Loading...
HomeMy WebLinkAbout60-99 RESOLUTION• RESOLUTION NO 6 - 9 q A RESOLUTION AWARDING BrD NO. 99-43 IN THE AMOUNT OF $149, 567.10, TO RON BLACKWELL FORD, FOR ITEM NO. 1, TO PURCHASE SIX 4 -WHEEL DRIVE UTILITY VEHICLES (324,927.95 PER UNIT), FOR THE FAYETTEVILLE FIRE DEPARTMENT AND THE POLICE DEPARTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby awards Bid No. 99 43, in the amount of 3149,567.10, to Ron Blackwell Ford, for Item No. 1, to purchase six 4 -wheel drive utility vehicles (324,927.95 per unit), for the Fayetteville Fire Department and the Police Department . A copy of the bid tabulation is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this A`L day of May 1999. APPROVED: By Id • ; • . . z' 71;10;t: :••• ; t. • teS, Heather Woodruff, Cit erk Fred Hanna, Mayor DESCRIPTION: In/ Tfl ILItt4 0 tA. IF 12 CI. k-3 CERTIFIED BY: STAFF REVIEW FORM XX AGENDA REQUEST CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of May 4, 1999 ctc049- oat) to -96/ r, q7141k1t, W.A.Oestreich Fleet Operations Administrative Servirea Name Division Department ArTinm RFCITITRFTI. Acceptance of the lowest qualified Bidder meeting specifications for the purchase of 4 Wheel Drive Utility Vehicles, Bid 99-43, Item #1. The vendor for this purchase will be Ron Blackwell Ford, P.O.Box 547, Bentonville, 72712 (Vendor 88230), These units will be utilized by the Fire Department the Police Department. mg/4 TA rrliv. Cost:$ 149.567.10 Trade Allowance: N/A Net Cost:$ 149,567.10 AR, and $ 149.567.10 Cost of this Request 9700-1920-5802.00 Account Number 98063 Project Number $ 635.367.00 R1/Exp Lt/Med UtiJ. Veli Category/Project Budget Category/Project Name $ 136.060.80 Vehicles & Equipment Funds Used To Date Program Name $ 499/307.00 Shop Remaining Balance Fund BU GE REVIEW: Bu get Coordinator XX Budgeted Item Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: LittAcdis4444/./TYti4..-/ Accounti g M rile/ Th c. Ci Attorney -P\h1QQ. Purchasing Officer STAFF RrrnmmymnATrnm. 9-/3 '97 Date Date 4VA3-19 Date GRANTING AGENCY: Internal Auditor Date Acceptance of Bid 99-43 5h Cael Division Head ar m t • rector / ars- . Admi strativ Services Mayor with the Authorization Director Date Date 12...foci@ /Date 924 f# Date to Purchase Item 01. Cross Reference New Item: Yes No Prey Or Orig Contract Date: STAFF REVIEW FORM XX AGENDA REQUEST CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of May 4, 1999 W.A.Oestreich Fleet Operations AldMinistrative Services Name Division Department AcTinm Rruircirn. Acceptance of the lowest qualified Bidder meeting specifications for the purchase of 4 Wheel Drive Utility Vehicles, Bid 99-43, Item 411. The vendor for this purchase will be Ron Blackwell Ford, P.O.Box 547, Bentonville, AR, 72712 (Vendor 88230). These units will be utilized by the Fire Department and the Police Department. rncer Tn rTTY. Cost:$ 149/567.10 Trade Allowance: N/A Net Cost:$ 149,567,10 $ 149,567.10 Cost of this Request 9700-1920-5802.00 Account Number 98063 Project Number $ 635,367.00 Repl/Exp Lt/Med Util Veh Category/Project Budget Category/Project Name $ 136,060.80 Vehicles & Equipment Funds Used To Date Program Name $ 499,307.00 Shop Remaining Balance Fund BU,GE REVIEW: / XX Budgeted Item Budget Adjustment Attached Bu get Coordinator Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: City Attorney 1)V AMS" Purchasing Officer STAFF RFCC)MMFNIIIATIThl• 4/-43 Date Date 1 -13 -c19 Date GRANTING AGENCY: ADA Coor Internal Auditor Date 4A73-7 Date Acceptance of Bid 99-43 512gazd Division Head • ar m tlitti rector Admi 3trat&vft Services Mayor with the Authorization to Purchase 0417-9..—ce-r Date Date I2og; Director ate 9 14 7 Date Item 01. Cross Reference New Item: Yes No Prey Ord/Res N: Orig Contract Date: Description: Award of Bid 99-43 Comments: Budget Coordinator: STAFF REVIEW FORM Meeting Date:May_4. 