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