CP 2020-03-24City Council
City of Coppell, Texas
Meeting Agenda
255 E. Parkway Boulevard
Coppell, Texas
75019-9478
Council Chambers5:30 PMTuesday, March 24, 2020
KAREN HUNT MARK HILL
Mayor Mayor Pro Tem
CLIFF LONG GARY RODEN
Place 1 Place 4
BRIANNA HINOJOSA-SMITH NANCY YINGLING
Place 2 Place 5
WES MAYS BIJU MATHEW
Place 3 Place 6
MIKE LAND
City Manager
Notice is hereby given that the City Council of the City of Coppell, Texas will meet in Regular
Called Session at 5:30 p.m. for Executive Session, Work Session will follow immediately
thereafter, and Regular Session will begin at 7:30 p.m., to be held at Town Center, 255 E.
Parkway Boulevard, Coppell, Texas.
As authorized by Section 551.071(2) of the Texas Government Code, this meeting may be
convened into closed Executive Session for the purpose of seeking confidential legal advice
from the City Attorney on any agenda item listed herein.
As authorized by Section 551.127, of the Texas Government Code, one or more
Councilmembers or employees may attend this meeting remotely using videoconferencing
technology.
The City of Coppell reserves the right to reconvene, recess or realign the Work Session or
called Executive Session or order of business at any time prior to adjournment.
The purpose of the meeting is to consider the following items:
1.Call to Order
2.Executive Session (Closed to the Public) 1st Floor Conference Room
Section 551.087, Texas Government Code - Economic Development Negotiations.
Page 1 City of Coppell, Texas Printed on 3/20/2020
March 24, 2020City Council Meeting Agenda
A.Discussion regarding economic development prospects south of Sandy
Lake Road and west of Denton Tap Road.
B.Discussion regarding economic development prospects north of
Hackberry Road and east of South Belt Line Road.
3.Work Session (Open to the Public) Council Chambers
A.Discussion regarding agenda items.
B.Recommendation from Park Board regarding dogs in parks.
C.Discussion regarding North Texas Emergency Communication Center
radios.
D.Update on the DART Silver Line Rail.
Kid Country Dog Access Memo.pdf
NTECC Addendum Memo.pdf
DART Memo.pdf
ROM Exhibit.pdf
Attachments:
Regular Session
4.Invocation 7:30 p.m.
5.Pledge of Allegiance
6.Citizens’ Appearance
7.Consent Agenda
A.Consider approval of Minutes: February 25, 2020.
Minutes 2020-02-25.pdfAttachments:
B.Consider approval of an Ordinance amending Article 8-3, Parking, Section
8-3-1(A) of the Code of Ordinances by adding a subsection to make it
unlawful to stop, stand, or park a vehicle at all times at various locations; on
portions of Cove Drive, Heath Lane, McNear Drive and Sugarberry Drive;
and authorizing the Mayor to sign.
No Parking Memo.pdf
Exhibit No Parking.pdf
ORD Amending No Parking.pdf
Attachments:
C.Consider approval of awarding Bid #Q-0120-01 Street Light Poles and
LED Fixtures in two parts: Part A to JB Electric Lighting and Design; in the
amount of $2,309.00 for each Roadway Illumination Pole; and Part B to
Dynamic Vision Co., Inc. for each LED Fixture; in the amount of $248.00;
for use on an as-needed basis for City projects; for a six-month period
Page 2 City of Coppell, Texas Printed on 3/20/2020
March 24, 2020City Council Meeting Agenda
ending September 30, 2020; with an option to renew for four additional
one-year periods; and authorizing the City Manager to sign any necessary
documents.
Street Light Poles and LED Fixtures Memo.pdf
Bid Tabulation.pdf
Attachments:
D.Consider approval of an Economic Development Agreement by and
between the City of Coppell and Main Street Coppell Property Owners
Association, Inc.; and authorizing the Mayor to sign.
Entry Feature Signage - Memo.pdf
Economic Development Incentive Grant.pdf
Attachments:
E.Consider award of Contract No. VE11-18 with Houston Galveston Area
Council; in the amount of $582,132.00; as budgeted in the Capital
Replacement Fund; for the purchase of 14 replacement vehicles from
Caldwell Country Ford for the Coppell Police Department; and authorizing
the City Manager to sign any necessary documents.
Police Memo.pdf
Coppell Patrol Marked 2020 K8A 99W.pdf
Coppell Patrol Marked 2020 K8A 99W.pdf
Coppell 2020 FLHP BuyBoard Whelen TP LHD Invoice.pdf
Vehicle Award Report.pdf
Attachments:
F.Consider approval of an Addendum to the Consolidated Public Safety
Communications and Dispatch Operations Agreement transferring
ownership to North Texas Emergency Communication Center (NTECC) of
shared components of the Harris radio system and all associated
agreements; and authorizing the City Manager to sign any necessary
documents.
NTECC Addendum Memo.pdf
NTECC Radio System Transfer Agreement.pdf
MQC ILA for Radio System Purcahse.pdf
NTECC Operations Agreement.pdf
ILA Authorizing Creation of NTECC.pdf
Attachments:
G.Consider approval to extend the existing contract for audit services with
Weaver for an additional two year period in the amount of $64,500.00 for
2020 and $66,750.00 for 2021, plus an additional $4,500.00 for 2020 and
$4,600.00 for 2021, if required for Single Audit costs; and authorizing the
City Manager to sign any necessary documents.
Memo Audit Extension 2020 & 2021.pdfAttachments:
End of Consent Agenda
8.PUBLIC HEARING:
Page 3 City of Coppell, Texas Printed on 3/20/2020
March 24, 2020City Council Meeting Agenda
Consider approval of an Ordinance amending the Code of Ordinances
Chapter 9 “General Regulations”, Article 9-11 “Municipal Drainage Utility
Systems”, Section 9-22-1 through 9-22-7, repealing it in its entirety and
replacing with a new Article 9-22, “Municipal Drainage Utility Systems”;
and authorizing the Mayor to sign.
DUD and Drainage Improvements Memo.pdf
Coppell Stormwater Report.pdf
DUD Presentation.pdf
DUD Proposed Rate Structure.pdf
Ordinance Amending DUD Systems.pdf
Attachments:
9.Consider award of Bid #Q-1220-01 with Ed Bell Construction, in the
amount of $1,198,488.00, as provided for in CRDC Fund balance, for the
installation of the MacArthur Boulevard Trail; and authorizing the City
Manager to sign any necessary documents.
Memo.pdf
Bid tab Q-1220-01.pdf
Attachments:
10.Consider approval of a Resolution to postpone the General Municipal
Election from May 2, 2020 to November 3, 2020; to provide for Early
Voting dates and runoff period as provided by state law; and authorizing
the Mayor to sign.
Considerar la aprobación de una Resolución para posponer las
Elecciones Municipales del 2 de mayo del 2020 hasta el 3 de noviembre
del 2020; para proporcionar fechas de votación anticipada y periodo para
desempate según lo que disponga la ley estatal; y autorizando al alcalde a
firmar
May Election Memo.pdf
Resolution Postponing May 2020 General Election.pdf
Resolution Postponing May 2020 General Election - SPANISH.pdf
Attachments:
11.Consider approval of an Ordinance by amending the Code of Ordinances
to add Article 1-17 “Official Newspaper”, to designate the Irving Rambler
as the paper of record for the City of Coppell; providing an effective date;
and authorizing the Mayor to sign.
Paper of Record Memo.pdf
Paper of Record Ordinance.pdf
Attachments:
12.City Manager Reports - Project Updates and Future Agendas
Report by the City Manager on Texas Administrative Code Rule 3.334,
concerning local sales and use taxes.
Report by the City Manager regarding COVID-19 virus.
Page 4 City of Coppell, Texas Printed on 3/20/2020
March 24, 2020City Council Meeting Agenda
13.Mayor and Council Reports
Report by the City Council on recent and upcoming events.
14.Council Committee Reports concerning items of community involvement with no
Council action or deliberation permitted.
A. Report on North Central Texas Council of Governments -
Councilmember Wes Mays
B. Report on North Texas Commission - Councilmember Nancy Yingling
C. Report on Coppell Historical Society - Councilmember Cliff Long
15.Public Service Announcements concerning items of community interest with no
Council action or deliberation permitted.
16.Necessary Action from Executive Session
17.Adjournment
________________________
Karen Selbo Hunt, Mayor
CERTIFICATE
I certify that the above Notice of Meeting was posted on the bulletin board at the City Hall of
the City of Coppell, Texas on this 20th day of March, 2020, at _____________.
______________________________
Ashley Owens, Deputy City Secretary
Page 5 City of Coppell, Texas Printed on 3/20/2020
March 24, 2020City Council Meeting Agenda
PUBLIC NOTICE - STATEMENT FOR ADA COMPLIANCE AND OPEN CARRY LEGISLATION
The City of Coppell acknowledges its responsibility to comply with the Americans With
Disabilities Act of 1990. Thus, in order to assist individuals with disabilities who require
special services (i.e. sign interpretative services, alternative audio/visual devices, and
amanuenses) for participation in or access to the City of Coppell sponsored public programs,
services and/or meetings, the City requests that individuals make requests for these services
seventy-two (72) hours ahead of the scheduled program, service, and/or meeting. To make
arrangements, contact Kori Allen, ADA Coordinator or other designated official at (972)
462-0022, or (TDD 1-800-RELAY, TX 1-800-735-2989).
Pursuant to Section 30.06, Penal Code (trespass by license holder with a concealed handgun),
a person licensed under Subchapter H, Chapter 411, Government Code (handgun licensing
law), may not enter this property with a concealed handgun.
Pursuant to Section 30.07, Penal Code (trespass by license holder with an openly carried
handgun), a person licensed under Subchapter H, Chapter 411, Government Code (handgun
licensing law), may not enter this property with a handgun that is carried openly.
Page 6 City of Coppell, Texas Printed on 3/20/2020
Master
City of Coppell, Texas 255 E. Parkway Boulevard
Coppell, Texas
75019-9478
File Number: 2020-5021
File ID: Type: Status: 2020-5021 Agenda Item Executive Session
1Version: Reference: In Control: City Council
03/16/2020File Created:
Final Action: exec session - eco dev s of sandy lake, w of denton
tap
File Name:
Title: Discussion regarding economic development prospects south of Sandy Lake
Road and west of Denton Tap Road.
Notes:
Agenda Date: 03/24/2020
Agenda Number: A.
Sponsors: Enactment Date:
Attachments: Enactment Number:
Hearing Date: Contact:
Effective Date: Drafter:
Related Files:
History of Legislative File
Action: Result: Return
Date:
Due Date: Sent To: Date: Acting Body: Ver-
sion:
Text of Legislative File 2020-5021
Title
Discussion regarding economic development prospects south of Sandy Lake Road and west
of Denton Tap Road.
Summary
Page 1City of Coppell, Texas Printed on 3/20/2020
Master
City of Coppell, Texas 255 E. Parkway Boulevard
Coppell, Texas
75019-9478
File Number: 2020-5022
File ID: Type: Status: 2020-5022 Agenda Item Executive Session
1Version: Reference: In Control: City Council
03/16/2020File Created:
Final Action: exec sess - eco dev n of hackberry, east of s. belt lineFile Name:
Title: Discussion regarding economic development prospects north of Hackberry
Road and east of South Belt Line Road.
Notes:
Agenda Date: 03/24/2020
Agenda Number: B.
Sponsors: Enactment Date:
Attachments: Enactment Number:
Hearing Date: Contact:
Effective Date: Drafter:
Related Files:
History of Legislative File
Action: Result: Return
Date:
Due Date: Sent To: Date: Acting Body: Ver-
sion:
Text of Legislative File 2020-5022
Title
Discussion regarding economic development prospects north of Hackberry Road and east of
South Belt Line Road.
Summary
Goal Icon:
Business Prosperity
Page 1City of Coppell, Texas Printed on 3/20/2020
Master
City of Coppell, Texas 255 E. Parkway Boulevard
Coppell, Texas
75019-9478
File Number: 2020-5016
File ID: Type: Status: 2020-5016 Agenda Item Work Session
1Version: Reference: In Control: City Council
03/16/2020File Created:
Final Action: WKS 3/24/20File Name:
Title: A.Discussion regarding agenda items.
B.Recommendation from Park Board regarding dogs in parks.
C.Discussion regarding North Texas Emergency Communication Center
radios.
D.Update on the DART Silver Line Rail.
Notes:
Agenda Date: 03/24/2020
Agenda Number:
Sponsors: Enactment Date:
Kid Country Dog Access Memo.pdf, NTECC
Addendum Memo.pdf, DART Memo.pdf, ROM
Exhibit.pdf
Attachments: Enactment Number:
Hearing Date: Contact:
Effective Date: Drafter:
Related Files:
History of Legislative File
Action: Result: Return
Date:
Due Date: Sent To: Date: Acting Body: Ver-
sion:
Text of Legislative File 2020-5016
Title
A.Discussion regarding agenda items.
B.Recommendation from Park Board regarding dogs in parks.
C.Discussion regarding North Texas Emergency Communication Center radios.
D.Update on the DART Silver Line Rail.
Summary
Page 1City of Coppell, Texas Printed on 3/20/2020
1
MEMORANDUM
To: Mayor and City Council
From: Brad Reid, Director of Parks and Recreation
Date: March 24, 2020
Reference: Discussion related to a potential ordinance change regarding restricting dogs at city
parks
2030: Sustainable City Government Strategy: Excellent and Well-Maintained City
Infrastructure and Facilities.
Introduction:
The purpose of this agenda item is to determine whether or not the City Council would like for staff
to bring forward a proposal to change the current ordinances, creating restrictions on animal access
to city playgrounds, or other park areas.
Due to some recent complaints about dog behaviors at Kid Country Playground, the Park Board
discussed this very topic at their February 3, 2020 meeting. They expressed sympathy toward those
who may not like that dogs are present in the playground area, as well as regret that some people are
not more responsible in how they control their pets. There was also discussion about the idea that
dogs can carry and pass on diseases, although they did not at the time of the discussion have Dr. Anna
Simmons’ Risk/Benefit Consideration statement (see attached).
At the request of the City Council, the Board revisited the item at their March 2 meeting, after having
received and reviewed Dr. Simmons’ statement. This discussion expanded the consideration of other
park areas in addition to Kid Country Playground.
The Park Board recognizes the need for educating the public regarding the potential risks associated
with pets interacting with people, especially when in close quarters and pet owners are taking liberties
with people’s personal space and not controlling their animals in a responsible manner. At the end of
the discussion it was suggested that the city continue taking extra steps in educating the public about
the current ordinances and informing the public about the responsibilities that go along with pet
ownership, the placement of extra signage at the entry of Kid Country Playground as well as other
gathering places and a focus on the enforcement of the existing ordinances related to the leash laws
and cleaning up after pets. The Board did not feel the need to create an ordinance restricting dogs
from park areas at this time.
2
Analysis:
Pets have been a welcomed addition at all the city park areas and few complaints have been received
about this practice until very recently. With the increased number of pets in the community and the
demonstrated unwillingness of certain pet owners to maintain control of their pets, conflict has arisen
in the past few months over undesirable interactions between pets and children visiting Kid Country
Playground. However, these seem to be isolated and rare occurring incidents.
New signage has now been installed at the entry to the playground which emphasizes the existing
ordinance to be a good neighbor when bringing your dog to the park, reminding about the leash law
and the requirement to pick up after your pet. This ordinance, of course, does not address the idea
that diseases can be transmitted from pet droppings (even after it has been properly removed) to
humans with whom it comes into contact, as is described in Dr. Simmons’ statement. After review
of this statement and the CDC website where the concern for communicable diseases are spelled out,
the Board felt that no changes to the ordinances are necessary at this time.
Legal Review:
Agenda item does not require legal review.
Fiscal Impact:
This agenda item has no fiscal impact.
Recommendation:
The Parks and Recreation Department agrees with the Park Board recommendation at this time
1
MEMORANDUM
To: Mayor and City Council
From: Vicki Chiavetta, Deputy City Manager
Date: March 18, 2020
Reference: Consider approval of an addendum to the Consolidated Public Safety Communications
and Dispatch Operations Agreement transferring ownership to NTECC of shared
components of the Harris radio system and all associated agreements and authorizing
the City Manager to sign.
2030: Sustainable City Government
Introduction:
The four cities who are party to the consolidated Public Safety Communication and Dispatch
Operations Agreement, Farmers Branch, Addison, Carrollton and Coppell, have agreed that
ownership of the Harris radio system and all associated agreements should be conveyed to NTECC
to improve NTECC’s ability to effectively manage the system for the benefit of the Cities. This
request is to approve an addendum to the current Agreement that will accomplish the following:
• Convey our undivided ownership interest in the Harris radio system shared components to
NTECC
• Assign various L3-Harris agreements that were originally with Farmers Branch to NTECC
with NTECC assuming all obligations (including payment obligations) and
• Authorize NTECC and its contractors and subcontractors to enter each city’s property to
operate, maintain, repair, remove, and replace the radio system equipment as needed.
Analysis:
The original Operations Agreement had anticipated that the cities would assign the radio system to
NTECC at some point in time. NTECC has been managing the system since 2014 but is not a party
to the Harris Agreement, making it more difficult to make timely decisions and to enter into
agreements for future upgrades to the System. Approving this addendum will allow NTECC to serve
the cities more efficiently. The costs of operating and maintaining the radio system would continue
2
to be divided among the four cities in accordance with the originally agreed split under the Radio
System Interlocal Agreement.
Legal Review:
Reviewed by Kevin Laughlin of NJDHS
Fiscal Impact:
None
Recommendation:
Recommend approval of the addendum to consolidated Public Safety Communications and Dispatch
Operations Agreement (Radio System Transfer).
1
MEMORANDUM
To: Mayor and City Council
Through: Mike Land, City Manager
From: Traci E. Leach, Deputy City Manager
Date: March 24, 2020
Reference: DART Silver Line Rail Update
2030: Goal 5 states “Easy access to Dallas-Fort Worth Region” with the following
objectives; Objective 1 – Participate in regional rail service to Dallas-Fort Worth,
Objective 2- Maintain and enhance accessibility to DFW Airport, and Objective 5 –
Develop regional connections for Coppell residents and employees of Coppell
businesses
Introduction:
The purpose of this agenda item is to allow staff an opportunity to update the City Council and the
community on the DART Silver Line rail project and to also provide an opportunity for the Council
to discuss several enhancement options related to the rail construction.
The staff presentation will include several components:
• Construction Update on what the community can expect to see in the next quarter or so in and
near Coppell
• Updates on the betterment discussions/decisions that DART and City representatives have
had with the affected residential neighborhoods
• Updated rough order of magnitude (ROM) costs for several enhancement options for Council
discussion and consideration. The “menu” of potential enhancements includes bridge
enhancements for the elevated bridge crossing at S. Belt Line Rd, fencing upgrades for the
required security fencing at various locations throughout Coppell, landscaping, and additional
quiet zones at Royal Lane and Freeport.
The project is progressing to a point where the City will be asked to make definitive decisions
regarding enhancement options. In previous budget years, the Council has proactively planned for
and set aside funding to accommodate improvements we anticipated may be necessary as a result of
the rail construction. The total amount available for the enhancements is $750,000. The estimated
total for all enhancements exceeds the available funding, totaling approximately $1.5 million.
2
Staff will be present to discuss the estimated ROM for the various enhancement components in greater
detail (attached as an exhibit). Some enhancements such as the bridge enhancements will not be
unfamiliar to the Council, but now have updated quantities as the design has progressed. Other
improvements, such as the fencing, will be new in terms of potential costs, as we’ve not had ROM
for this component until now.
Background:
The Silver Line will connect the DFW Airport to the cities of Dallas, Carrollton, Addison, Richardson
and Plano. Along that route, only the City of Coppell is not a member of DART. In 2017, we saw
the advancement of the Silver Line regional rail service from its potential construction and activation
well beyond the year 2030 in the regional mobility plan, to actual approval, funding and scheduling
for revenue service at the end of calendar year 2022.
The discussion of potential enhancements has been on-going since at least 2017. Since that time,
staff has been in consistent communication with the DART and Archer Western staff to work through
details for the proposed enhancements. Should the City Council desire to move forward with any of
the proposed enhancements, staff would coordinate with DART to draft an addendum to the existing
Master ILA. This addendum would be brought back to the Council for consideration and approval.
Legal: None.
Fiscal Impact: At this time, there is no fiscal impact for construction, assuming that the selected
enhancement options stay within the assigned amount set aside by the City Council. Maintenance of
the improvements may be required via an interlocal agreement with DART for any future
enhancements selected.
Recommendation: Staff is seeking direction regarding desired enhancements for the Silver Line
project.
Menu of Potential Enhancement Options
Enhancement Option Estimated Construction Cost
Retaining Wall Painting $11,220
City Logo Cast into Bent Cap $28,120
Bridge Sub/Super Structure Painting $33,100
Bridge Rustications $41,300a
Bridge Column Form Liner Finish $98,200a
Underpass Lighting $584,000
Upgraded Security Fencing $451,100
Royal Lane Quiet Zone $320,000b
Freeport Quiet Zone Unknownc
Landscape north and south of S. Belt Line Bridge $42,600
Landscape along east and west retaining wall $150,000d
Subtotal Rangee $1,661,340 - $1,718,240
a Selection of either rustication or column form line finish, not both
b Previous ROM did not include DART soft costs
c Desired design to build to ultimate rail cross section not allowed by Fort Worth Western Railroad
d City staff estimate to add landscape islands to screen the retaining wall
e Assumes selection of all options with low-end estimate choosing the rustication and the high-end
estimate choosing the form liner finish for the bridge columns
Master
City of Coppell, Texas 255 E. Parkway Boulevard
Coppell, Texas
75019-9478
File Number: 2020-5015
File ID: Type: Status: 2020-5015 Agenda Item Consent Agenda
1Version: Reference: In Control: City Council
03/16/2020File Created:
Final Action: Minutes 2/25/20File Name:
Title: Consider approval of Minutes: February 25, 2020.
Notes:
Agenda Date: 03/24/2020
Agenda Number: A.
Sponsors: Enactment Date:
Minutes 2020-02-25.pdfAttachments: Enactment Number:
Hearing Date: Contact:
Effective Date: Drafter:
Related Files:
History of Legislative File
Action: Result: Return
Date:
Due Date: Sent To: Date: Acting Body: Ver-
sion:
Text of Legislative File 2020-5015
Title
Consider approval of Minutes: February 25, 2020.
Summary
Page 1City of Coppell, Texas Printed on 3/20/2020
255 E. Parkway Boulevard
Coppell, Texas
75019-9478
City of Coppell, Texas
Minutes
City Council
5:30 PM Council ChambersTuesday, February 25, 2020
KAREN HUNT MARK HILL
Mayor Mayor Pro Tem
CLIFF LONG GARY RODEN
Place 1 Place 4
BRIANNA HINOJOSA-SMITH NANCY YINGLING
Place 2 Place 5
WES MAYS BIJU MATHEW
Place 3 Place 6
MIKE LAND
City Manager
Karen Hunt;Cliff Long;Wes Mays;Gary Roden;Nancy Yingling;Biju Mathew
and Mark Hill
Present 7 -
Brianna Hinojosa-SmithAbsent1 -
Also present were City Manager Mike Land, Deputy City Managers Traci Leach and
Vicki Chiavetta, City Secretary Christel Pettinos, and City Attorney Bob Hager.
The City Council of the City of Coppell met in Regular Session on Tuesday, February
25, 2020 at 5:30 p.m. in the City Council Chambers of Town Center, 255 Parkway
Boulevard, Coppell,
Call to Order1.
Mayor Karen Hunt called the meeting to order, determined that a quorum was
present and convened into the Executive Session at 5:38 p.m.
Executive Session (Closed to the Public) 1st Floor Conference Room2.
Section 551.071, Texas Government Code - Consultation with City Attorney.
Consultation with City Attorney to seek legal advice regarding
commemorative and commercial naming rights on municipal facilities.
Discussed under Executive Session
Page 1City of Coppell, Texas
February 25, 2020City Council Minutes
Work Session (Open to the Public) 1st Floor Conference Room3.
Mayor Karen Hunt adjourned the Executive Session at 6:04 p.m. and convened
into the Work Session at 6:07 p.m.
A.Discussion regarding agenda items.
B.Discussion related to a potential ordinance change regarding
restricting dogs at Kid Country Playground.
C.Discussion regarding amending fee structure.
Presented in Work Session
Regular Session
Mayor Karen Hunt adjourned the Work Session at 7:31 p.m. and
reconvened into the Regular Session at 7:38 p.m.
Invocation 7:30 p.m.4.
Councilmember Biju Mathew gave the Invocation.
Pledge of Allegiance5.
Mayor Karen Hunt and the City Council led those present in the Pledge of
Allegiance.
Citizens’ Appearance6.
Mayor Karen Hunt asked for those who signed up to speak:
1) Thomas Burrows, 138 Wynnpage Dr., spoke in regards to spending, Town
Center front area lights, dumpster enclosures, street lights and the number of
dogs allowed in a household.
7.Presentation on the 2020 Census.
Brittainy Johnson, Partnership Specialist with the US Census Bureau, made a
presentation to the City Council.
Consent Agenda8.
A.Consider approval of the Minutes: February 11, 2020
Councilmember Wes Mays requested that Consent Agenda Items B and C be
considered separately.
A motion was made by Councilmember Nancy Yingling, seconded by
Councilmember Gary Roden, that Consent Agenda Items A, D-G be approved.
The motion passed by an unanimous vote.
B.Consider approval to enter into an engineering design contract with
Page 2City of Coppell, Texas
February 25, 2020City Council Minutes
Kimley-Horn and Associates; for the design of two storm drain outfalls in
Denton Creek; in the amount of $127,100.00; as provided for in the
Drainage Utility District Fund; and authorizing the City Manager to sign
any necessary documents.
Councilmember Wes Mays requested that Consent Agenda Items B and C be
considered separately. Jennifer Miller, Director of Finance, answered
questions of the City Council.
A motion was made by Councilmember Wes Mays, seconded by
Councilmember Biju Mathew, that Consent Agenda Items 8B and 8C be
approved. The motion passed by an unanimous vote.
C.Consider approval to enter into an engineering design contract with
Plummer Associates, Inc.; for the design of the Sandy Lake Lift Station
reconstruction; in the amount of $645,538.00; as provided for in the
Water/Sewer Fund; and authorizing the City Manager to sign any
necessary documents.
Councilmember Wes Mays requested that Consent Agenda Items B and C be
considered separately. Jennifer Miller, Director of Finance, answered
questions of the City Council.
A motion was made by Councilmember Wes Mays, seconded by
Councilmember Biju Mathew, that Consent Agenda Items 8B and 8C be
approved. The motion passed by an unanimous vote.
D.Consider approval of a Resolution expressing official intent to reimburse
costs of projects; and authorizing the Mayor to sign.
Councilmember Wes Mays requested that Consent Agenda Items B and C be
considered separately.
A motion was made by Councilmember Nancy Yingling, seconded by
Councilmember Gary Roden, that Consent Agenda Items A, D-G be approved.
The motion passed by an unanimous vote.
E.Consider approval of a Resolution establishing a date of April 14, 2020,
to hold a Public Hearing to consider amendments to Land Use
Assumptions, Capital Improvements Plan, and Impact Fees for Water,
Wastewater and Roadway Facilities; in accordance with Chapter 395 of
the Local Government Code; and authorizing the Mayor to sign.
Councilmember Wes Mays requested that Consent Agenda Items B and C be
considered separately.
A motion was made by Councilmember Nancy Yingling, seconded by
Councilmember Gary Roden, that Consent Agenda Items A, D-G be approved.
The motion passed by an unanimous vote.
F.Consider approval of an Interlocal Agreement between the Dallas County
Criminal District Attorney’s Office and the City of Coppell for the
disposition of forfeited contraband to Chapter 59 of the Texas Code of
Page 3City of Coppell, Texas
February 25, 2020City Council Minutes
Criminal Procedure; and authorizing the City Manager or his designee to
sign.
Councilmember Wes Mays requested that Consent Agenda Items B and C be
considered separately.
A motion was made by Councilmember Nancy Yingling, seconded by
Councilmember Gary Roden, that Consent Agenda Items A, D-G be approved.
The motion passed by an unanimous vote.
G.Consider approval of the renewal of an Interlocal Agreement between the
Texas Commission on Law Enforcement and the City of Coppell for the
purposes of training; and authorizing the City Manager’s designee to
sign.
Councilmember Wes Mays requested that Consent Agenda Items B and C be
considered separately.
A motion was made by Councilmember Nancy Yingling, seconded by
Councilmember Gary Roden, that Consent Agenda Items A, D-G be approved.
The motion passed by an unanimous vote.
End of Consent Agenda
9.Consider approval of the Comprehensive Annual Financial Report
(CAFR) for the fiscal year ending September 30, 2019.
Presentation: John DeBurro, Partner with Weaver, made a presentation to the
City Council.
A motion was made by Councilmember Gary Roden, seconded by
Councilmember Cliff Long, that this Agenda Item be approved. The motion
passed by an unanimous vote.
10.Consider approval of quote 011420BCS from vendor TD Industries; for
the replacement and upgrade of the HVAC system at Town Center, 255
Parkway Blvd; in the amount of $748,660.00; as budgeted in the
Infrastructure Maintenance Fund; and authorizing the City Manager to
sign any necessary documents.
At this time, Councilmember Gary Roden recused himself from this item after
filing a Conflict of Interest Affidavit.
Presentation: Steve Shore, Facilities Manager, made a presentation to the City
Council.
A motion was made by Mayor Pro Tem Mark Hill, seconded by Councilmember
Biju Mathew, that this Agenda Item be approved. The motion passed by an
unanimous vote.
Upon conclusion of this item, Councilmember Gary Roden returned to the
meeting.
Page 4City of Coppell, Texas
February 25, 2020City Council Minutes
City Manager Reports - Project Updates and Future Agendas11.
Report by the City Manager on Texas Administrative Code Rule 3.334,
concerning local sales and use taxes.
City Manager Mike Land reported on the following project updates:
Next, Mr. Land gave a report on Rule 3.334 concerning local sales and use
taxes: The comment period was extended through April 3. Assuming there are
no changes made to the rule, the effective date will be October 1. The House
Ways and Means Committee will hold another meeting in May regarding the
destination definition. In the meantime, staff is currently reviewing fees,
interviewing businesses and studying processes methodically.
Mayor and Council Reports12.
Report by the City Council on recent and upcoming events.
Mayor Hunt announced the following upcoming events:
A. Coffee with the Birds will be held February 26 from 8-10am at the
Biodiversity Education Center. Enjoy a quiet morning cup of coffee while
watching the birds that frequent the feeders at Coppell Nature Park and learn a
bit about a new bird each week. Coffee and binoculars provided.
B. Hot Chocolate and a Hike will be held February 26 from 5-6pm at the
Biodiversity Education Center. Explore Coppell Nature Park with an
experienced Master Naturalist for a winter guided hike. Start out with a hot
beverage before setting out on the trails. Explore thrilling sights, smells, and
sounds of the park. Children must be accompanied by an adult. Hikers are
asked to dress weather-appropriate, wear close-toed shoes and bring a water
bottle. No registration required, but space is limited.
C. Early Voting for the March Primaries will continue through February 28th
from 7am-7pm. Check the Elections Page for early voting locations in your
county. Election Day is Tuesday, March 3rd from 7am-7pm.
D. The Coppell Community Orchestra will perform on March 1 at 3pm at the
Cozby Library. Let's Dance! Join the Coppell Community Orchestra as they take
you into a world of dance music throughout the ages. All ages are welcome.
E. Sunset Socials will be held March 6 and March 20 from 7-10pm in Old Town
Coppell. Grab your lawn chairs and picnic blankets and head to Old Town for
the newest event series in Coppell: Sunset Socials! Dinner and treats will be
available for purchase from local gourmet food trucks. March 6, you can dance
the night away with Party Machine (an Emerald City band)! March 20, enjoy the
movie “Aladdin” (2019).
F. There will not be a City Council Meeting on March 10 due to Spring Break.
Council will resume on March 24.
Page 5City of Coppell, Texas
February 25, 2020City Council Minutes
Council Committee Reports concerning items of community involvement with no
Council action or deliberation permitted.
13.
A. Report on Dallas Regional Mobility Coalition - Councilmember Gary
Roden
B. Report on Woven Health Clinic - Mayor Pro Tem Mark Hill
C. Report on Metrocrest Services - Councilmembers Wes Mays and Biju
Mathew
A. Councilmember Gary Roden gave a brief explanation on the purpose of the
Dallas Regional Mobility Coalition. It is a grouping of counties, cities and
regional partners that identify transit needs in the region and speak on behalf
of the group in Austin and Washington, D.C.
B. Mayor Pro Tem Mark Hill reported on the Woven Health Clinic which closed
out 2019 with 3,000 unique patients and 12,000 visits. They recently received
three grants which provided funding for Latina Women Mental Health
Treatments.
C. Councilmember Wes Mays reported on Metrocrest Services. The annual
Keyholder Breakfast will be held on April 3. They are expecting approximately
600 people in attendance, so they encourage you to purchase tickets soon.
Homeless support is up 20% this year. They conducted a Point in Time
Homeless Count on January 22. The results identified 367 students, 48 of which
were Coppell ISD students. This activitiy helps Metrocrest Services understand
their service area and to provide for the needs of the families.
Public Service Announcements concerning items of community interest with no
Council action or deliberation permitted.
14.
Nothing to report.
Necessary Action from Executive Session15.
Councilmember Gary Roden read the following motion into the record,
seconded by Councilmember Nancy Yingling: To approve the commemorative
naming of the Black Box Theater at the Coppell Arts Center in honor of
Wheelice "Pete" Wilson. The motion passed by an unanmimous vote.
Adjournment16.
There being no further business before the City Council, the meeting was
adjourned at 8:51 p.m.
________________________
Karen Selbo Hunt, Mayor
ATTEST:
______________________________
Christel Pettinos, City Secretary
Page 6City of Coppell, Texas
Master
City of Coppell, Texas 255 E. Parkway Boulevard
Coppell, Texas
75019-9478
File Number: 2020-4968
File ID: Type: Status: 2020-4968 Agenda Item Consent Agenda
1Version: Reference: In Control: Engineering
02/13/2020File Created:
Final Action: No Parking ORDFile Name:
Title: Consider approval of an Ordinance amending Article 8-3, Parking, Section
8-3-1(A) of the Code of Ordinances by adding a subsection to make it
unlawful to stop, stand, or park a vehicle at all times at various locations; on
portions of Cove Drive, Heath Lane, McNear Drive and Sugarberry Drive; and
authorizing the Mayor to sign.
Notes:
Agenda Date: 03/24/2020
Agenda Number: B.
Sponsors: Enactment Date:
No Parking Memo.pdf, Exhibit No Parking.pdf, ORD
Amending No Parking.pdf
Attachments: Enactment Number:
Hearing Date: Contact:
Effective Date: Drafter:
Related Files:
History of Legislative File
Action: Result: Return
Date:
Due Date: Sent To: Date: Acting Body: Ver-
sion:
Text of Legislative File 2020-4968
Title
Consider approval of an Ordinance amending Article 8-3, Parking, Section 8-3-1(A) of the
Code of Ordinances by adding a subsection to make it unlawful to stop, stand, or park a vehicle
at all times at various locations; on portions of Cove Drive, Heath Lane, McNear Drive and
Sugarberry Drive; and authorizing the Mayor to sign.
Summary
Fiscal Impact:
[Enter Fiscal Impact Statement Here]
Page 1City of Coppell, Texas Printed on 3/20/2020
Master Continued (2020-4968)
Staff Recommendation:
The Public Works Department recommends approval.
Goal Icon:
Sustainable City Government
Page 2City of Coppell, Texas Printed on 3/20/2020
1
MEMORANDUM
To: Mayor and City Council
From: Mike Garza, P.E., Assistant Director of Public Works
Kent Collins P.E., Director of Public Works
Date: March 24, 2020
Reference: Ordinance for No Parking on Cove Dr, Heath Ln, McNear Dr, and Sugarberry Dr.
2030: Sustainable City Government, Goal 3
Excellent and Well-maintained City Infrastructure and Facilities
General Information:
• This agenda item presents an ordinance prohibiting parking on sections of Cove Drive,
Heath Lane, McNear Drive, and Sugarberry Drive.
Introduction:
This agenda item is being presented for approval of an ordinance amending Article 8-3, Parking,
Section 8-3-1(A) of the Code of Ordinances to make it unlawful to stop, stand, or park a vehicle, at
all times, on the east side of the cul-de-sac between 348 Cove Drive and 359 Cove Drive, a distance
of 90 feet. This prohibition is needed to allow access for the fire department.
The proposed ordinance will establish No Parking on Heath Lane from its intersection with S. Coppell
Road east a distance of 160 feet on the north and south side.
The proposed ordinance will establish No Parking on McNear Drive from its intersection with S.
Coppell Road east a distance of 113 feet on the north and south side.
The proposed ordinance will establish No Parking on Sugarberry Drive from its intersection with
Sandy Lake Road south a distance of 160 feet on the west and north side.
Analysis:
At the request of City Council, the Public Works Department met with the Fire Department to identify
areas of concern as it relates to emergency access and parking on public roadways. These proposed
areas were identified as areas that needed to parking prohibitions for safe access. There were other
areas identified by the Fire Department that we were able to utilize Texas State Law as it relates to
2
parking within 30 feet of an intersection that don’t require an ordinance. These areas have already
been addressed with signs and markings.
Legal Review:
The ordinance has been reviewed by the City Attorney.
Fiscal Impact:
There is no fiscal impact. The signs will be installed by the Traffic Division as part of routine
operations.
Recommendation:
The Public Works Department recommends approval of this ordinance.
DentonTapRdFreeport
PkwySandy
L
a
k
e
R
d
Parkway Blvd
Coppell RdRoyal
LnB el t Line Rd
Created in ArcGIS Pro 2.5.0
Created: March 2020
by Kevin R
PROPOSED NO PARKING ZONES
COVE DR, HEATH LN, McNEAR DR, & SUGARBERRY DR
AREA REFERENCED
BY EXHIBIT
AREAS REFERENCED
BY EXHIBIT
AREAS REFERENCED
BY EXHIBIT
SCoppellRdMobley WayHeath Ln
McNear Dr
Created in ArcGIS Pro 2.5.0
Created: March 2020
by Kevin R
PROPOSED NO PARKING ZONES
HEATH LN AND McNEAR DR
0 10050
Feet
1 inch = 100 feet
Proposed No Parking Zone
Approx. 160 LF
Proposed No Parking Zone
Proposed No Parking Zone
Approx. 113 LF
ESandyLakeRd
Sugarberry Dr
Created in ArcGIS Pro 2.5.0
Created: March 2020
by Kevin R
PROPOSED NO PARKING ZONE
SUGARBERRY DR
0 5025
Feet
1 inch = 50 feet
Proposed No Parking Zone
Approx. 160 LF
Proposed No Parking Zone
Cove DrNMacA
r
thu
r
Blvd
Created in ArcGIS Pro 2.5.0
Created: March 2020
by Kevin R
PROPOSED NO PARKING ZONE
COVE DR
0 5025
Feet
1 inch = 50 feet
Proposed No Parking Zone
Proposed No Parking Zone
Approx. 90 LF
TM 114594
AN ORDINANCE OF THE CITY OF COPPELL, TEXAS
ORDINANCE NO. ________
AN ORDINANCE OF THE CITY OF COPPELL, TEXAS,
AMENDING THE CODE OF ORDINANCES BY AMENDING CHAPTER 8
‘TRAFFIC REGULATIONS’, ARTICLE 8-3 “PARKING”, SECTION 8-3-1
‘NO PARKING ON SPECIFIC STREETS AND IN CERTAIN SCHOOL
ZONES/SCHOOL AREAS’, SUBSECTION A OF THE CODE OF
ORDINANCES BY MAKING IT UNLAWFUL TO STOP, STAND, OR PARK
A VEHICLE AT ALL TIMES ON PORTIONS OF COVE DRIVE, HEATH
LANE, MCNEAR DRIVE, AND SUGARBERRY DRIVE; PROVIDING A
REPEALING CLAUSE; PROVIDING A SEVERABILITY CLAUSE;
PROVIDING A PENALTY OF FINE NOT TO EXCEED THE SUM OF TWO
HUNDRED DOLLARS ($200.00) FOR EACH OFFENSE; AND PROVIDING
AN EFFECTIVE DATE.
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF COPPELL,
TEXAS:
SECTION 1. That Chapter 8 “Traffic Regulations”, Article 8-3 “Parking”, Section 8-3-1,
“No parking on specific streets and in certain school zones/school areas”, Subsection A of the Code
of Ordinances be, and the same is hereby, amended to provide for no parking zone on various roads
to read as follows:
“CHAPTER 8 – TRAFFIC REGULATIONS
. . . . .
ARTICLE 8-3. – PARKING
Sec. 8-3-1 No Parking On Specific Streets & In Certain School Zones/School
Areas
A. No parking on specific streets. It shall be unlawful for any person to stop, stand or
park a vehicle at any time in violation of any official sign, curb marking, or street
marking that prohibits, regulates, or restricts the stopping, standing or parking of a
vehicle at the times designated for the following street:
. . . . .
Coppell Road …..
2
TM 114594
Cove Drive from its eastern intersection with the driveway at 359 Cove southerly for
a distance of ninety (90) feet on the eastern one-half of the cul-de-sac at its
terminus.
Creekview Drive . . .
. . . . .
Heartz Road . . .
Heath Lane on both sides from its intersection with South Coppell Road easterly for
a distance of 160 feet.
Highland Meadow Circle . . .
. . . . .
Mapleleaf Lane . . . .
McNear Drive on both sides from its intersection with South Coppell Road easterly
for a distance of 113 feet.
Mockingbird Lane . . .
. . . . .
Springlake Way …..
Sugarberry Drive on the westside from its intersection with Sandy Lake Road
southward for a distance of 160 feet
Terrace Street . . . .
. . . . .”
SECTION 2. The traffic engineer shall erect official signs, curb markings, or street
markings giving notice that parking, stopping or standing of vehicles is prohibited at the locations
designated herein.
SECTION 3. That all provisions of the Code of Ordinances of the City of Coppell, Texas,
in conflict with the provisions of this ordinance be, and the same are hereby, repealed, and all other
provisions not in conflict with the provisions of this ordinance shall remain in full force and effect.
3
TM 114594
SECTION 4. That should any word, phrase, paragraph, section or phrase of this ordinance
or of the Code of Ordinances, as amended hereby, be held to be unconstitutional, illegal or invalid,
the same shall not affect the validity of this ordinance as a whole, or any part or provision thereof
other than the part so decided to be unconstitutional, illegal or invalid, and shall not affect the validity
of the Code of Ordinances as a whole.
SECTION 5. An offense committed before the effective date of this ordinance is governed
by prior law and the provisions of the Code of Ordinances, as amended, in effect when the offense
was committed and the former law is continued in effect for this purpose.
SECTION 6. That any person, firm or corporation violating any of the provisions or terms
of this ordinance or of the Code of Ordinances, as amended hereby, shall be guilty of a misdemeanor
and upon conviction in the Municipal Court of the City of Coppell, Texas, shall be subjected to a fine
not to exceed the sum of Two Hundred Dollars ($200.00) for each offense; and each and every day
such violation is continued shall be deemed to constitute a separate offense.