1999 Reference Comments: Accounting Manager: City Attorney: Purchasing Officer: ADA Coordinator: Internal Auditor: euro, FAYEREffill [Ur ° MICDU MITER -OFFICE AIMIORANDtal TO: THRU: THRU: FROM: DATE: Mayor/City Council Kevin Crosson, Administrative Services Director Peggy Vice, Purchasing Manager W. A. Oestreich, Fleet Operations Superintendent April 9, 1999 SUBJECT: BID AWARD RECOMMENDATION 99-43 Reference the attached Agenda Request for the Award of Bid 99-43, Item #1. The lowest qualified bidder meeting specifications is Ron Blackwell Ford, P.O.Box 547, Bentonville, AR 72712. (Vendor #88230). These are budgeted items for the calendar year 1999. The Bid Tabulation Sheet dated April 9, 1999, is included along with a copy of the formal bid that was sent to each of the vendors on the Bidders List attached. The altemate bid supplied by Ron Blackwell Ford complies with all the specifications of the bid utilizing a different trim level for the base vehicle. There are no deletions of functional items in the trim level bid. Due to manufacturer changes in standard equipment, items now included with the XLT package are not considered necessary to enhance resale value of the units. Factory scheduled balance out of production is currently set for May 7, 1999. The ordering window for the 1999 model year fleet vehicles has recently been shortened due to engine availability. The item listed has been evaluated for compliance with original specifications along with anticipated Manufacturer and Dealer support necessary to maintain these units in a proper and efficient manner. It has been with an objective attitude that this bid has been evaluated. This recommendation has been reviewed by Police Chief Richard Watson and Fire Chief Mickey Jackson, Fleet Operations Division and the Equipment Committee. Therefore, the following is submitted for purchase approval by the Council: ITEM 1. 4 Wheel Drive Utility Vehicle •• Ron Blackwell Ford 1999 Ford Explorer XL (% $24,927.851. This Bid was accepted due to the compliance with the original Specifications. This should provide units that will be efficient, reliable and compatible to our operations. I ITEM 1. SUMMARY TO BE DELIVERED AS COMPLETE UNITS: Ron Blackwell Ford - 6 Units at $24,927.85 TOTAL BID AWARD; $149.567.10 The budgeted amount for these items is $635,367.00 in account 9700-1920-5802.00, Project 98063- 001. With the purchase of these items at $149,567.10 we will have a balance remaining of 5349,739.90. CITY OF FAMITEVILLE FLEET OPERAMONS INTER -OFFICE MEAIORANDIM TO: Equipment Committee Robert Reynolds, Alderman Trent Trumbo, Alderman Kevin Santos, Alderman Kyle Russell, Alderman Charles Venable, Public Works Director Billy Sweetser THRU: Kevin Crosson, Administrative Services Director k FROM: W. A. Oestreich, Fleet Operations Superintendent DATE: April 9, 1999 SUBJECT: ITEMS FOR REVIEW RECEIVED APR 0 9 1999 CITY OF FAYETTEVILLE MAYOR'S OFFICE Please find attached the Agenda Request for Bid #99-43 for the purchase of 4 wheel drive utility vehicles. These vehicles will be utilized to replace 4 units currently assigned to the Fire Department and 2 units currently assigned to the Police Department as K-9 vehicles. The movement of replacement units is proposed as follows: New to replace 177 - 1992 Jeep Cherokee - 91,000 miles - Currently assigned to Fire. This will be evaluated at the time of replacement to determine if it will be retired or moved to OMI to be utilized in the lift station sampling duty. New to replace 130 - 1994 Ford Crown Interceptor - 102,000 miles - Currently assigned to Fire. This will be retired and scheduled to be disposed of. New to replace 196 - 1993 Ford Crown Victoria - 80,000 miles - Currently assigned to Fire. This will be evaluated at the time of replacement to determine if it will be assigned to less demanding duty or be retired. New to replace 266 - 1990 GMC - Jimmy - 46,000 miles - Currently assigned to Fire. This will be reassigned