/back hoe combination. We will be able to use the equipment for snow removal as well as for other maintenance outside the snow season. DISCUSSION: The equipment committee approved the sale. BUDGET IMPACT: The sale will net $172,000.00 less advertising. Attachments: Bid Tab Staff Review form Aviation and Economic Development Department Fayetteville Municipal Airport, Drake Field 4500 South School Avenue, Suitc F Fayetteville, Arkansas 72701 Ray M. aoudreaua, Director • 1 RESOLUTION NO. A RESOLUTION APPROVING THE SALE OF A USED SNOW BLOWER TO THE HIGH BIDDER, CITY OF ABBOTSFORD, BRITISH COLUMBIA, CANADA IN THE AMOUNT OF $172,000.00. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby approves the sale of a used snow blower to the high bidder, C j.off Abbotsford, British Columbia, Canada in the amount of $172,000.00. PASSED and APPROVED this 5th day of July 20005. .1 *PPROVED: j IBY' AN GOODY, Mayor • • rr ARKANSAS CITY OF FAYETTEVILLE 113 W. Mountain St. Fayetteville, AR 72701 INVITATION TO BID Bid # 05-40 Used Snow Blower Airport Division 479-718-7642 BID #: 05-40 DATE ISSUED: May 13, 2005 DATE & TIME OF OPENING: May 23, 2005 — 2:OOpm. Room #306 BUYER: Andrea Foren, Buyer, Room 306 - (479) 575-8220 F.O.B. Fayetteville, AR • • THE FOLLOWING LISTED ITEMS HAVE BEEN DECLARED SURPLUS TO THE NEEDS OF THE CITY OF FAYETTEVILLE AND ARE TO BE DISPOSED OF IN ACCORDANCE WITH THE TERMS AND CONDITIONS ATTACHED. Item Descnption Amount Bid The City of Fayetteville, Airport Division has a snow blower they are no longer utilizing. It is the intent of the City of Fayetteville to bid and sell it to the highest bidder. The details of the snow blower are listed on the following pages. Please contact the numbers referenced on page 1 if you have any problems, questions or concerns. General Information: The item is a 1997 Oshkosh used snow blower and has an estimated 90 hours on the chassis and an estimated 63 hours on the blower. Pictures: rS.r.1 '. i lr. �) "'CI.' J • • OSHKOSH° H -SERIES AND HB -SERIES TRUCKS CHASSIS AIR CLEANER H -2718B BLOWER 118-2718 CHASSIS Type - Dry, two-stage with underhood or outside air intake AXLE, FRONT Make and Type - Oshkosh Model 27K, single reduction with special heat-treated alloy steel shafts, driver -controlled traction differential and Oshkosh age ring type steering ends Ratio - 6.17:1 AXLE, REAR Make and Model - Eaton 17427, hill floating, single reduction with special heat-treated alloy steel shafts and driver -controlled traction differential Ratio - 6.14:1 BRAKES, PARKING ANDS ng mounted on rear axle EMERGENCY SSecondary Emergency System - Modulated split type BRAKES, SERVICE Dual system, air operated mechanical Front - 16.14 x 7.09 in (410 x 180 mm] wedge Perrot Rear - 16.5 x 5 in [419 x 127 mm] Scam rotary Compressor - 13.5 dm CAB Construction Standard Accessories Instrumentation Oshkosh extra heavy-duty • Al! steel construction with galvannealed exterior • Full-length piano type door hinge with stainless steel hinge pin • Fully nMproofed • One-piece reverse slope windshield • Pop -open type side windows • Single (lli) door • Sliding rear window ■ Tinted safety glass throughout • 60 -in ab width • 3 -point rubber mounted Air and electric horns • Air horn snow shields • Boston® Siena Air 400RX air dri- ver seat, near enter position • Cloth jump seat ■ Caged defroster fans • Cigar lighter and ash tray • DDEC electronic engine con- trols with on board diagnostics and override • Dual electric windshield wipers with intermittent speed control • Bettie remote heated West Coast type mirrors with remote ad'ustable heated spotter mirror ■ Ether starting aid, igntition switch activated • Floormat • Fresh air type heater and defroster • Grab handles • Self -canceling turn signals • Side window defrosters • Sun visors • Tilt/telescoping steering column • Windshield washer • 3 -point seat belts Air restriction indicator • Check and stop engine lights • Gauges: air system pres- sure, coolant temperature, fuel level, oil