SECTION 7. That this ordinance shall take effect immediately from and after its passage
and the publication of the caption, as the law and charter in such cases provide.
DULY PASSED by the City Council of the City of Coppell, Texas, this the _______ day of
___________________, 2020.
APPROVED:
KAREN SELBO HUNT, MAYOR
ATTEST:
CHRISTEL PETTINOS, CITY SECRETARY
4
TM 114594
APPROVED AS TO FORM:
_________________________________
ROBERT E. HAGER, CITY ATTORNEY
Master
City of Coppell, Texas 255 E. Parkway Boulevard
Coppell, Texas
75019-9478
File Number: 2020-5025
File ID: Type: Status: 2020-5025 Agenda Item Consent Agenda
1Version: Reference: In Control: Engineering
03/16/2020File Created:
Final Action: Street Light Poles/FixturesFile Name:
Title: Consider approval of awarding Bid #Q-0120-01 Street Light Poles and LED
Fixtures in two parts: Part A to JB Electric Lighting and Design; in the amount
of $2,309.00 for each Roadway Illumination Pole; and Part B to Dynamic
Vision Co., Inc. for each LED Fixture; in the amount of $248.00; for use on an
as-needed basis for City projects; for a six-month period ending September
30, 2020; with an option to renew for four additional one-year periods; and
authorizing the City Manager to sign any necessary documents.
Notes:
Agenda Date: 03/24/2020
Agenda Number: C.
Sponsors: Enactment Date:
Street Light Poles and LED Fixtures Memo.pdf, Bid
Tabulation.pdf
Attachments: Enactment Number:
Hearing Date: Contact:
Effective Date: Drafter:
Related Files:
History of Legislative File
Action: Result: Return
Date:
Due Date: Sent To: Date: Acting Body: Ver-
sion:
Text of Legislative File 2020-5025
Title
Consider approval of awarding Bid #Q-0120-01 Street Light Poles and LED Fixtures in two
parts: Part A to JB Electric Lighting and Design; in the amount of $2,309.00 for each Roadway
Illumination Pole; and Part B to Dynamic Vision Co., Inc. for each LED Fixture; in the amount of
$248.00; for use on an as-needed basis for City projects; for a six-month period ending
September 30, 2020; with an option to renew for four additional one-year periods; and
authorizing the City Manager to sign any necessary documents.
Summary
Page 1City of Coppell, Texas Printed on 3/20/2020
Master Continued (2020-5025)
Fiscal Impact:
There is no fiscal impact associated with this item. Actual poles and fixtures will be purchased
using these unit costs in association with future projects, and there will be fiscal impacts related
to those purchases.
Staff Recommendation:
The Public Works Department recommends approval.
Goal Icon:
Sustainable City Government
Page 2City of Coppell, Texas Printed on 3/20/2020
1
MEMORANDUM
To: Mayor and City Council
From: Kumar Gali, P.E., Assistant Director of Public Works - Engineering
Kent Collins, P.E., Director of Public Works
Date: March 24, 2020
Reference: Bid #Q–0120-01 Street Light Poles and LED Fixtures
2030: Sustainable City Government, Goal 3
Excellent and Well-maintained City Infrastructure and Facilities
/
General Information:
• For street reconstruction projects the City purchases Street Light Poles and LED
Fixtures directly from the approved bidders under City’s contract
• In December 2014, the Council awarded Bid# Q-1014-03 to JB Electric for Street
Light Poles ($2,093.00 each) and to TraStar, Inc. for LED Fixtures ($298.00 each),
and the award was a yearly contract with renewal options until fiscal year 2019
• For cost savings and to maintain consistency the City purchases and provides the Light
Poles and LED Fixtures for installation to street reconstruction project contractors
• The City advertised for bids on January 10, 2020 and received seven bids on January
28, 2020.
Introduction:
This item is to consider approval of awarding Bid # Q-0120-01 Street Light Poles and LED Fixtures
in two parts: Part A to JB Electric Lighting and Design in the amount of $2,309.00 for each Roadway
Illumination Pole; and Part B to Dynamic Vision Co., Inc. for each LED Fixture in the amount of
$248.00; for use on an as-needed basis for City projects; for a six-month period ending September
30, 2020; with an option to renew for four additional one-year periods.
Analysis:
On January 28, 2020 the City opened seven bids. The bidders were not required to bid on both
Street Light Poles and LED Fixtures but only the portions they chose. For Part A – Street Light
Poles, bids ranging from $2,309.00 to $2,715.00 were received. JB Electric Lighting and Design
was the lowest bid and the City has been purchasing the Street Light Poles from JB Electric from
the past five years.
2
For Part B – LED Fixtures, bids ranging from $148.00 to $343.31 were received. The selected bid,
Dynamic Vision Co., Inc. was at $248.00. The City has used the selected LED Fixture from the
prior contract and has been installing them from the last five years. The lowest bid met the technical
specifications but did not meet the physical appearance criteria of the LED Fixtures currently
installed in the City. Other bids less than $248.00 ranged from $187.65 to $238.88 however did not
meet the specifications or the bids were incomplete.
Legal Review:
The Purchasing Department has reviewed the documents and determined that this is an appropriate
method of contracting with these firms
Fiscal Impact:
There is no fiscal impact associated with this item. Actual poles and fixtures will be purchased using
these unit costs in association with future projects, and there will be fiscal impacts related to those
purchases.
Recommendation:
The Public Works Department recommends approval of these bids.
City of Coppell
January 28, 2020
QUANTIT
Y UNIT TOTAL
QUANTIT
Y UNIT TOTAL
QUANTIT
Y UNIT TOTAL QUANTITY UNIT TOTAL QUANTITY UNIT TOTAL QUANTITY UNIT TOTAL QUANTITY UNIT TOTAL
LED ROADWAY LIGHTING
LTD.JDR INDUSTRIES SOLARMAX LED DYNAMIC VISION CO.FACILITIES SOLUTIONS GROUP TECHLINE, INC.
JB ELECTRIC LIGHTING &
DESIGN
A. Structure:
1. Illumination Pole Assembly 50 EACH No Bid 50 EACH No Bid 50 EACH No Bid 50 EACH No Bid 50 2650 each $132,500 50 EACH $135,750 50 EACH $2,309
B. Approved LED Fixture:
1. Trastar fixture
JXM-ST140 (130W) 254169
100 EACH No Bid 100 EACH No Bid 100 EACH No Bid 100 EACH $24,800.00 100 305 each $30,500.00 100 EACH 100 EACH
2. LED Roadway Lighting
fixture
NXT72M-600mA-HB 100 EACH ######100 EACH No Bid 100 EACH No Bid 100 EACH No Bid 100 EACH 100 EACH 100 EACH
3. American Electric Lighting
fixture
ATB2 60BLEDE70 MVOLT R2
BK 100 EACH No Bid 100 EACH No Bid 100 EACH No Bid 100 EACH No Bid 100 EACH 100 EACH 100 EACH
C. Other LED Fixture
1. LED Roadway lighting fixture
NXTL60M-700mA-2ES 100 EACH ######100 EACH
ARD2-150-UNIV-R2S-4K-NON-P3-BK-N - $205.04
SGL2-150-UNIV-R2S-4K-NON-P3-BK-SLP-NON - $187.65 100 EACH SMX-110WIE-NV-LV2-00-4070-T202-P-BK - $148.00 100 EACH
DURA-ST25 The latest TXDot model -
$23,200.00 208 EACH
Lumec-12rm.108W48 $20,800
LED4K-G2-R3M-UNV DMG-RCD7-PH9-BK 100 EACH
Lumec # RFM - 108W48LED4K-G2-R3M-
UNV - $21,500
DMG-RCD7-PH9-BK 100 EACH
DMSL-G47-080 - $256.00
RMS-S-L2-100W-LPS ROMANSO
- $229.00
Bid Summary: Bid Summary: Bid Summary: Bid Summary: Bid Summary: Bid Summary: Bid Summary:
Subtotal A: No Bid NA No Bid $0.00 $132,500.00 $135,750.00
Subtotal B: $343.31 NA No Bid $24,800.00 $30,500.00
Subtotal C: $238.88 $20,504.00/ alt $18,765.00 $14,800 $23,200.00 $20,800.00 $21,500.00 $25,600/$22,900 Romanso
#Q-0120-01 Streetlight Poles and LED Fixtures
Master
City of Coppell, Texas 255 E. Parkway Boulevard
Coppell, Texas
75019-9478
File Number: 2020-5023
File ID: Type: Status: 2020-5023 Agenda Item Consent Agenda
1Version: Reference: In Control: City Council
03/16/2020File Created:
Final Action: Old Town Coppell - Sign GrantFile Name:
Title: Consider approval of an Economic Development Agreement by and between
the City of Coppell and Main Street Coppell Property Owners Association,
Inc.; and authorizing the Mayor to sign.
Notes:
Agenda Date: 03/24/2020
Agenda Number: D.
Sponsors: Enactment Date:
Entry Feature Signage - Memo.pdf, Economic
Development Incentive Grant.pdf
Attachments: Enactment Number:
Hearing Date: Contact:
Effective Date: Drafter:
Related Files:
History of Legislative File
Action: Result: Return
Date:
Due Date: Sent To: Date: Acting Body: Ver-
sion:
Text of Legislative File 2020-5023
Title
Consider approval of an Economic Development Agreement by and between the City of
Coppell and Main Street Coppell Property Owners Association, Inc.; and authorizing the Mayor
to sign.
Summary
To create more unity and clarity for the entire Old Town Coppell area, the Main Street Coppell
Property Owners Association is changing the current signage on the Main Street Coppell entry
feature. The sign that currently reads “Main Street Coppell” will be replaced with “Old Town
Coppell”. The City of Coppell is providing a grant to replace the current signage. In exchange,
the Main Street Coppell Property Owners Association will allow a space on the entry feature for
signage for the Coppell Arts Center. They will also allow a space to promote activities at the
Arts Center and on the Square.
Page 1City of Coppell, Texas Printed on 3/20/2020
Master Continued (2020-5023)
Fiscal Impact:
The grant shall not exceed $10,000.00. The funds will be provided by the Designated General
Fund - Fund Balance for Economic Development.
Staff Recommendation:
Staff recommends approval.
Goal Icon:
Business Prosperity
Community Wellness and Enrichment
Sense of Community
Special Place to Live
Page 2City of Coppell, Texas Printed on 3/20/2020
1
MEMORANDUM
To: Mayor and City Council
From: Mindi Hurley, Director of Community Development
Date: March 24, 2020
Reference: Consider approval of an Economic Development Agreement by and between the
City of Coppell and Main Street Coppell Property Owners Associations, Inc., and
authorizing the Mayor to sign.
Introduction:
The Main Street Coppell Property Owners Association (POA) Board approached the City with the
desire to switch out the wording on the sign located on the entry feature at the entrance to the Main
Street Coppell development. Today, the sign reads “Main Street Coppell.” The POA felt the
wording creates a division amongst the Main Street development and Old Town Coppell. The
Board also felt it created confusion for residents and visitors looking for the area. Therefore, the
POA requested to change the signage and replace it with “Old Town Coppell”.
Analysis:
The City of Coppell is providing a grant to replace the current signage. In exchange, the Main
Street Coppell Property Owners Association will allow a space on the entry feature for signage for
the Coppell Arts Center. The POA will also allow a space to promote activities that take place at
the Arts Center and on the Square in Old Town Coppell.
Legal Review:
The documents were created by Pete Smith.
Fiscal Impact:
The grant shall not exceed $10,000.00.
Recommendation:
Staff recommends approval.
2
PAGE 9 ECONOMIC DEVELOPMENT AGREEMENT (TM 114272)
CITY OF COPPELL AND MAIN STREET COPPELL PROPERTY OWNERS ASSOCIATION, INC.
STATE OF TEXAS §
§ ECONOMIC DEVELOPMENT INCENTIVE AGREEMENT
COUNTY OF DALLAS §
This Economic Development Incentive Agreement (“Agreement”) is made by and between
the City of Coppell, Texas (“City”), and Main Street Coppell Property Owners Association, Inc, a
Texas non-profit corporation (“Company”) (collectively the “Parties” or singularly a “Party”),
acting by and through their respective authorized officers.
WITNESSETH:
WHEREAS, Company owns the real property and located at 1 Main Street, Coppell, Texas
(the “Property”) on which an entry feature sign into “Main Street Coppell” is located (the “Existing
Sign”); and
WHEREAS, Company desires to replace the Existing Sign with a new sign (hereinafter
defined as the “Sign”) and has agreed to provide space on the Property to City for use in promoting
the Coppell Arts Center and events held at the Coppell Arts Center (hereinafter defined as the
“Coppell Arts Center Signage”); and
WHEREAS, Company has advised City that a contributing factor that would induce
Company to replace and install the Sign and permit its use by City would be an agreement by City
to provide an economic development grant to Company as set forth herein; and
WHEREAS, promoting the expansion of existing businesses within City will promote
economic development, stimulate commercial activity, generate additional sales tax and will
enhance the property tax base and economic vitality of City; and
WHEREAS, City is authorized by Article III, Section 52-a of the Texas Constitution and
Texas Local Government Code Chapter 380 to provide economic development grants to promote
local economic development and to stimulate business and commercial activity in City; and
WHEREAS, promoting the expansion and maintenance of existing business enterprises
within City will promote economic development, stimulate commercial activity, generate
additional sales tax and will enhance the property tax base and economic vitality of City; and
WHEREAS, City has adopted programs for promoting economic development and this
Agreement and the economic development incentives set forth herein are given and provided by
City pursuant to and in accordance with those programs; and
WHEREAS, City has determined that making the Grant (hereinafter defined) to Company
in accordance with this Agreement is in accordance with City’s Economic Development Program
and will: (i) further the objectives of City; (ii) benefit City and City’s inhabitants; and (iii) promote
local economic development and stimulate business and commercial activity within City;
PAGE 9 ECONOMIC DEVELOPMENT AGREEMENT (TM 114272)
CITY OF COPPELL AND MAIN STREET COPPELL PROPERTY OWNERS ASSOCIATION, INC.
NOW THEREFORE, in consideration of the foregoing and other consideration, the
receipt and sufficiency of which are hereby acknowledged, the Parties agree as follows:
Article I
Definitions
Wherever used in this Agreement, the following terms shall have the meanings ascribed to
them:
“Bankruptcy or Insolvency” shall mean the dissolution or termination of a Party’s existence
as a going business, insolvency, appointment of receiver for any part of such Party’s property and
such appointment is not terminated within ninety (90) days after such appointment is initially
made, any general assignment for the benefit of creditors, or the commencement of any proceeding
under any bankruptcy or insolvency laws by or against such Party and such proceeding is not
dismissed within ninety (90) days after the filing thereof.
"Casualty" shall mean damage, destruction or other property casualty resulting from any
theft, vandalism, fire or any Force Majeure or other sudden, unexpected or unusual cause. A
Casualty shall be deemed to have occurred if the Sign is wholly or partially destroyed by fire,
earthquake, flood or similar casualty.
“City” shall mean the City of Coppell, Texas.
“Commencement of Construction shall mean that: (i) the plans have been prepared and all
approvals thereof required by applicable governmental authorities have been obtained for the
construction and installation of the Sign; (ii) all necessary permits for the construction and
installation of the Sign have been issued by the applicable governmental authorities; and (iii)
installation of the Sign has commenced.
“Company” shall mean Main Street Coppell Property Owners Association, Inc, a Texas
non-profit corporation.
“Completion of Construction” shall mean that: (i) the construction and the installation of
the Sign has been substantially completed; and (ii) City has verified the completion of installation
of the Sign by Company and the signage for the Coppell Arts Center.
“Coppell Arts Center” shall mean the City-owned building located at 505 Travis Street,
Coppell, Texas.
“Coppell Arts Center Signage” shall have the meaning assigned in the Recitals.
“Effective Date” shall mean the last date of execution hereof.
“Expiration Date” shall mean the date the Parties have fully satisfied their respective
obligations herein.
PAGE 9 ECONOMIC DEVELOPMENT AGREEMENT (TM 114272)
CITY OF COPPELL AND MAIN STREET COPPELL PROPERTY OWNERS ASSOCIATION, INC.
“Existing Sign” shall have the meaning assigned in the Recitals.
“Force Majeure” shall mean any contingency or cause beyond the reasonable control of a
Party including, without limitation, acts of God or the public enemy, war, riot, civil commotion,
insurrection, government or de facto governmental action (unless caused by the intentionally
wrongful acts or omissions of the Party), fires, explosions or floods, strikes, slowdowns or work
stoppages.
“Grant” shall mean an economic development grant in the amount equal to the costs
incurred and paid by Company for the installation of the Sign not to exceed Ten Thousand Dollars
($10,000.00) to be paid as set forth herein.
“Impositions” shall mean all taxes, assessments, use and occupancy taxes, charges, excises,
license and permit fees, and other charges by public or governmental authority, general and special,
ordinary and extraordinary, foreseen and unforeseen, which are or may be assessed, charged,
levied, or imposed by any public or governmental authority on Company or any property or any
business owned by Company within City.
“License” shall have the meaning assigned by Section 3.4.
“Payment Request” shall mean a written request from Company to City for payment of the
Grant accompanied by the copies of receipts and invoices and such other information as may be
reasonably requested by City to document the actual costs incurred and paid by Company for the
replacement and installation of the Sign.
“Property” shall have the meaning assigned in the Recitals.
“Related Agreement” shall mean any agreement (other than this Agreement) by and between
City and Company, or any of its affiliated or related entities.
“Sign” shall mean a new entry feature sign into Main Street Coppell to be located on the
Property in accordance with plans approved by City’s Community Development Department.
Article II
Term
The term of this Agreement shall begin on the Effective Date and continue until the
Expiration Date, unless sooner terminated as provided herein.
Article III
Grant
3.1 Grant. City agrees, subject to the continued satisfaction of all the terms and
conditions of this Agreement by Company and the obligation of Company to repay the Grant
PAGE 9 ECONOMIC DEVELOPMENT AGREEMENT (TM 114272)
CITY OF COPPELL AND MAIN STREET COPPELL PROPERTY OWNERS ASSOCIATION, INC.
pursuant to Article V hereof to provide the Grant to Company within thirty (30) days after receipt
of a Payment Request following Completion of Construction of the Sign.
3.2 Current Revenue. The Grant shall be paid solely from annual appropriations from
the general funds of City or from such other funds of City as may be legally set aside for such
purpose consistent with Article III, Section 52(a) of the Texas Constitution. Under no
circumstances shall the obligations of City hereunder be deemed to create any debt within the
meaning of any constitutional or statutory provision; provided; however, City agrees during the
term of this Agreement to make a good faith effort to appropriate funds each year to pay the
installments of the Grants for the then ensuing fiscal year.
3.3 Grant Limitations. City shall not be obligated to pay any commercial bank, lender
or similar institution for any loan or credit agreement made by the Lessee. None of the obligations
of City under this Agreement shall be pledged or otherwise encumbered by Company in favor of
any commercial lender and/or similar financial institution.
3.4 License.
(a) Company hereby grants City a perpetual exclusive license for the purpose of
constructing, installing, repairing and maintaining signage on the Property advertising the Coppell
Arts Center and other City facilities, events and activities occurring or to occur at the Coppell Arts
Center and/or other City facilities (the “License”). The grant of the License also includes the right
for City, its employees and contractors to cross the Property for the purpose of accessing the
Coppell Arts Center Signage. City agrees to repair or caused to be repaired any damage to the
Property resulting from the activities of City, its employees, or contractors so that the Property is
returned substantially to its former condition prior to the damage occurring.
(b) Company shall at its sole cost maintain the Sign in a good state of appearance and
repair, reasonable wear and tear excepted and shall perform such maintenance and repair any
damage to the Sign as may be reasonably necessary.
(c) In the event the Sign is wholly or partially destroyed or damaged by Casualty,
Company shall promptly repair, replace, restore and reconstruct the Sign including the signage for
the Coppell Arts Center in a good and workmanlike manner consistent with the plans previously
approved by the City Community Development Department. Company shall, subject to events of
Force Majeure and within thirty (30) days from the date of such Casualty, commence to repair,
reconstruct or replace the damaged or destroyed Sign or portion thereof, and pursue the repair,
reconstruction, or replacement of the Sign so as to restore the Sign to substantially the condition it
was in before the Casualty. In the event Company fails to timely repair, restore or reconstruct the
Sign, and complete the same within thirty (30) days from the date Company commences the
restoration work, City shall have the right but not the obligation to cause such work to be performed
and charge the costs of such work to Company.
(d) Company shall reimburse City upon written demand for any costs and expenses
which City incurs in the repair, maintenance or replacement of the Sign in the event Company fails
PAGE 9 ECONOMIC DEVELOPMENT AGREEMENT (TM 114272)
CITY OF COPPELL AND MAIN STREET COPPELL PROPERTY OWNERS ASSOCIATION, INC.
to repair, maintain, restore or replace the Sign as required herein, and City shall not be liable to
Company for any damages with respect thereto.
(e) The License shall survive termination of this Agreement and the Expiration Date.
Article IV
Conditions to Grant
The obligation of City to pay the Grant shall be conditioned upon the compliance and
satisfaction by Company of the terms and conditions of this Agreement and each of the following
conditions.
4.1 Payment Request. Company shall, as a condition precedent to the payment of the
Grant, timely provide City with the applicable Payment Request.
4.2 Good Standing. Company shall not have an uncured breach or default of this
Agreement, or a Related Agreement.
4.3 Sign Construction. Company shall, subject to events of Force Majeure cause
Commencement of Construction of the Sign to occur within ninety (90) days after the Effective
Date; and, subject to events of Force Majeure, cause Completion of Construction of the Sign to
occur within thirty (30) days thereafter.
4.4 Signs. Company shall submit and obtain approval of such plans for the Sign as may
be reasonably required by the City Community Development Department prior to Commencement
of Construction of the Sign. City shall submit and obtain approval of such plans for the Coppell
Arts Center Signage as may be reasonably required by the City Community Development Department
and Company.
4.5 Approval. Plans for the Sign must be approved by City’s Community Development
Department prior to Commencement of Construction. Plans for the Coppell Arts Center Signage
must be approved by City’s Community Development Department and Company prior to
Commencement of Construction.
Article V
Termination; Repayment
5.1 Termination. This Agreement shall terminate upon any one of the following:
(a) by mutual written agreement of the Parties;
(b) on the Expiration Date;
PAGE 9 ECONOMIC DEVELOPMENT AGREEMENT (TM 114272)
CITY OF COPPELL AND MAIN STREET COPPELL PROPERTY OWNERS ASSOCIATION, INC.
(c) by either Party, if the other Party defaults or breaches any of the terms or
conditions of this Agreement, or a Related Agreement, and such default or
breach is not cured within thirty (30) days after written notice thereof;
(d) by City, if Company suffers an event of Bankruptcy or Insolvency;
(e) by City, if any Impositions owed to City or the State of Texas by Company
shall have become delinquent (provided, however, Company retains the
right to timely and properly protest and contest any such Impositions); or
(f) by either Party, if any subsequent Federal or State legislation or any decision
of a court of competent jurisdiction declares or renders this Agreement
invalid, illegal or unenforceable.
5.2. Repayment. In the event the Agreement is terminated by City pursuant to Section
5.1(c), (d), (e), or (f), Company shall immediately repay to City an amount equal to the Grant
previously paid by City to Company immediately preceding the date of such termination, plus
interest at the rate of interest periodically announced by the Wall Street Journal as the prime or
base commercial lending rate, or if the Wall Street Journal shall ever cease to exist or cease to
announce a prime or base lending rate, then at the annual rate of interest from time to time
announced by Citibank, N.A. (or by any other New York money center bank selected by City) as
its prime or base commercial lending rate, from the date on which the Grant(s) is paid by City until
such Grant(s) is refunded by Company. The repayment obligation of Company set forth in this
section 6.2 hereof shall survive termination.
5.3 Right of Offset. City may at its option, offset any amounts due and payable under
this Agreement against any debt (including taxes) lawfully due to City from Company, regardless
of whether the amount due arises pursuant to the terms of this Agreement, a Related Agreement
or otherwise, and regardless of whether or not the debt due City has been reduced to judgment by
a court.
Article VI
Miscellaneous
6.1 Binding Agreement. The terms and conditions of this Agreement are binding upon
the successors and permitted assigns of the Parties hereto.
6.2 Limitation on Liability. It is understood and agreed between the Parties that
Company and City, in satisfying the conditions of this Agreement, have acted independently, and
City assumes no responsibilities or liabilities to third parties in connection with these actions.
Company agrees to indemnify and hold harmless City from all such claims, suits, and causes of
actions, liabilities and expenses, including reasonable attorney’s fees, of any nature whatsoever by
a third party arising out of Company’s performance of the conditions under this Agreement.
PAGE 9 ECONOMIC DEVELOPMENT AGREEMENT (TM 114272)
CITY OF COPPELL AND MAIN STREET COPPELL PROPERTY OWNERS ASSOCIATION, INC.
6.3 No Joint Venture. It is acknowledged and agreed by the Parties that the terms
hereof are not intended to and shall not be deemed to create a partnership or joint venture between
the Parties.
6.4 Notice. Any notice required or permitted to be delivered hereunder shall be deemed
received three (3) days thereafter sent by United States Mail, postage prepaid, certified mail, return
receipt requested, addressed to the Party at the address set forth below or on the day actually
received if sent by courier or otherwise hand delivered:
If intended for City, to:
Attn: Mike Land
City Manager
City of Coppell
255 E. Parkway Blvd.
Coppell, Texas 75019
With a copy to:
Robert E. Hager
City Attorney
Nichols, Jackson, Dillard, Hager & Smith, L.L.P.
500 N. Akard, Suite 1800
Dallas, Texas 75201
If intended for Company, to:
Attn: Joel Busby, President
Main Street Coppell Property Owners Association, Inc.
P.O. Box 191185
Dallas, Texas 75219
6.5 Authorization. Each Party represents that it has full capacity and authority to grant
all rights and assume all obligations that are granted and assumed under this Agreement.
6.6 Severability. In the event any section, subsection, paragraph, sentence, phrase or
word herein is held invalid, illegal or unconstitutional, the balance of this Agreement shall stand,
shall be enforceable and shall be read as if the Parties intended at all times to delete said invalid
section, subsection, paragraph, sentence, phrase or word.
6.7 Governing Law. This Agreement shall be governed by the laws of the State of
Texas without regard to any conflict of law rules. Exclusive venue for any action under this
Agreement shall be the State District Court of Dallas County, Texas. The Parties agree to submit
to the personal and subject matter jurisdiction of said court.
6.8 Counterparts. This Agreement may be executed in any number of counterparts,
each of which shall be deemed an original and constitute one and the same instrument.
6.9 Entire Agreement. This Agreement embodies the complete agreement of the
Parties hereto, superseding all oral or written previous and contemporary agreements between the
Parties and relating to the matters in this Agreement, and except as otherwise provided herein
cannot be modified without written agreement of the Parties to be attached to and made a part of
this Agreement.
PAGE 9 ECONOMIC DEVELOPMENT AGREEMENT (TM 114272)
CITY OF COPPELL AND MAIN STREET COPPELL PROPERTY OWNERS ASSOCIATION, INC.
6.10 Recitals. The determinations recited and declared in the preambles to this
Agreement are hereby incorporated herein as part of this Agreement.
6.11 Exhibits. All exhibits to this Agreement are incorporated herein by reference for
all purposes wherever reference is made to the same.
6.12 Amendment. This Agreement may only be amended by the mutual written
agreement of the Parties.
6.13 Legal Construction. In the event any one or more of the provisions contained in
this Agreement shall for any reason be held to be invalid, illegal, or unenforceable in any respect,
such invalidity, illegality, or unenforceability shall not affect other provisions, and it is the
intention of the Parties that in lieu of each provision that is found to be illegal, invalid, or
unenforceable, a provision shall be added to this Agreement which is legal, valid and enforceable
and is as similar in terms as possible to the provision found to be illegal, invalid or unenforceable.
6.14 Assignment. This Agreement shall be binding on and inure to the benefit of the
Parties and their respective administrators, legal representatives, successors, and permitted assigns.
This Agreement may not be assigned by Company without the prior written consent of the City
Manager, which consent shall not be unreasonably withheld, conditioned or delayed.
6.15 Right of Offset. City may, at its option, offset any amounts due and payable under
this Agreement against any debt (including taxes) lawfully due to City from Company, regardless
of whether the amount due arises pursuant to the terms of this Agreement, or otherwise, and
regardless of whether or not the debt due City has been reduced to judgment by a court.
6.16 Employment of Undocumented Workers. During the term of this Agreement,
Company agrees not to knowingly employ any undocumented workers and, if convicted of a
violation under 8 U.S.C. Section 1324a (f), Company shall repay the Grant, and any other funds
received by Company from City as of the date of such violation within one hundred twenty (120)
days after the date Company is notified by City of such violation, plus interest at the rate of four
percent (4%) compounded annually from the date of violation until paid.
(Signature Page to Follow)
PAGE 9 ECONOMIC DEVELOPMENT AGREEMENT (TM 114272)
CITY OF COPPELL AND MAIN STREET COPPELL PROPERTY OWNERS ASSOCIATION, INC.
SIGNED AND AGREED on this ______ day of ___________________, 2020.
CITY OF COPPELL, TEXAS
By: ____________________________________
Mike Land, City Manager
SIGNED AND AGREED on this _____ day of ____________________, 2020.
MAIN STREET COPPELL PROPERTY OWNERS
ASSOCIATION, INC
By: ____________________________________
Joel Busby, President
Master
City of Coppell, Texas 255 E. Parkway Boulevard
Coppell, Texas
75019-9478
File Number: 2020-5034
File ID: Type: Status: 2020-5034 Agenda Item Consent Agenda
1Version: Reference: In Control: City Council
03/18/2020File Created:
Final Action: motorcyclesFile Name:
Title: Consider award of Contract No. VE11-18 with Houston Galveston Area
Council; in the amount of $582,132.00; as budgeted in the Capital
Replacement Fund; for the purchase of 14 replacement vehicles from
Caldwell Country Ford for the Coppell Police Department; and authorizing the
City Manager to sign any necessary documents.
Notes:
Agenda Date: 03/24/2020
Agenda Number: E.
Sponsors: Enactment Date:
Police Memo.pdf, Coppell Patrol Marked 2020 K8A
99W.pdf, Coppell Patrol Marked 2020 K8A 99W.pdf,
Coppell 2020 FLHP BuyBoard Whelen TP LHD
Invoice.pdf, Vehicle Award Report.pdf
Attachments: Enactment Number:
Hearing Date: Contact:
Effective Date: Drafter:
Related Files:
History of Legislative File
Action: Result: Return
Date:
Due Date: Sent To: Date: Acting Body: Ver-
sion:
Text of Legislative File 2020-5034
Title
Consider award of Contract No. VE11-18 with Houston Galveston Area Council; in the amount
of $582,132.00; as budgeted in the Capital Replacement Fund; for the purchase of 14
replacement vehicles from Caldwell Country Ford for the Coppell Police Department; and
authorizing the City Manager to sign any necessary documents.
Summary
Fiscal Impact:
Page 1City of Coppell, Texas Printed on 3/20/2020
Master Continued (2020-5034)
The fiscal impact of this agenda item is $582,132.00 from the Capital Replacement Fund.
Staff Recommendation:
The Police Department recommends approval.
Goal Icon:
Sustainable City Government
Page 2City of Coppell, Texas Printed on 3/20/2020
1
MEMORANDUM
To: Mayor and City Council
From: Danny Barton, Chief of Police
Date: March 24, 2020
Reference: Consider approving the acquisition of fourteen replacement vehicles for the Police
Department, in the amount of $582,132.00 from Caldwell Country Ford utilizing
contract pricing through HGAC, contract no. VE11-18, as budgeted in the Capital
Replacement Fund; and authorizing the City Manager to sign any necessary
documents.
2030: Sustainable City Government: Excellent and Well-Maintained City Infrastructure
and Facilities
General Information:
• Vehicles to be replaced have reached the end of their service life for a Patrol vehicle.
• Funding is included in the FY 2019-20 for these purchases from Capital Replacement Fund.
• Contract pricing obtained through HGAC cooperative purchasing program.
• HGAC Contract No. VE11-18.
Introduction:
In an effort to operate a clean, efficient and reliable fleet, the Police Department sets an initial life
expectancy on all vehicles and equipment in our Police fleet. During its service life each vehicle and
equipment in the vehicle is subject to close monitoring of availability, operating cost, accumulated
miles/hours, condition, obsolescence and the ability to perform the required tasks. The vehicles being
replaced have reached the point in their service life for our Patrol Division where it has been
determined that replacement is prudent.
Analysis:
To reduce downtime, maximize efficiency, and productivity and provide a solid platform from which
to operate the vehicles have been carefully selected with the Police Department and Fleet Services
working closely together. Consequences of not funding these purchases included decreased vehicle
availability, increased operating costs and reduced service levels to our community.
2
Legal Review:
Agenda item does not require legal review.
Fiscal Impact:
The fiscal impact of this Agenda item is $582,132.00 from the Capital Replacement Fund.
Recommendation:
The Police Department recommends approval.
Contract
No.:VE11-18 Date
Prepared:3/16/2020
Buying
Agency:Contractor:
Contact
Person:
Prepared
By:
Phone:Phone:
Fax:Fax:
Email:Email:
Quan Unit Pr Total
1 47 47
1 95 95
1 546 546
1 850 850
1 408 408
1 641 641
1 318 318
1 137 137
1 261 261
1 42 42
1 0 0
1 80 80
3425
Quan Unit Pr Total
0 0
0 0
0
0
0
0%
0
3425
85R- REAR MOUNT PLATE
92R- SOLAR TINT 2ND ROW GLASS
Subtotal A:
Subtotal C:
Check: Total cost of Unpublished Options (B) cannot exceed 25% of the total of
the Base Unit Price plus Published Options (A+B).For this transaction the percentage is:
Subtotal B:
76P- PRE COLLISION ASSIST
18D- GLOBAL LOCK UNLOCK
Total From Other Sheets, If Any:
16D- BADGE DELETE
76R- REVERSE SENSING
Delivery Date: D. Total Purchase Price (A+B+C):
B. Unpublished Options, Accessory or Service items - Itemize Below - Attach Additional Sheet If Necessary
(Note: Unpublished Items are any which were not submitted and priced in contractor's bid.)
This Worksheet is prepared by Contractor and given to End User. If a PO is issued, both documents
MUST be faxed to H-GAC @ 713-993-4548. Therefore please type or print legibly.
CITY OF COPPEL PATROL MARKED
Total From Other Sheets, If Any:
C. Trade-Ins / Special Discounts / Other Allowances / Freight / Installation / Miscellaneous Charges
Description
59E- KEYED ALIKE 1432X
66A- FRONT HEADLAMP LIGHTING SOLUTION WIT GRILL WIRING PACKAGE
63L- REAR QTR GLASS LIGHTS
76D- DEFLECTOR PLATE
Catalog / Price Sheet
Name:
Description
A. Catalog / Price Sheet Items being purchased - Itemize Below - Attach Additional Sheet If Necessary
60R- NOISE SUPPRESSION BONDS
66B- TAILLAMP LIGHTING SOLUTION
68B- PERIMETER ALERT
CONTRACT PRICING WORKSHEET
For Catalog & Price Sheet Type Purchases
General Description
of Product:
Contract
No.:VE11-18 Date
Prepared:3/16/2020
Buying
Agency:Contractor:
Contact
Person:
Prepared
By:
Phone:Phone:
Fax:Fax:
Email:Email:
Product
Code:E16 Description:
23,970.00
Cost Cost
10910 375
INCL 23
INCL 247
INCL 399
INCL 517
573 323
104 3425
522 Subtotal B: 17418
Cost Cost
0
Subtotal C: 0
0%
Cost Cost
0 0
150
Subtotal D: 150
41538
14 41538 == Subtotal E: 581532
Subtotal F: 600
Cost Cost
Subtotal G: 0
582132
CONTRACT PRICING WORKSHEET
For Standard Equipment Purchases
2019 FORD PI UTILITY AWD
A. Product Item Base Unit Price Per Contractor's H-GAC Contract:
H. Total Purchase Price (E+F+G): Delivery Date: 120-180 DAYS
DELIVERY CHARGE EXTERIOR COLOR AGATE BLACK
B. Published Options - Itemize below - Attach additional sheet(s) if necessary - Include Option Code in description if applicable.
(Note: Published Options are options which were submitted and priced in Contractor's bid.)
10-SPEED AUTOMATIC TRANSMITTION 51T- WHELEN DRIVER SIDE LED SPOT LIGHT
47A- ENGINE IDLE FEATURE3.3L V6 GAS HYBRID
55B- BLIS & HTD MIRRORS
55F- KEYLESS ENTRY PACKAGE 4 FOBS
Description Description
19K- H8 AGM BATTERY
21L- FRONT AUX WARNING LIGHTS
Subtotal From Additional Sheet(s):
17A- AUX REAR A/C & HEAT
Subtotal From Additional Sheet(s):
Quantity Ordered:
Description Description
For this transaction the percentage is: Check: Total cost of Unpublished Options (C) cannot exceed 25% of the total of the Base Unit
Price plus Published Options (A+B).
D. Other Cost Items Not Itemized Above (e.g. Installation, Freight, Delivery, Etc.)
REGISTRATION, INSPECTION, EXT.
F. H-GAC Fee Calculation (From Current Fee Tables)
E. Total Cost Before Any Applicable Trade-In / Other Allowances / Discounts (A+B+C+D)
2020 ORDERS CUT-OFF 4-3-20
G. Trade-Ins / Other Allowances / Special Discounts
X Subtotal of A + B + C + D:
Description Description
43D- COURTESY LAMP DISABLED
aaron@caldwellcountry.com
Description Description
2020 POLICE UTILITY AWD 43A- REAR AUX. WARNING LIGHTS
AM/FM RADIO
This Form must be prepared by Contractor, and provided to End User to attach to Purchase Order, with copy to H-GAC.
The H-GAC administrative fee shall be calculated and shown as a separate line item. Please type or print legibly.
C. Unpublished Options - Itemize below / attach additional sheet(s) if necessary.
(Note: Unpublished options are items which were not submitted and priced in Contractor's bid.)
CITY OF COPPELL PATROL MARKED
MARK BROCHTRUP
972-462-5175
mbrochtrup@coppelltx.gov
CALDWELL COUNTRY FORD
AARON WILEY
254-613-2482
96- CLOTH SEATS FRONT & VINYL REAR
Page 1 of 3
City of Coppell Texas – Police Department
130 Town Center Blvd, COPPELL, TX 75019
03/02/2020
Five (5) Harley-Davidson Police Equipped Motorcycles
LHD INVOICE # 03022020-1
BUYBOARD STATE CONTRACT #601-19
Coppell Motor
$17,788.00 Harley-Davidson Police FLHP VIVID BLACK Road King 114
(Security, Shipping, Setup, State Inspection & Doc Fee Included)
$1,729.00 60 Month Extended Warranty Police (POLICE ESP)
Motor Total $19,517.00
Emergency Equipment:
$629.95 1801-1075 S&S Performance Muffler Thruster CHROME W/ BLACK END CAP
$199.95 1 Harley-Davidson Heated Grip Kit 56100034
$260.96 1 Harley-Davidson Saddlebag Guard Rails 90200561
$269.95 1 Harley-Davidson Coolflow Fan 26800121 Road King Police
$16.46 1 Harley-Davidson Right side Midframe Air Deflector 57200151
$199.95 1 SoftBrake Rear Brake Chrome SB-014-P+1
$58.45 1 Harley-Davidson Chrome Tie Down Brackets Road King 93500006
$179.95 1 Harley-Davidson LED Front Turn Signals 68411-10
Page 2 of 3
$179.95 1 Harley-Davidson LED Rear Turn Signals 68128-10
$574.95 1 Harley-Davidson LED Daymaker Headlight 67700265
$19.95 1 Harley-Davidson Headlight Wiring Harness 69200897
$169.95 1 BAL-1 Bright Ass Light Brake Light LED
$953.95 1 Harley-Davidson Emergency Response Kit 69000057 or 76000857 & 69202193
$2,785.60 1 M4B6R Whelen Motorcycle Box Right-Hand (Curb Side) Opening
$111.00 1 MBADPT14 Whelen Adapter Plate for the Rear Box, 2014-2020 Road King® or Electra Glide®
$116.95 1 M4BSEP Whelen Substitute Separation Plate with Battery Hole, Includes Battery Hold Downs
$319.20 1 M4B6CHRG Whelen Battery Charger Includes 115 VAC Receptacle, for M4B6R System Only
$129.95 1 Top Box Battery – Whelen Tour Pak
$28.80 1 M2KTHD1 Whelen license plate mounting bracket for M2 series Lightheads
$286.40 2 M2J Whelen series LED R/B Split M2 license plate mounted
$64.00 2 TIONHDRS Whelen Rear Crash Bar Mounting Kit
$267.20 2 TLI2J Whelen T-Ion Duo Red/Blue Rear Crash Bar
$64.00 2 0SB00SCR Whelen Blue Steady-Burn and Clear Lens Rear LP Run Authority Blue LED
$133.60 1 TLI2KX Whelen T-Ion Duo Red/Amber Front Fender Side Surface Mount – Amber to Turns
$133.60 1 TLI2MX Whelen T-Ion Duo Blue/Amber Front Fender Side Surface Mount – Amber to Turns
$649.95 1 M07TMJ2 Whelen Windshield Array Road King RBBR ION™ T-Series
$208.00 1 FDFP11RR Whelen 4” Extended LED drive/warn R/C (front par36 emergency lights)
$208.00 1 FDFP11BR Whelen 4” Extended LED drive/warn B/C (front par36 emergency lights)
$48.00 2 IONHD2FM Whelen Road King Fork Mounting Kit for use with 1 Surface Mount ION
$216.80 1 IONSV3RC Whelen ION V Surface Mount Red (Fork Mount Side Chrome)
$216.80 1 IONSV3BC Whelen ION V Surface Mount Blue (Fork Mount Side Chrome)
$24.80 1 TIONHDHM Whelen Road King® Under Headlight Mounting Kit for use with 1 ION™ T-Series™
$108.00 1 TLIC Whelen ION™ T-Series™ Clear (Under Headlight Forward)
Page 3 of 3
$295.95 1 Graphics Package (all police department markings in reflective as specified)
$3,090.00 Emergency Vehicle Equipment Installation Labor
$275.00 Custom Emergency Harness / Shop Supplies
$0.00 Transfer Existing Stalker Moving Radar (department provide new cable kit) included with install
Emergency Equipment Total 13,495.97$
$33,012.97 Per Unit
$132,051.88 Four (4) Units Cost
$400.00 BuyBoard State Contract Vehicle Fee
$132,451.88 Grand Total for Four (4) Units Payment Processed Though BuyBoard
David Magers Police & Fleet Account Manager Longhorn Harley-Davidson
Harley-Davidson Police Advisory Board Member 972-935-6904 motorofficer@longhornhd.com
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
1 Autocar ACX42, Cab and Chassis Cabover, Low Cab Forward (LCF)
$49,365.00Chastang Enterprises, Inc.YesAutocar ACX42 - Cabover style, Cab and chassis,
Low Cab Forward (LCF), Cummins L9 350 HP with
Allison 3000 RDS, 5 speed transmission, complete
with all manufacturer's standard equipment.