to replace Unit 258 - 1989 GMC - Jimmy - 80,000 miles Currently assigned to OMI at the Waste Water Treatment Plant. This will be retired and scheduled for disposal. New to replace 117 - 1995 Ford Explorer - 46,000 miles - Currently assigned to Police - K9. This will be reassigned to replace Unit 174 - 1992 Jeep Cherokee - 65,000 miles - Currently assigned to Street. This will be reassigned to replace unit 175 - 84,000 miles - Currently assigned to Police - Park Patrol. This unit will be kept as a back up unit to provide a spare for utilization when an active unit is placed out of service. New to replace 118 - 1995 Ford Explorer - 44,000 miles - Currently assigned to Police - K9. This will be reassigned to replace Unit 176 - 1992 Jeep Cherokee - 68,000 miles - Currently assigned to Water/Sewer. This will be reassigned to replace Unit 165 - 1991 Ford Crown Victoria - 98,000 miles - Currently assigned to Police - Park Patrol. This Unit will be retired and scheduled for disposal. If you have any questions which you feel need to be addressed prior to the meeting, or if additional information is required, please contact me at 444-3494. CITY OF FAYETTEVILLE 113 W. Mountain St. Fayetteville, AR 72701 BID #: 99-43 FLEET OPERATIONS 501.444.3494 INVITATION TO BID DATE ISSUED: March 29, 1999 DATE & TIME OF OPENING: April 9, 1999 - 11:30 A.M. BUYE DATE FOB R• Peggy Vice, Purchasing Manager, Room 306 - 501.575.8289 REQUIRED AS COMPLETE UNITS: 60 Days from Date of Order Fayetteville, AR ITEM: DESCRIPTION: QUANTITY: *UNIT PRICE *TOTAL PRICE 4 Wheel Drive Utility Vehicle per Item #1 of Specifications Attached 4 $ *GUARANTEED DELIVERY SCHEDULE: "MANUFACTURER: *MODEL: 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: *FM: *FEDERAL ID. # OR SSN: *AUTHORIZED SIGNATURE: *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 BID 99-43 SPECIAL TERMS & CONDITIONS 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. 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. Bidders shall Include all applicable local, state, and federal sales tax in this bid. Tax amount MUST show as a separate item. 3. 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 501.575.8289 to insure receipt of their bid documents prior to opening date and time listed on the bid form. 4. 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 shall be able to purchase more or less than the quantity indicated subject to availability of funds. 5. Each bidder MUST state on the face of the bid form the anticipated number of days from the date of receipt of order for delivery of the completed units to the City of Fayetteville, Arkansas. Time is specifically made of the essence of this contract and failure to deliver on or before the time specified in the contract may subject the contractor to the payment of damages. All bid prices shall be FOB Fleet Operations, 1525 S. Happy Hollow Rd., Fayetteville, AR, 72701, and shall include current Arkansas vehicle inspection if applicable and all dealer preparation charges, labor, materials, overhead, profit, insurance, inspection fees, etc., to cover the furnishing of the unit/units bid. 8. Standard Manufacturers Warranty shall apply to each unit as specified. A copy of the applicable warranty MUST accompany the bid with any exception to the warranty clearly noted on the Bid Form. Warranty on accessories/equipment furnished by an after market vendor MUST be noted. 9. Any exceptions to the requirements of the City of Fayetteville MUST be noted on the Bid Form. If products and/or components other than those described on this bid document are proposed, the bidder must include complete descriptive literature and technical specifications. The City reserves the right to request any additional information it deems necessary from any or all bidders after the submission deadline. 10. Installation of Dealership/Distributorship Logo is PROHIBITED. 