pressure (2), voltmeter, speedometer, tachometer with engine hourmeters ■ Manual reset type drevlt breakers ■ Parking brake light • Shutdown buzzers ■ 'transmission temperature light • Tum indicator light Air and electric horns • Air horn snow shields ■ ifostrom® Sierra An 400RX air dri- ver seat, near center position ■ Cloth jump seat ■ Caged defroster fans • Cigar lighter and ash tray • DDEC electronic engine con- trols with on board diagnostics and override • Dual electric windshield wipers with inter- mittent speed control • Fiectric remote heat- ed West Coast type mirrors with remote adjustable heated spotter mirror • Ether start- ing aid, ignition switdt activated • Floormat • Fresh air type heater and defroster ■ Grab handles •lump seat • Self -canceling turn sig- nals • Side window defrosters • Sun visors ■ Tilt/telescoping steering column ■ Windshield washer • 3 -point seat belts Air restriction indicator • Check and stop engine light • Gauges: air system pressure, coolant temperature, fuel level, oil pres- sure, voltmeter, speedometer, tachometer with engine hourmeter ■ Low air pressure buzzer/light • Manual reset type circuit breakers • Parking brake light • Shutdown buzzers •'tran_smission temperature light ■ 'Rim indicator light CHASSIS EQUIPMENT Air dryer • Bacup alarm • Crankshaft PlO adapter ■ Dual 125 gal {473 L] fuel tanks • Flat top steel fenders • Pull catwalks ■ Heated fuel/water separator • One-piece molded fiberglass tilting engine cover, car- der engine • Vertical exhaust Air dryer • Backup alarm • Crankshaft PTO adapter ■ Dual 125 gal [473 L1 fuel tanks • Flat top steel fenders • Ful catwalks • Heated fuel/water separator • One-piece molded fiberglass tilting engine cover, car- rier engine • Vertical exhaust COOLING SYSTEM, DRIVE (CARRIER) ENGINE Radiator Core - Fin and tube type Frontal Area - 1,400 int [9,033 an21 Radiator Consfnxtion - Bolted, with built-in dcaeration system Transmission/Converter Oil Cosier - OU -to -water type, located in bottom tank of radiator Engine Air Intake Cooler - Mounted in front of radiator Fan - Temperature -controlled clutch H-27188 BLOWER HB -2718 CHASSIS ELECTRICAL SYSTEM Alternator - 145 amp lighting - 12 volt Starting - 12 volt Battery - Four 12 volt, 625 CCA each @ 0°F [-1S°C] (2,500 CCA total) DRIVE ENGINE Mice and Type - Boit Diesel, Series 60, in-line 6 cylinder, four cycle Displacement - 677 in3 [11.114 330 @ 1,800 rpm' recdrscerfer - 1,250 Ib ft @ 1,200 rpm Crovem RPM - 2,100 'Horsepower rulings available b 470 HP FRAME Material - Carbon manganese steel, heat-treated Type - Single formed channel Sae 1238x3.88x.38in[314x98x93mm4 Yield S 110,000 psi [758 14.6)a] minimum Sedion�us - 24.85 1n3 [407.21 cm3] per rail RBM - 2,733,500 tn-Ib [308 844 N•m] per rail Construction - Grade 8 bolts and locknuts Quick IfiMr - Device for mounting of rotary head and other attachments Rear Tow Hooks - Two LIGHTING Cab -mounted headlights with tum signals • Clearance and marker lights comply with federal regulations • Engine compartment light • Fender -mounted headlights and turn signals • Roof -mounted strobe light • Roof -mounted spotlights PAINT Polyurethane enamel • Two prime coats • One color from Oshkosh standard color chart PROPELLER SHAFTS Make and Model - Dana 1710 Series Dynamically balanced Splines - "Glidecaat" treated STEERING SYSTEM Make and Type - Sheppard 5925 integral hydraulic power gear SUSPENSION Front - Type - Hotchkiss, semi -elliptic spring Main -7 leaf, 48x3in[1,219x76mm) Auxiliary - 5 leaf, 39.63 x 3 in [1,006 x 76 mm] Rating - 27,000 ib [12,247 kg] Rear - Type - Hotchkiss; seml-e liptic spring Main - 7 leaf, 48 x 3 in [1,219 x 76 mm] Rating - 18,000 lb [8,165 kg) TIRES Make and Tread - Goodyear®, MV/t' Sae -395185R20-20 ply Spare Tire - One TRANSFER CASE' Make and Model - Oshkosh 55000 Series Speeds-TWo Ratios -2.66:1 and 0.98:1 'Versions are available with rear ode deoormad, bevel gear center differential with driver -controlled lode, or automatic (Dar -Miller) diffenn$d TRANSMISSION ALLISON* HT -740 (AUTOMAttc) 4 FORWARD, 1 REVERSE 4th 3rd 2nd 1st Reverse •HT -750 transmission also available. VEHICLE RATINGS H-27188 BLOWER Ratings at Axle Hubs - Front - 27,000 lb [11,340 kg] axle Rear - 18,000 [b [8,165 kg] axle Total - 43,000 Ib [19,505 kg] axle Ratings at Ground - Front - 25,600 Ib [11,612 kg] axle Rear - 18,000 lb [8,165 kg] axle Total - 43,600 Ib [19,777 kg] axle • HB -2718 CHASSIS WHEELBASE 164 in [9,166 mm] HA -2718-1: 190 in [3,556 mm] HB -2718.2: 164 In [4,166 mrn] WHEELS BLOWER HEAD/ POWERTRAIN AUXILIARY MOIRE: POWER TAKE OAt CRAM: . ROTARY BLOWER HEAD: CAB ASSEMBLY: . FRAME ASSEMBLY: Type - Steel disc Sae -20.00x10.00 in Spare Wheel - One Detroit Model SV-97TA ged.Peeted tD500EP ® 2.300 RPM, 092 La Torque G MOO RPM. 736 as. is Dtaplammalt Pa dated with matehles ndista and amttmi pats. 2,000 Was (110 Volt) Coolant Rea Pea/Water Sys, Rater, Equifped with Law oa I tasse. Waw Temperise a= Arnow Ecrergeary Rat Dora Symms with Metal 30 Served Ovaaiee, Pan Seitz System, Silicone En Matched Limit Maw. with Rana cap, and 12 Volt Stade& A.P. Ind 14.3-Ptne Cloth sed Pbtrer Thke Ott • Mehl& High Velatity Chain Dora Rama Maned. Schmidt s2' Dia. Shit Kr at.tti Mat Two-Stsge Helical Ribbon Rona Scor Bower. - Eulalschast Unit to be thodsbed with (ReplemaWk) Root Side'Sbol Shea. Adhnabb Rea Stet] Shoes wW Lhrblee len Fa Stage - 52 loch Diameter Ribbon. Msch clotty Driven. Sexed Stage Jncb Diameter Fns s SW; Desi - Mc Schmidt Spot Cathy/I}m* Lmu6ng (2at0. B7drauacdp Opposed Ranting end Faldmi. (See °Mash Traci Caporatbn bthormdoe) (See Oshkosh Track tbapaadoe intanmdoe) KEEPING AHEAD DF THE CUTTING EDGE - 1605 Earth Moorland Ijoed, New Renin. WI 5315 -2321 • 414-764-6068 • 1.800.76$-6006 • FAX 414-784-6720 t WRU5RU • • Bid Amount (Credit): All items being sold are USED and are being sold "AS IS -WHERE /S". NOTE: THESE UNITS WILL BE RELEASED IN ACCORDANCE WITH THE PROVISIONS OF ITEM # 8. EXECUTION OF BID - Upon signing this Bid, the bidder certifies that they have read and agree to the requirements set forth in this bid proposal, including specifications, terms and standard conditions, and pertinent information regarding the articles being bid on, and agree to furnish these articles at the prices stated. Unsigned bids will be rejected. Items marked • are mandatory for consideration. 'NAME OF FIRM: *BUSINESS ADDRESS: 'CITY: *STATE: 'ZIP: 'PHONE: 'FAX: 'AUTHORIZED SIGNATURE: 'PRINTED NAME: 'TITLE: PLEASE NOTE: ALL ITEMS MARKED * ARE CONSIDERED MANDATORY • • REQUIREMENT FOR CONSIDERATION OF BID. FAILURE TO COMPLETE THESE ITEMS MAY RESULT IN REJECTION OF BID. THIS REQUEST FOR BID IS NOT TO BE CONSTRUED AS AN OFFER, A CONTRACT, OR A COMMITMENT OF ANY KIND; NOR DOES IT COMMIT THE CITY TO PAY ANY COSTS INCURRED BY THE BIDDER IN THE PREPARATION OF THIS BID. 1. All bids shall be submitted on forms provided by the City with the item bid and the bid number stated on the face of the sealed envelope. Bidders MUST provide the City with their bids signed by an employee or officer having legal authority to submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be borne by the bidder. 2. Bids received after the date and time set for receiving bids will NOT be considered. The City will NOT be responsible for misdirected bids. Vendor should call the Purchasing Office at (479) 575-8220 to insure receipt of their bid documents prior to opening date and time listed on the bid form. 3. The City reserves the right to accept or reject any or all bids, waive formalities in the bidding and make a bid award deemed to be in the best interest of the City. The City assumes no responsibility for the safety of the Bidder during inspection of the item listed herein. The items listed will be sold "AS IS -WHERE IS" with no warranty either express or implied. Arrangements for inspection may be made by appointment with the Fayetteville Airport, 4500 S. School Ave. Suite F, Fayetteville, AR., 479-718-7642, between 9:00 A.M. and 4:00 P.M. MONDAY THROUGH FRIDAY, UNTIL May 23, 2005 at 11:30am. 7 Questions regarding these items may be directed to the Fayetteville Airport, 4500 S. School Ave. Suite F, Fayetteville, AR., 479-718-7642. 