$67,425.00Grande Truck Center NoAutocar ACX42 - Cabover style, Cab and chassis,
Low Cab Forward (LCF), Cummins L9 350 HP with
Allison 3000 RDS, 5 speed transmission, complete
with all manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
2 Autocar ACMD42, Cab and Chassis Cabover, Low Cab Forward (LCF)
$48,391.00Chastang Enterprises, Inc.YesAutocar ACMD42 - Cabover style, Cab and chassis,
Low Cab Forward (LCF), Cummins ISB 200 HP with
Allison 3000 RDS transmission, complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
3 Autocar ACX64 Cab and Chassis Cabover, Low Cab Forward (LCF)
$51,782.00Chastang Enterprises, Inc.YesAutocar ACX64 - Cabover style, Cab and chassis,
Low Cab Forward (LCF), Cummins L9 350 HP with
Allison 3000 RDS transmission, complete with
manufacturer's standard equipment.
$70,724.00Grande Truck Center NoAutocar ACX64 - Cabover style, Cab and chassis,
Low Cab Forward (LCF), Cummins L9 350 HP with
Allison 3000 RDS transmission, complete with
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
4 Autocar ACMD64 Cab and Chassis Cabover, Low Cab Forward (LCF)
$49,120.00Chastang Enterprises, Inc.YesAutocar ACMD64 - Cabover style, Cab and chassis,
Low Cab Forward (LCF), Cummins L9 300 HP with
Allison 3000 RDS, 6 speed transmission, complete
with manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
10 Not to Exceed Hourly Labor Rate for Vehicle Installation or Repair Service (Autocar)
$85.00Pursuit Safety, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Texas Truck A/C, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$95.00Spring Klein Auto & Truck YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$138.50Chastang Enterprises, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$155.00Grande Truck Center NoHourly Labor Rate for Vehicle Installation or Repair
Service.
Bid PriceVendor AwardVendor Brand and Model Number
11 Not to Exceed Hourly Labor Rate for Paint and Body Repair (Autocar)
$65.00Spring Klein Auto & Truck YesHourly Labor Rate for Paint and Body Repair.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Paint and Body Repair.
$105.00Chastang Enterprises, Inc.YesHourly Labor Rate for Paint and Body Repair.
Bid PriceVendor AwardVendor Brand and Model Number
12 Per Mile Delivery Fee for Vehicles, Heavy Duty Trucks, or Police Motorcycles (Autocar)
$2.50Grande Truck Center NoPer Mile Delivery Fee for Vehicles, Heavy Duty
Trucks, or Police Motorcycles
$2.70Chastang Enterprises, Inc.YesPer Mile Delivery Fee for Vehicles, Heavy Duty
Trucks, or Police Motorcycles
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
13 Chevrolet Sonic (1LS 1JU69)
$12,990.00Caldwell Country Chevrolet, LLC YesChevrolet Sonic (1LS 1JU69) Compact Sedan -
Chevrolet Sonic 1LS 1JU69 base model complete
with all manufacturer's standard equipment.
$14,494.00Lake Country Chevrolet, Inc.NoChevrolet Sonic (1LS 1JU69) Compact Sedan -
Chevrolet Sonic 1LS 1JU69 base model complete
with all manufacturer's standard equipment.
$14,655.00Gunn Chevrolet NoChevrolet Sonic (1LS 1JU69) Compact Sedan -
Chevrolet Sonic 1LS 1JU69 base model complete
with all manufacturer's standard equipment.
$15,357.00Four Stars Auto Ranch NoChevrolet Sonic (1LS 1JU69) Compact Sedan -
Chevrolet Sonic 1LS 1JU69 base model complete
with all manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
14 Chevrolet Spark (1DR48)
$10,575.00Caldwell Country Chevrolet, LLC YesChevrolet Spark (1DR48) Compact Sedan -
Chevrolet Spark 1DR48 base model complete with
all manufacturer's standard equipment.
$11,374.00Lake Country Chevrolet, Inc.NoChevrolet Spark (1DR48) Compact Sedan -
Chevrolet Spark 1DR48 base model complete with
all manufacturer's standard equipment.
$11,556.00Gunn Chevrolet NoChevrolet Spark (1DR48) Compact Sedan -
Chevrolet Spark 1DR48 base model complete with
all manufacturer's standard equipment.
$12,690.00Four Stars Auto Ranch NoChevrolet Spark (1DR48) Compact Sedan -
Chevrolet Spark 1DR48 base model complete with
all manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
15 Chevrolet Impala LS (1GX69)
$20,275.00Caldwell Country Chevrolet, LLC YesChevrolet Impala LS (1GX69) Full Size Sedan -
Chevrolet Implala LS base model complete with all
manufacturer's standard equipment.
$22,322.00Gunn Chevrolet NoChevrolet Impala LS (1GX69) Full Size Sedan -
Chevrolet Implala LS base model complete with all
manufacturer's standard equipment.
$22,994.00Four Stars Auto Ranch NoChevrolet Impala LS (1GX69) Full Size Sedan -
Chevrolet Implala LS base model complete with all
manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
16 Chevrolet Malibu LS (1ZC69)
$14,545.00Caldwell Country Chevrolet, LLC YesChevrolet Malibu LS (1ZC69) Mid Size Sedan -
Chevrolet Malibu LS base model complete with all
manufacturer's standard equipment.
$15,750.00Gunn Chevrolet NoChevrolet Malibu LS (1ZC69) Mid Size Sedan -
Chevrolet Malibu LS base model complete with all
manufacturer's standard equipment.
$15,987.00Lake Country Chevrolet, Inc.NoChevrolet Malibu LS (1ZC69) Mid Size Sedan -
Chevrolet Malibu LS base model complete with all
manufacturer's standard equipment.
$16,668.00Four Stars Auto Ranch NoChevrolet Malibu LS (1ZC69) Mid Size Sedan -
Chevrolet Malibu LS base model complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
17 Chevrolet Trax (1JU76)
$16,979.00Caldwell Country Chevrolet, LLC YesChevrolet Trax (1JU76) Sport Utility - Chevrolet
Trax (1JU76) base model complete with all
manufacturer's standard equipment.
$18,294.00Lake Country Chevrolet, Inc.NoChevrolet Trax (1JU76) Sport Utility - Chevrolet
Trax (1JU76) base model complete with all
manufacturer's standard equipment.
$18,336.00Gunn Chevrolet NoChevrolet Trax (1JU76) Sport Utility - Chevrolet
Trax (1JU76) base model complete with all
manufacturer's standard equipment.
$19,291.00Four Stars Auto Ranch NoChevrolet Trax (1JU76) Sport Utility - Chevrolet
Trax (1JU76) base model complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
18 Chevrolet Traverse (1NB56 FWD)
$22,745.00Caldwell Country Chevrolet, LLC YesChevrolet Traverse (1NB56 FWD) Sport Utility -
Chevrolet Traverse 1NB56 base model complete
with all manufacturer's standard equipment.
$23,488.00Gunn Chevrolet YesChevrolet Traverse (1NB56 FWD) Sport Utility -
Chevrolet Traverse 1NB56 base model complete
with all manufacturer's standard equipment.
$23,929.00Lake Country Chevrolet, Inc.NoChevrolet Traverse (1NB56 FWD) Sport Utility -
Chevrolet Traverse 1NB56 base model complete
with all manufacturer's standard equipment.
$24,956.00Four Stars Auto Ranch NoChevrolet Traverse (1NB56 FWD) Sport Utility -
Chevrolet Traverse 1NB56 base model complete
with all manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
19 Chevrolet Traverse (1NV56 AWD)
$24,375.00Caldwell Country Chevrolet, LLC YesChevrolet Traverse (1NV56 AWD) Sport Utility -
Chevrolet Traverse 1NV56 base model complete
with all manufacturer's standard equipment.
$25,631.00Gunn Chevrolet NoChevrolet Traverse (1NV56 AWD) Sport Utility -
Chevrolet Traverse 1NV56 base model complete
with all manufacturer's standard equipment.
$25,688.00Lake Country Chevrolet, Inc.NoChevrolet Traverse (1NV56 AWD) Sport Utility -
Chevrolet Traverse 1NV56 base model complete
with all manufacturer's standard equipment.
$26,804.00Four Stars Auto Ranch NoChevrolet Traverse (1NV56 AWD) Sport Utility -
Chevrolet Traverse 1NV56 base model complete
with all manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
20 Chevrolet Equinox Model LS (1XP26 FWD)
$18,985.00Caldwell Country Chevrolet, LLC YesChevrolet Equinox LS (1XP26 FWD) Sport Utility -
Chevrolet Equinox LS base model complete with all
manufacturer's standard equipment.
$19,985.00Gunn Chevrolet YesChevrolet Equinox LS (1XP26 FWD) Sport Utility -
Chevrolet Equinox LS base model complete with all
manufacturer's standard equipment.
$19,991.00Lake Country Chevrolet, Inc.YesChevrolet Equinox LS (1XP26 FWD) Sport Utility -
Chevrolet Equinox LS base model complete with all
manufacturer's standard equipment.
$21,169.00Four Stars Auto Ranch NoChevrolet Equinox LS (1XP26 FWD) Sport Utility -
Chevrolet Equinox LS base model complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
21 Chevrolet Equinox Model LS (1XX26 AWD)
$20,275.00Caldwell Country Chevrolet, LLC YesChevrolet Equinox LS (1XX26 AWD) Sport Utility -
Chevrolet Equinox LS base model complete with all
manufacturer's standard equipment.
$21,421.00Lake Country Chevrolet, Inc.YesChevrolet Equinox LS (1XX26 AWD) Sport Utility -
Chevrolet Equinox LS base model complete with all
manufacturer's standard equipment.
$21,590.00Gunn Chevrolet NoChevrolet Equinox LS (1XX26 AWD) Sport Utility -
Chevrolet Equinox LS base model complete with all
manufacturer's standard equipment.
$22,647.00Four Stars Auto Ranch NoChevrolet Equinox LS (1XX26 AWD) Sport Utility -
Chevrolet Equinox LS base model complete with all
manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
22 Chevrolet Tahoe (CC15706-1FL)
$32,485.00Caldwell Country Chevrolet, LLC YesChevrolet Tahoe (CC15706-1FL) Sport Utility -
Chevrolet Tahoe, 2WD, base model complete with
all manufacturer's standard equipment.
$34,535.00Gunn Chevrolet YesChevrolet Tahoe (CC15706-1FL) Sport Utility -
Chevrolet Tahoe, 2WD, base model complete with
all manufacturer's standard equipment.
$34,593.00Lake Country Chevrolet, Inc.YesChevrolet Tahoe (CC15706-1FL) Sport Utility -
Chevrolet Tahoe, 2WD, base model complete with
all manufacturer's standard equipment.
$35,147.50North Side Chevrolet NoChevrolet Tahoe (CC15706-1FL) Sport Utility -
Chevrolet Tahoe, 2WD, base model complete with
all manufacturer's standard equipment.
$36,278.00Four Stars Auto Ranch NoChevrolet Tahoe (CC15706-1FL) Sport Utility -
Chevrolet Tahoe, 2WD, base model complete with
all manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
23 Chevrolet Suburban (CC15906-1FL)
$36,320.00Caldwell Country Chevrolet, LLC YesChevrolet Suburban (CC15906-1FL) Sport Utility -
Chevrolet Suburban, 2WD, 1/2 ton, base model
complete with all manufacturer's standard
equipment.
$37,280.00Gunn Chevrolet YesChevrolet Suburban (CC15906-1FL) Sport Utility -
Chevrolet Suburban, 2WD, 1/2 ton, base model
complete with all manufacturer's standard
equipment.
$37,295.00Lake Country Chevrolet, Inc.YesChevrolet Suburban (CC15906-1FL) Sport Utility -
Chevrolet Suburban, 2WD, 1/2 ton, base model
complete with all manufacturer's standard
equipment.
$38,306.50North Side Chevrolet NoChevrolet Bolt EV (1FB48) all electric Sport Utility -
Chevrolet Bolt EV LT base model complete with all
manufacturer's standard equipment.
$38,971.00Four Stars Auto Ranch NoChevrolet Suburban (CC15906-1FL) Sport Utility -
Chevrolet Suburban, 2WD, 1/2 ton, base model
complete with all manufacturer's standard
equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
24 Chevrolet Colorado Pickup (12M53)
$18,920.00Caldwell Country Chevrolet, LLC YesChevrolet Colorado Extended Cab (12M53) Pickup -
Extended cab, 2WD, base model complete with all
manufacturer's standard equipment.
$20,084.00Gunn Chevrolet YesChevrolet Colorado Extended Cab (12M53) Pickup -
Extended cab, 2WD, base model complete with all
manufacturer's standard equipment.
$20,269.00Lake Country Chevrolet, Inc.NoChevrolet Colorado Extended Cab (12M53) Pickup -
Extended cab, 2WD, base model complete with all
manufacturer's standard equipment.
$21,375.00Four Stars Auto Ranch NoChevrolet Colorado Extended Cab (12M53) Pickup -
Extended cab, 2WD, base model complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
25 Chevrolet Silverado 1500 Pickup (CC10903)
$17,475.00Caldwell Country Chevrolet, LLC YesChevrolet Silverado 1500 Full Size (CC10903)
Pickup - 1/2 ton, Regular Cab, 2WD, base model
complete with all manufacturer's standard
equipment.
$18,878.00Lake Country Chevrolet, Inc.NoChevrolet Silverado 1500 Full Size (CC10903)
Pickup - 1/2 ton, Regular Cab, 2WD, base model
complete with all manufacturer's standard
equipment.
$18,896.00Gunn Chevrolet NoChevrolet Silverado 1500 Full Size (CC10903)
Pickup - 1/2 ton, Regular Cab, 2WD, base model
complete with all manufacturer's standard
equipment.
$20,203.00Four Stars Auto Ranch NoChevrolet Silverado 1500 Full Size (CC10903)
Pickup - 1/2 ton, Regular Cab, 2WD, base model
complete with all manufacturer's standard
equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
26 Chevrolet Silverado 2500HD Pickup (CC20903)
$21,997.00Caldwell Country Chevrolet, LLC YesChevrolet Silverado 2500HD Full Size (CC20903)
Pickup - 3/4 ton, Heavy Duty Regular Cab, 2WD,
base model complete with all manufacturer's
standard equipment.
$23,767.00Lake Country Chevrolet, Inc.NoChevrolet Silverado 2500HD Full Size (CC20903)
Pickup - 3/4 ton, Heavy Duty Regular Cab, 2WD,
base model complete with all manufacturer's
standard equipment.
$23,862.00Gunn Chevrolet NoChevrolet Silverado 2500HD Full Size (CC20903)
Pickup - 3/4 ton, Heavy Duty Regular Cab, 2WD,
base model complete with all manufacturer's
standard equipment.
$25,053.00Four Stars Auto Ranch NoChevrolet Silverado 2500HD Full Size (CC20903)
Pickup - 3/4 ton, Heavy Duty Regular Cab, 2WD,
base model complete with all manufacturer's
standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
27 Chevrolet Silverado 3500HD Pickup (CC30903)
$23,175.00Caldwell Country Chevrolet, LLC YesChevrolet Silverado 3500HD Full Size (CC30903)
Pickup - 1 ton, Regular Cab, 2WD, base model
complete with all manufacturer's standard
equipment.
$24,712.00Lake Country Chevrolet, Inc.YesChevrolet Silverado 3500HD Full Size (CC30903)
Pickup - 1 ton, Regular Cab, 2WD, base model
complete with all manufacturer's standard
equipment.
$24,850.00Gunn Chevrolet NoChevrolet Silverado 3500HD Full Size (CC30903)
Pickup - 1 ton, Regular Cab, 2WD, base model
complete with all manufacturer's standard
equipment.
$26,150.00Four Stars Auto Ranch NoChevrolet Silverado 3500HD Full Size (CC30903)
Pickup - 1 ton, Regular Cab, 2WD, base model
complete with all manufacturer's standard
equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
28 Chevrolet Colorado Chassis Cab (12M53)
$18,440.00Caldwell Country Chevrolet, LLC YesChevrolet Colorado Chassis Extended Cab
(12M53) - Colorado Chassis Extended Cab, 2WD,
base model complete with all manufacturer's
standard equipment.
$20,133.00Gunn Chevrolet NoChevrolet Colorado Chassis Extended Cab
(12M53) - Colorado Chassis Extended Cab, 2WD,
base model complete with all manufacturer's
standard equipment.
$20,209.00Lake Country Chevrolet, Inc.NoChevrolet Colorado Chassis Extended Cab
(12M53) - Colorado Chassis Extended Cab, 2WD,
base model complete with all manufacturer's
standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
29 Chevrolet Silverado 3500HD Chassis Cab (CC31003)
$22,575.00Caldwell Country Chevrolet, LLC YesChevrolet Silverado 3500HD Chassis Cab
(CC31003) - Silverado 3500 Chassis Cab, 2WD,
Regular Cab, base model complete with all
manufacturer's standard equipment.
$24,129.00Gunn Chevrolet NoChevrolet Silverado 3500HD Chassis Cab
(CC31003) - Silverado 3500 Chassis Cab, 2WD,
Regular Cab, base model complete with all
manufacturer's standard equipment.
$24,296.00Lake Country Chevrolet, Inc.NoChevrolet Silverado 3500HD Chassis Cab
(CC31003) - Silverado 3500 Chassis Cab, 2WD,
Regular Cab, base model complete with all
manufacturer's standard equipment.
$25,226.00Four Stars Auto Ranch NoChevrolet Silverado 3500HD Chassis Cab
(CC31003) - Silverado 3500 Chassis Cab, 2WD,
Regular Cab, base model complete with all
manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
30 Chevrolet Express Cutaway (CG33503)
$17,975.00Caldwell Country Chevrolet, LLC YesChevrolet Express (CG33503) Cutaway Van -
Chevrolet Express Cutaway Van, base model
complete with all manufacturer's standard
equipment.
$19,765.00Lake Country Chevrolet, Inc.YesChevrolet Express (CG33503) Cutaway Van -
Chevrolet Express Cutaway Van, base model
complete with all manufacturer's standard
equipment.
$20,382.00Gunn Chevrolet NoChevrolet Express (CG33503) Cutaway Van -
Chevrolet Express Cutaway Van, base model
complete with all manufacturer's standard
equipment.
$21,420.00Four Stars Auto Ranch NoChevrolet Express (CG33503) Cutaway Van -
Chevrolet Express Cutaway Van, base model
complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
31 Chevrolet Tahoe Police 9C1 (PPV CC15706)
$26,975.00Caldwell Country Chevrolet, LLC YesChevrolet Tahoe (PPV CC15706) 9C1 Police
Package - 2WD, Police package with all
manufacturer's standard equipment.
$29,265.00Gunn Chevrolet NoChevrolet Tahoe (PPV CC15706) 9C1 Police
Package - 2WD, Police package with all
manufacturer's standard equipment.
$29,354.00Lake Country Chevrolet, Inc.NoChevrolet Tahoe (PPV CC15706) 9C1 Police
Package - 2WD, Police package with all
manufacturer's standard equipment.
$30,734.00Four Stars Auto Ranch NoChevrolet Tahoe (PPV CC15706) 9C1 Police
Package - 2WD, Police package with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
32 Chevrolet Camaro (1AG37)
$21,945.00Caldwell Country Chevrolet, LLC YesChevrolet Camaro (1AG37) Sport Sedan -
Chevrolet Camaro (1AG37) base model complete
with all manufacturer's standard equipment.
$24,482.00Gunn Chevrolet YesChevrolet Camaro (1AG37) Sport Sedan -
Chevrolet Camaro (1AG37) base model complete
with all manufacturer's standard equipment.
$27,348.00Lake Country Chevrolet, Inc.NoChevrolet Camaro (1AG37) Sport Sedan -
Chevrolet Camaro (1AG37) base model complete
with all manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
33 Chevrolet LCF 3500 12000 GVW (CP11003)
$26,475.00Caldwell Country Chevrolet, LLC YesChevrolet LCF 3500 12000 GVW (CP11003) -
gasoline engine, base model, complete with all
manufacturer's standard equipment.
$29,427.00Lake Country Chevrolet, Inc.NoChevrolet LCF 3500 12000 GVW (CP11003) -
gasoline engine, base model, complete with all
manufacturer's standard equipment.
$29,529.00Gunn Chevrolet NoChevrolet LCF 3500 12000 GVW (CP11003) -
gasoline engine, base model, complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
34 Chevrolet LCF 4500 14500 GVW (CP31003)
$27,675.00Caldwell Country Chevrolet, LLC YesChevrolet LCF 4500 14500 GVW (CP31003) -
gasoline engine, base model complete with all
manufacturer's standard equipment.
$30,215.00Gunn Chevrolet NoChevrolet LCF 4500 14500 GVW (CP31003) -
gasoline engine, base model complete with all
manufacturer's standard equipment.
$31,289.00Lake Country Chevrolet, Inc.NoChevrolet LCF 4500 14500 GVW (CP31003) -
gasoline engine, base model complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
35 Chevrolet LCF 5500HD 17950 GVW (CT51003)
$37,975.00Caldwell Country Chevrolet, LLC YesChevrolet LCF 5500HD 17950 GVW (CT51003) -
diesel engine, base model complete with all
manufacturer's standard equipment.
$40,494.00Gunn Chevrolet NoChevrolet LCF 5500HD 17950 GVW (CT51003) -
diesel engine, base model complete with all
manufacturer's standard equipment.
$40,991.00Lake Country Chevrolet, Inc.NoChevrolet LCF 5500HD 17950 GVW (CT51003) -
diesel engine, base model complete with all
manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
36 Chevrolet LCF 5500XD 19500 GVW (CT61003)
$38,575.00Caldwell Country Chevrolet, LLC YesChevrolet LCF 5500XD 19500 GVW (CT61003) -
diesel engine, base model complete with all
manufacturer's standard equipment.
$41,935.00Gunn Chevrolet NoChevrolet LCF 5500XD 19500 GVW (CT61003) -
diesel engine, base model complete with all
manufacturer's standard equipment.
$42,440.00Lake Country Chevrolet, Inc.NoChevrolet LCF 5500XD 19500 GVW (CT61003) -
diesel engine, base model complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
37 Chevrolet Express 2500 Cargo Van (CG23405)
$18,275.00Caldwell Country Chevrolet, LLC YesChevrolet Express 2500 (CG23405) Full Size Cargo
Van - Chevrolet Express, base model complete
with all manufacturer's standard equipment.
$20,032.00Gunn Chevrolet NoChevrolet Express 2500 (CG23405) Full Size Cargo
Van - Chevrolet Express, base model complete
with all manufacturer's standard equipment.
$20,313.00Lake Country Chevrolet, Inc.NoChevrolet Express 2500 (CG23405) Full Size Cargo
Van - Chevrolet Express, base model complete
with all manufacturer's standard equipment.
$21,372.00Four Stars Auto Ranch NoChevrolet Express 2500 (CG23405) Full Size Cargo
Van - Chevrolet Express, base model complete
with all manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
38 Chevrolet BOLT 1FB48
$28,975.00Caldwell Country Chevrolet, LLC YesChevrolet Bolt EV (1FB48) all electric Sport Utility -
Chevrolet Bolt EV LT base model complete with all
manufacturer's standard equipment.
$30,427.00Gunn Chevrolet NoChevrolet Bolt EV (1FB48) all electric Sport Utility -
Chevrolet Bolt EV LT base model complete with all
manufacturer's standard equipment.
$31,546.08North Side Chevrolet NoChevrolet Bolt EV (1FB48) all electric Sport Utility -
Chevrolet Bolt EV LT base model complete with all
manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
39 Chevrolet Express 2500 Passenger Van (CG23406)
$20,875.00Caldwell Country Chevrolet, LLC YesChevrolet Express 2500 (CG23406) Full Size
Passenger Van - Chevrolet Express base model
complete with all manufacturer's standard
equipment.
$22,449.00Gunn Chevrolet YesChevrolet Express 2500 (CG23406) Full Size
Passenger Van - Chevrolet Express base model
complete with all manufacturer's standard
equipment.
$23,494.00Four Stars Auto Ranch NoChevrolet Express 2500 (CG23406) Full Size
Passenger Van - Chevrolet Express base model
complete with all manufacturer's standard
equipment.
$24,368.00Lake Country Chevrolet, Inc.NoChevrolet Express 2500 (CG23406) Full Size
Passenger Van - Chevrolet Express base model
complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
40 Chevrolet 4500 Silverado Medium Duty (CC56403)
$35,470.00Caldwell Country Chevrolet, LLC YesChevrolet Silverado Medium Duty (CC56403)
Silverado 4500 - Medium Duty Chassis Cab, 16,000
GVWR Minimum, base model complete with all
manufacturer's standard equipment.
$38,456.00Lake Country Chevrolet, Inc.NoChevrolet Silverado Medium Duty (CC56403)
Silverado 4500 - Medium Duty Chassis Cab, 16,000
GVWR Minimum, base model complete with all
manufacturer's standard equipment.
$39,034.00Gunn Chevrolet NoChevrolet Silverado Medium Duty (CC56403)
Silverado 4500 - Medium Duty Chassis Cab, 16,000
GVWR Minimum, base model complete with all
manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
41 Chevrolet 5500 Silverado Medium Duty (CC56403)
$36,175.00Caldwell Country Chevrolet, LLC YesChevrolet Silverado Medium Duty (CC56403)
Silverado 5500- Medium Duty Chassis Cab 18,000
GVWR Minimum, base model complete with all
manufacturer's standard equipment.
$37,993.00Lake Country Chevrolet, Inc.NoChevrolet Silverado Medium Duty (CC56403)
Silverado 5500- Medium Duty Chassis Cab 18,000
GVWR Minimum, base model complete with all
manufacturer's standard equipment.
$38,889.00Gunn Chevrolet NoChevrolet Silverado Medium Duty (CC56403)
Silverado 5500- Medium Duty Chassis Cab 18,000
GVWR Minimum, base model complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
42 Chevrolet 6500 Silverado Medium Duty (CC56403)
$39,385.00Caldwell Country Chevrolet, LLC YesChevrolet Silverado Medium Duty (CC56403)
Silverado 6500 - Medium Duty Chassis Cab, 21,000
GVWR Minimum, base model complete with all
manufacturer's standard equipment.
$41,579.00Lake Country Chevrolet, Inc.NoChevrolet Silverado Medium Duty (CC56403)
Silverado 6500 - Medium Duty Chassis Cab, 21,000
GVWR Minimum, base model complete with all
manufacturer's standard equipment.
$42,245.00Gunn Chevrolet NoChevrolet Silverado Medium Duty (CC56403)
Silverado 6500 - Medium Duty Chassis Cab, 21,000
GVWR Minimum, base model complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
43 Chevrolet Blazer (1NH26)
$28,275.00Caldwell Country Chevrolet, LLC YesChevrolet Blazer (1NH26) Sport Utility - Chevrolet
Blazer base model complete with all
manufacturer's standard equipment.
$28,928.00Lake Country Chevrolet, Inc.YesChevrolet Blazer (1NH26) Sport Utility - Chevrolet
Blazer base model complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
44 GMC Terrain (TLX26)
$21,589.00Gunn Buick, GMC Ltd.YesGMC Terrain (TLX26) Sport Utility - GMC Terrain
SLE base model complete with all manufacturer's
standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
45 GMC Yukon (TC15706)
$37,088.00Gunn Buick, GMC Ltd.YesGMC Yukon (TC15706) Sport Utility - GMC Yukon
SLE base model complete with all manufacturer's
standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
46 GMC Canyon Pickup (T2M53)
$20,697.00Gunn Buick, GMC Ltd.YesGMC Canyon Extended Cab (T2M53) Pickup -
Extended cab, 2WD, base model complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
47 GMC Sierra Pickup (TC10703)
$19,910.00Gunn Buick, GMC Ltd.YesGMC Sierra Full Size Pickup (TC10703) - 1/2 ton,
Regular Cab, 2WD, base model complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
48 GMC Sierra 2500HD Pickup (TC20903)
$25,039.00Gunn Buick, GMC Ltd.YesGMC Sierra 2500HD Full Size (TC20903) Pickup -
3/4 ton, Heavy Duty Regular Cab, 2WD, base
model complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
49 GMC Sierra 3500HD Pickup (TC30903)
$26,163.00Gunn Buick, GMC Ltd.YesGMC Sierra 2500HD Full Size (TC30903) Pickup - 1
ton, Heavy Duty Regular Cab, 2WD, base model
complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
50 Buick Encore (4JU76)
$22,043.00Gunn Buick, GMC Ltd.YesBuick Encore (4JU76) Sport Utility - Buick Encore
1SB base model complete with all manufacturer's
standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
51 Buick Enclave (4NB56) FWD
$33,698.00Gunn Buick, GMC Ltd.YesBuick Enclave (4NB56) FWD Sport Utility - Buick
Enclave 1SD base model complete with all
manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
57 Not to Exceed Hourly Labor Rate for Vehicle Installation or Repair Service (Chevrolet, GMC, Buick)
$75.00Lake Country Chevrolet, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service
$75.00MHQ West YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Pursuit Safety, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Texas Truck A/C, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$90.00Main Street Installers YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$90.00Caldwell Country Chevrolet, LLC YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$95.00Spring Klein Auto & Truck YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$115.00Gunn Chevrolet YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$115.00Gunn Buick, GMC Ltd.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$120.00North Side Chevrolet NoHourly Labor Rate for Vehicle Installation or Repair
Service.
Bid PriceVendor AwardVendor Brand and Model Number
58 Not to Exceed Hourly Labor Rate for Paint and Body Repair (Chevrolet, GMC, Buick)
$42.00Spring Klein Auto & Truck YesHourly Labor Rate for Paint and Body Repair.
$44.00Gunn Chevrolet YesHourly Labor Rate for Paint and Body Repair.
$44.00Gunn Buick, GMC Ltd.YesHourly Labor Rate for Paint and Body Repair.
$75.00Lake Country Chevrolet, Inc.YesHourly Labor Rate for Paint and Body Repair.
$90.00Caldwell Country Chevrolet, LLC YesHourly Labor Rate for Paint and Body Repair.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Paint and Body Repair.
$120.00North Side Chevrolet NoHourly Labor Rate for Paint and Body Repair.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
59 Per Mile Delivery Fee for Vehicles, Trucks, or Motorcycles (Chevrolet, GMC, Buick)
$1.00North Side Chevrolet NoPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
$1.15Four Stars Auto Ranch NoPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
$1.60Gunn Buick, GMC Ltd.YesPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
$2.00Lake Country Chevrolet, Inc.YesPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
$2.85Caldwell Country Chevrolet, LLC YesPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
Bid PriceVendor AwardVendor Brand and Model Number
60 Chrysler 300 Sedan (LXCH48)
$24,895.00Moore CDJR YesChrysler 300 (LXCH48) Sedan - Base sedan model,
3.6L, 8 speed automatic, flex fuel with 6 cyl
engine, complete with all manufacturer's standard
equipment.
$25,145.00Grapevine DCJ, LLC NoChrysler 300 (LXCH48) Sedan - Base sedan model,
3.6L, 8 speed automatic, flex fuel with 6 cyl
engine, complete with all manufacturer's standard
equipment.
$25,196.00Four Stars DCJR NoChrysler 300 (LXCH48) Sedan - Base sedan model,
3.6L, 8 speed automatic, flex fuel with 6 cyl
engine, complete with all manufacturer's standard
equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
61 Chrylser Pacifica
$27,704.00Chastang Enterprises, Inc.YesChrysler Pacifica Passenger Van - Base model,
standard 9 speed automatic transmission, on all
trim levels, complete with all manufacturer's
standard equipment.
$28,500.00Moore CDJR NoChrysler Pacifica Passenger Van - Base model,
standard 9 speed automatic transmission, on all
trim levels, complete with all manufacturer's
standard equipment.
$28,654.00Dodge City Of McKinney NoChrysler Pacifica Passenger Van - Base model,
standard 9 speed automatic transmission, on all
trim levels, complete with all manufacturer's
standard equipment.
$28,654.00Grapevine DCJ, LLC NoChrysler Pacifica Passenger Van - Base model,
standard 9 speed automatic transmission, on all
trim levels, complete with all manufacturer's
standard equipment.
$29,004.00Four Stars DCJR NoChrysler 300 (LXCH48) Sedan - Base sedan model,
3.6L, 8 speed automatic, flex fuel with 6 cyl
engine, complete with all manufacturer's standard
equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
62 Dodge Charger (LDDM48)
$21,875.00Chastang Enterprises, Inc.YesDodge Charger (LDDM48) Sedan - Base model,
3.6L, 8 speed Automatic, standard on all trim
levels and platforms on charger, flex fuel on 6 cyl
engine configuration, complete with all
manufacturer's standard equipment.
$22,670.00Moore CDJR NoDodge Charger (LDDM48) Sedan - Base model,
3.6L, 8 speed Automatic, standard on all trim
levels and platforms on charger, flex fuel on 6 cyl
engine configuration, complete with all
manufacturer's standard equipment.
$22,750.00Dodge City Of McKinney NoDodge Charger (LDDM48) Sedan - Base model,
3.6L, 8 speed Automatic, standard on all trim
levels and platforms on charger, flex fuel on 6 cyl
engine configuration, complete with all
manufacturer's standard equipment.
$22,850.00Grapevine DCJ, LLC NoDodge Charger (LDDM48) Sedan - Base model,
3.6L, 8 speed Automatic, standard on all trim
levels and platforms on charger, flex fuel on 6 cyl
engine configuration, complete with all
manufacturer's standard equipment.
$23,175.00Four Stars DCJR NoDodge Charger (LDDM48) Sedan - Base model,
3.6L, 8 speed Automatic, standard on all trim
levels and platforms on charger, flex fuel on 6 cyl
engine configuration, complete with all
manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
63 Dodge Charger Pursuit-Police Package (LDDE48)
$20,733.00Chastang Enterprises, Inc.YesDodge Charger (LDDE48) Pursuit Police Package -
Base model, 3.6L, flex fuel vehicle on 6 cyl model,
292 horsepower, complete with all manufactuer's
standard equipment.
$21,733.00Grapevine DCJ, LLC YesDodge Charger (LDDE48) Pursuit Police Package -
Base model, 3.6L, flex fuel vehicle on 6 cyl model,
292 horsepower, complete with all manufactuer's
standard equipment.
$21,900.00Moore CDJR NoDodge Charger (LDDE48) Pursuit Police Package -
Base model, 3.6L, flex fuel vehicle on 6 cyl model,
292 horsepower, complete with all manufactuer's
standard equipment.
$21,983.00Dodge City Of McKinney NoDodge Charger (LDDE48) Pursuit Police Package -
Base model, 3.6L, flex fuel vehicle on 6 cyl model,
292 horsepower, complete with all manufactuer's
standard equipment.
$22,433.00Four Stars DCJR NoDodge Charger (LDDE48) Pursuit Police Package -
Base model, 3.6L, flex fuel vehicle on 6 cyl model,
292 horsepower, complete with all manufactuer's
standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
64 Dodge Challenger (LCDH22)
$26,390.00Moore CDJR YesDodge Challenger (LCDH22) Specialty Vehicle -
Base model complete with all manufactuer's
standard equipment.
$27,538.00Grapevine DCJ, LLC NoDodge Challenger (LCDH22) Specialty Vehicle -
Base model complete with all manufactuer's
standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
65 Dodge Grand Caravan (RTKH53)
$19,533.00Chastang Enterprises, Inc.YesDodge Grand Caravan (RTKH53) Passenger Van -
3.6L V6 automatic, rear A/C, flex fuel, SE Base
Model with 29E package complete with all
manufacturer's standard equipment.
$20,730.00Moore CDJR NoDodge Grand Caravan (RTKH53) Passenger Van -
3.6L V6 automatic, rear A/C, flex fuel, SE Base
Model with 29E package complete with all
manufacturer's standard equipment.
$20,933.00Grapevine DCJ, LLC NoDodge Grand Caravan (RTKH53) Passenger Van -
3.6L V6 automatic, rear A/C, flex fuel, SE Base
Model with 29E package complete with all
manufacturer's standard equipment.
$20,934.00Dodge City Of McKinney NoDodge Grand Caravan (RTKH53) Passenger Van -
3.6L V6 automatic, rear A/C, flex fuel, SE Base
Model with 29E package complete with all
manufacturer's standard equipment.
$21,233.00Four Stars DCJR NoDodge Grand Caravan (RTKH53) Passenger Van -
3.6L V6 automatic, rear A/C, flex fuel, SE Base
Model with 29E package complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
66 Dodge Journey (JCDH49)
$16,884.00Chastang Enterprises, Inc.YesDodge Journey (JCDH49) Mid-Size Crossover -
Front wheel drive, 2.4L DOHC, flex fuel, SE Base
Model with 29E package complete with all
manufacturer's standard equipment.
$17,990.00Moore CDJR YesDodge Journey (JCDH49) Mid-Size Crossover -
Front wheel drive, 2.4L DOHC, flex fuel, SE Base
Model with 29E package complete with all
manufacturer's standard equipment.
$18,183.00Four Stars DCJR YesDodge Journey (JCDH49) Mid-Size Crossover -
Front wheel drive, 2.4L DOHC, flex fuel, SE Base
Model with 29E package complete with all
manufacturer's standard equipment.
$20,933.00Grapevine DCJ, LLC NoDodge Journey (JCDH49) Mid-Size Crossover -
Front wheel drive, 2.4L DOHC, flex fuel, SE Base
Model with 29E package complete with all
manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
67 Dodge Durango (WDDL75)
$23,419.00Chastang Enterprises, Inc.YesDodge Durango (WDDL75) Sport Utility - Base
Model, rear wheel drive, 3.6L V6 Engine, Flex Fuel,
complete with all manufacturer's standard
equipment.
$24,420.00Moore CDJR NoDodge Durango (WDDL75) Sport Utility - Base
Model, rear wheel drive, 3.6L V6 Engine, Flex Fuel,
complete with all manufacturer's standard
equipment.
$24,569.00Dodge City Of McKinney NoDodge Durango (WDDL75) Sport Utility - Base
Model, rear wheel drive, 3.6L V6 Engine, Flex Fuel,
complete with all manufacturer's standard
equipment.
$24,619.00Grapevine DCJ, LLC NoDodge Durango (WDDL75) Sport Utility - Base
Model, rear wheel drive, 3.6L V6 Engine, Flex Fuel,
complete with all manufacturer's standard
equipment.
$24,919.00Four Stars DCJR NoDodge Durango (WDDL75) Sport Utility - Base
Model, rear wheel drive, 3.6L V6 Engine, Flex Fuel,
complete with all manufacturer's standard
equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
68 Dodge Durango Special Service (WDDE75)
$24,336.00Chastang Enterprises, Inc.YesDodge Durango (WDDE75) Full Size SUV Special
Service - Base Model, rear wheel drive, 3.6L
Engine, 6-cyl standard, 8 speed automatic
standard, complete with all manufacturer's
standard equipment.
$25,405.00Moore CDJR NoDodge Durango (WDDE75) Full Size SUV Special
Service - Base Model, rear wheel drive, 3.6L
Engine, 6-cyl standard, 8 speed automatic
standard, complete with all manufacturer's
standard equipment.
$25,565.00Dodge City Of McKinney NoDodge Durango (WDDE75) Full Size SUV Special
Service - Base Model, rear wheel drive, 3.6L
Engine, 6-cyl standard, 8 speed automatic
standard, complete with all manufacturer's
standard equipment.
$25,636.00Grapevine DCJ, LLC NoDodge Durango (WDDE75) Full Size SUV Special
Service - Base Model, rear wheel drive, 3.6L
Engine, 6-cyl standard, 8 speed automatic
standard, complete with all manufacturer's
standard equipment.
$25,936.00Four Stars DCJR NoDodge Durango (WDDE75) Full Size SUV Special
Service - Base Model, rear wheel drive, 3.6L
Engine, 6-cyl standard, 8 speed automatic
standard, complete with all manufacturer's
standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
69 Dodge Durango AWD V-6 Pursuit-Police Package (WDEE75)
$26,762.00Chastang Enterprises, Inc.YesDodge Durango (WDEE75) AWD V-6 Pursuit Police
Package - Base Model, AWD, 3.6L V-6 Engine, 8
speed automatic standard, complete with all
manufacturer's standard equipment.
$27,990.00Moore CDJR NoDodge Durango (WDEE75) AWD V-6 Pursuit Police
Package - Base Model, AWD, 3.6L V-6 Engine, 8
speed automatic standard, complete with all
manufacturer's standard equipment.
$28,037.00Dodge City Of McKinney NoDodge Durango (WDEE75) AWD V-6 Pursuit Police
Package - Base Model, AWD, 3.6L V-6 Engine, 8
speed automatic standard, complete with all
manufacturer's standard equipment.
$28,162.00Grapevine DCJ, LLC NoDodge Durango (WDEE75) AWD V-6 Pursuit Police
Package - Base Model, AWD, 3.6L V-6 Engine, 8
speed automatic standard, complete with all
manufacturer's standard equipment.
$28,462.00Four Stars DCJR NoDodge Durango (WDEE75) AWD V-6 Pursuit Police
Package - Base Model, AWD, 3.6L V-6 Engine, 8
speed automatic standard, complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
70 Dodge RAM 1500 Special Services (DS6T98)
$24,994.00Chastang Enterprises, Inc.YesDodge RAM 1500 (DS6T98) Special Services
Pickup - Base Model, Crew Cab, 4X4, 5.7L V8
Hemi, 6 speed automatic, complete with all
manufacturer's standard equipment.
$25,790.00Moore CDJR NoDodge RAM 1500 (DS6T98) Special Services
Pickup - Base Model, Crew Cab, 4X4, 5.7L V8
Hemi, 6 speed automatic, complete with all
manufacturer's standard equipment.
$25,869.00Dodge City Of McKinney NoDodge RAM 1500 (DS6T98) Special Services
Pickup - Base Model, Crew Cab, 4X4, 5.7L V8
Hemi, 6 speed automatic, complete with all
manufacturer's standard equipment.
$25,943.00Grapevine DCJ, LLC NoDodge RAM 1500 (DS6T98) Special Services
Pickup - Base Model, Crew Cab, 4X4, 5.7L V8
Hemi, 6 speed automatic, complete with all
manufacturer's standard equipment.
$26,294.00Four Stars DCJR NoDodge RAM 1500 (DS6T98) Special Services
Pickup - Base Model, Crew Cab, 4X4, 5.7L V8
Hemi, 6 speed automatic, complete with all
manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
71 Dodge RAM Tradesman 1500 (DS1L61)
$17,438.00Chastang Enterprises, Inc.YesDodge RAM Tradesman 1500 (DS1L61) Full Size
Pickup - ST Base Model, 1/2 ton, Regular Cab, 4X2,
3.6L V6, 8 speed automatic, short bed, with flex
fuel availability, complete with all manufacturer's
standard equipment.
$17,888.00Grapevine DCJ, LLC YesDodge RAM Tradesman 1500 (DS1L61) Full Size
Pickup - ST Base Model, 1/2 ton, Regular Cab, 4X2,
3.6L V6, 8 speed automatic, short bed, with flex
fuel availability, complete with all manufacturer's
standard equipment.