11. The completed unit/units delivered to the City of Fayetteville shall comply with all accepted commercial standards for materials and supplies which are new and unused except for normal testing and evaluation needed to prior to release for delivery. 3 11. All items marked "MANDATORY REQUIREMENT FOR CONSIDERATION OF DID" MUST be completed and returned with the bid or the bid may be considered as non-responsive and rejected on that basis. 12. Parts and Service Manuals shall be provided to cover the Chassis, Power train, Body and any modifications to production items. 13. A training session shall be provided at a City of Fayetteville Facility to familiarize City Employees with the operational and maintenance needs of any special equipment furnished. BASIC SPECIFICATIONS 4 WHEEL DRIVE UTILITY VEHICLES General Specification Requirements are as follows for: 4 WHEEL DRIVE UTILITY VEHICLES THESE ARE MINIMUM SPECIFICATIONS ONLY and are not limited or restricted to the following. ALL UPGRADE OR DOWNGRADE VARIATIONS/DEVIATIONS/SUBSTITUTIONS MUST BE CLEARLY ANNOTATED. IN THE ABSENCE OF SUCH STATEMENTS, THE BID SHALL BE ACCEPTED AS IN STRICT COMPLIANCE WITH ALL TERMS, CONDITIONS, AND SPECIFICATIONS AND THE SUPPLIER SHALL BE HELD LIABLE. Altemates will be considered provided each Supplier clearly states on the face of his proposal exactly what he proposes to furnish and forwards necessary descriptive matenal which will clearly indicate the character of the article covered by his bid. All Bids are subject to Staff analysis. Fleet standardization requirements, replacement parts availability, warranty service availability and Manufacturer/Distributor/Dealer Field support of operational units will be considered. All Units.Bid shall show deviations to line item specifications on the "Minimum Specification" attached with referral to each item. Utilizing a copy of these specifications with variations "hi- lited" and specifics noted is suggested. All equipment shall be new and unused and of the Manufacturers Current Model Year and shall include all standard equipment as advertised by the Manufacturer. All vehicles and equipment listed herein shall comply with applicable Federal and State Safety, Emission and Pollution Control Requirements in effect at time of delivery. Standard Manufacturers Warranty shall be fumished. Minimum Warranty period shall be no less than 1 year. 4 Field demonstrations of currently operational units which are offered as a substitute, variation, or deviation may be required as part of Staff analysis at the option of Staff members or other qualified interested parties. Properly documented referrals may be required of vendors which allows field evaluation of units in a comparable operational area. The City of Fayetteville reserves the right to accept the best bid for the City, and is not required to accept the lowest priced bid. The City also reserves the right to reject any or all bids and will be the sole judge of what comprises the best and most advantageous unit to meet the needs of the City. GENERAL PROVISIONS AND REQUIREMENTS 1. GENERAL It is the intent and purpose of these specifications to secure for the purchaser the necessary equipment and accessories which will be capable of performing in a safe, practical and efficient manner consistent with accepted commercial standards. 2. MATERIALS AND WORKMANSHIP All equipment, materials and workmanship shall be of the highest grade in accordance with modern practice . The equipment supplied will be new and unused except for the necessary testing, calibration and transportation. 3 WARRANTY All items furnished in accordance with these specifications shall be covered by the manufacturer's and/or supplier's standard warranty or guarantee on new equipment. The minimum warranty period on new equipment must be one year. Warranty which will be honored by other than the supplier bidding must be annotated. 