8. Notification of bid award will not be made prior to proper approval of the acceptance of this bid by the City. Therefore, the following provisions for payment and possession are contingent on required approval by the City of Fayetteville. • • A. Payment for the item/items listed herein shall be made within 20 days after notification of bid award and prior to release of the item/items awarded. B. Payment shall be certified funds only. Please note that payment by Cash or Cashiers Check is the only accepted methods of payment. C. Removal of the item/items listed herein awarded to the successful bidder shall be the sole responsibility of said successful bidder. 9. The item bid and the bid number shall be stated on the face of the sealed bid envelope. Bids must be mailed to: City of Fayetteville Purchasing Office — Room #306 113 W. Mountain St. Fayetteville, AR 72701 LVicki Deaton - Fwd: Sale of Snowblower FYV • �Y From: Ray Boudreaux To: Deaton, Vicki Date: 6/6/05 5:18PM Subject: Fwd: Sale of Snowblower at FYV Hi Vicki, Attached please find the email you wanted for your files. Ray M. Boudreaux, Col. USAF (ret) Director, Aviation & Economic Development 4500 S. School Ave., Suite F Fayetteville, AR 72701 ph. 479.718.7642 fax. 479.718.7646 email: roudreaux@ci.fayetteville.ar.us »> <Don.Harris@faa.gov> 06/06/05 04:56PM »> June 6, 2005 Mr. Ray Boudreaux, Director Aviation & Economic Development 4500 South School Ave., Ste F Fayetteville, AR 72701 Dear Mr Boudreaux: ligte -;10 a c eK V“-L" -lC✓ne% tor.n.[C>< F44 we6:,ic This letter responds to your request for documentation from the Federal Aviation Administration granting permission to dispose of the snowblower. As we have previously discussed, the City of Fayetteville should offer the piece of equipment for sale to the highest bidder. Proceeds from the sale must then be re -invested in the airport for development, maintenance, or capital improvements. We request that the publication of the advertisement, documentation of the bidding process, and receipts from the sale be recorded and forwarded to the undersigned specifying the intended use of the proceeds of the sale in accordance with FAA guidance. We look forward to continued service to the City of Fayetteville and Drake Field's future in aviation. Sincerely, [ signed ] Donald C. Harris Sr. Program Manager AR/OK ADO, ASW -631 t. / j , Vicki Deaton - Fwd: Sale of Snowblower FYV Voice: 817.222.5634 FAX: 817 222.5987 Email: don.harrts(Wfaa.gov CC: Nicholson, James _ Page 2 Ray M. Boudreaux Submitted By • City of Fayetteville • Staff Review Form City Council Agenda Items Contracts 5 -Jul City Council Meeting Date Aviation & Economic Development General Govemment Division Action Required: Department Approve the sale of Airport Snowblower to Abbotsford International Airport - City of Abbotsford, 30440 Liberator Avenue, British Columbia, V2T 6H5, Contact: Rick Reed, Airport General Manager, Phone: 604-864-5650, Fax: 604 855-1066. REVENUE $172,000.00 Cost of this request 5550.0955.6999.00 Account Number NA Project Number Budgeted Item 1,200.00 Category/Project Budget 474.28 Funds Used to Date Remaining Balance Budget Adjustment Attached 725.72 • City Attorney Finance and Internal Service Director Mador o-234 Date G�z Date Non -Op Misc Program Category / Project Name Airport Revenue Program / Project Category Name Airport Fund Name Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: Received in City Clerk's Office Received in Mayor's Office ,,,...4 BMW Comments: 1 Clarice Pearman - Res. 131-05 . . Page From: Clarice Pearman To: Boudreaux, Ray Date: 7/12/05 4:11 PM Subject: Res 131-05 Ray. Attached is a copy of the resolution passed by Council, July 5, 2005 regarding the sale of the snow blower to Abbotsford Thanks. Clarice CC: Deaton, Vicki