$18,300.00Moore CDJR NoDodge RAM Tradesman 1500 (DS1L61) Full Size
Pickup - ST Base Model, 1/2 ton, Regular Cab, 4X2,
3.6L V6, 8 speed automatic, short bed, with flex
fuel availability, complete with all manufacturer's
standard equipment.
$18,439.00Dodge City Of McKinney NoDodge RAM Tradesman 1500 (DS1L61) Full Size
Pickup - ST Base Model, 1/2 ton, Regular Cab, 4X2,
3.6L V6, 8 speed automatic, short bed, with flex
fuel availability, complete with all manufacturer's
standard equipment.
$18,838.00Four Stars DCJR NoDodge RAM Tradesman 1500 (DS1L61) Full Size
Pickup - ST Base Model, 1/2 ton, Regular Cab, 4X2,
3.6L V6, 8 speed automatic, short bed, with flex
fuel availability, complete with all manufacturer's
standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
72 Dodge RAM Tradesman 2500 (DJ2L62)
$22,566.00Chastang Enterprises, Inc.YesDodge RAM Tradesman 2500 (DJ2L62) Full Size
Pickup - ST Base Model, 3/4 ton, regular cab, 4X2,
5.7L V8, automatic, complete with all
manufacturer's standard equipment.
$23,966.00Grapevine DCJ, LLC YesDodge RAM Tradesman 2500 (DJ2L62) Full Size
Pickup - ST Base Model, 3/4 ton, regular cab, 4X2,
5.7L V8, automatic, complete with all
manufacturer's standard equipment.
$24,416.00Dodge City Of McKinney YesDodge RAM Tradesman 2500 (DJ2L62) Full Size
Pickup - ST Base Model, 3/4 ton, regular cab, 4X2,
5.7L V8, automatic, complete with all
manufacturer's standard equipment.
$24,866.00Four Stars DCJR NoDodge RAM Tradesman 2500 (DJ2L62) Full Size
Pickup - ST Base Model, 3/4 ton, regular cab, 4X2,
5.7L V8, automatic, complete with all
manufacturer's standard equipment.
$27,360.00Moore CDJR NoDodge RAM Tradesman 2500 (DJ2L62) Full Size
Pickup - ST Base Model, 3/4 ton, regular cab, 4X2,
5.7L V8, automatic, complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
73 Dodge RAM Tradesman 3500 (D23L62)
$23,441.00Chastang Enterprises, Inc.YesDodge RAM Tradesman 3500 (D23L62) Full Size
Pickup - ST Base Model, 1 ton, regular cab, 4X2,
5.7L V8, automatic, regular bed, complete with all
manufacturer's standard equipment.
$24,741.00Grapevine DCJ, LLC YesDodge RAM Tradesman 3500 (D23L62) Full Size
Pickup - ST Base Model, 1 ton, regular cab, 4X2,
5.7L V8, automatic, regular bed, complete with all
manufacturer's standard equipment.
$25,200.00Moore CDJR NoDodge RAM Tradesman 3500 (D23L62) Full Size
Pickup - ST Base Model, 1 ton, regular cab, 4X2,
5.7L V8, automatic, regular bed, complete with all
manufacturer's standard equipment.
$25,376.00Dodge City Of McKinney NoDodge RAM Tradesman 3500 (D23L62) Full Size
Pickup - ST Base Model, 1 ton, regular cab, 4X2,
5.7L V8, automatic, regular bed, complete with all
manufacturer's standard equipment.
$25,741.00Four Stars DCJR NoDodge RAM Tradesman 3500 (D23L62) Full Size
Pickup - ST Base Model, 1 ton, regular cab, 4X2,
5.7L V8, automatic, regular bed, complete with all
manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
74 Dodge RAM Tradesman 3500 Chassis Cab (DL3L63)
$23,998.00Chastang Enterprises, Inc.YesDodge RAM Tradesman 3500 (DL3L63) Chassis
Cab - ST Base model with 6.4L V8, automatic,
complete with all manufacturer's standard
equipment.
$25,498.00Grapevine DCJ, LLC NoDodge RAM Tradesman 3500 (DL3L63) Chassis
Cab - ST Base model with 6.4L V8, automatic,
complete with all manufacturer's standard
equipment.
$25,990.00Moore CDJR NoDodge RAM Tradesman 3500 (DL3L63) Chassis
Cab - ST Base model with 6.4L V8, automatic,
complete with all manufacturer's standard
equipment.
$26,073.00Dodge City Of McKinney NoDodge RAM Tradesman 3500 (DL3L63) Chassis
Cab - ST Base model with 6.4L V8, automatic,
complete with all manufacturer's standard
equipment.
$26,498.00Four Stars DCJR NoDodge RAM Tradesman 3500 (DL3L63) Chassis
Cab - ST Base model with 6.4L V8, automatic,
complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
75 Dodge RAM 4500 Chassis Cab (DP4L63)
$28,048.00Chastang Enterprises, Inc.YesDodge RAM 4500 (DP4L63) Chassis Cab - Base
model with 6.4L V8, automatic, gas engine,
complete with all manufacturer's standard
equipment.
$29,448.00Grapevine DCJ, LLC NoDodge RAM 4500 (DP4L63) Chassis Cab - Base
model with 6.4L V8, automatic, gas engine,
complete with all manufacturer's standard
equipment.
$30,247.00Dodge City Of McKinney NoDodge RAM 4500 (DP4L63) Chassis Cab - Base
model with 6.4L V8, automatic, gas engine,
complete with all manufacturer's standard
equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
76 Dodge RAM 4500 Chassis Crew Cab (DP4L93)
$30,425.00Chastang Enterprises, Inc.YesDodge RAM 4500 (DP4L93) Chassis Crew Cab --
Base model with 6.4L V8, automatic, gas engine,
complete with all manufacturer's standard
equipment.
$32,024.00Grapevine DCJ, LLC NoDodge RAM 4500 (DP4L93) Chassis Crew Cab --
Base model with 6.4L V8, automatic, gas engine,
complete with all manufacturer's standard
equipment.
$32,826.00Dodge City Of McKinney NoDodge RAM 4500 (DP4L93) Chassis Crew Cab --
Base model with 6.4L V8, automatic, gas engine,
complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
77 Dodge RAM 5500 Chassis Cab (DP5L63)
$28,806.00Chastang Enterprises, Inc.YesDodge RAM 5500 (DP5L63) Chassis Cab - Base
model with 6.4L V8, automatic, gas engine,
complete with all manufacturer's standard
equipment.
$29,306.00Grapevine DCJ, LLC YesDodge RAM 5500 (DP5L63) Chassis Cab - Base
model with 6.4L V8, automatic, gas engine,
complete with all manufacturer's standard
equipment.
$31,106.00Dodge City Of McKinney NoDodge RAM 5500 (DP5L63) Chassis Cab - Base
model with 6.4L V8, automatic, gas engine,
complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
78 Dodge RAM 5500 Chassis Crew Cab (DP5L93)
$33,185.00Grapevine DCJ, LLC YesDodge RAM 5500 (DP5L93) Chassis Crew Cab -
Base model with 6.4L V8, automatic, gas engine,
complete with all manufacturer's standard
equipment.
$33,861.00Chastang Enterprises, Inc.NoDodge RAM 5500 (DP5L93) Chassis Crew Cab -
Base model with 6.4L V8, automatic, gas engine,
complete with all manufacturer's standard
equipment.
$33,934.00Dodge City Of McKinney NoDodge RAM 5500 (DP5L93) Chassis Crew Cab -
Base model with 6.4L V8, automatic, gas engine,
complete with all manufacturer's standard
equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
79 Dodge RAM Promaster Van (Cargo Van)
$19,103.00Chastang Enterprises, Inc.YesDodge RAM Promaster Van - Base model, 3.6L V6
engine, 6-spd Automactic, complete with all
manufacturer's standard equipment.
$20,503.00Grapevine DCJ, LLC NoDodge RAM Promaster Van - Base model, 3.6L V6
engine, 6-spd Automactic, complete with all
manufacturer's standard equipment.
$20,878.00Dodge City Of McKinney NoDodge RAM Promaster Van - Base model, 3.6L V6
engine, 6-spd Automactic, complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
80 Dodge RAM Promaster Van (Window Van)
$25,008.00Chastang Enterprises, Inc.YesDodge RAM Promaster Van - Base model, 3.6L V6
engine, 6-spd automatic, complete with all
manufacturer's standard equipment.
$25,858.00Dodge City Of McKinney NoDodge RAM Promaster Van - Base model, 3.6L V6
engine, 6-spd automatic, complete with all
manufacturer's standard equipment.
$26,008.00Grapevine DCJ, LLC NoDodge RAM Promaster Van - Base model, 3.6L V6
engine, 6-spd automatic, complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
81 Dodge RAM Promaster Van (Cuttaway Chassis)
$18,713.00Chastang Enterprises, Inc.YesDodge RAM Promaster Van - Base model, 3.6L V6
engine, complete with all manufacturer's standard
equipment.
$20,013.00Grapevine DCJ, LLC NoDodge RAM Promaster Van - Base model, 3.6L V6
engine, complete with all manufacturer's standard
equipment.
$20,213.00Dodge City Of McKinney NoDodge RAM Promaster Van - Base model, 3.6L V6
engine, complete with all manufacturer's standard
equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
82 Jeep Grand Cherokee Laredo (WKTH74)
$23,119.00Chastang Enterprises, Inc.YesJeep Grand Cherokee Laredo (WKTH74) Sport
Utility - Base model, Rear wheel drive, 3.6L V6
engine with 8 speed automatic, 4x2, complete with
all manufacturer's standard equipment.
$23,870.00Moore CDJR YesJeep Grand Cherokee Laredo (WKTH74) Sport
Utility - Base model, Rear wheel drive, 3.6L V6
engine with 8 speed automatic, 4x2, complete with
all manufacturer's standard equipment.
$24,019.00Grapevine DCJ, LLC NoJeep Grand Cherokee Laredo (WKTH74) Sport
Utility - Base model, Rear wheel drive, 3.6L V6
engine with 8 speed automatic, 4x2, complete with
all manufacturer's standard equipment.
$24,369.00Four Stars DCJR NoJeep Grand Cherokee Laredo (WKTH74) Sport
Utility - Base model, Rear wheel drive, 3.6L V6
engine with 8 speed automatic, 4x2, complete with
all manufacturer's standard equipment.
$24,369.00Dodge City Of McKinney NoJeep Grand Cherokee Laredo (WKTH74) Sport
Utility - Base model, Rear wheel drive, 3.6L V6
engine with 8 speed automatic, 4x2, complete with
all manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
83 Jeep Renegade
$18,407.00Chastang Enterprises, Inc.YesJeep Renegade Sport Utility - Base model, 1.4L I4
Multi Air Engine with A/C, complete with all
manufacturer's standard equipment.
$19,200.00Moore CDJR YesJeep Renegade Sport Utility - Base model, 1.4L I4
Multi Air Engine with A/C, complete with all
manufacturer's standard equipment.
$19,307.00Grapevine DCJ, LLC YesJeep Renegade Sport Utility - Base model, 1.4L I4
Multi Air Engine with A/C, complete with all
manufacturer's standard equipment.
$19,657.00Four Stars DCJR YesJeep Renegade Sport Utility - Base model, 1.4L I4
Multi Air Engine with A/C, complete with all
manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
84 Jeep Wrangler (JLJL72)
$26,032.00Chastang Enterprises, Inc.YesJeep Wrangler (JLJL72) Sport Utility - Base model,
3.6L V6 engine, complete with all manufacturer's
standard equipment.
$26,682.00Grapevine DCJ, LLC YesJeep Wrangler (JLJL72) Sport Utility - Base model,
3.6L V6 engine, complete with all manufacturer's
standard equipment.
$26,790.00Moore CDJR NoJeep Wrangler (JLJL72) Sport Utility - Base model,
3.6L V6 engine, complete with all manufacturer's
standard equipment.
$27,282.00Four Stars DCJR NoJeep Wrangler (JLJL72) Sport Utility - Base model,
3.6L V6 engine, complete with all manufacturer's
standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
85 Jeep Cherokee LATTITUDE (KLTM74)
$21,035.00Chastang Enterprises, Inc.YesJeep Cherokee LATTIUDE (KLTM74) - Base model,
3.6L,
2.4 Liter engine, 9-Spd automatic, Flex Fuel
Vehicle, complete with all manufacturer's standard
equipment.
$21,505.00Grapevine DCJ, LLC YesJeep Cherokee LATTIUDE (KLTM74) - Base model,
3.6L,
2.4 Liter engine, 9-Spd automatic, Flex Fuel
Vehicle, complete with all manufacturer's standard
equipment.
$21,550.00Moore CDJR NoJeep Cherokee LATTIUDE (KLTM74) - Base model,
3.6L,
$22,035.00Four Stars DCJR NoJeep Cherokee LATTIUDE (KLTM74) - Base model,
3.6L,
2.4 Liter engine, 9-Spd automatic, Flex Fuel
Vehicle, complete with all manufacturer's standard
equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
91 Not to Exceed Hourly Labor Rate for Vehicle Installation or Repair Service (Chrysler, Dodge, Jeep)
$60.00Dodge City Of McKinney YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$70.00Moore CDJR YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$75.00MHQ West YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Texas Truck A/C, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Pursuit Safety, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$90.00Main Street Installers YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$95.00Spring Klein Auto & Truck YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$110.00East Texas Truck Systems NoHourly Labor Rate for Vehicle Installation or Repair
Service.
$125.00Grapevine DCJ, LLC YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$138.50Chastang Enterprises, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
92 Not to Exceed Hourly Labor Rate for Paint and Body Repair (Chrysler, Dodge, Jeep)
$0.00Chastang Enterprises, Inc.YesHourly Labor Rate for Paint and Body Repair of
Vehicles, Heavy Duty Trucks, and Police
Motorcycles .
$42.00Spring Klein Auto & Truck YesHourly Labor Rate for Paint and Body Repair of
Vehicles, Heavy Duty Trucks, and Police
Motorcycles .
$60.00Dodge City Of McKinney YesHourly Labor Rate for Paint and Body Repair of
Vehicles, Heavy Duty Trucks, and Police
Motorcycles .
$70.00Moore CDJR YesHourly Labor Rate for Paint and Body Repair of
Vehicles, Heavy Duty Trucks, and Police
Motorcycles .
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Paint and Body Repair of
Vehicles, Heavy Duty Trucks, and Police
Motorcycles .
$110.00East Texas Truck Systems NoHourly Labor Rate for Paint and Body Repair of
Vehicles, Heavy Duty Trucks, and Police
Motorcycles .
Bid PriceVendor AwardVendor Brand and Model Number
93 Per Mile Delivery Fee for Vehicles, Trucks, or Motorcycles (Chrysler, Dodge, Jeep)
$0.60Grapevine DCJ, LLC YesPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
$1.00Dodge City Of McKinney YesPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
$1.15Four Stars DCJR YesPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
$1.95Moore CDJR YesPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
$2.75Chastang Enterprises, Inc.YesPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
$3.50East Texas Truck Systems NoPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
Bid PriceVendor AwardVendor Brand and Model Number
94 Crane Carrier LET2
$157,156.00Bond Equipment Company, Inc.YesCrane Carrier LET2 - Low Entry Tilt Cab, Cummins
ISL9- 270, 270 HP engine, Allison 3500 RDS
transmission, front axle 20,000lbs, single rear axle
26,000lbs, complete with all manufacturer's
standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
95 Crane Carrier LET2 Crew Cab 4X2
$163,364.00Bond Equipment Company, Inc.YesCrane Carrier LET2 Crew Cab 4X2 - Low Entry Tilt
Crew Cab, Cummins ISL9-270, 270 HP engine,
Allison 3500 RDS transmission, front axle
20,000lbs, single rear axle 26,000lbs, complete
with all manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
96 Crane Carrier COE 4X2
$160,182.00Bond Equipment Company, Inc.YesCrane Carrier COE 4X2 - Cab Over, Cummins ISL9-
270, 270 HP engine, Allison 3500 RDS
transmission, front axle 20,000lbs, single rear axle
26,000lbs, complete with all manufacturer's
standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
97 Crane Carrier LDT2 4X2
$169,447.00Bond Equipment Company, Inc.YesCrane Carrier LDT2 4X2 - Low Entry Drop Frame
Tilt Cab, Cummins ISL9-270, 270 HP engine,
Allison 3500 RDS transmission, front axle
20,000lbs, single rear axle 26,000lbs, complete
with all manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
98 Crane Carrier LDT2 6X4
$164,626.00Kyrish Truck Center of Austin YesCrane Carrier LDT2 6X4 - Low Entry Drop Frame
Tilt Cab, Cummins ISL9-270, 270 HP engine,
Allison 3500 RDS transmission, front axle
20,000lbs, tandem rear axle 40,000lbs, complete
with all manufacturer's standard equipment.
$164,626.00McCandless Truck Center, LLC YesCrane Carrier LDT2 6X4 - Low Entry Drop Frame
Tilt Cab, Cummins ISL9-270, 270 HP engine,
Allison 3500 RDS transmission, front axle
20,000lbs, tandem rear axle 40,000lbs, complete
with all manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
99 Crane Carrier LET2 6X4
$150,308.00McCandless Truck Center, LLC YesCrane Carrier LET2 6X4 - Low Entry Tilt Cab,
Cummins ISL9-270, 270 HP engine, Allison 3500
RDS transmission, front axle 20,000lbs, tandem
rear axle 40,000lbs, complete with all
manufacturer's standard equipment.
$150,308.00Kyrish Truck Center of Austin YesCrane Carrier LET2 6X4 - Low Entry Tilt Cab,
Cummins ISL9-270, 270 HP engine, Allison 3500
RDS transmission, front axle 20,000lbs, tandem
rear axle 40,000lbs, complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
100 Crane Carrier LET2 6X4 Crew Cab
$158,191.00McCandless Truck Center, LLC YesCrane Carrier LET2 6X4 Crew Cab - Low Entry Tilt
Crew Cab, Cummins ISL9-270 270, HP engine,
Allison 3500 RDS transmission, front axle
20,000lbs, tandem rear axle 40,000lbs, complete
with all manufacturer's standard equipment.
$158,191.00Kyrish Truck Center of Austin YesCrane Carrier LET2 6X4 Crew Cab - Low Entry Tilt
Crew Cab, Cummins ISL9-270 270, HP engine,
Allison 3500 RDS transmission, front axle
20,000lbs, tandem rear axle 40,000lbs, complete
with all manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
101 Crane Carrier COE 6X4
$155,308.00McCandless Truck Center, LLC YesCrane Carrier COE 6X4 - Cab Over, Cummins ISL9-
270, 270 HP engine, Allison 3500 RDS
transmission, front axle 20,000lbs, tandem rear
axle 40,000lbs, complete with all manufacturer's
standard equipment.
$155,308.00Kyrish Truck Center of Austin YesCrane Carrier COE 6X4 - Cab Over, Cummins ISL9-
270, 270 HP engine, Allison 3500 RDS
transmission, front axle 20,000lbs, tandem rear
axle 40,000lbs, complete with all manufacturer's
standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
107 Not to Exceed Hourly Labor Rate for Vehicle Installation or Repair Service (Crane Carrier)
$75.00MHQ West YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Pursuit Safety, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Texas Truck A/C, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$95.00Spring Klein Auto & Truck YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$145.00Kyrish Truck Center of Austin YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$165.00Bond Equipment Company, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$180.00McCandless Truck Center, LLC YesHourly Labor Rate for Vehicle Installation or Repair
Service.
Bid PriceVendor AwardVendor Brand and Model Number
108 Not to Exceed Hourly Labor Rate for Paint and Body Repair (Crane Carrier)
$65.00Spring Klein Auto & Truck YesHourly Labor Rate for Paint and Body Repair.
$85.00McCandless Truck Center, LLC YesHourly Labor Rate for Paint and Body Repair.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Paint and Body Repair.
$165.00Bond Equipment Company, Inc.YesHourly Labor Rate for Paint and Body Repair.
Bid PriceVendor AwardVendor Brand and Model Number
109 Per Mile Delivery Fee for Vehicles, Trucks, or Motorcycles (Crane Carrier)
$2.00McCandless Truck Center, LLC YesPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
110 Ford Fusion S (P0G)
$15,346.00Sam Pack's Five Star Ford YesFord Fusion S Sedan (P0G).
$15,485.00Rockdale Country Ford, LLC YesFord Fusion S Sedan (P0G).
$16,871.00Silsbee Ford YesFord Fusion S Sedan (P0G).
$17,172.00Mac Haik Ford Lincoln NoFord Fusion S Sedan (P0G).
$17,371.70Chalmers Ford NoFord Fusion S Sedan (P0G).
$17,796.00Four Stars Ford NoFord Fusion S Sedan (P0G).
$19,707.00Cecil Atkission Ford Lincoln NoFord Fusion S Sedan (P0G).
Bid PriceVendor AwardVendor Brand and Model Number
111 Ford Fiesta S (P4A)
$13,475.00Rockdale Country Ford, LLC YesFord Fiesta S Sedan (P4A) - Fiesta S trim package;
1.6L I4 engine, complete with all manufacturer's
standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
112 Ford Mustang (P8A)
$22,245.00Rockdale Country Ford, LLC YesFord Mustang V6 (P8A) - Two door, 3.7L V6
engine, complete with all manufacturer's standard
equipment.
$23,520.00Silsbee Ford NoFord Mustang V6 (P8A) - Two door, 3.7L V6
engine, complete with all manufacturer's standard
equipment.
$23,678.00Mac Haik Ford Lincoln NoFord Mustang V6 (P8A) - Two door, 3.7L V6
engine, complete with all manufacturer's standard
equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
113 Ford Police Responder FWD (P0A)
$23,375.00Rockdale Country Ford, LLC YesFord Police Responder Sedan (P0A) - FWD, Four
door, 2.0L HEV engine complete with all
manufacturer's standard equipment.
$23,665.00Sam Pack's Five Star Ford YesFord Police Responder Sedan (P0A) - FWD, Four
door, 2.0L HEV engine complete with all
manufacturer's standard equipment.
$24,720.00Silsbee Ford YesFord Police Responder Sedan (P0A) - FWD, Four
door, 2.0L HEV engine complete with all
manufacturer's standard equipment.
$25,162.00Mac Haik Ford Lincoln YesFord Police Responder Sedan (P0A) - FWD, Four
door, 2.0L HEV engine complete with all
manufacturer's standard equipment.
$25,714.00Chalmers Ford NoFord Police Responder Sedan (P0A) - FWD, Four
door, 2.0L HEV engine complete with all
manufacturer's standard equipment.
$25,886.00Four Stars Ford NoFord Police Responder Sedan (P0A) - FWD, Four
door, 2.0L HEV engine complete with all
manufacturer's standard equipment.
$28,595.00Cecil Atkission Ford Lincoln NoFord Police Responder Sedan (P0A) - FWD, Four
door, 2.0L HEV engine complete with all
manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
114 Ford Police Interceptor Sport Utility AWD (K8A)
$29,400.00Rush Truck Centers of Texas, LP YesFord Police Interceptor Sport Utility (K8A) - AWD,
3.3L HEV engine complete with all manufacturer's
standard equipment.
$29,890.00Four Stars Ford YesFord Police Interceptor Sport Utility (K8A) - AWD,
3.3L HEV engine complete with all manufacturer's
standard equipment.
$29,945.00Rockdale Country Ford, LLC YesFord Police Interceptor Sport Utility (K8A) - AWD,
3.3L HEV engine complete with all manufacturer's
standard equipment.
$30,398.00Chastang Enterprises, Inc.YesFord Police Interceptor Sport Utility (K8A) - AWD,
3.3L HEV engine complete with all manufacturer's
standard equipment.
$31,564.00Sam Pack's Five Star Ford NoFord Police Interceptor Sport Utility (K8A) - AWD,
3.3L HEV engine complete with all manufacturer's
standard equipment.
$32,932.00Silsbee Ford NoFord Police Interceptor Sport Utility (K8A) - AWD,
3.3L HEV engine complete with all manufacturer's
standard equipment.
$33,497.00Chalmers Ford NoFord Police Interceptor Sport Utility (K8A) - AWD,
3.3L HEV engine complete with all manufacturer's
standard equipment.
$33,660.00Mac Haik Ford Lincoln NoFord Police Interceptor Sport Utility (K8A) - AWD,
3.3L HEV engine complete with all manufacturer's
standard equipment.
$37,280.00Cecil Atkission Ford Lincoln NoFord Police Interceptor Sport Utility (K8A) - AWD,
3.3L HEV engine complete with all manufacturer's
standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
115 Ford Expedition Special Services Package (U1F-102A)
$31,775.00Rockdale Country Ford, LLC YesFord Expedition SSV Utility (U1F-102A) - 5.4L V8
engine, complete with all manufacturer's standard
equipment.
$32,111.00Sam Pack's Five Star Ford YesFord Expedition SSV Utility (U1F-102A) - 5.4L V8
engine, complete with all manufacturer's standard
equipment.
$32,496.00Chastang Enterprises, Inc.YesFord Expedition SSV Utility (U1F-102A) - 5.4L V8
engine, complete with all manufacturer's standard
equipment.
$33,765.00Silsbee Ford YesFord Expedition SSV Utility (U1F-102A) - 5.4L V8
engine, complete with all manufacturer's standard
equipment.
$34,556.00Mac Haik Ford Lincoln NoFord Expedition SSV Utility (U1F-102A) - 5.4L V8
engine, complete with all manufacturer's standard
equipment.
$34,971.00Four Stars Ford NoFord Expedition SSV Utility (U1F-102A) - 5.4L V8
engine, complete with all manufacturer's standard
equipment.
$35,500.00Chalmers Ford NoFord Expedition SSV Utility (U1F-102A) - 5.4L V8
engine, complete with all manufacturer's standard
equipment.
$38,195.00Cecil Atkission Ford Lincoln NoFord Expedition SSV Utility (U1F-102A) - 5.4L V8
engine, complete with all manufacturer's standard
equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
116 Ford Explorer (K7B)
$24,375.00Rockdale Country Ford, LLC YesFord Explorer Base Sport Utility (K7B) - Explorer
base package; 2.3L EcoBoost l4 engine, complete
with all manufacturer's standard equipment.
$24,719.00Sam Pack's Five Star Ford YesFord Explorer Base Sport Utility (K7B) - Explorer
base package; 2.3L EcoBoost l4 engine, complete
with all manufacturer's standard equipment.
$24,940.00Chastang Enterprises, Inc.YesFord Explorer Base Sport Utility (K7B) - Explorer
base package; 2.3L EcoBoost l4 engine, complete
with all manufacturer's standard equipment.
$25,633.00Silsbee Ford YesFord Explorer Base Sport Utility (K7B) - Explorer
base package; 2.3L EcoBoost l4 engine, complete
with all manufacturer's standard equipment.
$26,415.00Mac Haik Ford Lincoln NoFord Explorer Base Sport Utility (K7B) - Explorer
base package; 2.3L EcoBoost l4 engine, complete
with all manufacturer's standard equipment.
$26,514.70Chalmers Ford NoFord Explorer Base Sport Utility (K7B) - Explorer
base package; 2.3L EcoBoost l4 engine, complete
with all manufacturer's standard equipment.
$27,139.00Four Stars Ford NoFord Explorer Base Sport Utility (K7B) - Explorer
base package; 2.3L EcoBoost l4 engine, complete
with all manufacturer's standard equipment.
$29,495.00Cecil Atkission Ford Lincoln NoFord Explorer Base Sport Utility (K7B) - Explorer
base package; 2.3L EcoBoost l4 engine, complete
with all manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
117 Ford Expedition XL (U1F-100A)
$33,940.00Rockdale Country Ford, LLC YesFord Expedition XL Sport Utility (U1F-100A) -
Expedition XL Trim Package, 5.4L V8 engine,
complete with all manufacturer's standard
equipment.
$33,947.00Sam Pack's Five Star Ford YesFord Expedition XL Sport Utility (U1F-100A) -
Expedition XL Trim Package, 5.4L V8 engine,
complete with all manufacturer's standard
equipment.
$34,256.00Chastang Enterprises, Inc.YesFord Expedition XL Sport Utility (U1F-100A) -
Expedition XL Trim Package, 5.4L V8 engine,
complete with all manufacturer's standard
equipment.
$34,576.00Chalmers Ford YesFord Expedition XL Sport Utility (U1F-100A) -
Expedition XL Trim Package, 5.4L V8 engine,
complete with all manufacturer's standard
equipment.
$35,698.00Silsbee Ford NoFord Expedition XL Sport Utility (U1F-100A) -
Expedition XL Trim Package, 5.4L V8 engine,
complete with all manufacturer's standard
equipment.
$36,392.00Mac Haik Ford Lincoln NoFord Expedition XL Sport Utility (U1F-100A) -
Expedition XL Trim Package, 5.4L V8 engine,
complete with all manufacturer's standard
equipment.
$36,817.00Four Stars Ford NoFord Expedition XL Sport Utility (U1F-100A) -
Expedition XL Trim Package, 5.4L V8 engine,
complete with all manufacturer's standard
equipment.
$40,100.00Cecil Atkission Ford Lincoln NoFord Expedition XL Sport Utility (U1F-100A) -
Expedition XL Trim Package, 5.4L V8 engine,
complete with all manufacturer's standard
equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
118 Ford Expedition XL Extended Length (K1F-100A)
$37,275.00Rockdale Country Ford, LLC YesFord Expedition EL Sport Utility (K1F-100A) -
Expedition XL Extended length trim package, 5.4L
V8 engine, complete with all manufacturer's
standard equipment.
$37,528.00Sam Pack's Five Star Ford YesFord Expedition EL Sport Utility (K1F-100A) -
Expedition XL Extended length trim package, 5.4L
V8 engine, complete with all manufacturer's
standard equipment.
$38,193.00Chastang Enterprises, Inc.Yes5.4L V8 engine, complete with all manufacturer's
standard equipment.
$39,321.00Silsbee Ford YesFord Expedition EL Sport Utility (K1F-100A) -
Expedition XL Extended length trim package, 5.4L
V8 engine, complete with all manufacturer's
standard equipment.
$39,973.00Chalmers Ford NoFord Expedition EL Sport Utility (K1F-100A) -
Expedition XL Extended length trim package, 5.4L
V8 engine, complete with all manufacturer's
standard equipment.
$39,973.00Mac Haik Ford Lincoln NoFord Expedition EL Sport Utility (K1F-100A) -
Expedition XL Extended length trim package, 5.4L
V8 engine, complete with all manufacturer's
standard equipment.
$40,398.00Four Stars Ford NoFord Expedition EL Sport Utility (K1F-100A) -
Expedition XL Extended length trim package, 5.4L
V8 engine, complete with all manufacturer's
standard equipment.
$43,995.00Cecil Atkission Ford Lincoln NoFord Expedition EL Sport Utility (K1F-100A) -
Expedition XL Extended length trim package, 5.4L
V8 engine, complete with all manufacturer's
standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
119 Ford Expedition Special Services Package Extended Length (K1F-102A)
$34,275.00Rockdale Country Ford, LLC YesFord Expedition SSV Extended Length Utility (K1F-
102A) - Expedition SSV Extended length trim
package, 5.4L V8 engine, complete with all
manufacturer's standard equipment.
$34,656.00Sam Pack's Five Star Ford YesFord Expedition SSV Extended Length Utility (K1F-
102A) - Expedition SSV Extended length trim
package, 5.4L V8 engine, complete with all
manufacturer's standard equipment.
$34,946.00Chastang Enterprises, Inc.YesFord Expedition SSV Extended Length Utility (K1F-
102A) - Expedition SSV Extended length trim
package, 5.4L V8 engine, complete with all
manufacturer's standard equipment.
$35,933.00Silsbee Ford YesFord Expedition SSV Extended Length Utility (K1F-
102A) - Expedition SSV Extended length trim
package, 5.4L V8 engine, complete with all
manufacturer's standard equipment.
$37,101.00Mac Haik Ford Lincoln NoFord Expedition SSV Extended Length Utility (K1F-
102A) - Expedition SSV Extended length trim
package, 5.4L V8 engine, complete with all
manufacturer's standard equipment.
$37,204.00Chalmers Ford NoFord Expedition SSV Extended Length Utility (K1F-
102A) - Expedition SSV Extended length trim
package, 5.4L V8 engine, complete with all
manufacturer's standard equipment.
$37,526.00Four Stars Ford NoFord Expedition SSV Extended Length Utility (K1F-
102A) - Expedition SSV Extended length trim
package, 5.4L V8 engine, complete with all
manufacturer's standard equipment.
$40,995.00Cecil Atkission Ford Lincoln NoFord Expedition SSV Extended Length Utility (K1F-
102A) - Expedition SSV Extended length trim
package, 5.4L V8 engine, complete with all
manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
120 Ford Escape S (U0F)
$18,297.00Sam Pack's Five Star Ford YesFord Escape Sport Utility (U0F) - Escape S Trim
Package, 2.5L I4 engine, complete with all
manufacturer's standard equipment.
$18,465.00Rockdale Country Ford, LLC YesFord Escape Sport Utility (U0F) - Escape S Trim
Package, 2.5L I4 engine, complete with all
manufacturer's standard equipment.
$18,693.00Chastang Enterprises, Inc.YesFord Escape Sport Utility (U0F) - Escape S Trim
Package, 2.5L I4 engine, complete with all
manufacturer's standard equipment.
$19,919.00Silsbee Ford YesFord Escape Sport Utility (U0F) - Escape S Trim
Package, 2.5L I4 engine, complete with all
manufacturer's standard equipment.
$20,043.00Mac Haik Ford Lincoln NoFord Escape Sport Utility (U0F) - Escape S Trim
Package, 2.5L I4 engine, complete with all
manufacturer's standard equipment.
$20,542.00Chalmers Ford NoFord Escape Sport Utility (U0F) - Escape S Trim
Package, 2.5L I4 engine, complete with all
manufacturer's standard equipment.
$20,967.00Four Stars Ford NoFord Escape Sport Utility (U0F) - Escape S Trim
Package, 2.5L I4 engine, complete with all
manufacturer's standard equipment.
$23,295.00Cecil Atkission Ford Lincoln NoFord Escape Sport Utility (U0F) - Escape S Trim
Package, 2.5L I4 engine, complete with all
manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
121 Ford Edge SE (K3G)
$24,145.00Rockdale Country Ford, LLC YesFord Edge Crossover Sport Utility (K3G) - Edge SE
Trim Package, four door, 3.5L V6 engine, complete
with all manufacturer's standard equipment.
$24,175.00Sam Pack's Five Star Ford YesFord Edge Crossover Sport Utility (K3G) - Edge SE
Trim Package, four door, 3.5L V6 engine, complete
with all manufacturer's standard equipment.
$24,865.00Chastang Enterprises, Inc.YesFord Edge Crossover Sport Utility (K3G) - Edge SE
Trim Package, four door, 3.5L V6 engine, complete
with all manufacturer's standard equipment.
$25,505.00Mac Haik Ford Lincoln YesFord Edge Crossover Sport Utility (K3G) - Edge SE
Trim Package, four door, 3.5L V6 engine, complete
with all manufacturer's standard equipment.
$26,745.00Four Stars Ford NoFord Edge Crossover Sport Utility (K3G) - Edge SE
Trim Package, four door, 3.5L V6 engine, complete
with all manufacturer's standard equipment.
$27,620.00Chalmers Ford NoFord Edge Crossover Sport Utility (K3G) - Edge SE
Trim Package, four door, 3.5L V6 engine, complete
with all manufacturer's standard equipment.
$29,195.00Cecil Atkission Ford Lincoln NoFord Edge Crossover Sport Utility (K3G) - Edge SE
Trim Package, four door, 3.5L V6 engine, complete
with all manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
122 Ford Flex (K5B)
$26,599.00Chastang Enterprises, Inc.YesFord Flex Crossover (K5B) - Four door, 3.5L V6,
complete with all manufacturer's standard
equipment.
$26,649.00Mac Haik Ford Lincoln YesFord Flex Crossover (K5B) - Four door, 3.5L V6,
complete with all manufacturer's standard
equipment.
$27,848.00Rockdale Country Ford, LLC NoFord Flex Crossover (K5B) - Four door, 3.5L V6,
complete with all manufacturer's standard
equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
123 Ford F150, Regular Cab (F1C)
$17,150.00Rush Truck Centers of Texas, LP YesFord F-150 Pickup, Regular Cab (F1C) - F-150, 1/2
ton, regular cab, 4x2, 6.5' Bed, 3.7L V6, complete
with all manufacturer's standard equipment.
$17,185.00Rockdale Country Ford, LLC YesFord F-150 Pickup, Regular Cab (F1C) - F-150, 1/2
ton, regular cab, 4x2, 6.5' Bed, 3.7L V6, complete
with all manufacturer's standard equipment.
$17,364.00Sam Pack's Five Star Ford YesFord F-150 Pickup, Regular Cab (F1C) - F-150, 1/2
ton, regular cab, 4x2, 6.5' Bed, 3.7L V6, complete
with all manufacturer's standard equipment.
$17,599.00Chastang Enterprises, Inc.YesFord F-150 Pickup, Regular Cab (F1C) - F-150, 1/2
ton, regular cab, 4x2, 6.5' Bed, 3.7L V6, complete
with all manufacturer's standard equipment.
$17,878.00Chalmers Ford YesFord F-150 Pickup, Regular Cab (F1C) - F-150, 1/2
ton, regular cab, 4x2, 6.5' Bed, 3.7L V6, complete
with all manufacturer's standard equipment.
$18,188.00Silsbee Ford YesFord F-150 Pickup, Regular Cab (F1C) - F-150, 1/2
ton, regular cab, 4x2, 6.5' Bed, 3.7L V6, complete
with all manufacturer's standard equipment.
$19,174.00Mac Haik Ford Lincoln NoFord F-150 Pickup, Regular Cab (F1C) - F-150, 1/2
ton, regular cab, 4x2, 6.5' Bed, 3.7L V6, complete
with all manufacturer's standard equipment.
$19,734.00Grande Truck Center NoFord F-150 Pickup, Regular Cab (F1C) - F-150, 1/2
ton, regular cab, 4x2, 6.5' Bed, 3.7L V6, complete
with all manufacturer's standard equipment.
$20,284.00Four Stars Ford NoFord F-150 Pickup, Regular Cab (F1C) - F-150, 1/2
ton, regular cab, 4x2, 6.5' Bed, 3.7L V6, complete
with all manufacturer's standard equipment.
$23,035.00Cecil Atkission Ford Lincoln NoFord F-150 Pickup, Regular Cab (F1C) - F-150, 1/2
ton, regular cab, 4x2, 6.5' Bed, 3.7L V6, complete
with all manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
124 Ford F150, Regular Cab, CNG/LPG
$18,474.00Silsbee Ford YesFord F-150 Pickup, Regular Cab CNG/LPG - F-150,
1/2 ton, regular cab, 4x2, 6.5' Bed, 3.7L V6,
compete with all manufacturer's standard
equipment.
$18,900.00Rush Truck Centers of Texas, LP YesFord F-150 Pickup, Regular Cab CNG/LPG - F-150,
1/2 ton, regular cab, 4x2, 6.5' Bed, 3.7L V6,
compete with all manufacturer's standard
equipment.
$19,228.00Rockdale Country Ford, LLC YesFord F-150 Pickup, Regular Cab CNG/LPG - F-150,
1/2 ton, regular cab, 4x2, 6.5' Bed, 3.7L V6,
compete with all manufacturer's standard
equipment.
$19,929.00Chastang Enterprises, Inc.YesFord F-150 Pickup, Regular Cab CNG/LPG - F-150,
1/2 ton, regular cab, 4x2, 6.5' Bed, 3.7L V6,
compete with all manufacturer's standard
equipment.
$21,728.00Chalmers Ford NoFord F-150 Pickup, Regular Cab CNG/LPG - F-150,
1/2 ton, regular cab, 4x2, 6.5' Bed, 3.7L V6,
compete with all manufacturer's standard
equipment.
$24,124.00Mac Haik Ford Lincoln NoFord F-150 Pickup, Regular Cab CNG/LPG - F-150,
1/2 ton, regular cab, 4x2, 6.5' Bed, 3.7L V6,
compete with all manufacturer's standard
equipment.
$25,100.00Cecil Atkission Ford Lincoln NoFord F-150 Pickup, Regular Cab CNG/LPG - F-150,
1/2 ton, regular cab, 4x2, 6.5' Bed, 3.7L V6,
compete with all manufacturer's standard
equipment.
$27,833.00Sam Pack's Five Star Ford NoFord F-150 Pickup, Regular Cab CNG/LPG - F-150,
1/2 ton, regular cab, 4x2, 6.5' Bed, 3.7L V6,
compete with all manufacturer's standard
equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
125 Ford F250, Regular Cab (F2A)
$19,985.00Sam Pack's Five Star Ford YesFord F-250 Pickup, Regular Cab (F2A) - F-250, 3/4
ton, regular cab, 4x2, 8' Bed, 6.2L V8 engine,
automatic transmission, complete with all
manufacturer's standard equipment.
$20,150.00Rush Truck Centers of Texas, LP YesFord F-250 Pickup, Regular Cab (F2A) - F-250, 3/4
ton, regular cab, 4x2, 8' Bed, 6.2L V8 engine,
automatic transmission, complete with all
manufacturer's standard equipment.
$20,425.00Rockdale Country Ford, LLC YesFord F-250 Pickup, Regular Cab (F2A) - F-250, 3/4
ton, regular cab, 4x2, 8' Bed, 6.2L V8 engine,
automatic transmission, complete with all
manufacturer's standard equipment.
$20,794.00Chastang Enterprises, Inc.YesFord F-250 Pickup, Regular Cab (F2A) - F-250, 3/4
ton, regular cab, 4x2, 8' Bed, 6.2L V8 engine,
automatic transmission, complete with all
manufacturer's standard equipment.
$21,572.00Chalmers Ford NoFord F-250 Pickup, Regular Cab (F2A) - F-250, 3/4
ton, regular cab, 4x2, 8' Bed, 6.2L V8 engine,
automatic transmission, complete with all
manufacturer's standard equipment.
$21,649.00Silsbee Ford NoFord F-250 Pickup, Regular Cab (F2A) - F-250, 3/4
ton, regular cab, 4x2, 8' Bed, 6.2L V8 engine,
automatic transmission, complete with all
manufacturer's standard equipment.
$22,710.00Grande Truck Center NoFord F-250 Pickup, Regular Cab (F2A) - F-250, 3/4
ton, regular cab, 4x2, 8' Bed, 6.2L V8 engine,
automatic transmission, complete with all
manufacturer's standard equipment.
$23,501.00Mac Haik Ford Lincoln NoFord F-250 Pickup, Regular Cab (F2A) - F-250, 3/4
ton, regular cab, 4x2, 8' Bed, 6.2L V8 engine,
automatic transmission, complete with all
manufacturer's standard equipment.
$23,525.00Four Stars Ford NoFord F-250 Pickup, Regular Cab (F2A) - F-250, 3/4
ton, regular cab, 4x2, 8' Bed, 6.2L V8 engine,
automatic transmission, complete with all
manufacturer's standard equipment.