4. PARTS AND SERVICE To best service the requirements of the purchaser, it is the intent of these specifications to secure equipment, which can be properly maintained and serviced without the necessity of stocking an expensive parts inventory or being subjected to long periods of interrupted service due to the lack of spare parts. All suppliers submitting proposals must have available a parts and service facility within an area to allow 1 day service on any parts or service needs. The facility shall be staffed with full time technical personnel, as well as order and shipping personnel, during regular business hours and days. ANY BIDDER, WHETHER A MANUFACTURER OR DESIGNATED DEALER, WHO CAN PROVIDE MATERIALS, FEATURES OR OPTIONS TO MEET THE SPECIFICATIONS OUTLINED HEREIN AND WILFULLY FAILS TO DO SO BECAUSE OF PRICE OR TO GAIN A PRICING ADVANTAGE IN A COMPETITIVE BID SITUATION WILL BE DEEMED NON-RESPONSIVE. ANY FURTHER CONSIDERATION OF THEIR BID SUBMISSION WILL NOT BE CONSIDERED. SHOULD THEIR CURRENT LITERATURE OR PRICE LISTS FOR MATERIALS, FEATURES, OR OPTIONS INDICATE 5 THEIR ABILITY TO PROVIDE SAME TO MEET THESE SPECIFICATIONS, AND THEY FAIL TO DO SO, THEY WILL BE DEEMED NON-RESPONSIVE AND DECLARED INELIGIBLE TO RECEIVE THE AWARD FOR THE UNIT SPECIFIED. FINALLY, ANY CLAIMS THAT AN ITEM BID EXCEEDS THE STATED SPECIFICATION MUST BE DEMONSTRATED IN A PERFORMANCE DEMONSTRATION IN DIRECT COMPETITION WITH OTHER UNITS BID BY OTHER MANUFACTURERS PRIOR TO AN AWARD OR THE BID WILL BE DEEMED UNRESPONSIVE FOR FAILURE TO SUBSTANTIATE THE CLAIM. COMPLIANCE WITH APPLICABLE FEDERAL / STATE / LOCAL SAFETY REQUIREMENTS, SUPERSEDES THE REQUIREMENTS AS LISTED BELOW. MINIMUM SPECIFICATIONS ONLY ITEM 1. 4 DOOR 4 WHEEL DRIVE UTILITY VEHICLE MINIMUM SPECIFICATIONS ONLY A. SIZE CLASSIFICATION: Each vehicle shall have a minimum wheelbase of 112 inches with a minimum curb weight of 4110 lbs, minimum front head room of 39.9 inches, min. front hip room of 51.9 inches, min. front shoulder room of 56.7 inches. Cargo area to have a minimum space of 81.0 cubic feet with a minimum width of 41.9 inches between wheel housings, 5440 GVVVR, 10,000 GCWR. SPECIAL SERVICE PACKAGE: Each vehicle shall include all features listed in the manufacturers printed specifications and literature as a part of a special service equipment package whin will make the vehicle suitable for severe duty service. ENGINE: Each vehicle engine shall have a minimum of 6 Cylinders, 4.0 Liter, 160 H.P. - Electronic Fuel Injection - 225 FT. LB. Torque @ 2750 R.P.M.: *PLEASE SPECIFY. *MANUFACTURER: *CID: *TORQUE. D. TRANSMISSION/TRANSFER CASE: The vehicles shall be equipped with a minimum 5 speed forward automatic transmission with overdrive specifically recommended by the auto manufacturer for the engine being offered. The vehicles shall be equipped with a heavy duty Auxiliary transmission oil cooler. Manual Overdrive lockout to be provided with brake/shift interlock. 2 Speed Planetary Gear Transfer Case with Skid Plate Protection. 6 AXLES: Each vehicle is to come equipped with a manufacturer recommended locking type rear axle with a ratio which will provide the best overall performance and of the heaviest duty available. Minimum Axle Ratings: 2850 lb. Front, 3200 lb. Rear. F. SUSPENSION: The suspension must have a maximum handling package designed to limit body roll, allow flat cornering, limit dive on severe braking, limit squatting on fast acceleration, and provide optimum handling. Package shall also include extra control front and rear shock absorbers and front and rear stabilizer bars. G. ELECTRICAL: 1. Altemator must be heavy duty and a minimum 95 amp. 2. Battery must be a heavy duty 72 Amp Hr. minimum maintenance -free type. H. TIRES/WHEELS: Each unit shall be equipped with P235 -75R15 steel -belted, tubeless tires mounted on Cast Aluminum Wheels, Spare Tire to match on steel wheel. EQUIPMENT: Each unit shall be equipped with the following: 1. Factory air conditioning and tinted glass with privacy glass in rear quarter, rear door and liftgate windows. 