$25,200.00Cecil Atkission Ford Lincoln NoFord F-250 Pickup, Regular Cab (F2A) - F-250, 3/4
ton, regular cab, 4x2, 8' Bed, 6.2L V8 engine,
automatic transmission, complete with all
manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
126 Ford F350 SRW, Regular Cab (F3A)
$21,675.00Rush Truck Centers of Texas, LP YesFord F-350 Pickup, Regular Cab (F3A) - F-350, 1
ton, Regular Cab, 4x2 SRW, 8' Bed, 6.2L V8
engine, automatic transmission, complete with all
manufacturer's standard equipment.
$21,834.00Sam Pack's Five Star Ford YesFord F-350 Pickup, Regular Cab (F3A) - F-350, 1
ton, Regular Cab, 4x2 SRW, 8' Bed, 6.2L V8
engine, automatic transmission, complete with all
manufacturer's standard equipment.
$21,975.00Rockdale Country Ford, LLC YesFord F-350 Pickup, Regular Cab (F3A) - F-350, 1
ton, Regular Cab, 4x2 SRW, 8' Bed, 6.2L V8
engine, automatic transmission, complete with all
manufacturer's standard equipment.
$22,348.00Chastang Enterprises, Inc.YesFord F-350 Pickup, Regular Cab (F3A) - F-350, 1
ton, Regular Cab, 4x2 SRW, 8' Bed, 6.2L V8
engine, automatic transmission, complete with all
manufacturer's standard equipment.
$23,629.00Silsbee Ford NoFord F-350 Pickup, Regular Cab (F3A) - F-350, 1
ton, Regular Cab, 4x2 SRW, 8' Bed, 6.2L V8
engine, automatic transmission, complete with all
manufacturer's standard equipment.
$24,189.00Chalmers Ford NoFord F-350 Pickup, Regular Cab (F3A) - F-350, 1
ton, Regular Cab, 4x2 SRW, 8' Bed, 6.2L V8
engine, automatic transmission, complete with all
manufacturer's standard equipment.
$24,499.00Grande Truck Center NoFord F-350 Pickup, Regular Cab (F3A) - F-350, 1
ton, Regular Cab, 4x2 SRW, 8' Bed, 6.2L V8
engine, automatic transmission, complete with all
manufacturer's standard equipment.
$25,230.00Mac Haik Ford Lincoln NoFord F-350 Pickup, Regular Cab (F3A) - F-350, 1
ton, Regular Cab, 4x2 SRW, 8' Bed, 6.2L V8
engine, automatic transmission, complete with all
manufacturer's standard equipment.
$25,454.00Four Stars Ford NoFord F-350 Pickup, Regular Cab (F3A) - F-350, 1
ton, Regular Cab, 4x2 SRW, 8' Bed, 6.2L V8
engine, automatic transmission, complete with all
manufacturer's standard equipment.
$26,929.00Cecil Atkission Ford Lincoln NoFord F-350 Pickup, Regular Cab (F3A) - F-350, 1
ton, Regular Cab, 4x2 SRW, 8' Bed, 6.2L V8
engine, automatic transmission, complete with all
manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
127 Ford Ranger Pick Up Truck, 4X2 (R1A)
$18,700.00Rush Truck Centers of Texas, LP YesFord Ranger Pickup, Super Cab (R1A) - XL
Package, 2.3L EcoBoost l4 Engine, complete with
all manufacturer's standard equipment.
$19,133.00Silsbee Ford YesFord Ranger Pickup, Super Cab (R1A) - XL
Package, 2.3L EcoBoost l4 Engine, complete with
all manufacturer's standard equipment.
$19,482.00Sam Pack's Five Star Ford YesFord Ranger Pickup, Super Cab (R1A) - XL
Package, 2.3L EcoBoost l4 Engine, complete with
all manufacturer's standard equipment.
$19,492.00Chastang Enterprises, Inc.YesFord Ranger Pickup, Super Cab (R1A) - XL
Package, 2.3L EcoBoost l4 Engine, complete with
all manufacturer's standard equipment.
$19,575.00Rockdale Country Ford, LLC YesFord Ranger Pickup, Super Cab (R1A) - XL
Package, 2.3L EcoBoost l4 Engine, complete with
all manufacturer's standard equipment.
$21,852.00Chalmers Ford NoFord Ranger Pickup, Super Cab (R1A) - XL
Package, 2.3L EcoBoost l4 Engine, complete with
all manufacturer's standard equipment.
$21,853.00Mac Haik Ford Lincoln NoFord Ranger Pickup, Super Cab (R1A) - XL
Package, 2.3L EcoBoost l4 Engine, complete with
all manufacturer's standard equipment.
$21,877.00Four Stars Ford NoFord Ranger Pickup, Super Cab (R1A) - XL
Package, 2.3L EcoBoost l4 Engine, complete with
all manufacturer's standard equipment.
$23,821.00Cecil Atkission Ford Lincoln NoFord Ranger Pickup, Super Cab (R1A) - XL
Package, 2.3L EcoBoost l4 Engine, complete with
all manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
128 Ford F350 SRW, Chassis Cab (F3E)
$20,479.00Sam Pack's Five Star Ford YesFord F-350 Chassis Cab (F3E) - F-350, Regular Cab
Chassis, SRW, 6.2L V8 engine, automatic
transmission, 145" wheelbase, complete with all
manufacturer's standard equipment.
$21,150.00Rush Truck Centers of Texas, LP YesFord F-350 Chassis Cab (F3E) - F-350, Regular Cab
Chassis, SRW, 6.2L V8 engine, automatic
transmission, 145" wheelbase, complete with all
manufacturer's standard equipment.
$21,185.00Rockdale Country Ford, LLC YesFord F-350 Chassis Cab (F3E) - F-350, Regular Cab
Chassis, SRW, 6.2L V8 engine, automatic
transmission, 145" wheelbase, complete with all
manufacturer's standard equipment.
$21,296.00Chastang Enterprises, Inc.YesFord F-350 Chassis Cab (F3E) - F-350, Regular Cab
Chassis, SRW, 6.2L V8 engine, automatic
transmission, 145" wheelbase, complete with all
manufacturer's standard equipment.
$21,765.00Grande Truck Center NoFord F-350 Chassis Cab (F3E) - F-350, Regular Cab
Chassis, SRW, 6.2L V8 engine, automatic
transmission, 145" wheelbase, complete with all
manufacturer's standard equipment.
$23,073.00Silsbee Ford NoFord F-350 Chassis Cab (F3E) - F-350, Regular Cab
Chassis, SRW, 6.2L V8 engine, automatic
transmission, 145" wheelbase, complete with all
manufacturer's standard equipment.
$24,200.00Chalmers Ford NoFord F-350 Chassis Cab (F3E) - F-350, Regular Cab
Chassis, SRW, 6.2L V8 engine, automatic
transmission, 145" wheelbase, complete with all
manufacturer's standard equipment.
$25,486.00Mac Haik Ford Lincoln NoFord F-350 Chassis Cab (F3E) - F-350, Regular Cab
Chassis, SRW, 6.2L V8 engine, automatic
transmission, 145" wheelbase, complete with all
manufacturer's standard equipment.
$25,710.00Four Stars Ford NoFord F-350 Chassis Cab (F3E) - F-350, Regular Cab
Chassis, SRW, 6.2L V8 engine, automatic
transmission, 145" wheelbase, complete with all
manufacturer's standard equipment.
$26,399.00Cecil Atkission Ford Lincoln NoFord F-350 Chassis Cab (F3E) - F-350, Regular Cab
Chassis, SRW, 6.2L V8 engine, automatic
transmission, 145" wheelbase, complete with all
manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
129 Ford F450 DRW, Chassis Cab (F4G)
$26,175.00Rockdale Country Ford, LLC YesFord F-450 Chassis Cab (F4G) - F-450, Regular Cab
Chassis, DRW, 6.8L V10 engine, automatic
transmission, 145" wheelbase, complete with all
manufacturer's standard equipment.
$26,175.00Rush Truck Centers of Texas, LP YesFord F-450 Chassis Cab (F4G) - F-450, Regular Cab
Chassis, DRW, 6.8L V10 engine, automatic
transmission, 145" wheelbase, complete with all
manufacturer's standard equipment.
$26,438.00Chastang Enterprises, Inc.YesFord F-450 Chassis Cab (F4G) - F-450, Regular Cab
Chassis, DRW, 6.8L V10 engine, automatic
transmission, 145" wheelbase, complete with all
manufacturer's standard equipment.
$26,488.00Sam Pack's Five Star Ford YesFord F-450 Chassis Cab (F4G) - F-450, Regular Cab
Chassis, DRW, 6.8L V10 engine, automatic
transmission, 145" wheelbase, complete with all
manufacturer's standard equipment.
$27,463.00Grande Truck Center NoFord F-450 Chassis Cab (F4G) - F-450, Regular Cab
Chassis, DRW, 6.8L V10 engine, automatic
transmission, 145" wheelbase, complete with all
manufacturer's standard equipment.
$29,442.00Silsbee Ford NoFord F-450 Chassis Cab (F4G) - F-450, Regular Cab
Chassis, DRW, 6.8L V10 engine, automatic
transmission, 145" wheelbase, complete with all
manufacturer's standard equipment.
$29,983.00Chalmers Ford NoFord F-450 Chassis Cab (F4G) - F-450, Regular Cab
Chassis, DRW, 6.8L V10 engine, automatic
transmission, 145" wheelbase, complete with all
manufacturer's standard equipment.
$31,385.00Mac Haik Ford Lincoln NoFord F-450 Chassis Cab (F4G) - F-450, Regular Cab
Chassis, DRW, 6.8L V10 engine, automatic
transmission, 145" wheelbase, complete with all
manufacturer's standard equipment.
$33,084.00Cecil Atkission Ford Lincoln NoFord F-450 Chassis Cab (F4G) - F-450, Regular Cab
Chassis, DRW, 6.8L V10 engine, automatic
transmission, 145" wheelbase, complete with all
manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
130 Ford F550 DRW, Chassis Cab (F5G)
$25,299.00Rush Truck Centers of Texas, LP YesFord F-550 Chassis Cab (F5G) - F-550, Regular Cab
Chassis, DRW, 6.8L V10, automatic transmission,
145" wheelbase, complete with all manufacturer's
standard equipment.
$27,449.00Sam Pack's Five Star Ford YesFord F-550 Chassis Cab (F5G) - F-550, Regular Cab
Chassis, DRW, 6.8L V10, automatic transmission,
145" wheelbase, complete with all manufacturer's
standard equipment.
$27,495.00Chastang Enterprises, Inc.YesFord F-550 Chassis Cab (F5G) - F-550, Regular Cab
Chassis, DRW, 6.8L V10, automatic transmission,
145" wheelbase, complete with all manufacturer's
standard equipment.
$27,945.00Rockdale Country Ford, LLC YesFord F-550 Chassis Cab (F5G) - F-550, Regular Cab
Chassis, DRW, 6.8L V10, automatic transmission,
145" wheelbase, complete with all manufacturer's
standard equipment.
$28,525.00Grande Truck Center NoFord F-550 Chassis Cab (F5G) - F-550, Regular Cab
Chassis, DRW, 6.8L V10, automatic transmission,
145" wheelbase, complete with all manufacturer's
standard equipment.
$30,443.00Chalmers Ford NoFord F-550 Chassis Cab (F5G) - F-550, Regular Cab
Chassis, DRW, 6.8L V10, automatic transmission,
145" wheelbase, complete with all manufacturer's
standard equipment.
$30,831.00Silsbee Ford NoFord F-550 Chassis Cab (F5G) - F-550, Regular Cab
Chassis, DRW, 6.8L V10, automatic transmission,
145" wheelbase, complete with all manufacturer's
standard equipment.
$32,345.00Mac Haik Ford Lincoln NoFord F-550 Chassis Cab (F5G) - F-550, Regular Cab
Chassis, DRW, 6.8L V10, automatic transmission,
145" wheelbase, complete with all manufacturer's
standard equipment.
$34,045.00Cecil Atkission Ford Lincoln NoFord F-550 Chassis Cab (F5G) - F-550, Regular Cab
Chassis, DRW, 6.8L V10, automatic transmission,
145" wheelbase, complete with all manufacturer's
standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
131 Ford F650 Regular Cab Gas (F6A)
$38,825.00Grande Truck Center YesFord F-650 Chassis Cab (F6A) - F-650, Regular
Cab, 6.8L V10 engine, 158" wheelbase, complete
with all manufacturer's standard equipment.
$38,898.00Chastang Enterprises, Inc.YesFord F-650 Chassis Cab (F6A) - F-650, Regular
Cab, 6.8L V10 engine, 158" wheelbase, complete
with all manufacturer's standard equipment.
$39,150.00Rush Truck Centers of Texas, LP YesFord F-650 Chassis Cab (F6A) - F-650, Regular
Cab, 6.8L V10 engine, 158" wheelbase, complete
with all manufacturer's standard equipment.
$39,453.00Sam Pack's Five Star Ford YesFord F-650 Chassis Cab (F6A) - F-650, Regular
Cab, 6.8L V10 engine, 158" wheelbase, complete
with all manufacturer's standard equipment.
$43,810.00Chalmers Ford NoFord F-650 Chassis Cab (F6A) - F-650, Regular
Cab, 6.8L V10 engine, 158" wheelbase, complete
with all manufacturer's standard equipment.
$43,810.00Silsbee Ford NoFord F-650 Chassis Cab (F6A) - F-650, Regular
Cab, 6.8L V10 engine, 158" wheelbase, complete
with all manufacturer's standard equipment.
$44,097.00Mac Haik Ford Lincoln NoFord F-650 Chassis Cab (F6A) - F-650, Regular
Cab, 6.8L V10 engine, 158" wheelbase, complete
with all manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
132 Ford F750 Regular Cab Gas (F7A)
$39,350.00Rush Truck Centers of Texas, LP YesFord F-750 Chassis Cab (F7A) - F-750, Regular
Cab, 6.8L V10 engine, 158" wheelbase, complete
with all manufacturer's standard equipment.
$39,540.00Chastang Enterprises, Inc.YesFord F-750 Chassis Cab (F7A) - F-750, Regular
Cab, 6.8L V10 engine, 158" wheelbase, complete
with all manufacturer's standard equipment.
$40,108.00Sam Pack's Five Star Ford YesFord F-750 Chassis Cab (F7A) - F-750, Regular
Cab, 6.8L V10 engine, 158" wheelbase, complete
with all manufacturer's standard equipment.
$40,618.00Grande Truck Center YesFord F-750 Chassis Cab (F7A) - F-750, Regular
Cab, 6.8L V10 engine, 158" wheelbase, complete
with all manufacturer's standard equipment.
$43,041.00Chalmers Ford NoFord F-750 Chassis Cab (F7A) - F-750, Regular
Cab, 6.8L V10 engine, 158" wheelbase, complete
with all manufacturer's standard equipment.
$43,422.00Silsbee Ford NoFord F-750 Chassis Cab (F7A) - F-750, Regular
Cab, 6.8L V10 engine, 158" wheelbase, complete
with all manufacturer's standard equipment.
$44,860.00Mac Haik Ford Lincoln NoFord F-750 Chassis Cab (F7A) - F-750, Regular
Cab, 6.8L V10 engine, 158" wheelbase, complete
with all manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
133 Ford F650 Regular Cab Diesel (F6D)
$43,950.00Rush Truck Centers of Texas, LP YesFord F-650 Chassis Cab (F6D) - F-650, Regular
Cab, 6.7L V8 PowerStroke Diesel engine, 158"
wheelbase, complete with all manufacturer's
standard equipment.
$44,549.00Grande Truck Center YesFord F-650 Chassis Cab (F6D) - F-650, Regular
Cab, 6.7L V8 PowerStroke Diesel engine, 158"
wheelbase, complete with all manufacturer's
standard equipment.
$46,297.00Chastang Enterprises, Inc.YesFord F-650 Chassis Cab (F6D) - F-650, Regular
Cab, 6.7L V8 PowerStroke Diesel engine, 158"
wheelbase, complete with all manufacturer's
standard equipment.
$46,497.00Sam Pack's Five Star Ford YesFord F-650 Chassis Cab (F6D) - F-650, Regular
Cab, 6.7L V8 PowerStroke Diesel engine, 158"
wheelbase, complete with all manufacturer's
standard equipment.
$49,521.00Chalmers Ford NoFord F-650 Chassis Cab (F6D) - F-650, Regular
Cab, 6.7L V8 PowerStroke Diesel engine, 158"
wheelbase, complete with all manufacturer's
standard equipment.
$50,830.00Silsbee Ford NoFord F-650 Chassis Cab (F6D) - F-650, Regular
Cab, 6.7L V8 PowerStroke Diesel engine, 158"
wheelbase, complete with all manufacturer's
standard equipment.
$51,749.00Mac Haik Ford Lincoln NoFord F-650 Chassis Cab (F6D) - F-650, Regular
Cab, 6.7L V8 PowerStroke Diesel engine, 158"
wheelbase, complete with all manufacturer's
standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
134 Ford F750 Regular Cab Diesel (F7D)
$44,100.00Rush Truck Centers of Texas, LP YesFord F-750 Chassis Cab (F7D) - F-750, Regular
Cab, 6.7L V8 PowerStroke Diesel engine, 158"
wheelbase, complete with all manufacturer's
standard equipment.
$44,749.00Grande Truck Center YesFord F-750 Chassis Cab (F7D) - F-750, Regular
Cab, 6.7L V8 PowerStroke Diesel engine, 158"
wheelbase, complete with all manufacturer's
standard equipment.
$46,497.00Chastang Enterprises, Inc.YesFord F-750 Chassis Cab (F7D) - F-750, Regular
Cab, 6.7L V8 PowerStroke Diesel engine, 158"
wheelbase, complete with all manufacturer's
standard equipment.
$47,961.00Sam Pack's Five Star Ford YesFord F-750 Chassis Cab (F7D) - F-750, Regular
Cab, 6.7L V8 PowerStroke Diesel engine, 158"
wheelbase, complete with all manufacturer's
standard equipment.
$50,621.00Chalmers Ford NoFord F-750 Chassis Cab (F7D) - F-750, Regular
Cab, 6.7L V8 PowerStroke Diesel engine, 158"
wheelbase, complete with all manufacturer's
standard equipment.
$51,344.00Silsbee Ford NoFord F-750 Chassis Cab (F7D) - F-750, Regular
Cab, 6.7L V8 PowerStroke Diesel engine, 158"
wheelbase, complete with all manufacturer's
standard equipment.
$52,513.00Mac Haik Ford Lincoln NoFord F-750 Chassis Cab (F7D) - F-750, Regular
Cab, 6.7L V8 PowerStroke Diesel engine, 158"
wheelbase, complete with all manufacturer's
standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
135 Ford Transit Connect Wagon (S9E)
$21,200.00Rush Truck Centers of Texas, LP YesFord Transit Connect Wagon (S9E) - Transit
Connect Wagon, 2.5L I4 engine, complete with all
manufacturer's standard equipment.
$21,642.00Sam Pack's Five Star Ford YesFord Transit Connect Wagon (S9E) - Transit
Connect Wagon, 2.5L I4 engine, complete with all
manufacturer's standard equipment.
$21,775.00Rockdale Country Ford, LLC YesFord Transit Connect Wagon (S9E) - Transit
Connect Wagon, 2.5L I4 engine, complete with all
manufacturer's standard equipment.
$22,688.00Chastang Enterprises, Inc.YesFord Transit Connect Wagon (S9E) - Transit
Connect Wagon, 2.5L I4 engine, complete with all
manufacturer's standard equipment.
$23,287.00Silsbee Ford NoFord Transit Connect Wagon (S9E) - Transit
Connect Wagon, 2.5L I4 engine, complete with all
manufacturer's standard equipment.
$23,787.00Chalmers Ford NoFord Transit Connect Wagon (S9E) - Transit
Connect Wagon, 2.5L I4 engine, complete with all
manufacturer's standard equipment.
$23,788.00Mac Haik Ford Lincoln NoFord Transit Connect Wagon (S9E) - Transit
Connect Wagon, 2.5L I4 engine, complete with all
manufacturer's standard equipment.
$24,412.00Four Stars Ford NoFord Transit Connect Wagon (S9E) - Transit
Connect Wagon, 2.5L I4 engine, complete with all
manufacturer's standard equipment.
$26,497.00Cecil Atkission Ford Lincoln NoFord Transit Connect Wagon (S9E) - Transit
Connect Wagon, 2.5L I4 engine, complete with all
manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
136 Ford Transit Connect Van (S6E)
$18,400.00Rush Truck Centers of Texas, LP YesFord Transit Connect Cargo Van (S6E) - Transit
Connect Van, 2.5L I4 engine, complete with all
manufacturer's standard equipment.
$18,989.00Sam Pack's Five Star Ford YesFord Transit Connect Cargo Van (S6E) - Transit
Connect Van, 2.5L I4 engine, complete with all
manufacturer's standard equipment.
$19,175.00Rockdale Country Ford, LLC YesFord Transit Connect Cargo Van (S6E) - Transit
Connect Van, 2.5L I4 engine, complete with all
manufacturer's standard equipment.
$19,597.00Chastang Enterprises, Inc.YesFord Transit Connect Cargo Van (S6E) - Transit
Connect Van, 2.5L I4 engine, complete with all
manufacturer's standard equipment.
$20,351.00Chalmers Ford NoFord Transit Connect Cargo Van (S6E) - Transit
Connect Van, 2.5L I4 engine, complete with all
manufacturer's standard equipment.
$20,840.00Silsbee Ford NoFord Transit Connect Cargo Van (S6E) - Transit
Connect Van, 2.5L I4 engine, complete with all
manufacturer's standard equipment.
$21,352.00Mac Haik Ford Lincoln NoFord Transit Connect Cargo Van (S6E) - Transit
Connect Van, 2.5L I4 engine, complete with all
manufacturer's standard equipment.
$21,974.00Four Stars Ford NoFord Transit Connect Cargo Van (S6E) - Transit
Connect Van, 2.5L I4 engine, complete with all
manufacturer's standard equipment.
$23,495.00Cecil Atkission Ford Lincoln NoFord Transit Connect Cargo Van (S6E) - Transit
Connect Van, 2.5L I4 engine, complete with all
manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
137 Ford Transit 150, Passenger Van (E1C)
$23,485.00Rockdale Country Ford, LLC YesFord T-150 Transit Cargo Van (E1C) - T150
Medium Roof Van, 3.7L V6 engine, 8600lbs GVWR,
130" wheelbase, complete with all manufacturer's
standard equipment.
$23,500.00Rush Truck Centers of Texas, LP YesFord T-150 Transit Cargo Van (E1C) - T150
Medium Roof Van, 3.7L V6 engine, 8600lbs GVWR,
130" wheelbase, complete with all manufacturer's
standard equipment.
$24,262.00Sam Pack's Five Star Ford YesFord T-150 Transit Cargo Van (E1C) - T150
Medium Roof Van, 3.7L V6 engine, 8600lbs GVWR,
130" wheelbase, complete with all manufacturer's
standard equipment.
$24,398.00Chastang Enterprises, Inc.YesFord T-150 Transit Cargo Van (E1C) - T150
Medium Roof Van, 3.7L V6 engine, 8600lbs GVWR,
130" wheelbase, complete with all manufacturer's
standard equipment.
$25,599.00Silsbee Ford NoFord T-150 Transit Cargo Van (E1C) - T150
Medium Roof Van, 3.7L V6 engine, 8600lbs GVWR,
130" wheelbase, complete with all manufacturer's
standard equipment.
$26,105.00Chalmers Ford NoFord T-150 Transit Cargo Van (E1C) - T150
Medium Roof Van, 3.7L V6 engine, 8600lbs GVWR,
130" wheelbase, complete with all manufacturer's
standard equipment.
$26,807.00Mac Haik Ford Lincoln NoFord T-150 Transit Cargo Van (E1C) - T150
Medium Roof Van, 3.7L V6 engine, 8600lbs GVWR,
130" wheelbase, complete with all manufacturer's
standard equipment.
$27,232.00Four Stars Ford NoFord T-150 Transit Cargo Van (E1C) - T150
Medium Roof Van, 3.7L V6 engine, 8600lbs GVWR,
130" wheelbase, complete with all manufacturer's
standard equipment.
$30,406.00Cecil Atkission Ford Lincoln NoFord T-150 Transit Cargo Van (E1C) - T150
Medium Roof Van, 3.7L V6 engine, 8600lbs GVWR,
130" wheelbase, complete with all manufacturer's
standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
138 Ford Transit 250, Passenger Van (R1C)
$24,300.00Rush Truck Centers of Texas, LP YesFord T-250 Transit Cargo Van (R1C) - T250
Medium Roof Van, 3.7L V6 engine, 9000lbs GVWR,
130" wheelbase, complete with all manufacturer's
standard equipment.
$24,345.00Rockdale Country Ford, LLC YesFord T-250 Transit Cargo Van (R1C) - T250
Medium Roof Van, 3.7L V6 engine, 9000lbs GVWR,
130" wheelbase, complete with all manufacturer's
standard equipment.
$24,996.00Sam Pack's Five Star Ford YesFord T-250 Transit Cargo Van (R1C) - T250
Medium Roof Van, 3.7L V6 engine, 9000lbs GVWR,
130" wheelbase, complete with all manufacturer's
standard equipment.
$25,296.00Chastang Enterprises, Inc.YesFord T-250 Transit Cargo Van (R1C) - T250
Medium Roof Van, 3.7L V6 engine, 9000lbs GVWR,
130" wheelbase, complete with all manufacturer's
standard equipment.
$26,229.00Silsbee Ford NoFord T-250 Transit Cargo Van (R1C) - T250
Medium Roof Van, 3.7L V6 engine, 9000lbs GVWR,
130" wheelbase, complete with all manufacturer's
standard equipment.
$26,808.00Chalmers Ford NoFord T-250 Transit Cargo Van (R1C) - T250
Medium Roof Van, 3.7L V6 engine, 9000lbs GVWR,
130" wheelbase, complete with all manufacturer's
standard equipment.
$27,641.00Mac Haik Ford Lincoln NoFord T-250 Transit Cargo Van (R1C) - T250
Medium Roof Van, 3.7L V6 engine, 9000lbs GVWR,
130" wheelbase, complete with all manufacturer's
standard equipment.
$28,066.00Four Stars Ford NoFord T-250 Transit Cargo Van (R1C) - T250
Medium Roof Van, 3.7L V6 engine, 9000lbs GVWR,
130" wheelbase, complete with all manufacturer's
standard equipment.
$31,281.00Cecil Atkission Ford Lincoln NoFord T-250 Transit Cargo Van (R1C) - T250
Medium Roof Van, 3.7L V6 engine, 9000lbs GVWR,
130" wheelbase, complete with all manufacturer's
standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
139 Ford Transit 350, Passenger Van (W9C)
$25,300.00Rush Truck Centers of Texas, LP YesFord T-350 Transit Cargo Van (W9C) - T350
Medium Roof Van, 3.7L V6 engine, 9500lbs GVWR,
130" wheelbase, complete with all manufacturer's
standard equipment.
$25,993.00Sam Pack's Five Star Ford YesFord T-350 Transit Cargo Van (W9C) - T350
Medium Roof Van, 3.7L V6 engine, 9500lbs GVWR,
130" wheelbase, complete with all manufacturer's
standard equipment.
$26,342.00Chastang Enterprises, Inc.YesFord T-350 Transit Cargo Van (W9C) - T350
Medium Roof Van, 3.7L V6 engine, 9500lbs GVWR,
130" wheelbase, complete with all manufacturer's
standard equipment.
$26,575.00Rockdale Country Ford, LLC YesFord T-350 Transit Cargo Van (W9C) - T350
Medium Roof Van, 3.7L V6 engine, 9500lbs GVWR,
130" wheelbase, complete with all manufacturer's
standard equipment.
$27,225.00Silsbee Ford NoFord T-350 Transit Cargo Van (W9C) - T350
Medium Roof Van, 3.7L V6 engine, 9500lbs GVWR,
130" wheelbase, complete with all manufacturer's
standard equipment.
$27,501.00Chalmers Ford NoFord T-350 Transit Cargo Van (W9C) - T350
Medium Roof Van, 3.7L V6 engine, 9500lbs GVWR,
130" wheelbase, complete with all manufacturer's
standard equipment.
$28,738.00Mac Haik Ford Lincoln NoFord T-350 Transit Cargo Van (W9C) - T350
Medium Roof Van, 3.7L V6 engine, 9500lbs GVWR,
130" wheelbase, complete with all manufacturer's
standard equipment.
$29,163.00Four Stars Ford NoFord T-350 Transit Cargo Van (W9C) - T350
Medium Roof Van, 3.7L V6 engine, 9500lbs GVWR,
130" wheelbase, complete with all manufacturer's
standard equipment.
$32,453.00Cecil Atkission Ford Lincoln NoFord T-350 Transit Cargo Van (W9C) - T350
Medium Roof Van, 3.7L V6 engine, 9500lbs GVWR,
130" wheelbase, complete with all manufacturer's
standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
140 Ford Transit 150, Passenger Van (K1C)
$27,400.00Rush Truck Centers of Texas, LP YesT-150 Transit Passenger Van (K1C) - T150 Van,
Seating for 8/10, 3.7L V6 engine, 8550lbs GVWR,
complete with all manufacturer's standard
equipment.
$27,731.00Silsbee Ford YesT-150 Transit Passenger Van (K1C) - T150 Van,
Seating for 8/10, 3.7L V6 engine, 8550lbs GVWR,
complete with all manufacturer's standard
equipment.
$29,175.00Rockdale Country Ford, LLC YesT-150 Transit Passenger Van (K1C) - T150 Van,
Seating for 8/10, 3.7L V6 engine, 8550lbs GVWR,
complete with all manufacturer's standard
equipment.
$29,496.00Sam Pack's Five Star Ford YesT-150 Transit Passenger Van (K1C) - T150 Van,
Seating for 8/10, 3.7L V6 engine, 8550lbs GVWR,
complete with all manufacturer's standard
equipment.
$30,196.00Chastang Enterprises, Inc.NoT-150 Transit Passenger Van (K1C) - T150 Van,
Seating for 8/10, 3.7L V6 engine, 8550lbs GVWR,
complete with all manufacturer's standard
equipment.
$31,565.00Chalmers Ford NoT-150 Transit Passenger Van (K1C) - T150 Van,
Seating for 8/10, 3.7L V6 engine, 8550lbs GVWR,
complete with all manufacturer's standard
equipment.
$32,046.00Mac Haik Ford Lincoln NoT-150 Transit Passenger Van (K1C) - T150 Van,
Seating for 8/10, 3.7L V6 engine, 8550lbs GVWR,
complete with all manufacturer's standard
equipment.
$32,471.00Four Stars Ford NoT-150 Transit Passenger Van (K1C) - T150 Van,
Seating for 8/10, 3.7L V6 engine, 8550lbs GVWR,
complete with all manufacturer's standard
equipment.
$35,500.00Cecil Atkission Ford Lincoln NoT-150 Transit Passenger Van (K1C) - T150 Van,
Seating for 8/10, 3.7L V6 engine, 8550lbs GVWR,
complete with all manufacturer's standard
equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
141 Ford Transit 350, Passenger Van (X2C)
$27,700.00Rush Truck Centers of Texas, LP YesFord T-350 Transit Passenger Van (X2C) - T350
Van, Seating for 12/15, 3.7L V6 engine, 9000lbs-
9250lbs GVWR, 148" Wheelbase, complete with all
manufacturer's standard equipment.
$28,347.00Silsbee Ford YesFord T-350 Transit Passenger Van (X2C) - T350
Van, Seating for 12/15, 3.7L V6 engine, 9000lbs-
9250lbs GVWR, 148" Wheelbase, complete with all
manufacturer's standard equipment.
$29,675.00Rockdale Country Ford, LLC YesFord T-350 Transit Passenger Van (X2C) - T350
Van, Seating for 12/15, 3.7L V6 engine, 9000lbs-
9250lbs GVWR, 148" Wheelbase, complete with all
manufacturer's standard equipment.
$29,952.00Sam Pack's Five Star Ford YesFord T-350 Transit Passenger Van (X2C) - T350
Van, Seating for 12/15, 3.7L V6 engine, 9000lbs-
9250lbs GVWR, 148" Wheelbase, complete with all
manufacturer's standard equipment.
$30,897.00Chastang Enterprises, Inc.NoFord T-350 Transit Passenger Van (X2C) - T350
Van, Seating for 12/15, 3.7L V6 engine, 9000lbs-
9250lbs GVWR, 148" Wheelbase, complete with all
manufacturer's standard equipment.
$32,797.00Mac Haik Ford Lincoln NoFord T-350 Transit Passenger Van (X2C) - T350
Van, Seating for 12/15, 3.7L V6 engine, 9000lbs-
9250lbs GVWR, 148" Wheelbase, complete with all
manufacturer's standard equipment.
$33,222.00Chalmers Ford NoFord T-350 Transit Passenger Van (X2C) - T350
Van, Seating for 12/15, 3.7L V6 engine, 9000lbs-
9250lbs GVWR, 148" Wheelbase, complete with all
manufacturer's standard equipment.
$33,404.00Four Stars Ford NoFord T-350 Transit Passenger Van (X2C) - T350
Van, Seating for 12/15, 3.7L V6 engine, 9000lbs-
9250lbs GVWR, 148" Wheelbase, complete with all
manufacturer's standard equipment.
$34,999.00Cecil Atkission Ford Lincoln NoFord T-350 Transit Passenger Van (X2C) - T350
Van, Seating for 12/15, 3.7L V6 engine, 9000lbs-
9250lbs GVWR, 148" Wheelbase, complete with all
manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
142 Ford Transit 250 Cutaway (R5P)
$17,854.00Sam Pack's Five Star Ford YesFord T-250 Transit Cutaway Chassis (R5P) - T-250
Chassis, 3.7L V6 engine, 9000lbs GVWR, complete
with all manufacturer's standard equipment.
$17,975.00Rockdale Country Ford, LLC YesFord T-250 Transit Cutaway Chassis (R5P) - T-250
Chassis, 3.7L V6 engine, 9000lbs GVWR, complete
with all manufacturer's standard equipment.
$19,200.00Rush Truck Centers of Texas, LP YesFord T-250 Transit Cutaway Chassis (R5P) - T-250
Chassis, 3.7L V6 engine, 9000lbs GVWR, complete
with all manufacturer's standard equipment.
$20,382.00Silsbee Ford YesFord T-250 Transit Cutaway Chassis (R5P) - T-250
Chassis, 3.7L V6 engine, 9000lbs GVWR, complete
with all manufacturer's standard equipment.
$20,439.00Chastang Enterprises, Inc.NoFord T-250 Transit Cutaway Chassis (R5P) - T-250
Chassis, 3.7L V6 engine, 9000lbs GVWR, complete
with all manufacturer's standard equipment.
$22,497.00Chalmers Ford NoFord T-250 Transit Cutaway Chassis (R5P) - T-250
Chassis, 3.7L V6 engine, 9000lbs GVWR, complete
with all manufacturer's standard equipment.
$22,863.00Four Stars Ford NoFord T-250 Transit Cutaway Chassis (R5P) - T-250
Chassis, 3.7L V6 engine, 9000lbs GVWR, complete
with all manufacturer's standard equipment.
$22,899.00Mac Haik Ford Lincoln NoFord T-250 Transit Cutaway Chassis (R5P) - T-250
Chassis, 3.7L V6 engine, 9000lbs GVWR, complete
with all manufacturer's standard equipment.
$24,895.00Cecil Atkission Ford Lincoln NoFord T-250 Transit Cutaway Chassis (R5P) - T-250
Chassis, 3.7L V6 engine, 9000lbs GVWR, complete
with all manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
143 Ford Transit 250 Chassis Cab (R5Z)
$18,354.00Sam Pack's Five Star Ford YesFord T-250 Transit Cutaway Chassis Cab (R5Z) - T-
250 Chassis Cab, 3.7L V6 engine, 9000lbs GVWR,
complete with all manufacturer's standard
equipment.
$19,375.00Rockdale Country Ford, LLC YesFord T-250 Transit Cutaway Chassis Cab (R5Z) - T-
250 Chassis Cab, 3.7L V6 engine, 9000lbs GVWR,
complete with all manufacturer's standard
equipment.
$19,600.00Rush Truck Centers of Texas, LP YesFord T-250 Transit Cutaway Chassis Cab (R5Z) - T-
250 Chassis Cab, 3.7L V6 engine, 9000lbs GVWR,
complete with all manufacturer's standard
equipment.
$20,479.00Chastang Enterprises, Inc.YesFord T-250 Transit Cutaway Chassis Cab (R5Z) - T-
250 Chassis Cab, 3.7L V6 engine, 9000lbs GVWR,
complete with all manufacturer's standard
equipment.
$20,782.00Silsbee Ford YesFord T-250 Transit Cutaway Chassis Cab (R5Z) - T-
250 Chassis Cab, 3.7L V6 engine, 9000lbs GVWR,
complete with all manufacturer's standard
equipment.
$22,979.00Chalmers Ford NoFord T-250 Transit Cutaway Chassis Cab (R5Z) - T-
250 Chassis Cab, 3.7L V6 engine, 9000lbs GVWR,
complete with all manufacturer's standard
equipment.
$23,399.00Mac Haik Ford Lincoln NoFord T-250 Transit Cutaway Chassis Cab (R5Z) - T-
250 Chassis Cab, 3.7L V6 engine, 9000lbs GVWR,
complete with all manufacturer's standard
equipment.
$25,200.00Cecil Atkission Ford Lincoln NoFord T-250 Transit Cutaway Chassis Cab (R5Z) - T-
250 Chassis Cab, 3.7L V6 engine, 9000lbs GVWR,
complete with all manufacturer's standard
equipment.
$33,333.00Four Stars Ford NoFord T-250 Transit Cutaway Chassis Cab (R5Z) - T-
250 Chassis Cab, 3.7L V6 engine, 9000lbs GVWR,
complete with all manufacturer's standard
equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
144 Ford E-350 Cutaway (E3F)
$17,980.00Rush Truck Centers of Texas, LP YesFord E-350 Cutaway Van Chassis (E3F) - 6.8L V10
engine, SRW, 138" wheelbase, 10050lbs GVWR,
complete with all manufacturer's standard
equipment.
$18,989.00Sam Pack's Five Star Ford YesFord E-350 Cutaway Van Chassis (E3F) - 6.8L V10
engine, SRW, 138" wheelbase, 10050lbs GVWR,
complete with all manufacturer's standard
equipment.
$19,975.00Rockdale Country Ford, LLC YesFord E-350 Cutaway Van Chassis (E3F) - 6.8L V10
engine, SRW, 138" wheelbase, 10050lbs GVWR,
complete with all manufacturer's standard
equipment.
$22,299.00Chastang Enterprises, Inc.NoFord E-350 Cutaway Van Chassis (E3F) - 6.8L V10
engine, SRW, 138" wheelbase, 10050lbs GVWR,
complete with all manufacturer's standard
equipment.
$23,546.00Silsbee Ford NoFord E-350 Cutaway Van Chassis (E3F) - 6.8L V10
engine, SRW, 138" wheelbase, 10050lbs GVWR,
complete with all manufacturer's standard
equipment.
$24,359.00Mac Haik Ford Lincoln NoFord E-350 Cutaway Van Chassis (E3F) - 6.8L V10
engine, SRW, 138" wheelbase, 10050lbs GVWR,
complete with all manufacturer's standard
equipment.
$25,559.00Cecil Atkission Ford Lincoln NoFord E-350 Cutaway Van Chassis (E3F) - 6.8L V10
engine, SRW, 138" wheelbase, 10050lbs GVWR,
complete with all manufacturer's standard
equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
145 Ford E-350 Stripped Chassis (E3K)
$17,737.00Sam Pack's Five Star Ford YesFord E-350 Stripped Chassis (E3K) - 6.8L V10
engine, DRW, 138" wheelbase, 11500lbs GVWR,
complete with all manufacturer's standard
equipment.
$18,550.00Rush Truck Centers of Texas, LP YesFord E-350 Stripped Chassis (E3K) - 6.8L V10
engine, DRW, 138" wheelbase, 11500lbs GVWR,
complete with all manufacturer's standard
equipment.
$18,785.00Rockdale Country Ford, LLC YesFord E-350 Stripped Chassis (E3K) - 6.8L V10
engine, DRW, 138" wheelbase, 11500lbs GVWR,
complete with all manufacturer's standard
equipment.
$20,998.00Chastang Enterprises, Inc.NoFord E-350 Stripped Chassis (E3K) - 6.8L V10
engine, DRW, 138" wheelbase, 11500lbs GVWR,
complete with all manufacturer's standard
equipment.
$21,399.00Silsbee Ford NoFord E-350 Stripped Chassis (E3K) - 6.8L V10
engine, DRW, 138" wheelbase, 11500lbs GVWR,
complete with all manufacturer's standard
equipment.
$23,795.00Cecil Atkission Ford Lincoln NoFord E-350 Stripped Chassis (E3K) - 6.8L V10
engine, DRW, 138" wheelbase, 11500lbs GVWR,
complete with all manufacturer's standard
equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
146 Ford E-450 Cutaway (E4F)
$20,950.00Rush Truck Centers of Texas, LP YesFord E-450 Cutaway Chassis Cab (E4F) - 6.8L V10,
DRW, 158" wheelbase, 14,000lbs GVWR, complete
with all manufacturer's standard equipment.
$21,488.00Sam Pack's Five Star Ford YesFord E-450 Cutaway Chassis Cab (E4F) - 6.8L V10,
DRW, 158" wheelbase, 14,000lbs GVWR, complete
with all manufacturer's standard equipment.
$21,875.00Rockdale Country Ford, LLC YesFord E-450 Cutaway Chassis Cab (E4F) - 6.8L V10,
DRW, 158" wheelbase, 14,000lbs GVWR, complete
with all manufacturer's standard equipment.
$21,993.00Chastang Enterprises, Inc.YesFord E-450 Cutaway Chassis Cab (E4F) - 6.8L V10,
DRW, 158" wheelbase, 14,000lbs GVWR, complete
with all manufacturer's standard equipment.
$25,515.00Silsbee Ford NoFord E-450 Cutaway Chassis Cab (E4F) - 6.8L V10,
DRW, 158" wheelbase, 14,000lbs GVWR, complete
with all manufacturer's standard equipment.
$25,531.00Mac Haik Ford Lincoln NoFord E-450 Cutaway Chassis Cab (E4F) - 6.8L V10,
DRW, 158" wheelbase, 14,000lbs GVWR, complete
with all manufacturer's standard equipment.
$27,495.00Cecil Atkission Ford Lincoln NoFord E-450 Cutaway Chassis Cab (E4F) - 6.8L V10,
DRW, 158" wheelbase, 14,000lbs GVWR, complete
with all manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
147 Ford E-450 Stripped Chassis (E4K)
$19,689.00Sam Pack's Five Star Ford YesFord E-450 Stripped Chassis (E4K) - 6.8L V10,
DRW, 158" wheelbase, 14,500lbs GVWR, complete
with all manufacturer's standard equipment.
$19,955.00Rockdale Country Ford, LLC YesFord E-450 Stripped Chassis (E4K) - 6.8L V10,
DRW, 158" wheelbase, 14,500lbs GVWR, complete
with all manufacturer's standard equipment.
$20,175.00Rush Truck Centers of Texas, LP YesFord E-450 Stripped Chassis (E4K) - 6.8L V10,
DRW, 158" wheelbase, 14,500lbs GVWR, complete
with all manufacturer's standard equipment.
$22,485.00Chastang Enterprises, Inc.NoFord E-450 Stripped Chassis (E4K) - 6.8L V10,
DRW, 158" wheelbase, 14,500lbs GVWR, complete
with all manufacturer's standard equipment.
$23,461.00Silsbee Ford NoFord E-450 Stripped Chassis (E4K) - 6.8L V10,
DRW, 158" wheelbase, 14,500lbs GVWR, complete
with all manufacturer's standard equipment.
$25,795.00Cecil Atkission Ford Lincoln NoFord E-450 Stripped Chassis (E4K) - 6.8L V10,
DRW, 158" wheelbase, 14,500lbs GVWR, complete
with all manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
153 Not to Exceed Hourly Labor Rate for Vehicle Installation or Repair Service (Ford)
$70.00Silsbee Ford YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$75.00MHQ West YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$79.00Sam Pack's Five Star Ford YesHourly Labor Rate for Vehicle Installation or Repair
Service.($79.00 to $105.00)
$85.00Texas Truck A/C, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Pursuit Safety, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$90.00Rockdale Country Ford, LLC YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$90.00Main Street Installers YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$92.00Mac Haik Ford Lincoln YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$95.00Spring Klein Auto & Truck YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$104.00Tommie Vaughn Motors, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$110.00East Texas Truck Systems NoHourly Labor Rate for Vehicle Installation or Repair
Service.
$125.00Rush Truck Centers of Texas, LP YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$125.00Chalmers Ford YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$128.00Grande Truck Center YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$138.50Chastang Enterprises, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$150.00Cecil Atkission Ford Lincoln NoHourly Labor Rate for Vehicle Installation or Repair
Service.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
154 Not to Exceed Hourly Labor Rate for Paint and Body Repair (Ford)
$0.00Chastang Enterprises, Inc.YesHourly Labor Rate for Paint and Body Repair of
Vehicles, Heavy Duty Trucks, and Police
Motorcycles.
$38.00Tommie Vaughn Motors, Inc.YesHourly Labor Rate for Paint and Body Repair of
Vehicles, Heavy Duty Trucks, and Police
Motorcycles.
$42.00Spring Klein Auto & Truck YesHourly Labor Rate for Paint and Body Repair of
Vehicles, Heavy Duty Trucks, and Police
Motorcycles.
$50.00Sam Pack's Five Star Ford YesHourly Labor Rate for Paint and Body Repair of
Vehicles, Heavy Duty Trucks, and Police
Motorcycles.
$65.00Chalmers Ford YesHourly Labor Rate for Paint and Body Repair of
Vehicles, Heavy Duty Trucks, and Police
Motorcycles.
$70.00Silsbee Ford YesHourly Labor Rate for Paint and Body Repair of
Vehicles, Heavy Duty Trucks, and Police
Motorcycles.
$88.00Mac Haik Ford Lincoln YesHourly Labor Rate for Paint and Body Repair of
Vehicles, Heavy Duty Trucks, and Police
Motorcycles.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Paint and Body Repair of
Vehicles, Heavy Duty Trucks, and Police
Motorcycles.
$90.00Rockdale Country Ford, LLC YesHourly Labor Rate for Paint and Body Repair of
Vehicles, Heavy Duty Trucks, and Police
Motorcycles.
$110.00East Texas Truck Systems NoHourly Labor Rate for Paint and Body Repair of
Vehicles, Heavy Duty Trucks, and Police
Motorcycles.
$125.00Rush Truck Centers of Texas, LP YesHourly Labor Rate for Paint and Body Repair of
Vehicles, Heavy Duty Trucks, and Police
Motorcycles.
$150.00Cecil Atkission Ford Lincoln NoHourly Labor Rate for Paint and Body Repair of
Vehicles, Heavy Duty Trucks, and Police
Motorcycles.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
155 Per Mile Delivery Fee for Vehicles, Trucks, or Motorcycles (Ford)
$0.85Mac Haik Ford Lincoln YesPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
$1.15Four Stars Ford YesPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
$1.49Sam Pack's Five Star Ford YesPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
$1.75Silsbee Ford YesPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
$1.95Rush Truck Centers of Texas, LP YesPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
$2.00Chalmers Ford YesPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
$2.00Cecil Atkission Ford Lincoln NoPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
$2.50Grande Truck Center YesPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
$2.75Chastang Enterprises, Inc.YesPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
$2.85Rockdale Country Ford, LLC YesPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
$3.50East Texas Truck Systems NoPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
Bid PriceVendor AwardVendor Brand and Model Number
156 Freightliner Model M2-106
$29,420.69Doggett Freightliner of South Texas,
LLC
YesFreightliner Model M2-106 - Cab and chassis,
18,000# GVW, Eaton 6 speed transmission, 200
HP, front axle 6,000lbs, rear axle 13,000lbs,
complete with all manufacturer's standard
equipment.
$32,405.00Freightliner of Austin NoFreightliner Model M2-106 - Cab and chassis,
18,000# GVW, Eaton 6 speed transmission, 200
HP, front axle 6,000lbs, rear axle 13,000lbs,
complete with all manufacturer's standard
equipment.
$48,289.00Lonestar Freightliner Group LLC NoFreightliner Model M2-106 - Cab and chassis,
18,000# GVW, Eaton 6 speed transmission, 200
HP, front axle 6,000lbs, rear axle 13,000lbs,
complete with all manufacturer's standard
equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
157 Freightliner Model 108SD
$37,694.20Doggett Freightliner of South Texas,
LLC
YesFreightliner Model 108SD - Cab and chassis,
31,000# GVW, Eaton 9 speed transmission, 260
HP, front axle 10,000lbs, rear axle 21,000lbs,
complete with all manufacturer's standard
equipment.
$44,756.00Freightliner of Austin NoFreightliner Model 108SD - Cab and chassis,
31,000# GVW, Eaton 9 speed transmission, 260
HP, front axle 10,000lbs, rear axle 21,000lbs,
complete with all manufacturer's standard
equipment.
$54,789.00Lonestar Freightliner Group LLC NoFreightliner Model 108SD - Cab and chassis,
31,000# GVW, Eaton 9 speed transmission, 260
HP, front axle 10,000lbs, rear axle 21,000lbs,
complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
158 Freightliner Model M2-112
$61,024.96Doggett Freightliner of South Texas,
LLC
YesFreightliner Model M2-112 - Cab and chassis,
52,000# GVW, Detroit DD13 370 HP at 1625 RPM,
Eaton 10 speed transmission, front axle 12,000lbs,
rear axle 40,000lbs, complete with all
manufacturer's standard equipment.
$63,544.00Freightliner of Austin NoFreightliner Model M2-112 - Cab and chassis,
52,000# GVW, Detroit DD13 370 HP at 1625 RPM,
Eaton 10 speed transmission, front axle 12,000lbs,
rear axle 40,000lbs, complete with all
manufacturer's standard equipment.
$74,145.00Lonestar Freightliner Group LLC NoFreightliner Model M2-112 - Cab and chassis,
52,000# GVW, Detroit DD13 370 HP at 1625 RPM,
Eaton 10 speed transmission, front axle 12,000lbs,
rear axle 40,000lbs, complete with all
manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
159 Freightliner Model Cascadia 125
$82,146.00Freightliner of Austin Yes"Freightliner Model Cascadia 125 - Cab and
chassis, 52,000# GVW, Detroit DD15 455 HP at
1625 RPM, Eaton FR-15210B 10 speed
transmission, front axle 12,000lbs, rear axle
40,000lbs, complete with all manufacturer's
standard equipment."
$91,715.00Doggett Freightliner of South Texas,
LLC
No"Freightliner Model Cascadia 125 - Cab and
chassis, 52,000# GVW, Detroit DD15 455 HP at
1625 RPM, Eaton FR-15210B 10 speed
transmission, front axle 12,000lbs, rear axle
40,000lbs, complete with all manufacturer's
standard equipment."
Bid PriceVendor AwardVendor Brand and Model Number
160 Freightliner Model 122 SD
$79,568.00Lonestar Freightliner Group LLC Yes"Freightliner Model 122 SD - Cab and chassis,
52,000# GVW, Detroit DD15 455 HP at 1625 RPM,
Eaton FR15210B10 speed transmission, front
axle 12,000lbs, rear axle 40,000lbs, complete with
all manufacturer's standard equipment."
$80,977.00Freightliner of Austin NoFreightliner Model 122 SD - Cab and chassis,
52,000# GVW, Detroit DD15 455 HP at 1625 RPM,
Eaton FR15210B
10 speed transmission, front axle 12,000lbs, rear
axle 40,000lbs, complete with all manufacturer's
standard equipment.
$90,377.11Doggett Freightliner of South Texas,
LLC
No"Freightliner Model 122 SD - Cab and chassis,
52,000# GVW, Detroit DD15 455 HP at 1625 RPM,
Eaton FR15210B10 speed transmission, front
axle 12,000lbs, rear axle 40,000lbs, complete with
all manufacturer's standard equipment."
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
161 Freightliner Model 114SD
$57,696.00Freightliner of Austin Yes"Freightliner Model 114SD - Cab and chassis,
52,000# GVW, Detroit DD13 370 HP at 1625 RPM,
Eaton FR15210B,front axle 12,000lbs, rear axle
40,000lbs, complete with all manufacturer's
standard equipment."
$59,934.20Doggett Freightliner of South Texas,
LLC
No"Freightliner Model 114SD - Cab and chassis,
52,000# GVW, Detroit DD13 370 HP at 1625 RPM,
Eaton FR15210B,front axle 12,000lbs, rear axle
40,000lbs, complete with all manufacturer's
standard equipment."
$72,615.00Lonestar Freightliner Group LLC No"Freightliner Model 114SD - Cab and chassis,
52,000# GVW, Detroit DD13 370 HP at 1625 RPM,
Eaton FR15210B,front axle 12,000lbs, rear axle
40,000lbs, complete with all manufacturer's
standard equipment."
Bid PriceVendor AwardVendor Brand and Model Number
162 Freightliner Cascadia 113
$80,478.00Freightliner of Austin YesFreightliner Model Cascadia 113 - Cab and chassis,
Detroit DD13 370 HP, Eaton FR15210B, front axle
12000 lbs, rear axle 40000 lbs, complete with all
manufacturer's standard equipment.
$90,124.71Doggett Freightliner of South Texas,
LLC
NoFreightliner Model Cascadia 113 - Cab and chassis,
Detroit DD13 370 HP, Eaton FR15210B, front axle
12000 lbs, rear axle 40000 lbs, complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
163 Freightliner MT45
$43,865.00Freightliner of Austin YesFreightliner MT45 - Van Chassis (cab and chassis),
14,990# GVW, for 10 ft. van body, Cummins ISB-
10 6.7L 200 HP at 2300 RPM, Allison 1000 HS
automatic transmission (5 speed) with parking
pawl, rear axle 13,000 lbs, rear axle 12,000lbs
$44,321.00Doggett Freightliner of South Texas,
LLC
YesFreightliner MT45 - Van Chassis (cab and chassis),
14,990# GVW, for 10 ft. van body, Cummins ISB-
10 6.7L 200 HP at 2300 RPM, Allison 1000 HS
automatic transmission (5 speed) with parking
pawl, rear axle 13,000 lbs, rear axle 12,000lbs
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
164 Freightliner MT55
$45,028.00Freightliner of Austin YesFreightliner MT55 - Van Chassis (cab and chassis),
25,000# GVW, for 16 ft. van body, Cummins ISB-
10 6.7L 200 HP at 2300 RPM, Allison 2200 HS
automatic transmission (5 speed) with parking
pawl, front axle 8,000lbs, rear axle 13,500lbs
$46,268.00Doggett Freightliner of South Texas,
LLC
NoFreightliner MT55 - Van Chassis (cab and chassis),
25,000# GVW, for 16 ft. van body, Cummins ISB-
10 6.7L 200 HP at 2300 RPM, Allison 2200 HS
automatic transmission (5 speed) with parking
pawl, front axle 8,000lbs
Bid PriceVendor AwardVendor Brand and Model Number
170 Not to Exceed Hourly Labor Rate for Vehicle Installation or Repair Service (Freightliner)
$75.00MHQ West YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Texas Truck A/C, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Pursuit Safety, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$95.00Spring Klein Auto & Truck YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$110.00East Texas Truck Systems NoHourly Labor Rate for Vehicle Installation or Repair
Service.
$116.25Doggett Freightliner of South Texas,
LLC
YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$128.00Lonestar Freightliner Group LLC YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$145.00Freightliner of Austin YesHourly Labor Rate for Vehicle Installation or Repair
Service.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
171 Not to Exceed Hourly Labor Rate for Paint and Body Repair (Freightliner)
$65.00Spring Klein Auto & Truck YesHourly Labor Rate for Paint and Body Repair
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Paint and Body Repair.
$110.00East Texas Truck Systems NoHourly Labor Rate for Paint and Body Repair
$116.25Doggett Freightliner of South Texas,
LLC
YesHourly Labor Rate for Paint and Body Repair -
State the Not to Exceed hourly labor rate for Paint
and Body Repair.
$145.00Freightliner of Austin YesHourly Labor Rate for Paint and Body Repair -
State the Not to Exceed hourly labor rate for Paint
and Body Repair.
Bid PriceVendor AwardVendor Brand and Model Number
172 Per Mile Delivery Fee for Vehicles, Trucks, or Motorcycles (Freightliner)
$1.50Lonestar Freightliner Group LLC YesPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles - State the Not to Exceed per mile
delivery fee for Vehicles.
$1.50Doggett Freightliner of South Texas,
LLC
YesPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles - State the Not to Exceed per mile
delivery fee for Vehicles.
$1.50Freightliner of Austin YesPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles - State the Not to Exceed per mile
delivery fee for Vehicles.
$3.50East Texas Truck Systems NoPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
Bid PriceVendor AwardVendor Brand and Model Number
173 Hino Model 155
$34,966.00Rush Truck Centers of Texas, LP YesHino 155, Cab Over, 14,500 lbs GVWR, Engine:
Hino J05E, - 210 hp, Aisin 6 speed automatic
transmission, front gross axle weight 5,510 lbs,
rear gross axle weight 9,880 lbs, Complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
174 Hino Model 195
$39,851.00Rush Truck Centers of Texas, LP YesHino 195, Cab Over, 19,500 lbs GVWR, Engine:
Hino J05E, - 210 hp, Aisin 6 speed automatic
transmission, front gross axle weight 6,830 lbs,
rear gross axle weight 13,670 lbs, Complete with
all manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
175 Hino Model 238 (ND8JSA)
$53,005.00Rush Truck Centers of Texas, LP YesHino 238, Conventional Cab (ND8JSA), 23,000 lbs
GVWR, BBC - 108" Engine: Hino J08E-VC 8.0L, 220
hp
at 2,500 rpm, Complete with all manufacturer's
standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
176 Hino Model 258 (ND8JJSA)
$54,425.00Rush Truck Centers of Texas, LP YesHino 258, Conventional Cab (ND8JJSA), 25,500 lbs
GVWR, BBC - 108", Engine: Hino J08E-TV 7.680L,
220
hp at 2,500 rpm, Complete with all manufacturer's
standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
177 Hino Model 268 (NE8JLSA)
$54,555.00Rush Truck Centers of Texas, LP YesHino 268, Conventional Cab (NE8JLSA), 25,900
GVWR, BBC - 108",Engine: Hino J08E-TV 7.680 L,
220
hp at 2,500 rpm, Complete with all manufacurer's
standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
178 Hino Model 338 (NV8JLSA)
$57,725.00Rush Truck Centers of Texas, LP YesHino 338, Conventional Cab (NV8JLSA), 33,000
GVWR, BBC - 108", Engine: Hino J08E-TV 7.680 L,
220
hp at 2,500 rpm, Complete with all manufacurer's
standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
179 Hino Model XL
$64,484.00Rush Truck Centers of Texas, LP YesHino XL, Conventional Cab, 33,000 GVWR, BBC -
108", Engine: Hino A09, 360 hp at 2,500 rpm,
Complete with all manufacurer's standard
equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
185 Not to Exceed Hourly Labor Rate for Vehicle Installation or Repair Service (Hino)
$75.00MHQ West YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Pursuit Safety, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Texas Truck A/C, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$95.00Spring Klein Auto & Truck YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$110.00East Texas Truck Systems NoHourly Labor Rate for Vehicle Installation or Repair
Service.
$125.00Rush Truck Centers of Texas, LP YesHourly Labor Rate for Vehicle Installation or Repair
Service.
Bid PriceVendor AwardVendor Brand and Model Number
186 Not to Exceed Hourly Labor Rate for Paint and Body Repair (Hino)
$65.00Spring Klein Auto & Truck YesHourly Labor Rate for Paint and Body Repair.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Paint and Body Repair.
$110.00East Texas Truck Systems NoHourly Labor Rate for Paint and Body Repair.
$125.00Rush Truck Centers of Texas, LP YesHourly Labor Rate for Paint and Body Repair.
Bid PriceVendor AwardVendor Brand and Model Number
187 Per Mile Delivery Fee for Vehicles, Trucks, or Police Motorcycles (Hino)
$1.95Rush Truck Centers of Texas, LP YesPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
$3.50East Texas Truck Systems NoPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
Bid PriceVendor AwardVendor Brand and Model Number
188 Honda Insight
$22,423.59Northside Honda YesHonda Insight - Base model, 1.5L SOHC 4 cylinder
engine, complete with all manufacturer's standard
equipment.
$22,758.00Gunn Honda YesHonda Insight - Base model, 1.5L SOHC 4 cylinder
engine, complete with all manufacturer's standard
equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
189 Honda Fit
$16,944.08Northside Honda YesHonda Fit - Base model, 1.5L 4 cylinder engine,
complete with all manufacturer's standard
equipment.
$17,120.00Gunn Honda YesHonda Fit - Base model, 1.5L 4 cylinder engine,
complete with all manufacturer's standard
equipment.
$17,699.59Northside Honda YesHonda Fit LX CVT - Base model, 1.5L 4 cylinder
engine, complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
190 Honda Clarity
$33,458.78Northside Honda YesHonda Clarity - Base model, Hybrid or Electric
engine, complete with all manufacturer's standard
equipment.
$33,482.00Gunn Honda YesHonda Clarity - Base model, Hybrid or Electric
engine, complete with all manufacturer's standard
equipment.
$37,000.00Northside Honda YesHonda Clarity Electric - Base model, Hybrid or
Electric engine, complete with all manufacturer's
standard equipment.
$58,999.60Northside Honda YesHonda Clarity Fuel Cell - Base model, Hybrid or
Electric engine, complete with all manufacturer's
standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
191 Honda Civic LX
$19,404.39Northside Honda YesHonda Civic LX - Base model, 1.8L SOHC 4 cylinder
engine, complete with all manufacturer's standard
equipment.
$19,628.00Gunn Honda YesHonda Civic LX - Base model, 1.8L SOHC 4 cylinder
engine, complete with all manufacturer's standard
equipment.
$20,095.03Northside Honda YesHonda Civic LX CVT- Base model, 1.8L SOHC 4
cylinder engine, complete with all manufacturer's
standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
192 Honda Accord LX
$22,880.04Northside Honda YesHonda Accord LX - Base model, 2.4L DOHC 4
cylinder engine, complete with all manufacturer's
standard equipment.
$23,163.00Gunn Honda YesHonda Accord LX - Base model, 2.4L DOHC 4
cylinder engine, complete with all manufacturer's
standard equipment.
$24,349.40Northside Honda NoHonda Accord Hybrid - Base model, 2.4L DOHC 4
cylinder engine, complete with all manufacturer's
standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
193 Honda Crosstour EX
No Vendors Responded
Bid PriceVendor AwardVendor Brand and Model Number
194 Honda Ridgeline RT
$28,773.91Northside Honda YesHonda Ridgeline RT - Base model, 3.5L SOHC V6
engine, complete with all manufacturer's standard
equipment.
$29,048.00Gunn Honda NoHonda Ridgeline RT - Base model, 3.5L SOHC V6
engine, complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
195 Honda HR-V LX
$21,255.11Northside Honda YesHonda HR-V LX - Base model, 16-Valve SOHC i-
VTEC engine, complete with all manufacturer's
standard equipment.
$21,715.00Gunn Honda NoHonda HR-V LX - Base model, 16-Valve SOHC i-
VTEC engine, complete with all manufacturer's
standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
196 Honda CR-V LX
$24,287.65Northside Honda YesHonda CR-V LX - Base model, 2.4L DOHC 4
cylinder engine, complete with all manufacturer's
standard equipment.
$24,582.00Gunn Honda NoHonda CR-V LX - Base model, 2.4L DOHC 4
cylinder engine, complete with all manufacturer's
standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
197 Honda Pilot LX
$29,955.58Northside Honda YesHonda Pilot LX - Base model, 3.5L SOHC V6
engine, complete with all manufacturer's standard
equipment.
$30,471.00Gunn Honda NoHonda Pilot LX - Base model, 3.5L SOHC V6
engine, complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
198 Honda Odyssey LX
$28,893.33Northside Honda YesHonda Odyssey LX - Base model, 3.5L SOHC V6
engine, complete with all manufacturer's standard
equipment.
$29,229.00Gunn Honda NoHonda Odyssey LX - Base model, 3.5L SOHC V6
engine, complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
204 Not to Exceed Hourly Labor Rate for Vehicle Installation or Repair Service (Honda)
$75.00MHQ West YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Texas Truck A/C, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Pursuit Safety, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$95.00Spring Klein Auto & Truck YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$130.00Northside Honda YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$130.00Gunn Honda YesHourly Labor Rate for Vehicle Installation or Repair
Service.
Bid PriceVendor AwardVendor Brand and Model Number
205 Not to Exceed Hourly Labor Rate for Paint and Body Repair (Honda)
$42.00Spring Klein Auto & Truck YesHourly Labor Rate for Paint and Body Repair.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Paint and Body Repair.
$130.00Northside Honda YesHourly Labor Rate for Paint and Body Repair.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
206 Per Mile Delivery Fee for Vehicles, Trucks, or Police Motorcycles (Honda)
$1.00Northside Honda YesPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
$1.60Gunn Honda YesPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
Bid PriceVendor AwardVendor Brand and Model Number
207 International HV507 4x4
$74,840.00Southwest International Trucks, Inc.YesInternational HV507 4x4 - Class 6-7, Cummins
B6.7 200 hp,10,000 front axle, 17,500 rear axle, air
brakes,6 speed transmission complete with all
standard manufacturer's equipment.
$75,664.00Rush Truck Centers of Texas, LP NoInternational HV507 4x4 - Class 6-7, Cummins
B6.7 200 hp,10,000 front axle, 17,500 rear axle, air
brakes,6 speed transmission complete with all
standard manufacturer's equipment.
Bid PriceVendor AwardVendor Brand and Model Number
208 International HV607 6x4
$66,356.00Rush Truck Centers of Texas, LP YesInternational HV607 6x4 - Class 8, Cummins L9
260 hp, 10,000# front axle,40,000# rear axle, 10
speed transmission, air brakes, complete with all
standard manufacturer's equipment.
$68,274.00Southwest International Trucks, Inc.NoInternational HV607 6x4 - Class 8, Cummins L9
260 hp, 10,000# front axle,40,000# rear axle, 10
speed transmission, air brakes, complete with all
standard manufacturer's equipment.
Bid PriceVendor AwardVendor Brand and Model Number
209 International MV607 4x2
$51,133.00Rush Truck Centers of Texas, LP YesInternational MV607 4x2 - Class 6-7, Cummins
B6.7 200 hp, 8000# front axle, hydraulic brakes,
17,500# rear axle, 6 speed transmission, complete
with all standard manufacturer's equipment.
$56,373.00Southwest International Trucks, Inc.NoInternational MV607 4x2 - Class 6-7, Cummins
B6.7 200 hp, 8000# front axle, hydraulic brakes,
17,500# rear axle, 6 speed transmission, complete
with all standard manufacturer's equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
210 International HX515 6x4
$87,775.00Rush Truck Centers of Texas, LP YesInternational HX515 6x4 - Class 8, International
A26 370 hp, 12,000# front axle,40,000# rear axle,
10 speed, air brakes, complete with all standard
manufacturer's equipment.
$94,584.00Southwest International Trucks, Inc.NoInternational HX515 6x4 - Class 8, International
A26 370 hp, 12,000# front axle,40,000# rear axle,
10 speed, air brakes, complete with all standard
manufacturer's equipment.
Bid PriceVendor AwardVendor Brand and Model Number
211 International HV607 4x2
$54,203.00Rush Truck Centers of Texas, LP YesInternational HV607 4x2 - Class 6-7, Cummins
B6.7 200 hp, 10,000# front axle, 17,500# rear
axle, 6 speed transmission, air brakes, complete
with all standard mamufacturer's equipment
$55,837.00Southwest International Trucks, Inc.NoInternational HV607 4x2 - Class 6-7, Cummins
B6.7 200 hp, 10,000# front axle, 17,500# rear
axle, 6 speed transmission, air brakes, complete
with all standard mamufacturer's equipment
Bid PriceVendor AwardVendor Brand and Model Number
212 International HX620 6x4
$90,975.00Southwest International Trucks, Inc.YesInternational HX620 6x4 - Class 8, Cummins X15
450 hp, 10 speed transmission, 12,000# front axle,
40,000# rear axle, air brakes, complete with all
standard manufacturer's equipment.
$91,717.00Rush Truck Centers of Texas, LP NoInternational HX620 6x4 - Class 8, Cummins X15
450 hp, 10 speed transmission, 12,000# front axle,
40,000# rear axle, air brakes, complete with all
standard manufacturer's equipment.
Bid PriceVendor AwardVendor Brand and Model Number
213 International LT625 6x4
$83,000.00Rush Truck Centers of Texas, LP YesInternational LT625 6x4 - Class 8, International
A26 410 hp, 10 speed transmission, 12,000# front
axle, 40,000# rear axle, air brakes, complete with
all standard manufacturer's equipment.
$90,975.00Southwest International Trucks, Inc.NoInternational LT625 6x4 - Class 8, International
A26 410 hp, 10 speed transmission, 12,000# front
axle, 40,000# rear axle, air brakes, complete with
all standard manufacturer's equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
214 International HV513 4x2
$75,882.00Rush Truck Centers of Texas, LP YesInternational HV513 4x2 - Class 8, International
A26 365 hp, 12,000# front axle, 23,000# rear
axle, air brakes, 10 speed transmission, complete
with all manufacturer's equipment.
$81,813.00Southwest International Trucks, Inc.NoInternational HV513 4x2 - Class 8, International
A26 365 hp, 12,000# front axle, 23,000# rear
axle, air brakes, 10 speed transmission, complete
with all manufacturer's equipment.
Bid PriceVendor AwardVendor Brand and Model Number
215 International RH613 4x2
$75,554.00Rush Truck Centers of Texas, LP YesInternational RH613 4x2 - Class 8, International
A26 370 hp, 12,000# front axle, 23,000# rear
axle, 10 speed, air brakes, complete with all
standard manufacturer's equipment.
$85,650.00Southwest International Trucks, Inc.NoInternational RH613 4x2 - Class 8, International
A26 370 hp, 12,000# front axle, 23,000# rear
axle, 10 speed, air brakes, complete with all
standard manufacturer's equipment.
Bid PriceVendor AwardVendor Brand and Model Number
216 International CV515
$39,303.00Southwest International Trucks, Inc.YesInternational CV515 - Class 4-5, International 6.6
350 hp, Allison automatic,6000# front axle,
10,000# rear axle, hydraulic brakes, complete
with all standard manufacturer's equipment.
$40,300.00Rush Truck Centers of Texas, LP NoInternational CV515 - Class 4-5, International 6.6
350 hp, Allison automatic,6000# front axle,
10,000# rear axle, hydraulic brakes, complete
with all standard manufacturer's equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
222 Not to Exceed Hourly Labor Rate for Vehicle Installation or Repair Service (International)
$75.00MHQ West YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Texas Truck A/C, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Pursuit Safety, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$95.00Spring Klein Auto & Truck YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$110.00East Texas Truck Systems NoHourly Labor Rate for Vehicle Installation or Repair
Service.
$130.00Southwest International Trucks, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
Bid PriceVendor AwardVendor Brand and Model Number
223 Not to Exceed Hourly Labor Rate for Paint and Body Repair (International)
$65.00Spring Klein Auto & Truck YesHourly Labor Rate for Paint and Body Repair.
$85.00Southwest International Trucks, Inc.YesHourly Labor Rate for Paint and Body Repair.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Paint and Body Repair.
$110.00East Texas Truck Systems NoHourly Labor Rate for Paint and Body Repair.
Bid PriceVendor AwardVendor Brand and Model Number
224 Per Mile Delivery Fee for Vehicles, Trucks, or Police Motorcycles (International)
$1.75Southwest International Trucks, Inc.YesPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
$3.50East Texas Truck Systems NoPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
Bid PriceVendor AwardVendor Brand and Model Number
225 Isuzu Cabover NPR
$28,650.00Rush Truck Centers of Texas, LP YesIsuzu Cabover - NPR 12000 GVW, gasoline
engine, complete with all manufacturer's standard
equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
226 Isuzu Cabover NPR
$30,499.00Rush Truck Centers of Texas, LP YesIsuzu Cabover - NPR 14500 GVW, gasoline
engine, complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
227 Isuzu Cabover NQR
$40,390.00Rush Truck Centers of Texas, LP YesIsuzu Cabover - NQR 17950 GVW, complete with
all manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
228 Isuzu Cabover NRR
$41,730.00Rush Truck Centers of Texas, LP YesIsuzu Cabover - NRR 19500 GVW, complete with
all manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
234 Not to Exceed Hourly Labor Rate for Vehicle Installation or Repair Service (Isuzu)
$75.00MHQ West YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Pursuit Safety, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Texas Truck A/C, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$95.00Spring Klein Auto & Truck YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$125.00Rush Truck Centers of Texas, LP YesHourly Labor Rate for Vehicle Installation or Repair
Service.
Bid PriceVendor AwardVendor Brand and Model Number
235 Not to Exceed Hourly Labor Rate for Paint and Body Repair (Isuzu)
$65.00Spring Klein Auto & Truck YesHourly Labor Rate for Paint and Body Repair.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Paint and Body Repair.
$125.00Rush Truck Centers of Texas, LP YesHourly Labor Rate for Paint and Body Repair.
Bid PriceVendor AwardVendor Brand and Model Number
236 Per Mile Delivery Fee for Vehicles, Trucks, or Motorcycles (Isuzu)
$1.95Rush Truck Centers of Texas, LP YesPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
237 Kenworth Model T270
$53,248.00Performance Truck YesKenworth Model T270 - Class 6, 26,000 lb. GVWR,
Conventional Cab, PACCAR PX-7 Diesel Engine,
complete with all manufacturer's standard
equipment.
$53,497.00MHC Kenworth YesKenworth Model T270 - Class 6, 26,000 lb. GVWR,
Conventional Cab, PACCAR PX-7 Diesel Engine,
complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
238 Kenworth Model T370
$53,247.00Performance Truck YesKenworth Model T370 - Class 7, 33,000 lb. GVWR,
Conventional Cab, PACCAR PX-7 Diesel Engine,
complete with all manufacturer's standard
equipment.
$53,497.00MHC Kenworth YesKenworth Model T370 - Class 7, 33,000 lb. GVWR,
Conventional Cab, PACCAR PX-7 Diesel Engine,
complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
239 Kenworth Model K270
$63,947.00MHC Kenworth YesKenworth Model K270 - Class 6, 26,000 lb. GVWR,
COE Cab, PACCAR PX-7 Diesel Engine, complete
with all manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
240 Kenworth Model K370
$63,276.00MHC Kenworth YesKenworth Model K370 - Class 7, 33,000 lb. GVWR,
COE Cab, PACCAR PX-7 Diesel Engine, complete
with all manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
241 Kenworth Model T440
$56,548.00Performance Truck YesKenworth Model T440 - Class 7, 33,000 lb. GVWR,
Conventional Cab, PACCAR PX-9 Diesel Engine,
complete with all manufacturer's standard
equipment.
$64,222.00MHC Kenworth NoKenworth Model T440 - Class 7, 33,000 lb. GVWR,
Conventional Cab, PACCAR PX-9 Diesel Engine,
complete with all manufacturer's standard
equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
242 Kenworth Model T440
$57,854.00Performance Truck YesKenworth Model T440 - Class 8, 33,001+ lb.
GVWR, Conventional Cab, PACCAR PX-9 Diesel
Engine, complete with all manufacturer's standard
equipment.
$66,145.00MHC Kenworth NoKenworth Model T440 - Class 8, 33,001+ lb.
GVWR, Conventional Cab, PACCAR PX-9 Diesel
Engine, complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
243 Kenworth Model T470
$56,548.00Performance Truck YesKenworth Model T470 - Class 7, 33,000 lb. GVWR,
Conventional Cab, PACCAR PX-9 Diesel Engine,
complete with all manufacturer's standard
equipment.
$65,478.00MHC Kenworth NoKenworth Model T470 - Class 7, 33,000 lb. GVWR,
Conventional Cab, PACCAR PX-9 Diesel Engine,
complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
244 Kenworth Model T470
$57,854.00Performance Truck YesKenworth Model T470 - Class 8, 33,001+ lb.
GVWR, Conventional Cab, PACCAR PX-9 Diesel
Engine, complete with all manufacturer's standard
equipment.
$67,287.00MHC Kenworth NoKenworth Model T470 - Class 8, 33,001+ lb.
GVWR, Conventional Cab, PACCAR PX-9 Diesel
Engine, complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
245 Kenworth Model T680
No Vendors Responded
Bid PriceVendor AwardVendor Brand and Model Number
246 Kenworth Model T800
$75,485.00Performance Truck YesKenworth Model T800 - Class 8, 33,001+ lb.
GVWR, Conventional Cab, PACCAR MX-13 Diesel
Engine, complete with all manufacturer's standard
equipment.
$80,477.00MHC Kenworth NoKenworth Model T800 - Class 8, 33,001+ lb.
GVWR, Conventional Cab, PACCAR MX-13 Diesel
Engine, complete with all manufacturer's standard
equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
247 Kenworth Model T800W
$85,748.00Performance Truck YesKenworth Model T800W - Class 8, 33,001+ lb.
GVWR, Conventional Cab, Cummins X15 Diesel
Engine, complete with all manufacturer's standard
equipment.
$88,445.00MHC Kenworth NoKenworth Model T800W - Class 8, 33,001+ lb.
GVWR, Conventional Cab, Cummins X15 Diesel
Engine, complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
248 Kenworth Model T880
$75,236.00Performance Truck YesKenworth Model T880 - Class 8, 33,001+ lb.
GVWR, Conventional Cab, PACCAR MX-13 Diesel
Engine, complete with all manufacturer's standard
equipment.
$83,214.00MHC Kenworth NoKenworth Model T880 - Class 8, 33,001+ lb.
GVWR, Conventional Cab, PACCAR MX-13 Diesel
Engine, complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
249 Kenworth Model T800SH
$77,548.00Performance Truck YesKenworth Model T800SH - Class 8, 33,001+ lb.
GVWR, Conventional Cab, Short Hood, PACCAR MX-
13 Diesel Engine, complete with all manufacturer's
standard equipment.
$81,423.00MHC Kenworth NoKenworth Model T800SH - Class 8, 33,001+ lb.
GVWR, Conventional Cab, Short Hood, PACCAR MX-
13 Diesel Engine, complete with all manufacturer's
standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
250 Kenworth Model T800TS
$95,000.00Performance Truck YesKenworth Model T800TS - Class 8, 33,001+ lb.
GVWR, Conventional Cab, Twin Steer, Cummins
X15 Diesel Engine, complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
251 Kenworth Model W900B
$79,854.00Performance Truck YesKenworth Model W900B - Class 8, 33,001+ lb.
GVWR, Conventional Cab, PACCAR MX-13 Diesel
Engine, complete with all manufacturer's standard
equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
252 Kenworth Model W900L
$80,125.00Performance Truck YesKenworth Model W900L - Class 8, 33,001+ lb.
GVWR, Conventional Cab, Extended Hood,
Cummins X15 Engine, complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
253 Kenworth Model W900S
$82,548.00Performance Truck YesKenworth Model W900S - Class 8, 33,001+ lb.
GVWR, Conventional Cab, Bridge Formula Mixer,
PACCAR MX-13 Diesel Engine, complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
259 Not to Exceed Hourly Labor Rate for Vehicle Installation or Repair Service (Kenworth)
$75.00MHQ West YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Texas Truck A/C, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Pursuit Safety, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$95.00Spring Klein Auto & Truck YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$110.00East Texas Truck Systems NoHourly Labor Rate for Vehicle Installation or Repair
Service.
$124.00MHC Kenworth YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$145.00Performance Truck YesHourly Labor Rate for Vehicle Installation or Repair
Service.
Bid PriceVendor AwardVendor Brand and Model Number
260 Not to Exceed Hourly Labor Rate for Paint and Body Repair (Kenworth)
$65.00Spring Klein Auto & Truck NoHourly Labor Rate for Paint and Body Repair.
$85.00MHC Kenworth YesHourly Labor Rate for Paint and Body Repair.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Paint and Body Repair.
$110.00East Texas Truck Systems NoHourly Labor Rate for Paint and Body Repair.
$120.00Performance Truck YesHourly Labor Rate for Paint and Body Repair.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
261 Per Mile Delivery Fee for Vehicles, Trucks, or Motorcycles (Kenworth)
$1.75MHC Kenworth YesPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
$3.00Performance Truck YesPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
$3.50East Texas Truck Systems NoPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
Bid PriceVendor AwardVendor Brand and Model Number
262 Mack Granite GR64F
$17,750.00Volvo & Mack Trucks of Waco YesMack Granite GR64F - Axle Forward Conventional,
50,000# GVW, Mack MP7-325 engine, Mack TM308
transmission, front axle Mack FXL12000, rear axle
Dana- Spicer DS405, complete with all
manufacturer's standard equipment.
$29,800.00Grande Truck Center YesMack Granite GR64F - Axle Forward Conventional,
50,000# GVW, Mack MP7-325 engine, Mack TM308
transmission, front axle Mack FXL12000, rear axle
Dana- Spicer DS405, complete with all
manufacturer's standard equipment.
$105,555.00Bruckner Truck Sales, Inc NoMack Granite GR64F - Axle Forward Conventional,
50,000# GVW, Mack MP7-325 engine, Mack TM308
transmission, front axle Mack FXL12000, rear axle
Dana- Spicer DS405, complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
263 Mack Granite GR64B
$17,750.00Volvo & Mack Trucks of Waco YesMack Granite GR64B - Axle Back Conventional,
50,000# GVW, Mack MP7-325 engine, Mack TM308
transmission, front axle Mack FXL12000, rear axle
Dana-Spicer DS405, complete with all
manufacturer's standard equipment.
$29,800.00Grande Truck Center YesMack Granite GR64B - Axle Back Conventional,
50,000# GVW, Mack MP7-325 engine, Mack TM308
transmission, front axle Mack FXL12000, rear axle
Dana-Spicer DS405, complete with all
manufacturer's standard equipment.
$105,555.00Bruckner Truck Sales, Inc NoMack Granite GR64B - Axle Back Conventional,
50,000# GVW, Mack MP7-325 engine, Mack TM308
transmission, front axle Mack FXL12000, rear axle
Dana-Spicer DS405, complete with all
manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
264 Mack TERRAPRO 64R
$37,150.00Grande Truck Center YesMack TERRAPRO 64R - Cabover, 50,000# GVW,
Mack MP7-325 engine, Mack TM308 transmission,
front axle Mack FXL12000, rear axle Mack S38R
38000#, complete with all manufacturer's standard
equipment.
$52,900.00Volvo & Mack Trucks of Waco NoMack TERRAPRO 64R - Cabover, 50,000# GVW,
Mack MP7-325 engine, Mack TM308 transmission,
front axle Mack FXL12000, rear axle Mack S38R
38000#, complete with all manufacturer's standard
equipment.
$134,565.00Bruckner Truck Sales, Inc NoMack TERRAPRO 64R - Cabover, 50,000# GVW,
Mack MP7-325 engine, Mack TM308 transmission,
front axle Mack FXL12000, rear axle Mack S38R
38000#, complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
265 Mack LR64 R
$41,500.00Grande Truck Center YesMack LR64 R - Low Entry Cabover, 66,000# GVW,
Mack MP7-325 engine, Allison 4500RDS5
transmission, front axle Mack FXL20000, rear axle
Meritor RT46-160, complete with all
manufacturer's standard equipment.
$52,900.00Volvo & Mack Trucks of Waco NoMack LR64 R - Low Entry Cabover, 66,000# GVW,
Mack MP7-325 engine, Allison 4500RDS5
transmission, front axle Mack FXL20000, rear axle
Meritor RT46-160, complete with all
manufacturer's standard equipment.
$144,444.00Bruckner Truck Sales, Inc NoMack LR64 R - Low Entry Cabover, 66,000# GVW,
Mack MP7-325 engine, Allison 4500RDS5
transmission, front axle Mack FXL20000, rear axle
Meritor RT46-160, complete with all
manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
266 Mack Pinnacle PI64T
$17,750.00Volvo & Mack Trucks of Waco YesMack Pinnacle PI64T - Axle Forward
Conventional/Highway, 50,000# GVW, Mack MP8-
425E engine, Fuller FRO-15210B transmission,
front axle Mack FXL12000, rear axle Meritor RT40-
140, complete with all manufacturer's standard
equipment.
$33,250.00Grande Truck Center YesMack Pinnacle PI64T - Axle Forward
Conventional/Highway, 50,000# GVW, Mack MP8-
425E engine, Fuller FRO-15210B transmission,
front axle Mack FXL12000, rear axle Meritor RT40-
140, complete with all manufacturer's standard
equipment.
$96,789.00Bruckner Truck Sales, Inc NoMack Pinnacle PI64T - Axle Forward
Conventional/Highway, 50,000# GVW, Mack MP8-
425E engine, Fuller FRO-15210B transmission,
front axle Mack FXL12000, rear axle Meritor RT40-
140, complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
267 Mack Anthem AN64T
$17,750.00Volvo & Mack Trucks of Waco YesMack Anthem AN64T - Axle Back
Conventional/Highway, 50,000# GVW, Mack MP8-
425E engine, Fuller FRO-15210B transmission,
front axle Mack FXL12000, rear axle Meritor RT40-
140, complete with all manufacturer's standard
equipment.
$33,250.00Grande Truck Center YesMack Anthem AN64T - Axle Back
Conventional/Highway, 50,000# GVW, Mack MP8-
425E engine, Fuller FRO-15210B transmission,
front axle Mack FXL12000, rear axle Meritor RT40-
140, complete with all manufacturer's standard
equipment.