2. Coolant -30 degrees. 3. Brakes shall be 4 Wheel Power Disc, fade resistant, heavy duty, with anti-lock braking system. Front Dual Piston Floating Caliper, 11.28" Dia., Rear Single Piston Self Adjusting, 11.22" Dia., Dual Diaphragm Booster, 11.42" Dia. The cooling system shall include heavy duty extra capacity radiator, coolant recovery and heavy duty temperature controlled fan. Interior lighting shall include: Standard dome light with map light, glove box and engine compartment lighting. 6 Door locks shall be electric controlled with single key for ignition and locks with remote keyless control. 7. Each vehicle shall have the following instrumentation: 7 (a). Four gauge cluster with waming lamps, tachometer and trip odometer. 8. Remote liftgate power lock/unlock button. 9. Each vehicle shall have in -dash mounted 0.E.M AM/FM/Cassette radio/clock. 10. High Mount LED Stop Lamp. 11. Each vehicle shall have an inside hood release. 12. Each vehicle shall have power assisted steering, with cooler. 13. Each vehicle shall be equipped with both outside power operated heated rear view mirrors adjustable from the drivers position. An inside rear view mirror with non -glare day/night vision. SPECIFY* 1. Unheated: 2. Heated: 14. Each vehicle will be equipped with Tilt Steering Column/Steering Wheel with Cruise Control. 15. Windshield wipers will have intermittent control with dual washers w/rear intermittent wiper/washer/defroster. 16. Front seating shall be heavy duty reclining bucket type with head restraints. Rear seat shall be a full bench type. Seating fabric, both front and rear, shall be heavy duty cloth and grey in color. 17. Automatic Parking Brake Release with Manual Override shall be provided. 18. Each vehicle exterior color shall be manufacturers bright red and shall have body side protection. Each shall have quiet sound group (special noise deadening insulation). 19. A manufacturers operators manual shall be with each vehicle. 20. Each vehicle shall be equipped with individual heavy duty vinyl/rubber front floor mats color keyed to match interior trim. 21. Each vehicle shall be equipped with a spotlight with a halogen bulb. SPECIFY' 1. W/S Pillar Mounted: 8 2. Roof Mounted w/Reinforcement: 22. Each vehicle shall be equipped (on the front doors only) with door pull straps. 23. Each vehicle shall be equipped with power operated windows with lock out feature, with express down drivers window. 24. Each vehicle will be equipped with a tethered fuel filler cap. 25. Each vehicle will be equipped with tank. 26. Each vehicle will be equipped with Joints. a minimum of 21 gallon capacity fuel a Steel Drive Shaft w/H.D. Universal 27. Each vehicle will be equipped with an Accessory Feed Hamess properly located for ready access to allow installation of Emergency Equipment. 28. Each vehicle will be equipped with skid plate protection. 29. Front Supplemental Restraint System shall be provided for Driver and Right Front Passenger. 30. Federal Signal Street Hawk (All Light style) Light Bar with Rotators utilizing Red Cover Lenses, Amber Rear Flashers, Clear Dual Take -Downs, Clear Left and Right Alley Lights, w/6 Function Federal Signal Control, Mounting to be completed by the City of Fayetteville.. • 9 FAYETTEVILLE THE CITY Of FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE MEMORANDUM TO: W. A. Oestreich, Fleet Operations Superintendent FROM: Richard L Watson, Chief of Police e oitten„. DATE: April 12, 1999 SUBJECT: EQUIPMENT RECOMMENDATION 1 have reviewed the specifications for the 1999 Ford Explorer XL to be utilized to replace Units 117 and 118 currently assigned to K-9 duty. As this will allow replacement units for the Park Patrol vehicles, I agree with the purchase recommendation at this time. RLW•dh