$96,789.00Bruckner Truck Sales, Inc NoMack Anthem AN64T - Axle Back
Conventional/Highway, 50,000# GVW, Mack MP8-
425E engine, Fuller FRO-15210B transmission,
front axle Mack FXL12000, rear axle Meritor RT40-
140, complete with all manufacturer's standard
equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
268 Mack LR64R
$40,150.00Grande Truck Center YesMack LR64R - Cabover, 50,000# GVW, Mack MP7-
325 engine, Allison 3000 RDS, front axle Mack
FXL12000, Mack S38R 38000#, complete with all
manufacturer's standard equipment.
$52,900.00Volvo & Mack Trucks of Waco NoMack LR64R - Cabover, 50,000# GVW, Mack MP7-
325 engine, Allison 3000 RDS, front axle Mack
FXL12000, Mack S38R 38000#, complete with all
manufacturer's standard equipment.
$144,444.00Bruckner Truck Sales, Inc NoMack LR64R - Cabover, 50,000# GVW, Mack MP7-
325 engine, Allison 3000 RDS, front axle Mack
FXL12000, Mack S38R 38000#, complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
269 Mack Granite 64FR MHD
$16,900.00Volvo & Mack Trucks of Waco YesMack Granite 64FR MHD - Axle Forward
Conventional, 50,000# GVW, Cummins ISL9 345
HP, Eaton Fuller RTX 11609B transmission, front
axle Mack FXL12000, rear axle Dana-Spicer DS405,
complete with all manufacturer's standard
equipment.
$30,150.00Grande Truck Center YesMack Granite 64FR MHD - Axle Forward
Conventional, 50,000# GVW, Cummins ISL9 345
HP, Eaton Fuller RTX 11609B transmission, front
axle Mack FXL12000, rear axle Dana-Spicer DS405,
complete with all manufacturer's standard
equipment.
$99,987.00Bruckner Truck Sales, Inc NoMack Granite 64FR MHD - Axle Forward
Conventional, 50,000# GVW, Cummins ISL9 345
HP, Eaton Fuller RTX 11609B transmission, front
axle Mack FXL12000, rear axle Dana-Spicer DS405,
complete with all manufacturer's standard
equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
270 Mack Granite 64BR MHD
$16,900.00Volvo & Mack Trucks of Waco YesMack Granite 64BR MHD - Axle Back Conventional,
50,000# GVW, Cummins ISL9 345 HP, Eaton
Fuller RTX 11609B transmission, front axle Mack
FXL12000, rear axle Dana-Spicer DS405, complete
with all manufacturer's standard equipment.
$30,150.00Grande Truck Center YesMack Granite 64BR MHD - Axle Back Conventional,
50,000# GVW, Cummins ISL9 345 HP, Eaton
Fuller RTX 11609B transmission, front axle Mack
FXL12000, rear axle Dana-Spicer DS405, complete
with all manufacturer's standard equipment.
$99,987.00Bruckner Truck Sales, Inc NoMack Granite 64BR MHD - Axle Back Conventional,
50,000# GVW, Cummins ISL9 345 HP, Eaton
Fuller RTX 11609B transmission, front axle Mack
FXL12000, rear axle Dana-Spicer DS405, complete
with all manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
271 Mack LR64R G
$44,500.00Grande Truck Center YesMack LR64R G - Cabover, low entry, 50,000#
GVW, Cummins ISL9 Gas engine, Allison 3000 RDS
transmission, front axle Mack FXL12000, Mack
S38R 38000#, complete with all manufacturer's
standard equipment.
$52,900.00Volvo & Mack Trucks of Waco NoMack LR64R G - Cabover, low entry, 50,000#
GVW, Cummins ISL9 Gas engine, Allison 3000 RDS
transmission, front axle Mack FXL12000, Mack
S38R 38000#, complete with all manufacturer's
standard equipment.
$149,875.00Bruckner Truck Sales, Inc NoMack LR64R G - Cabover, low entry, 50,000#
GVW, Cummins ISL9 Gas engine, Allison 3000 RDS
transmission, front axle Mack FXL12000, Mack
S38R 38000#, complete with all manufacturer's
standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
272 Mack TERRAPRO 64R G
$44,500.00Grande Truck Center Yes"Mack TERRAPRO 64R G - Cabover, 50,000#
GVW,Cummins ISL9 gas engine, Allison 3000
RDS transmission, front axle Mack FXL12000, Mack
S38R 38000#, complete with all manufacturer's
standard equipment."
$52,900.00Volvo & Mack Trucks of Waco No"Mack TERRAPRO 64R G - Cabover, 50,000#
GVW,Cummins ISL9 gas engine, Allison 3000
RDS transmission, front axle Mack FXL12000, Mack
S38R 38000#, complete with all manufacturer's
standard equipment."
$144,444.00Bruckner Truck Sales, Inc No"Mack TERRAPRO 64R G - Cabover, 50,000#
GVW,Cummins ISL9 gas engine, Allison 3000
RDS transmission, front axle Mack FXL12000, Mack
S38R 38000#, complete with all manufacturer's
standard equipment."
Bid PriceVendor AwardVendor Brand and Model Number
278 Not to Exceed Hourly Labor Rate for Vehicle Installation or Repair Service (Mack)
$1.55Grande Truck Center YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$75.00MHQ West YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Texas Truck A/C, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Pursuit Safety, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$90.00Main Street Installers YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$95.00Spring Klein Auto & Truck YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$110.00East Texas Truck Systems NoHourly Labor Rate for Vehicle Installation or Repair
Service.
$119.00Volvo & Mack Trucks of Waco YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$165.00Bruckner Truck Sales, Inc NoHourly Labor Rate for Vehicle Installation or Repair
Service.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
279 Not to Exceed Hourly Labor Rate for Paint and Body Repair (Mack)
$65.00Spring Klein Auto & Truck YesHourly Labor Rate for Paint and Body Repair.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Paint and Body Repair.
$110.00East Texas Truck Systems NoHourly Labor Rate for Paint and Body Repair.
$119.00Volvo & Mack Trucks of Waco YesHourly Labor Rate for Paint and Body Repair.
$165.00Bruckner Truck Sales, Inc NoHourly Labor Rate for Paint and Body Repair.
Bid PriceVendor AwardVendor Brand and Model Number
280 Per Mile Delivery Fee for Vehicles, Trucks, or Police Motorcycles (Mack)
$2.00Volvo & Mack Trucks of Waco YesPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
$2.50Grande Truck Center YesPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
$3.25Bruckner Truck Sales, Inc NoPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
$3.50East Texas Truck Systems NoPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
Bid PriceVendor AwardVendor Brand and Model Number
281 Mitsubushi FE130
$36,318.00Southwest International Trucks, Inc.YesMitsubushi Cabover - FE130, 13,200 GVWR, DOHC
4- cylinder turbocharged intercooled diesel engine,
Duonic automatic transmission, complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
282 Mitsubushi FE160
$38,076.68Southwest International Trucks, Inc.YesMitsubushi Cabover - FE160, 15,995 GVWR, DOHC
4- cylinder turbocharged intercooled diesel engine,
Duonic automatic transmission, complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
283 Mitsubishi FE160 Crew Cab
$42,125.68Southwest International Trucks, Inc.YesMitsubushi Cabover - FE160, Crew Cab, 15,995
GVWR, DOHC 4-cylinder turbocharged intercooled
diesel engine, Duonic automatic transmission,
complete with all manufacturer's standard
equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
284 Mitsubishi FE180
$41,407.68Southwest International Trucks, Inc.YesMitsubushi Cabover - FE180, 17,995 GVWR, DOHC
4- cylinder, turbocharged intercooled diesel engine,
Duonic automatic transmission, complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
285 Mitsubishi FG 4x4
No Vendors Responded
Bid PriceVendor AwardVendor Brand and Model Number
286 Mitsubishi CaboverMitsubushi FE140
$34,384.68Southwest International Trucks, Inc.YesMitsubushi Cabover - FE140, 14,500 GVWR, DOHC
4- cylinder turbocharged gas engine, Allison
automatic transmission, complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
287 Mitsubushi FE160
$37,525.68Southwest International Trucks, Inc.YesMitsubushi Cabover - FE160, 15,995 GVWR, DOHC
4- cylinder turbocharged gas engine, Allison
automatic transmission, complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
288 Mitsubishi FE160 Crew Cab
$40,175.68Southwest International Trucks, Inc.YesMitsubushi Cabover - FE160, Crew Cab, 15,995
GVWR, DOHC 4-cylinder turbocharged gas engine,
Allison automatic transmission, complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
289 Mitsubishi FE180
No Vendors Responded
Bid PriceVendor AwardVendor Brand and Model Number
290 Mitsubishi Canter
No Vendors Responded
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
296 Not to Exceed Hourly Labor Rate for Vehicle Installation or Repair Service (Mitsubishi)
$75.00MHQ West YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Pursuit Safety, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Texas Truck A/C, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$95.00Spring Klein Auto & Truck YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$130.00Southwest International Trucks, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
Bid PriceVendor AwardVendor Brand and Model Number
297 Not to Exceed Hourly Labor Rate for Paint and Body Repair (Mitsubishi)
$65.00Spring Klein Auto & Truck YesHourly Labor Rate for Paint and Body Repair.
$85.00Southwest International Trucks, Inc.YesHourly Labor Rate for Paint and Body Repair.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Paint and Body Repair.
Bid PriceVendor AwardVendor Brand and Model Number
298 Per Mile Delivery Fee for Vehicles, Trucks, or Police Motorcycles (Mitsubishi)
$1.75Southwest International Trucks, Inc.YesPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
Bid PriceVendor AwardVendor Brand and Model Number
299 Nissan Versa
$11,758.00Gunn Nissan YesNissan Versa - Base model, 1.6L DOHC 4 cylinder
engine, complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
300 Nissan Sentra
$14,855.00Gunn Nissan YesNissan Sentra - Base model, 1.8L DOHC 4 cylinder
engine, complete with all manufacturer's standard
equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
301 Nissan Leaf
$25,331.00Gunn Nissan YesNissan Leaf - Base model, 80kw AC Synchronous
motor, 24kWh lithium-ion Battery, 3.6kW onboard
charger, cylinder engine, complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
302 Nissan Versa Note
No Vendors Responded
Bid PriceVendor AwardVendor Brand and Model Number
303 Nissan Altima
$19,583.00Gunn Nissan YesNissan Altima - Base model, 2.5L DOHC 4 cylinder
engine, complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
304 Nissan Maxima
$27,145.00Gunn Nissan YesNissan Maxima - Base model, 3.5L DOHC 6 cylinder
engine, complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
305 Nissan Frontier
$14,512.00Gunn Nissan YesNissan Frontier - Base model, 2.5L DOHC 4
cylinder engine, complete with all manufacturer's
standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
306 Nissan Titan
$23,017.00Gunn Nissan YesNissan Titan - Base model, 5.6L DOHC V8 engine,
complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
307 Nissan Rogue
$19,925.00Gunn Nissan YesNissan Rogue - Base model, 2.5L DOHC 4 cylinder
engine, complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
308 Nissan Rogue Sport
$18,473.00Gunn Nissan YesNissan Rogue Sport - Base model, 2.0L DOHC 4
cylinder engine, complete with all manufacturer's
standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
309 Nissan Kicks
$16,139.00Gunn Nissan YesNissan Rogue Kicks - Base model, 1.6L DOHC 4
cylinder engine, complete with all manufacturer's
standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
310 Nissan Murano
$24,624.00Gunn Nissan YesNissan Murano - Base model, 3.5L DOHC 6 cylinder
engine, complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
311 Nissan Pathfinder
$24,478.00Gunn Nissan YesNissan Pathfinder - Base model, 3.5L DOHC 6
cylinder engine, complete with all manufacturer's
standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
312 Nissan Armada
$39,188.00Gunn Nissan YesNissan Armada -- Base model, 5.6L DOHC V8
engine, complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
313 Nissan NV200
$17,688.00Gunn Nissan YesNissan NV200 - Base model, 2.0L DOHC 4 cylinder
engine, complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
314 Nissan NV1500
$25,130.00Gunn Nissan YesNissan NV1500 - Base model, 4.0L DOHC 6
cylinder engine, complete with all manufacturer's
standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
315 Nissan NV2500 HD
$26,079.00Gunn Nissan YesNissan NV2500HD - Base model, 4.0L DOHC 6
cylinder engine, complete with all manufacturer's
standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
316 Nissan NV3500 HD
$29,242.00Gunn Nissan YesNissan NV3500HD - Base model, 5.6L DOHC 8
cylinder engine, complete with all manufacturer's
standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
317 Nissan NV3500 HD S
$30,928.00Gunn Nissan YesNissan NV3500HD S - Base model, Passenger van
with seating capacity for 12, 4.0L DOHC 6 cylinder
engine, complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
323 Not to Exceed Hourly Labor Rate for Vehicle Installation or Repair Service (Nissan)
$75.00MHQ West YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Texas Truck A/C, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Pursuit Safety, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$95.00Spring Klein Auto & Truck YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$120.00Gunn Nissan YesHourly Labor Rate for Vehicle Installation or Repair
Service.
Bid PriceVendor AwardVendor Brand and Model Number
324 Not to Exceed Hourly Labor Rate for Paint and Body Repair (Nissan)
$42.00Spring Klein Auto & Truck YesHourly Labor Rate for Paint and Body Repair.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Paint and Body Repair.
Bid PriceVendor AwardVendor Brand and Model Number
325 Per Mile Delivery Fee for Vehicles, Trucks, or Police Motorcycles (Nissan)
$1.60Gunn Nissan YesPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles..
Bid PriceVendor AwardVendor Brand and Model Number
326 Peterbilt Model 220
$79,702.00Rush Truck Centers of Texas, LP YesPeterbilt Model 220 - Cab over engine, Paccar PX7
engine, 220 HP, Allison 2500 HS transmission,
26,00 GVWR, front gross axle weight 12,000 lbs,
rear gross axle weight 17,000-21,000 lbs, complete
with all manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
327 Peterbilt Model 520
$96,440.00Rush Truck Centers of Texas, LP YesPeterbilt Model 520 - Cab over engine, Paccar PX9
350 HP, 3000 RDS transmission, 57.6" BBC, 33,000
GVWR, front gross axle weight 1200-22000 lbs,
rear gross axle weight 23000-46--- lbs, complete
with all manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
328 Peterbilt Model 325
$63,157.00Rush Truck Centers of Texas, LP YesPeterbilt Model 325 - Conventional cab engine,
PACCAR PX7, 200 HP, Eaton 6-speed transmission
108" BBC, front gross axle weight 8,000-12,000lbs,
rear gross axle weight 21,000 lbs, 19,500 GVWR
Bid PriceVendor AwardVendor Brand and Model Number
329 Peterbilt Model 330
$63,157.00Rush Truck Centers of Texas, LP YesPeterbilt Model 330 - Conventional cab, PACCAR
PX7, 200 HP, Eaton 6-speed transmission, front
gross axle weight 8,000-10,000lbs, rear gross axle
weight 19,000-21,000lbs, 26,000 GVWR, 108" BBC
Bid PriceVendor AwardVendor Brand and Model Number
330 Peterbilt Model 337
$63,075.00Rush Truck Centers of Texas, LP YesPeterbilt Model 337 - Conventional cab, PACCAR
PX7, 240HP, Eaton 6-speed transmission, front
gross axle weight 10,000-12,000lbs, rear gross
axle weight 21,000-23,000lbs, 26,000 GVWR, 108"
BBC
Bid PriceVendor AwardVendor Brand and Model Number
331 Peterbilt Model 348
$67,772.00Rush Truck Centers of Texas, LP YesPeterbilt Model 348 - Conventional cab, PACCAR
PX9, 260 HP, Eaton 6-Speed tranmission, front
gross axle weight 10,000-20,000lbs, rear gross
axle weight 21,000-46,000lbs, 26,000 GVWR, 108"
BBC
Bid PriceVendor AwardVendor Brand and Model Number
332 Peterbilt Model 365
$90,219.00Rush Truck Centers of Texas, LP YesPeterbilt Model 365 - Conventional cab, Paccar
MX13, 455 HP ,Fuller 10 transmission, front gross
axle weight 12,000- 22,000lbs, rear gross axle
weight 21,000-70,000lbs, 33,000 GVWR, 115" BBC
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
333 Peterbilt Model 367
$91,089.00Rush Truck Centers of Texas, LP YesPeterbilt Model 367 - Conventional cab, Paccar
MX13, 455 HP, Fuller 10 transmission, front gross
axle weight 12,000- 22,000lbs, rear gross axle
weight 21,000-70,000lbs, 52,000 GVWR, 123" BBC
Bid PriceVendor AwardVendor Brand and Model Number
334 Peterbilt Model 389
$89,348.00Rush Truck Centers of Texas, LP YesPeterbilt Model 389 - Conventional cab, Paccar MX-
13 engine, 455 HP, Fuller 10 speed transmission,
front gross axle weight 12,000 lbs, rear gross axle
weight 38,000 lbs, 50,000 GVWR, 123" BBC
Bid PriceVendor AwardVendor Brand and Model Number
335 Peterbilt Model 567
$87,216.00Rush Truck Centers of Texas, LP YesPeterbilt Model 567 - Conventional Areo cab
vocational unit, Paccar MX13 engine, 455 HP,
Fuller 10 speed transmission, front gross axle
weight 12,000-22,000 lbs, rear gross axle weight
21,000-70,000 lbs, 33,000 and up GVWR, 115" BBC
Bid PriceVendor AwardVendor Brand and Model Number
336 Peterbilt Model 579
$89,262.00Rush Truck Centers of Texas, LP YesPeterbilt Model 579 - Aero cab, Paccar MX-13
engine, 455 HP, Paccar 12-Speed Auto
transmission, front gross axle weight 12,000-
20,000 lbs, rear gross axle weight 38,000- 46,000
lbs, 50,000 GVWR, 117" BBC
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
342 Not to Exceed Hourly Labor Rate for Vehicle Installation or Repair Service (Peterbilt)
$75.00MHQ West YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Texas Truck A/C, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Pursuit Safety, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$95.00Spring Klein Auto & Truck YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$110.00East Texas Truck Systems NoHourly Labor Rate for Vehicle Installation or Repair
Service.
$125.00Rush Truck Centers of Texas, LP YesHourly Labor Rate for Vehicle Installation or Repair
Service.
Bid PriceVendor AwardVendor Brand and Model Number
343 Not to Exceed Hourly Labor Rate for Paint and Body Repair (Peterbilt)
$65.00Spring Klein Auto & Truck YesHourly Labor Rate for Paint and Body Repair.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Paint and Body Repair.
$110.00East Texas Truck Systems NoHourly Labor Rate for Paint and Body Repair.
$125.00Rush Truck Centers of Texas, LP YesHourly Labor Rate for Paint and Body Repair.
Bid PriceVendor AwardVendor Brand and Model Number
344 Per Mile Delivery Fee for Vehicles, Trucks, or Police Motorcycles (Peterbilt)
$1.95Rush Truck Centers of Texas, LP YesPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
$3.50East Texas Truck Systems NoPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
Bid PriceVendor AwardVendor Brand and Model Number
345 BMW R120RT Police Motorcycle
No Vendors Responded
Bid PriceVendor AwardVendor Brand and Model Number
346 Harley-Davidson Road King FLHP Police Motorcycle
$17,788.00Longhorn Harley-Davidson YesHarley-Davidson Road King FLHP Police Motorcycle
w/ Fork Mounted Windshield - 1868 cc OHV 114
CID, six speed transmission, wet 10 Plate Hydraulic
Clutch.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
347 Harley-Davidson Electra Glide FLHTP Police Motorcycle
$18,424.00Longhorn Harley-Davidson YesHarley-Davidson Electra Glide FLHTP Police
Motorcycle w/ Fork Mounted Fairing - 1868 cc OHV
114 CID, six speed transmission, wet 10 Plate
Hydraulic Clutch.
Bid PriceVendor AwardVendor Brand and Model Number
348 Honda ST1300 PA Police Motorcycle
$12,900.00DFW Honda YesHonda ST1300 PA Police Motorcycle - 1261 cc
DOHC 90 V4 engine, equipped with standard police
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
354 Not to Exceed Hourly Labor Rate for Vehicle Installation or Repair Service (Police Motorcycles)
$75.00MHQ West YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Pursuit Safety, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$90.00DFW Honda YesHourly Labor Rate for Vehicle Installation or Repair
Service. (In Shop labor rate.)
$103.00Longhorn Harley-Davidson YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$120.00GEM YesHourly Labor Rate for Vehicle Installation or Repair
Service.
Bid PriceVendor AwardVendor Brand and Model Number
355 Not to Exceed Hourly Labor Rate for Paint and Body Repair (Police Motorcycles)
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Paint and Body Repair.
$90.00DFW Honda YesHourly Labor Rate for Paint and Body Repair. (In
shop labor rate.)
$103.00Longhorn Harley-Davidson YesHourly Labor Rate for Paint and Body Repair.
$120.00GEM YesHourly Labor Rate for Paint and Body Repair.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
356 Per Mile Delivery Fee for Vehicles, Trucks, or Police Motorcycles (Police Motorcycles)
$0.58Longhorn Harley-Davidson YesPer Mile Delivery Fee for Vehicles, Trucks, or Police
Motorcycles.
$0.68GEM YesPer Mile Delivery Fee for Vehicles, Trucks, or Police
Motorcycles.
$1.58DFW Honda YesPer Mile Delivery Fee for Vehicles, Trucks, or Police
Motorcycles. (Delivery of Motorcycles up to 6 units
per load.)
Bid PriceVendor AwardVendor Brand and Model Number
357 Toyota Camry (2514)
$22,908.00Silsbee Toyota YesToyota Camry Sedan (2514) - L Model, complete
with all manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
358 Toyota Camry (2559)
$27,302.00Silsbee Toyota YesToyota Camry Hybrid Sedan (2559) - LE model
complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
359 Toyota Avalon (3544)
$32,798.00Silsbee Toyota YesToyota Avalon (3544) - XLE Model, complete with
all manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
360 Toyota Avalon Hybrid (3504)
$33,840.00Silsbee Toyota YesToyota Avalon Hybrid (3504) - XLE model,
complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
361 Toyota Yaris (6266)
$17,224.00Silsbee Toyota YesToyota Yaris Sedan (6266)-L Model, 6-speed auto
transmission, complete with all manufacturer's
standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
362 Toyota Corolla (1832)
$18,798.00Silsbee Toyota YesToyota Corolla Sedan (1832) - L Model, 1.8L, CVT
transmission, complete with all manufacturer's
standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
363 Toyota Corolla Hybrid (1882)
$22,142.00Silsbee Toyota YesToyota Corolla Sedan Hybrid (1882) - LE Model,
1.8L, CVT transmission, complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
364 Toyota C-HR (2402)
$21,638.00Silsbee Toyota YesToyota C-HR (2402) - base model complete with
all manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
365 Toyota Prius (1223)
$24,882.00Silsbee Toyota YesToyota Prius Hybrid Hatchback (1223) - LE model,
complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
366 Toyota Prius C (1201)
$21,870.00Silsbee Toyota YesToyota Prius C Hybrid Hatchback (1201) L Model 5-
door, complete with all manufacurer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
367 Toyota Tundra (8242)
$31,845.00Silsbee Toyota YesToyota Tundra Pickup Truck (8242) - Extended
cab, 5.7L V8, 6-speed automatic, complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
368 Toyota Tacoma (7162)
$26,215.00Silsbee Toyota YesToyota Tacoma Pickup Truck (7162) - Extended
cab, SR model, 4x2, complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
369 Toyota RAV4 (4430)
$25,782.00Silsbee Toyota YesToyota RAV4 Sport Utility (4430) - LE model,
complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
370 Toyota RAV4 Hybrid (4435)
$27,980.00Silsbee Toyota YesToyota RAV4 Hybrid Sport Utility (4435) - LE
model, complete with all manufacturer's standard
equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
371 Toyota Highlander (6942)
$30,955.00Silsbee Toyota YesToyota Highlander (6942) - LE model, 2.7L I4
complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
372 Toyota Highlander Hybrid (6964)
$35,989.00Silsbee Toyota YesToyota Highlander Hybrid (6964) - LE model V6
complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
373 Toyota 4Runner (8642)
$35,310.00Silsbee Toyota YesToyota 4Runner (8642) Base model 4x2 SR5 V6
complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
374 Full-sized sport utilityToyota Sequoia (7917)
$46,855.00Silsbee Toyota YesToyota Sequoia Sport Utility (7917) - SR5 Model,
complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
375 Toyota Sienna (5328)
$29,645.00Silsbee Toyota YesToyota Sienna Passenger Van (5328) - L Model
complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
381 Not to Exceed Hourly Labor Rate for Vehicle Installation or Repair Service (Toyota)
$75.00Silsbee Toyota YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$75.00MHQ West YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Texas Truck A/C, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Pursuit Safety, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$95.00Spring Klein Auto & Truck YesHourly Labor Rate for Vehicle Installation or Repair
Service.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
382 Not to Exceed Hourly Labor Rate for Paint and Body Repair (Toyota)
$42.00Spring Klein Auto & Truck YesHourly Labor Rate for Paint and Body Repair.
$75.00Silsbee Toyota YesHourly Labor Rate for Paint and Body Repair.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Paint and Body Repair.
Bid PriceVendor AwardVendor Brand and Model Number
383 Per Mile Delivery Fee for Vehicles, Trucks, or Police Motorcycles (Toyota)
$1.75Silsbee Toyota YesPer Mile Delivery Fee for Vehicles, Trucks, or Police
Motorcycles.
Bid PriceVendor AwardVendor Brand and Model Number
384 Volvo VNL
$28,900.00Volvo & Mack Trucks of Waco YesVolvo VNL - 122.4" BBC, 50,000 GVW, Fuller 10
speed transmission, D13 engine, conventional cab,
tandem axle, complete with all manufacturer's
standard equipment.
$51,500.00Grande Truck Center YesVolvo VNL - 122.4" BBC, 50,000 GVW, Fuller 10
speed transmission, D13 engine, conventional cab,
tandem axle, complete with all manufacturer's
standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
385 Volvo VNX
$39,000.00Volvo & Mack Trucks of Waco YesVolvo VNX - 122.4" BBC, 50,000 GVW, Fuller 10
speed transmission, D13 engine, conventional cab,
tandem axle, complete with all manufacturer's
standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
386 Volvo VNR
$23,900.00Volvo & Mack Trucks of Waco YesVolvo VNR - 113" BBC, 33,000 GVW, Fuller 10
speed transmission, D11 engine, conventional cab,
single axle, complete with all manufacturer's
standard equipment.
$49,500.00Grande Truck Center YesVolvo VNR - 113" BBC, 33,000 GVW, Fuller 10
speed transmission, D11 engine, conventional cab,
single axle, complete with all manufacturer's
standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
387 Volvo VHD
$24,900.00Volvo & Mack Trucks of Waco YesVolvo VHD - 113.6" BBC, 52500 GVW, Fuller 10
speed transmission, D11 engine, conventional cab,
single axle, complete with all manufacturer's
standard equipment.
$42,500.00Grande Truck Center YesVolvo VHD - 113.6" BBC, 52500 GVW, Fuller 10
speed transmission, D11 engine, conventional cab,
single axle, complete with all manufacturer's
standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
393 Not to Exceed Hourly Labor Rate for Vehicle Installation or Repair Service (Volvo)
$75.00MHQ West YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Texas Truck A/C, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Pursuit Safety, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$95.00Spring Klein Auto & Truck YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$110.00East Texas Truck Systems NoHourly Labor Rate for Vehicle Installation or Repair
Service.
$119.00Volvo & Mack Trucks of Waco YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$155.00Grande Truck Center YesHourly Labor Rate for Vehicle Installation or Repair
Service.
Bid PriceVendor AwardVendor Brand and Model Number
394 Not to Exceed Hourly Labor Rate for Paint and Body Repair (Volvo)
$65.00Spring Klein Auto & Truck YesHourly Labor Rate for Paint and Body Repair.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Paint and Body Repair.
$110.00East Texas Truck Systems NoHourly Labor Rate for Paint and Body Repair.
$119.00Volvo & Mack Trucks of Waco YesHourly Labor Rate for Paint and Body Repair.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
395 Per Mile Delivery Fee for Vehicles, Trucks, or Police Motorcycles (Volvo)
$2.00Volvo & Mack Trucks of Waco YesPer Mile Delivery Fee for Vehicles, Trucks, or Police
Motorcycles.
$2.50Grande Truck Center NoPer Mile Delivery Fee for Vehicles, Trucks, or Police
Motorcycles.
$3.50East Texas Truck Systems NoPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
Bid PriceVendor AwardVendor Brand and Model Number
396 Western Star 4900SF
$89,598.00Lonestar Freightliner Group LLC YesWestern Star 4900SF - Set forward axle, 123" BBC,
52,000 GVWR, Fuller 10 speed transmission, DD15
engine, conventional cab, tandem axle, complete
with all manufacturer's standard equipment.
$90,108.00Grande Truck Center NoWestern Star 4900SF - Set forward axle, 123" BBC,
52,000 GVWR, Fuller 10 speed transmission, DD15
engine, conventional cab, tandem axle, complete
with all manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
397 Western Star 4900SB
$89,235.00Lonestar Freightliner Group LLC YesWestern Star 4900SB - Set back axle, 123" BBC,
52,000 GVWR, Fuller 10 speed transmission, DD15
engine, conventional cab, tandem axle, complete
with all manufacturer's standard equipment.
$90,025.00Grande Truck Center NoWestern Star 4900SB - Set back axle, 123" BBC,
52,000 GVWR, Fuller 10 speed transmission, DD15
engine, conventional cab, tandem axle, complete
with all manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
398 Western Star 4900EX
$95,625.00Grande Truck Center YesWestern Star 4900EX - 132" BBC, 52,000 GVWR,
Fuller 10 speed transmission, DD15 engine,
conventional cab, tandem axle, complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
399 Western Star 6900XD
No Vendors Responded
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
400 Western Star 4700SB
$61,019.00Lonestar Freightliner Group LLC YesWestern Star 4700SB - Set back axle, 33,000
GVWR, 10 speed manual transmission, Cummins
ISL 260HP engine, 12,000# front/33,000# rear
axle, complete with all manufacturer's standard
equipment.
$62,023.00Grande Truck Center NoWestern Star 4700SB - Set back axle, 33,000
GVWR, 10 speed manual transmission, Cummins
ISL 260HP engine, 12,000# front/33,000# rear
axle, complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
401 Western Star 4700SF
$61,431.00Lonestar Freightliner Group LLC YesWestern Star 4700SF - Set forward axle, 33,000
GVWR, 10 speed manual transmission, Cummins
ISL 260HP engine, 12,000# front/33,000# rear
axle, complete with all manufacturer's standard
equipment.
$62,223.00Grande Truck Center NoWestern Star 4700SF - Set forward axle, 33,000
GVWR, 10 speed manual transmission, Cummins
ISL 260HP engine, 12,000# front/33,000# rear
axle, complete with all manufacturer's standard
equipment.
Bid PriceVendor AwardVendor Brand and Model Number
407 Not to Exceed Hourly Labor Rate for Vehicle Installation or Repair Service (Western Star)
$75.00MHQ West YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Pursuit Safety, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Texas Truck A/C, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$95.00Spring Klein Auto & Truck YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$110.00East Texas Truck Systems NoHourly Labor Rate for Vehicle Installation or Repair
Service.
$128.00Lonestar Freightliner Group LLC YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$155.00Grande Truck Center YesHourly Labor Rate for Vehicle Installation or Repair
Service.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
408 Not to Exceed Hourly Labor Rate for Paint and Body Repair (Western Star)
$65.00Spring Klein Auto & Truck YesHourly Labor Rate for Paint and Body Repair.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Paint and Body Repair.
$110.00East Texas Truck Systems NoHourly Labor Rate for Paint and Body Repair.
Bid PriceVendor AwardVendor Brand and Model Number
409 Per Mile Delivery Fee for Vehicles, Trucks, or Police Motorcycles (Western Star)
$1.50Lonestar Freightliner Group LLC YesPer Mile Delivery Fee for Vehicles, Trucks, or Police
Motorcycles.
$2.50Grande Truck Center YesPer Mile Delivery Fee for Vehicles, Trucks, or Police
Motorcycles.
$3.50East Texas Truck Systems NoPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
Bid PriceVendor AwardVendor Brand and Model Number
410 Autocar DC64 Cab and Chassis, Conventional Cab
$89,312.00Chastang Enterprises, Inc.YesAutocar DC64 - Cab and chassis, Conventional Cab,
Cummins L9 300 HP with Allison 3000 Series, 5
speed transmission, complete with manufacturer's
standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
411 Yamaha FJR1300 P Police Motorcycle
$21,497.00GEM YesYamaha FJR1300 P Police Motorcycle - 1298 cc,
liquid -cooled, DOHC inline 4 cylinder, 16 valve
engine, equipped with standard police equipment.
Bid PriceVendor AwardVendor Brand and Model Number
412 Sprinter C2500
$37,602.00Freightliner of Austin YesFreightliner Sprinter C2500 - 144" BBC, 8550
GVWR, Automatic transmission, 2.1 I-4 engine,
conventional cab, tandem axle, complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
413 Sprinter C3500
$44,451.00Freightliner of Austin YesFreightliner Sprinter C3500 - 144" BBC, 9990
GVWR, Automatic transmission, 2.1 I-4 engine,
conventional cab, tandem axle, complete with all
manufacturer's standard equipment.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
414 Sprinter 3500 C/C
$40,540.00Freightliner of Austin YesFreightliner Sprinter 3500 C/C - 144" BBC, 11,030
GVWR, Automatic transmission, 2.1 I-4 engine,
conventional cab, tandem axle, complete with all
manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
415 Sprinter P2500 Passenger Van
$0.00Pursuit Safety, Inc.Yes
$0.00Battery Systems, Inc.Yes
$49,620.00Freightliner of Austin YesFreightliner Sprinter P2500 Passenger Van - 144"
BBC, 8550 GVWR, Automatic transmission, 2.1 I-4
engine, conventional cab, tandem axle, complete
with all manufacturer's standard equipment.
Bid PriceVendor AwardVendor Brand and Model Number
421 Not to Exceed Hourly Labor Rate for Vehicle Installation or Repair Service
$85.00Pursuit Safety, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$85.00Texas Truck A/C, Inc.YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Vehicle Installation or Repair
Service.
$95.00Spring Klein Auto & Truck YesHourly Labor Rate for Vehicle Installation or Repair
Service
$165.00Freightliner of Austin YesHourly Labor Rate for Vehicle Installation or Repair
Service - State the Not to Exceed hourly labor rate
for Installation or Repair Service.
Bid PriceVendor AwardVendor Brand and Model Number
422 Not to Exceed Hourly Labor Rate for Paint and Body Repair
$90.00Advanced Diesel & Equipment
Services, Inc.
YesHourly Labor Rate for Paint and Body Repair.
$95.00Spring Klein Auto & Truck YesHourly Labor Rate for Paint and Body Repair.
$165.00Freightliner of Austin YesHourly Labor Rate for Paint and Body Repair -
State the Not to Exceed hourly labor rate for Paint
and Body Repair.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor #601-19
Bid PriceVendor AwardVendor Brand and Model Number
423 Per Mile Delivery Fee for Vehicles, Heavy Duty Trucks, or Police Motorcycles
$1.50Freightliner of Austin YesPer Mile Delivery Fee for Vehicles, Heavy Duty
Trucks, or Police Motorcycles - State the Not to
Exceed per mile delivery fee for Vehicles.
$2.00Spring Klein Auto & Truck YesPer Mile Delivery Fee for Vehicles, Trucks, or
Motorcycles.
Bid PriceVendor AwardVendor Brand and Model Number
424 Isuzu Cabover
No Vendors Responded
Bid PriceVendor AwardVendor Brand and Model Number
425 Isuzu Cabover
No Vendors Responded
Bid PriceVendor AwardVendor Brand and Model Number
426 Isuzu Cabover
No Vendors Responded
Bid PriceVendor AwardVendor Brand and Model Number
427 Honda Gold Wing Police Motorcycle
$21,550.00DFW Honda YesHonda Gold Wing GL1800B Police Motorcycle -
1833 cc.
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Catalog Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor
#601-19
Vendor AwardPercent DiscountVendor Catalog Info
5 Discount (%) off Catalog/Pricelist for Original Equipment Manufacturer (OEM) Options (Autocar)
Grande Truck Center NoAutocar Chassis Options pricelist 0%
Chastang Enterprises, Inc.YesChastang Enterprises, Inc. pricelist 3.2%
Vendor AwardPercent DiscountVendor Catalog Info
6 Discount (%) off Catalog/Pricelist for Third Party (not OEM) and Unpublished Options (Autocar)
Grande Truck Center NoAutocar Chassis Options pricelist 0%
Battery Systems, Inc.YesCentennial pricelist 25%
Chastang Enterprises, Inc.YesChastang Enterprises, Inc. pricelist 3.2%
MHQ West YesMHQ West pricelist 12%
Pursuit Safety, Inc.YesPursuit Safety. Inc. Graphics pricelist 2%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
Vendor AwardPercent DiscountVendor Catalog Info
7 Discount (%) off Catalog/Pricelist for OEM Parts and Supplies (Autocar)
Grande Truck Center YesAutocar Chassis Options pricelist 10%
Chastang Enterprises, Inc.YesChastang Enterprises, Inc. pricelist 2%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
Vendor AwardPercent DiscountVendor Catalog Info
8 Discount (%) off Floor Plan and/or Lot Insurance (Autocar)
Grande Truck Center NoAutocar Chassis Options pricelist 0%
Chastang Enterprises, Inc.YesChastang Enterprises, Inc. pricelist 3.2%
Vendor AwardPercent DiscountVendor Catalog Info
9 Discount (%) off Extended Service Maintenance Agreements (Autocar)
Grande Truck Center NoAutocar Chassis Options pricelist 0%
Chastang Enterprises, Inc.YesChastang Enterprises, Inc. pricelist 0%
Vendor AwardPercent DiscountVendor Catalog Info
52 Discount (%) off Catalog/Pricelist for Original Equipment Manufacturer (OEM) Options (Chevrolet, GMC, Buick)
Lake Country Chevrolet, Inc.NoChevrolet pricelist 6%
Four Stars Auto Ranch NoFour Stars Auto Ranch pricelist 8%
Caldwell Country Chevrolet, LLC YesGMC pricelist 5%
Gunn Buick, GMC Ltd.YesGunn Buick pricelist 3%
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Catalog Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor
#601-19
Vendor AwardPercent DiscountVendor Catalog Info
53 Discount (%) off Catalog/Pricelist for Third Party (not OEM) and Unpublished Options (Chevrolet, GMC, Buick)
Cap Fleet Upfitters YesCap Fleet Upfitters pricelist (1% discount to
58% discount)
1%
Battery Systems, Inc.YesCentennial pricelist 25%
Lake Country Chevrolet, Inc.YesChevrolet pricelist 6%
Four Stars Auto Ranch NoFour Stars Auto Ranch pricelist 0%
GapVax, Inc.YesGapVax pricelist 2%
Caldwell Country Chevrolet, LLC YesGMC pricelist 0%
Gunn Buick, GMC Ltd.YesGunn Buick pricelist 0%
Gunn Chevrolet YesGunn Chevrolet pricelist 0%
MHQ West YesMHQ West pricelist 12%
Pursuit Safety, Inc.YesPursuit Safety. Inc. Graphics pricelist 2%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
Vendor AwardPercent DiscountVendor Catalog Info
54 Discount (%) off Catalog/Pricelist for OEM Parts and Supplies (Chevrolet, GMC, Buick)
Advanced Starter Service YesAdvanced Starter Service pricelist 0%
Lake Country Chevrolet, Inc.YesChevrolet pricelist 6%
Four Stars Auto Ranch NoFour Stars Auto Ranch pricelist 0%
Caldwell Country Chevrolet, LLC YesGMC pricelist 10%
Gunn Chevrolet YesGunn Chevrolet pricelist 20%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
Vendor AwardPercent DiscountVendor Catalog Info
55 Discount (%) off Floor Plan and/or Lot Insurance (Chevrolet, GMC, Buick)
Lake Country Chevrolet, Inc.YesChevrolet pricelist 1%
Four Stars Auto Ranch NoFour Stars Auto Ranch pricelist 5%
Caldwell Country Chevrolet, LLC YesGMC pricelist 0%
Gunn Buick, GMC Ltd.YesGunn Buick pricelist 0%
Gunn Chevrolet YesGunn Chevrolet pricelist 0%
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Catalog Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor
#601-19
Vendor AwardPercent DiscountVendor Catalog Info
56 Discount (%) off Extended Service Maintenance Agreements (Chevrolet, GMC, Buick)
Lake Country Chevrolet, Inc.YesChevrolet pricelist 10%
Four Stars Auto Ranch NoFour Stars Auto Ranch pricelist 0%
Caldwell Country Chevrolet, LLC YesGMC pricelist 0%
Gunn Buick, GMC Ltd.YesGunn Buick pricelist 0%
Gunn Chevrolet YesGunn Chevrolet pricelist 0%
Vendor AwardPercent DiscountVendor Catalog Info
86 Discount (%) off Catalog/Pricelist for Original Equipment Manufacturer (OEM) Options (Chrysler, Dodge, Jeep)
Chastang Enterprises, Inc.YesChastang Enterprises, Inc. pricelist 2.5%
Four Stars DCJR YesFord Stars DCJR pricelist 8%
Grapevine DCJ, LLC YesGrapevine DCJ pricelist 3%
Moore CDJR YesMoore CDJR pricelist 6%
Vendor AwardPercent DiscountVendor Catalog Info
87 Discount (%) offCatalog/Pricelist for Third Party (not OEM) and Unpublished Optio (Chrysler, Dodge, Jeep)
Battery Systems, Inc.YesCentennial pricelist 25%
Chastang Enterprises, Inc.YesChastang Enterprises, Inc. pricelist 0%
Four Stars DCJR YesFord Stars DCJR pricelist 0%
GapVax, Inc.YesGapVax pricelist 2%
Grapevine DCJ, LLC YesGrapevine DCJ pricelist 7%
MHQ West YesMHQ West pricelist 12%
Moore CDJR YesMoore CDJR pricelist 6%
Pursuit Safety, Inc.YesPursuit Safety. Inc. Graphics pricelist 2%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Catalog Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor
#601-19
Vendor AwardPercent DiscountVendor Catalog Info
88 Discount (%) off Catalog/Pricelist for OEM Parts and Supplies (Chrysler, Dodge, Jeep)
Advanced Starter Service YesAdvanced Starter Service pricelist 0%
Chastang Enterprises, Inc.YesChastang Enterprises, Inc. pricelist 0%
Dodge City Of McKinney YesDodge City of McKinney pricelist 0%
East Texas Truck Systems NoEast Texas Truck Systems pricelist 0%
Four Stars DCJR YesFord Stars DCJR pricelist 0%
Grapevine DCJ, LLC YesGrapevine DCJ pricelist 10%
Moore CDJR YesMoore CDJR pricelist 25%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
Vendor AwardPercent DiscountVendor Catalog Info
89 Discount (%) off Floor Plan and/or Lot Insurance (Chrysler, Dodge, Jeep)
Chastang Enterprises, Inc.YesChastang Enterprises, Inc. pricelist 3.5%
Dodge City Of McKinney YesDodge City of McKinney pricelist 0%
Four Stars DCJR YesFord Stars DCJR pricelist 5%
Grapevine DCJ, LLC YesGrapevine DCJ pricelist 0.7%
Moore CDJR YesMoore CDJR pricelist 1%
Vendor AwardPercent DiscountVendor Catalog Info
90 Discount (%) off Extended Service Maintenance Agreements (Chrysler, Dodge, Jeep)
Chastang Enterprises, Inc.YesChastang Enterprises, Inc. pricelist 0%
Four Stars DCJR YesFord Stars DCJR pricelist 0%
Grapevine DCJ, LLC YesGrapevine DCJ pricelist 10%
No Vendors Responded
Vendor AwardPercent DiscountVendor Catalog Info
102 Discount (%) off Catalog/Pricelist for Original Equipment Manufacturer (OEM) Options (Crane Carrier)
Bond Equipment Company, Inc.YesCrane Carrier pricelist 5%
Kyrish Truck Center of Austin YesCrane Carrier pricelist 4%
McCandless Truck Center, LLC YesCrane Carrier pricelist 35%
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Catalog Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor
#601-19
Vendor AwardPercent DiscountVendor Catalog Info
103 Discount (%) off Catalog/Pricelist for Third Party (not OEM) and Unpublished Options (Crane Carrier)
Battery Systems, Inc.YesCentennial pricelist 25%
Kyrish Truck Center of Austin YesCummins Engine Warranty 0%
MHQ West YesMHQ West pricelist 12%
Pursuit Safety, Inc.YesPursuit Safety. Inc. Graphics pricelist 2%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
Vendor AwardPercent DiscountVendor Catalog Info
104 Discount (%) off Catalog/Pricelist for OEM Parts and Supplies (Crane Carrier)
Advanced Starter Service YesAdvanced Starter Service pricelist 0%
Kyrish Truck Center of Austin YesCrane Carrier pricelist 10%
Bond Equipment Company, Inc.YesCrane Carrier pricelist 10%
McCandless Truck Center, LLC YesCrane Carrier pricelist 0%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
Vendor AwardPercent DiscountVendor Catalog Info
105 Discount (%) off Floor Plan and/or Lot Insurance (Crane Carrier)
McCandless Truck Center, LLC YesCrane Carrier pricelist 0%
Vendor AwardPercent DiscountVendor Catalog Info
106 Discount (%) off Extended Service Maintenance Agreements (Crane Carrier)
McCandless Truck Center, LLC YesCrane Carrier pricelist 33%
Kyrish Truck Center of Austin YesCrane Carrier pricelist 0%
Vendor AwardPercent DiscountVendor Catalog Info
148 Discount (%) off Catalog/Pricelist for Original Equipment Manufacturer (OEM) Options (Ford)
Chastang Enterprises, Inc.YesChastang Enterprises, Inc. pricelist 2.5%
Silsbee Ford YesFord pricelist 6%
Chalmers Ford YesFord pricelist 6%
Rockdale Country Ford, LLC YesFord pricelist 5%
Mac Haik Ford Lincoln YesFord pricelist 5%
Sam Pack's Five Star Ford YesFord pricelist 3%
Rush Truck Centers of Texas, LP YesFord pricelist 0%
Four Stars Ford YesFour Stars Ford pricelist 8%
Grande Truck Center YesGrande Truck Chassis Options pricelist 0%
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Catalog Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor
#601-19
Vendor AwardPercent DiscountVendor Catalog Info
149 Discount (%) off Catalog/Pricelist for Third Party (not OEM) and Unpublished Options (Ford)
Cap Fleet Upfitters YesCap Fleet Upfitters pricelist (1% discount to
58% discount)
1%
Battery Systems, Inc.YesCentennial pricelist 25%
Chastang Enterprises, Inc.YesChastang Enterprises, Inc. pricelist 0%
East Texas Truck Systems NoEast Texas Truck Systems pricelist 0%
Chalmers Ford YesFord pricelist 6%
Silsbee Ford YesFord pricelist 6%
Mac Haik Ford Lincoln YesFord pricelist 5%
Sam Pack's Five Star Ford YesFord pricelist 35%
Rockdale Country Ford, LLC YesFord pricelist 0%
Four Stars Ford YesFour Stars Ford pricelist (Call for Quote)8%
GapVax, Inc.YesGapVax pricelist 2%
Grande Truck Center YesGrande Truck Chassis Options pricelist 0%
MHQ West YesMHQ West pricelist 12%
Pursuit Safety, Inc.YesPursuit Safety. Inc. Graphics pricelist 2%
Rush Truck Centers of Texas, LP YesRush Truck Centers pricelist 0%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Catalog Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor
#601-19
Vendor AwardPercent DiscountVendor Catalog Info
150 Discount (%) off Catalog/Pricelist for OEM Parts and Supplies (Ford)
Advanced Starter Service YesAdvanced Starter Service pricelist 0%
Chastang Enterprises, Inc.YesChastang Enterprises, Inc. pricelist 0%
Silsbee Ford YesFord pricelist 6%
Sam Pack's Five Star Ford YesFord pricelist 30%
Tommie Vaughn Motors, Inc.YesFord pricelist 30%
Mac Haik Ford Lincoln YesFord pricelist 25%
Chalmers Ford YesFord pricelist 15%
Rockdale Country Ford, LLC YesFord pricelist 10%
Rush Truck Centers of Texas, LP YesFord pricelist 0%
Four Stars Ford YesFour Stars Ford pricelist 8%
Grande Truck Center NoGrande Truck Chassis Options pricelist 15%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
Vendor AwardPercent DiscountVendor Catalog Info
151 Discount (%) off Floor Plan and/or Lot Insurance (Ford)
Chastang Enterprises, Inc.YesChastang Enterprises, Inc. pricelist 3.5%
Sam Pack's Five Star Ford YesFord pricelist 5%
Mac Haik Ford Lincoln YesFord pricelist 10%
Silsbee Ford YesFord pricelist 1.5%
Chalmers Ford YesFord pricelist 1%
Rockdale Country Ford, LLC YesFord pricelist 0%
Four Stars Ford YesFour Stars Ford pricelist 5%
Grande Truck Center YesGrande Truck Chassis Options pricelist 0%
Rush Truck Centers of Texas, LP YesRush Truck Center pricelist 0%
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Catalog Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor
#601-19
Vendor AwardPercent DiscountVendor Catalog Info
152 Discount (%) off Extended Service Maintenance Agreements (Ford)
Chastang Enterprises, Inc.YesChastang Enterprises, Inc. pricelist 0%
Sam Pack's Five Star Ford YesFord pricelist 2.5%
Mac Haik Ford Lincoln YesFord pricelist 10%
Chalmers Ford YesFord pricelist 10%
Silsbee Ford YesFord pricelist 10%
Rush Truck Centers of Texas, LP YesFord pricelist 0%
Rockdale Country Ford, LLC YesFord pricelist 0%
Grande Truck Center YesGrande Truck Chassis Options pricelist 0%
Vendor AwardPercent DiscountVendor Catalog Info
165 Discount (%) off Catalog/Pricelist for Original Equipment Manufacturer (OEM) Options (Freightliner)
Doggett Freightliner of South Texa YesDoggett Freightliner of South Texas Dalmer
databook
31.75%
Freightliner of Austin YesFreightliner Austin pricelist 30%
Lonestar Freightliner Group LLC YesLonestar Freightliner Group pricelist (0%
discount to 28% discount)
0%
Vendor AwardPercent DiscountVendor Catalog Info
166 Discount (%) off Catalog/Pricelist for Third Party (not OEM) and Unpublished Options (Freightliner)
Battery Systems, Inc.YesCentennial pricelist 25%
Doggett Freightliner of South Texa YesDoggett Freightliner of South Texas pricelist 0%
East Texas Truck Systems NoEast Texas Truck Systems pricelist 0%
Freightliner of Austin YesFreightliner Austin pricelist 0%
GapVax, Inc.YesGapVax pricelist 2%
Lonestar Freightliner Group LLC YesLonestar Freightliner Group pricelist 0%
MHQ West YesMHQ West pricelist 12%
Pursuit Safety, Inc.YesPursuit Safety. Inc. Graphics pricelist 2%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Catalog Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor
#601-19
Vendor AwardPercent DiscountVendor Catalog Info
167 Discount (%) off Catalog/Pricelist for OEM Parts and Supplies (Freightliner)
Advanced Starter Service YesAdvanced Starter Service pricelist 0%
Doggett Freightliner of South Texa YesDoggett Freightliner of South Texas pricelist 20%
Freightliner of Austin YesFreightliner Austin pricelist 15%
Lonestar Freightliner Group LLC YesLonestar Freightliner Group pricelist 0%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
Vendor AwardPercent DiscountVendor Catalog Info
168 Discount (%) off Floor Plan and/or Lot Insurance (Freightliner)
Doggett Freightliner of South Texa YesDamler Truck Finance - Actual Expense
Incurred
0%
Freightliner of Austin YesFreightliner Auston pricelist 0%
Lonestar Freightliner Group LLC YesLonestar Freightliner Group pricelist 100%
Vendor AwardPercent DiscountVendor Catalog Info
169 Discount (%) off Extended Service Maintenance Agreements (Freightliner)
Doggett Freightliner of South Texa YesDoggett Freightliner of South Texas Dalmer
databook
0%
Freightliner of Austin YesFreightliner Austin pricelist 5%
Lonestar Freightliner Group LLC YesLonestar Freightliner Group pricelist 0%
Vendor AwardPercent DiscountVendor Catalog Info
180 Discount (%) off Catalog/Pricelist for Original Equipment Manufacturer (OEM) Options (Hino)
Rush Truck Centers of Texas, LP YesHino pricelist 0%
Vendor AwardPercent DiscountVendor Catalog Info
181 Discount (%) off Catalog/Pricelist for Third Party (not OEM) and Unpublished Options (Hino)
Battery Systems, Inc.YesCentennial pricelist 25%
East Texas Truck Systems NoEast Texas Truck Systems pricelist 0%
MHQ West YesMHQ West pricelist 12%
Pursuit Safety, Inc.YesPursuit Safety. Inc. Graphics pricelist 2%
Rush Truck Centers of Texas, LP YesRush Truck Centers pricelist 0%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Catalog Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor
#601-19
Vendor AwardPercent DiscountVendor Catalog Info
182 Discount (%) off Catalog/Pricelist for OEM Parts and Supplies (Hino)
Advanced Starter Service YesAdvanced Starter Service pricelist 0%
Rush Truck Centers of Texas, LP YesHino pricelist 0%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
Vendor AwardPercent DiscountVendor Catalog Info
183 Discount (%) off Floor Plan and/or Lot Insurance (Hino)
Rush Truck Centers of Texas, LP YesRush Truck Center pricelist 0%
Vendor AwardPercent DiscountVendor Catalog Info
184 Discount (%) off Extended Service Maintenance Agreements (Hino)
Rush Truck Centers of Texas, LP YesHino pricelist 0%
Vendor AwardPercent DiscountVendor Catalog Info
199 Discount (%) off Catalog/Pricelist for Original Equipment Manufacturer (OEM) Options (Honda)
Gunn Honda YesGunn Honda pricelist 2%
Northside Honda YesHonda pricelist 12%
Vendor AwardPercent DiscountVendor Catalog Info
200 Discount (%) off Catalog/Pricelist for Third Party (not OEM) and Unpublished Options (Honda)
Battery Systems, Inc.YesCentennial pricelist 25%
Gunn Honda YesGunn Honda pricelist 10%
MHQ West YesMHQ West pricelist 12%
Pursuit Safety, Inc.YesPursuit Safety. Inc. Graphics pricelist 2%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
Vendor AwardPercent DiscountVendor Catalog Info
201 Discount (%) off Catalog/Pricelist for OEM Parts and Supplies (Honda)
Advanced Starter Service YesAdvanced Starter Service pricelist 0%
Gunn Honda YesGunn Honda pricelist 20%
Northside Honda YesHonda pricelist 12%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
Vendor AwardPercent DiscountVendor Catalog Info
202 Discount (%) off Floor Plan and/or Lot Insurance (Honda)
Gunn Honda YesGunn Honda pricelist 0%
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Catalog Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor
#601-19
Vendor AwardPercent DiscountVendor Catalog Info
203 Discount (%) off Extended Service Maintenance Agreements (Honda)
Gunn Honda YesGunn Honda pricelist 0%
Northside Honda YesHonda pricelist 12%
Vendor AwardPercent DiscountVendor Catalog Info
217 Discount (%) off Catalog/Pricelist for Original Equipment Manufacturer (OEM) Options (International)
Rush Truck Centers of Texas, LP YesNavistar pricelist 0%
Southwest International Trucks, In YesSouthwest International pricelist 20%
Vendor AwardPercent DiscountVendor Catalog Info
218 Discount (%) off Catalog/Pricelist for Third Party (not OEM) and Unpublished Options (International)
Battery Systems, Inc.YesCentennial pricelist 25%
East Texas Truck Systems NoEast Texas Truck Systems pricelist 0%
GapVax, Inc.YesGapVax pricelist 2%
MHQ West YesMHQ West pricelist 12%
Pursuit Safety, Inc.YesPursuit Safety. Inc. Graphics pricelist 2%
Rush Truck Centers of Texas, LP YesRush Truck Centers pricelist 0%
Southwest International Trucks, In YesSouthwest International pricelist 0%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
Vendor AwardPercent DiscountVendor Catalog Info
219 Discount (%) off Catalog/Pricelist for OEM Parts and Supplies (International)
Advanced Starter Service YesAdvanced Starter Service pricelist 0%
Rush Truck Centers of Texas, LP YesNavistar pricelist 0%
Southwest International Trucks, In YesSouthwest International pricelist 20%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
Vendor AwardPercent DiscountVendor Catalog Info
220 Discount (%) off Floor Plan and/or Lot Insurance (International)
Rush Truck Centers of Texas, LP YesRush Truck Center pricelist 0%
Southwest International Trucks, In YesSouthwest International pricelist 0%
Vendor AwardPercent DiscountVendor Catalog Info
221 Discount (%) off Extended Service Maintenance Agreements (International)
Rush Truck Centers of Texas, LP YesNavistar pricelist 0%
Southwest International Trucks, In YesSouthwest International pricelist 50%
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Catalog Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor
#601-19
Vendor AwardPercent DiscountVendor Catalog Info
229 Discount (%) off Catalog/Pricelist for Original Equipment Manufacturer (OEM) Options (Isuzu)
Southwest International Trucks, In YesInternational pricelist 50%
Rush Truck Centers of Texas, LP YesIsuzu pricelist 0%
Vendor AwardPercent DiscountVendor Catalog Info
230 Discount (%) off Catalog/Pricelist for Third Party (not OEM) and Unpublished Options (Isuzu)
Battery Systems, Inc.YesCentennial pricelist 25%
MHQ West YesMHQ West pricelist 12%
Pursuit Safety, Inc.YesPursuit Safety. Inc. Graphics pricelist 2%
Rush Truck Centers of Texas, LP YesRush Truck Center pricelist 0%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
Vendor AwardPercent DiscountVendor Catalog Info
231 Discount (%) off Catalog/Pricelist for OEM Parts and Supplies (Isuzu)
Advanced Starter Service YesAdvanced Starter Service pricelist 0%
Rush Truck Centers of Texas, LP YesIsuzu pricelist 0%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
Vendor AwardPercent DiscountVendor Catalog Info
232 Discount (%) off Floor Plan and/or Lot Insurance (Isuzu)
Rush Truck Centers of Texas, LP YesRush Truck Center pricelist 0%
Vendor AwardPercent DiscountVendor Catalog Info
233 Discount (%) off Extended Service Maintenance Agreements (Isuzu)
Rush Truck Centers of Texas, LP YesIsuzu pricelist 0%
Vendor AwardPercent DiscountVendor Catalog Info
254 Discount (%) off Catalog/Pricelist for Original Equipment Manufacturer (OEM) Options (Kenworth)
Performance Truck YesKenworth pricelist 13%
MHC Kenworth YesMHC Kenworth pricelist 16.1%
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Catalog Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor
#601-19
Vendor AwardPercent DiscountVendor Catalog Info
255 Discount (%) off Catalog/Pricelist for Third Party (not OEM) and Unpublished Options (Kenworth)
Battery Systems, Inc.YesCentennial pricelist 25%
East Texas Truck Systems NoEast Texas Truck Systems pricelist 0%
GapVax, Inc.YesGapVax pricelist 2%
Performance Truck YesKenworth pricelist 0%
MHC Kenworth YesMHC Kenworth pricelist 11.2%
MHQ West YesMHQ West pricelist 12%
Pursuit Safety, Inc.YesPursuit Safety. Inc. Graphics pricelist 2%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
Vendor AwardPercent DiscountVendor Catalog Info
256 Discount (%) off Catalog/Pricelist for OEM Parts and Supplies (Kenworth)
Advanced Starter Service YesAdvanced Starter Service pricelist 0%
Performance Truck YesKenworth pricelist 0%
MHC Kenworth YesMHC Kenworth pricelist 16.1%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
Vendor AwardPercent DiscountVendor Catalog Info
257 Discount (%) off Floor Plan and/or Lot Insurance (Kenworth)
Performance Truck YesKenworth pricelist 0%
MHC Kenworth YesMHC Kenworth pricelist 21.3%
Vendor AwardPercent DiscountVendor Catalog Info
258 Discount (%) off Extended Service Maintenance Agreements (Kenworth)
Performance Truck YesKenworth pricelist 0%
MHC Kenworth YesMHC Kenworth pricelist 16.1%
Vendor AwardPercent DiscountVendor Catalog Info
273 Discount (%) off Catalog/Pricelist for Original Equipment Manufacturer (OEM) Options (Mack)
Bruckner Truck Sales, Inc NoBruckner Mack pricelist 0%
Grande Truck Center YesGrande Truck Chassis Options pricelist 0%
Volvo & Mack Trucks of Waco YesMack pricelist 15%
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Catalog Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor
#601-19
Vendor AwardPercent DiscountVendor Catalog Info
274 Discount (%) off Catalog/Pricelist for Third Party (not OEM) and Unpublished Options (Mack)
Battery Systems, Inc.YesCentennial pricelist 25%
East Texas Truck Systems NoEast Texas Truck Systems pricelist 0%
GapVax, Inc.YesGapVax pricelist 2%
Grande Truck Center YesGrande Truck Chassis Options pricelist 0%
Volvo & Mack Trucks of Waco YesMack pricelist 18%
MHQ West YesMHQ West pricelist 12%
Pursuit Safety, Inc.YesPursuit Safety. Inc. Graphics pricelist 2%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
Vendor AwardPercent DiscountVendor Catalog Info
275 Discount (%) off Catalog/Pricelist for OEM Parts and Supplies (Mack)
Advanced Starter Service YesAdvanced Starter Service pricelist 0%
Grande Truck Center YesGrande Truck Chassis Options pricelist 10%
Bruckner Truck Sales, Inc NoMack Part pricelist 0%
Volvo & Mack Trucks of Waco YesMack pricelist 25%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
Vendor AwardPercent DiscountVendor Catalog Info
276 Discount (%) off Floor Plan and/or Lot Insurance (Mack)
Grande Truck Center YesGrande Truck Chassis Options pricelist 0%
Volvo & Mack Trucks of Waco YesMack pricelist (No Charge)0%
Vendor AwardPercent DiscountVendor Catalog Info
277 Discount (%) off Extended Service Maintenance Agreements (Mack)
Grande Truck Center YesGrande Truck Chassis Options pricelist 0%
Bruckner Truck Sales, Inc NoMack Protection Plans pricelist 0%
Vendor AwardPercent DiscountVendor Catalog Info
291 Discount (%) off Catalog/Pricelist for Original Equipment Manufacturer (OEM) Options (Mitsubishi)
Southwest International Trucks, In YesMitsubishi pricelist 80%
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Catalog Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor
#601-19
Vendor AwardPercent DiscountVendor Catalog Info
292 Discount (%) off Catalog/Pricelist for Third Party (not OEM) and Unpublished Options (Mitsubishi)
Battery Systems, Inc.YesCentennial pricelist 25%
MHQ West YesMHQ West pricelist 12%
Southwest International Trucks, In YesMitsubishi pricelist 0%
Pursuit Safety, Inc.YesPursuit Safety. Inc. Graphics pricelist 2%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
Vendor AwardPercent DiscountVendor Catalog Info
293 Discount (%) off Catalog/Pricelist for OEM Parts and Supplies (Mitsubishi)
Advanced Starter Service YesAdvanced Starter Service pricelist 0%
Southwest International Trucks, In YesMitsubishi pricelist 20%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
Vendor AwardPercent DiscountVendor Catalog Info
294 Discount (%) off Floor Plan and/or Lot Insurance (Mitsubishi)
Southwest International Trucks, In YesMitsubishi pricelist 0%
Vendor AwardPercent DiscountVendor Catalog Info
295 Discount (%) off Extended Service Maintenance Agreements (Mitsubishi)
Southwest International Trucks, In YesMitsubishi pricelist 20%
Vendor AwardPercent DiscountVendor Catalog Info
318 Discount (%) off Catalog/Pricelist for Original Equipment Manufacturer (OEM) Options (Nissan)
Gunn Nissan YesGunn Nissan pricelist 2%
Vendor AwardPercent DiscountVendor Catalog Info
319 Discount (%) off Catalog/Pricelist for Third Party (not OEM) and Unpublished Options (Nissan)
Battery Systems, Inc.YesCentennial pricelist 25%
Gunn Nissan YesGunn Nissan pricelist 0%
MHQ West YesMHQ West pricelist 12%
Pursuit Safety, Inc.YesPursuit Safety. Inc. Graphics pricelist 2%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Catalog Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor
#601-19
Vendor AwardPercent DiscountVendor Catalog Info
320 Discount (%) off Catalog/Pricelist for OEM Parts and Supplies (Nissan)
Advanced Starter Service YesAdvanced Starter Service pricelist 0%
Gunn Nissan YesGunn Nissan pricelist 20%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
Vendor AwardPercent DiscountVendor Catalog Info
321 Discount (%) off Floor Plan and/or Lot Insurance (Nissan)
Gunn Nissan YesGunn Nissan pricelist 0%
Vendor AwardPercent DiscountVendor Catalog Info
322 Discount (%) off Extended Service Maintenance Agreements (Nissan)
No Vendors Responded
Vendor AwardPercent DiscountVendor Catalog Info
337 Discount (%) off Catalog/Pricelist for Original Equipment Manufacturer (OEM) Options (Peterbilt)
Rush Truck Centers of Texas, LP YesPeterbilt pricelist 0%
Vendor AwardPercent DiscountVendor Catalog Info
338 Discount (%) off Catalog/Pricelist for Third Party (not OEM) and Unpublished Options (Peterbilt)
Battery Systems, Inc.YesCentennial pricelist 25%
East Texas Truck Systems NoEast Texas Truck Systems pricelist 0%
GapVax, Inc.YesGapVax pricelist 2%
MHQ West YesMHQ West pricelist 12%
Pursuit Safety, Inc.YesPursuit Safety. Inc. Graphics pricelist 2%
Rush Truck Centers of Texas, LP YesRush Truck Center pricelist 0%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
Vendor AwardPercent DiscountVendor Catalog Info
339 Discount (%) off Catalog/Pricelist for OEM Parts and Supplies (Peterbilt)
Advanced Starter Service YesAdvanced Starter Service pricelist 0%
Rush Truck Centers of Texas, LP YesPeterbilt pricelist 0%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
Vendor AwardPercent DiscountVendor Catalog Info
340 Discount (%) off Floor Plan and/or Lot Insurance (Peterbilt)
Rush Truck Centers of Texas, LP YesRush Truck Center pricelist 0%
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Catalog Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor
#601-19
Vendor AwardPercent DiscountVendor Catalog Info
341 Discount (%) off Extended Service Maintenance Agreements (Peterbilt)
Rush Truck Centers of Texas, LP YesPeterbilt pricelist 0%
Vendor AwardPercent DiscountVendor Catalog Info
349 Discount (%) off Catalog/Pricelist for Original Equipment Manufacturer (OEM) Options (Police Motorcycles)
Longhorn Harley-Davidson YesHarley-Davidson Parts & Accessories pricelist 10%
GEM YesYamaha pricelist 10%
Vendor AwardPercent DiscountVendor Catalog Info
350 Discount (%) off Catalog/Pricelist for Third Party (not OEM) and Unpublished Options (Police Motorcycles)
Battery Systems, Inc.YesCentennial pricelist 25%
MHQ West YesMHQ West pricelist 12%
Pursuit Safety, Inc.YesPursuit Safety. Inc. Graphics pricelist 2%
Longhorn Harley-Davidson YesWhelen Emergency Equipment pricelist 20%
GEM YesYamaha pricelist 10%
Vendor AwardPercent DiscountVendor Catalog Info
351 Discount (%) off Catalog/Pricelist for OEM Parts and Supplies (Police Motorcycles)
Longhorn Harley-Davidson YesHarley-Davidson Parts & Accessories pricelist 10%
GEM YesYamaha pricelist 10%
Vendor AwardPercent DiscountVendor Catalog Info
352 Discount (%) off Floor Plan and/or Lot Insurance (Police Motorcycles)
Longhorn Harley-Davidson YesHarley-Davidson Parts & Accessories pricelist 0%
GEM YesYamaha pricelist 0%
Vendor AwardPercent DiscountVendor Catalog Info
353 Discount (%) off Extended Service Maintenance Agreements (Police Motorcycles)
Longhorn Harley-Davidson YesHarley-Davidson Parts & Accessories pricelist 0%
GEM YesYamaha pricelist 0%
Vendor AwardPercent DiscountVendor Catalog Info
376 Discount (%) off Catalog/Pricelist for Original Equipment Manufacturer (OEM) Options (Toyota)
Silsbee Toyota YesToyota Fleet pricelist 6%
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Catalog Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor
#601-19
Vendor AwardPercent DiscountVendor Catalog Info
377 Discount (%) off Catalog/Pricelist for Third Party (not OEM) and Unpublished Options (Toyota)
Battery Systems, Inc.YesCentennial pricelist 25%
MHQ West YesMHQ West pricelist 12%
Pursuit Safety, Inc.YesPursuit Safety. Inc. Graphics pricelist 2%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
Silsbee Toyota YesToyota Fleet pricelist 6%
Vendor AwardPercent DiscountVendor Catalog Info
378 Discount (%) off Catalog/Pricelist for OEM Parts and Supplies (Toyota)
Advanced Starter Service YesAdvanced Starter Service pricelist 0%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
Silsbee Toyota YesToyota Fleet pricelist 6%
Vendor AwardPercent DiscountVendor Catalog Info
379 Discount (%) off Floor Plan and/or Lot Insurance (Toyota)
Silsbee Toyota YesToyota Fleet pricelist 1%
Vendor AwardPercent DiscountVendor Catalog Info
380 Discount (%) off Extended Service Maintenance Agreements (Toyota)
Silsbee Toyota YesToyota Fleet pricelist 10%
Vendor AwardPercent DiscountVendor Catalog Info
388 Discount (%) off Catalog/Pricelist for Original Equipment Manufacturer (OEM) Options (Volvo)
Grande Truck Center NoGrande Truck Chassis Options pricelist 0%
Volvo & Mack Trucks of Waco YesVolvo pricelist 15%
Vendor AwardPercent DiscountVendor Catalog Info
389 Discount (%) off Catalog/Pricelist for Third Party (not OEM) and Unpublished Options (Volvo)
Battery Systems, Inc.YesCentennial pricelist 25%
East Texas Truck Systems NoEast Texas Truck Systems pricelist 0%
Grande Truck Center NoGrande Truck Chassis Options pricelist 0%
MHQ West YesMHQ West pricelist 12%
Pursuit Safety, Inc.YesPursuit Safety. Inc. Graphics pricelist 2%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
Volvo & Mack Trucks of Waco YesVolvo pricelist 18%
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Catalog Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor
#601-19
Vendor AwardPercent DiscountVendor Catalog Info
390 Discount (%) off Catalog/Pricelist for OEM Parts and Supplies (Volvo)
Advanced Starter Service YesAdvanced Starter Service pricelist 0%
Grande Truck Center YesGrande Truck Chassis Options pricelist 10%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
Volvo & Mack Trucks of Waco YesVolvo pricelist 25%
Vendor AwardPercent DiscountVendor Catalog Info
391 Discount (%) off Floor Plan and/or Lot Insurance (Volvo)
Grande Truck Center NoGrande Truck Chassis Options pricelist 0%
Volvo & Mack Trucks of Waco YesVolvo pricelist (No Charge)0%
Vendor AwardPercent DiscountVendor Catalog Info
392 Discount (%) off Extended Service Maintenance Agreements (Volvo)
Grande Truck Center NoGrande Truck Chassis Options pricelist 0%
Vendor AwardPercent DiscountVendor Catalog Info
402 Discount (%) off Catalog/Pricelist for Original Equipment Manufacturer (OEM) Options (Western Star)
Grande Truck Center YesGrande Truck Chassis Options pricelist 0%
Lonestar Freightliner Group LLC YesWestern Star pricelist (0% discount to 28%
discount)
0%
Vendor AwardPercent DiscountVendor Catalog Info
403 Discount (%) off Catalog/Pricelist for Third Party (not OEM) and Unpublished Options (Western Star)
Battery Systems, Inc.YesCentennial pricelist 25%
East Texas Truck Systems NoEast Texas Truck Systems pricelist 0%
GapVax, Inc.YesGapVax pricelist 2%
Grande Truck Center YesGrande Truck Chassis Options pricelist 0%
MHQ West YesMHQ West pricelist 12%
Pursuit Safety, Inc.YesPursuit Safety. Inc. Graphics pricelist 2%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
Lonestar Freightliner Group LLC YesWestern Star pricelist 0%
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Catalog Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor
#601-19
Vendor AwardPercent DiscountVendor Catalog Info
404 Discount (%) off Catalog/Pricelist for OEM Parts and Supplies (Western Star)
Advanced Starter Service YesAdvanced Starter Service pricelist 0%
Grande Truck Center YesGrande Truck Chassis Options pricelist 10%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
Lonestar Freightliner Group LLC YesWestern Star pricelist 10%
Vendor AwardPercent DiscountVendor Catalog Info
405 Discount (%) off Floor Plan and/or Lot Insurance (Western Star)
Grande Truck Center YesGrande Truck Chassis Options pricelist 0%
Lonestar Freightliner Group LLC YesWestern Star pricelist 100%
Vendor AwardPercent DiscountVendor Catalog Info
406 Discount (%) off Extended Service Maintenance Agreements (Western Star)
Grande Truck Center YesGrande Truck Chassis Options pricelist 0%
Lonestar Freightliner Group LLC YesWestern Star pricelist 0%
Vendor AwardPercent DiscountVendor Catalog Info
416 Discount (%) off Catalog/Pricelist for Original Equipment Manufacturer (OEM) Options (Sprinter)
Freightliner of Austin YesFreightliner Sprinter pricelist 5%
Vendor AwardPercent DiscountVendor Catalog Info
417 Discount (%) off Catalog/Pricelist for Third Party (not OEM) and Unpublished Options (Sprinter)
Battery Systems, Inc.YesCentennial pricelist 25%
Freightliner of Austin YesFreightliner Sprinter pricelist 0%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
Vendor AwardPercent DiscountVendor Catalog Info
418 Discount (%) off Catalog/Pricelist for OEM Parts
Advanced Starter Service YesAdvanced Starter Service pricelist 0%
Freightliner of Austin YesFreightliner Sprinter pricelist 5%
Texas Truck A/C, Inc.YesTexas Truck A/C pricelist 20%
Vendor AwardPercent DiscountVendor Catalog Info
419 Discount (%) off Floor Plan and/or Lot Insurance
Freightliner of Austin YesFreightliner Sprinter pricelist 0%
The Local Government Purchasing Cooperative
For the Period 12/1/2019 to 11/30/2020
Final Catalog Award Report for Vehicles, Heavy Duty Trucks, Police Motorcycles, Parts, and Service Labor
#601-19
Vendor AwardPercent DiscountVendor Catalog Info
420 Discount (%) off Extended Service Maintenance Agreements
Freightliner of Austin YesFreightliner Sprinter pricelist 0%
Master
City of Coppell, Texas 255 E. Parkway Boulevard
Coppell, Texas
75019-9478
File Number: 2020-5031
File ID: Type: Status: 2020-5031 Agenda Item Consent Agenda
1Version: Reference: In Control: City Secretary
03/17/2020File Created:
Final Action: NTECC RadioFile Name:
Title: Consider approval of an Addendum to the Consolidated Public Safety
Communications and Dispatch Operations Agreement transferring ownership
to North Texas Emergency Communication Center (NTECC) of shared
components of the Harris radio system and all associated agreements; and
authorizing the City Manager to sign any necessary documents.
Notes:
Agenda Date: 03/24/2020
Agenda Number: F.
Sponsors: Enactment Date:
NTECC Addendum Memo.pdf, NTECC Radio System
Transfer Agreement.pdf, MQC ILA for Radio System
Purcahse.pdf, NTECC Operations Agreement.pdf, ILA
Authorizing Creation of NTECC.pdf
Attachments: Enactment Number:
Hearing Date: Contact:
Effective Date: Drafter:
Related Files:
History of Legislative File
Action: Result: Return
Date:
Due Date: Sent To: Date: Acting Body: Ver-
sion:
Text of Legislative File 2020-5031
Title
Consider approval of an Addendum to the Consolidated Public Safety Communications and
Dispatch Operations Agreement transferring ownership to North Texas Emergency
Communication Center (NTECC) of shared components of the Harris radio system and all
associated agreements; and authorizing the City Manager to sign any necessary documents.
Summary
Fiscal Impact:
Page 1City of Coppell, Texas Printed on 3/20/2020
Master Continued (2020-5031)
None
Staff Recommendation:
Approval recommended.
Goal Icon:
Sustainable City Government
Page 2City of Coppell, Texas Printed on 3/20/2020
1
MEMORANDUM
To: Mayor and City Council
From: Vicki Chiavetta, Deputy City Manager
Date: March 18, 2020
Reference: Consider approval of an addendum to the Consolidated Public Safety Communications
and Dispatch Operations Agreement transferring ownership to NTECC of shared
components of the Harris radio system and all associated agreements and authorizing
the City Manager to sign.
2030: Sustainable City Government
Introduction:
The four cities who are party to the consolidated Public Safety Communication and Dispatch
Operations Agreement, Farmers Branch, Addison, Carrollton and Coppell, have agreed that
ownership of the Harris radio system and all associated agreements should be conveyed to NTECC
to improve NTECC’s ability to effectively manage the system for the benefit of the Cities. This
request is to approve an addendum to the current Agreement that will accomplish the following:
• Convey our undivided ownership interest in the Harris radio system shared components to
NTECC
• Assign various L3-Harris agreements that were originally with Farmers Branch to NTECC
with NTECC assuming all obligations (including payment obligations) and
• Authorize NTECC and its contractors and subcontractors to enter each city’s property to
operate, maintain, repair, remove, and replace the radio system equipment as needed.
Analysis:
The original Operations Agreement had anticipated that the cities would assign the radio system to
NTECC at some point in time. NTECC has been managing the system since 2014 but is not a party
to the Harris Agreement, making it more difficult to make timely decisions and to enter into
agreements for future upgrades to the System. Approving this addendum will allow NTECC to serve
the cities more efficiently. The costs of operating and maintaining the radio system would continue
2
to be divided among the four cities in accordance with the originally agreed split under the Radio
System Interlocal Agreement.
Legal Review:
Reviewed by Kevin Laughlin of NJDHS
Fiscal Impact:
None
Recommendation:
Recommend approval of the addendum to consolidated Public Safety Communications and Dispatch
Operations Agreement (Radio System Transfer).
PAGE 1 ADDENDUM TO CONSOLIDATED PUBLIC SAFETY COMMUNICATIONS AND DISPATCH OPERATIONS
AGREEMENT (RADIO SYSTEM TRANSFER)
(kbl:3/12/2020:114351)
ADDENDUM TO CONSOLIDATED PUBLIC SAFETY COMMUNICATIONS AND
DISPATCH OPERATIONS AGREEMENT
(RADIO SYSTEM TRANSFER)
This ADDENDUM TO CONSOLIDATED PUBLIC SAFETY COMMUNICATIONS
AND DISPATCH OPERATIONS AGREEMENT (RADIO SYSTEM TRANSFER)
(“Addendum”) is entered as of the Effective Date by and among the TOWN OF ADDISON,
TEXAS, (“Addison”), the CITY OF CARROLLTON, TEXAS (“Carrollton”), the CITY OF
COPPELL, TEXAS (“Coppell”) and the CITY OF FARMERS BRANCH, TEXAS, (“Farmers
Branch”), all of whom are Texas home rule municipalities operating under the authority of their
respective governing bodies (Addison, Carrollton, Coppell, and Farmers Branch, are hereinafter
sometimes referred to collectively as “the Cities” or individually as a “City”) and the NORTH
TEXAS EMERGENCY COMMUNICATIONS CENTER, INC. (“NTECC”), a Texas non-
profit local government corporation established by the Cities pursuant to Chapter 431 of the Texas
Transportation Code (the Cities and NTECC collectively hereafter referred to as “the Parties” and
individually as “Party”).
RECITALS
WHEREAS, effective June 26, 2013, the Cities entered into that certain Metrocrest Quad
Cities Radio System Interlocal Agreement (“the Radio System Agreement”) for the purpose of
establishing the terms and conditions by which the Cities would jointly establish specifications,
seek proposals, and contract for the purchase, installation and maintenance a wide area, multi-site
(“simulcast”) digital trunked radio system compliant with P-25 interoperability standards (defined
as “the System” in the Radio System Agreement); and
WHEREAS, the Radio System Agreement sets forth the Cities’ agreement regarding the
on-going operation, maintenance, and management of the System as well as the manner in which
costs for operating, maintaining, and managing the System are to be shared among the Cities; and
WHEREAS, pursuant to the Radio System Agreement, effective June 27, 2013, Farmers
Branch, as representative of the Cities, entered into the following agreements with Harris
Corporation (“Harris”) for the purchase, installation, and maintenance of the System: (a) System
Purchase Agreement (the “SPA”); (b) Software License Agreement (the “SLA”); (c) Software FX
Agreement (“the SFxA”); and (d) System Maintenance Agreement (“the SMA”) (collectively, the
SPA, SLA, SFxA, and the SMA, along with the change orders and amendments to the SPA listed
in Exhibit “A”, hereto, being referred to herein as the “Harris Agreements”); and
WHEREAS, pursuant to Article VI of Radio System Agreement and that certain Interlocal
Cooperation Agreement Regarding Establishment of the Metrocrest Quad Cities Local
Government Corporation effective January 27, 2014 (“the LGC Creation Agreement”), the Cities
authorized the establishment of NTECC for the purpose of assisting and acting on behalf of the
Cities in the performance of their governmental functions and services, including, but not limited
to, the construction, development, management, and operation of a public safety dispatch and
communications center (the “Communications Center”) on behalf and for the Cities and their
respective Police, Fire/EMS, and public works departments; and
PAGE 2 ADDENDUM TO CONSOLIDATED PUBLIC SAFETY COMMUNICATIONS AND DISPATCH OPERATIONS
AGREEMENT (RADIO SYSTEM TRANSFER)
(kbl:3/12/2020:114351)
WHEREAS, pursuant to Article III of the LGC Creation Agreement, the Cities and
NTECC entered into that certain Consolidated Public Safety Communications and Dispatch
Operations Agreement (“the Operations Agreement”) effective December 19, 2014, setting forth
the agreement of the Parties relating to the operation of the Communications Center by NTECC
for and on behalf of the Cities, the agreement of the Cities to pay the cost relating to operation of
the Communications Center, and agreement among the Cities on how such costs shall be shared;
and
WHEREAS, Section 4.03 of the Operations Agreement contemplates the possibility of the
Harris Agreements being assigned by Farmers Branch to NTECC, along with ownership of the
Shared Components (as defined in the Radio System Agreement) of the System, being conveyed
to NTECC by the Cities; and
WHEREAS, NTECC, as the primary user of the Shared Components of the System, is
effectively managing the System for the Cities as part of NTECC’s obligations under the
Operations Agreement, but is hampered in its ability to make immediate decisions and requests
under the Harris Agreements because NTECC is not a party to the Harris Agreements as well as
make decisions and enter agreements regarding future upgrades to the System; and
WHEREAS, the Parties desire that (i) the Harris Agreements be assigned to NTECC, (ii)
ownership of the Cities’ ownership interest in the Shared Components of the System be conveyed
to NTECC continued to be used by NTECC for the benefit of the Cities pursuant to the Operations
Agreement, and (iii) the Parties should enter into this Addendum setting forth the terms and
conditions regarding such assignment and conveyance:
NOW, THEREFORE, in consideration of the mutual covenants and agreements herein
contained, the sufficiency of which are hereby acknowledged, and upon and subject to the terms
and conditions hereinafter set forth, the Parties agree as follows:
Article I
Conveyance of System Shared Components to NTECC
1.1 Assignment of Harris Agreements: Farmers Branch hereby conveys and assigns all of its
right, title, and interest in the Harris Agreements to NTECC. NTECC hereby accepts such
conveyance and assignment and agrees to accept all benefits and assume all duties and obligations
of Farmers Branch as set forth in the Harris Agreements. Addison, Carrollton, and Coppell hereby
consent to the conveyance and assignment of the Harris Agreements to NTECC.
1.2 Conveyance of Title to Shared Components: The Cities hereby convey to NTECC all
of their respective rights, title, and interests (i) in the Shared Components of the System described
in Exhibit “B” hereto and (ii) to such other personal property as may constitute a Shared
Component as defined in the Radio System Agreement which are not specifically identified on
Exhibit “B”. NTECC agrees that the System shall continue to be used by NTECC for the provision
of Public Safety Communications Services (as defined in the Operations Agreement) on behalf of
the Cities as set forth in the Operations Agreement. Conveyance of the Shared Components by
PAGE 3 ADDENDUM TO CONSOLIDATED PUBLIC SAFETY COMMUNICATIONS AND DISPATCH OPERATIONS
AGREEMENT (RADIO SYSTEM TRANSFER)
(kbl:3/12/2020:114351)
the Cities to NTECC is on an “As-Is” basis with no warranty by the Cities; provided, however, the
Cities hereby convey to NTECC any remaining interest in any manufacturers warranties that may
remain in effect as of the Effective Date, to the extent such warranties are not set forth in the Harris
Agreements assigned to NTECC pursuant to Section 1, above.
1.3 Disposition of Shared Components: From time to time as determined by the NTECC
Board of Directors, NTECC may dispose of the Shared Components conveyed to NTECC by this
Addendum during the normal course of maintaining, repairing, upgrading and/or replacing the
System. In the event the disposition of any Shared Component involves the sale of the Shared
Component as surplus property resulting in the receipt of sales proceeds by NTECC for such sale,
after deducting any out-of-pocket costs incurred by NTECC in relation to the sale, any remaining
sales proceeds shall be credited against any payment due from the Cities to NTECC pursuant to
the Operations Agreement in the same ratio as each City’s obligation for payment under Section
4.03 under the Operations Agreement.
1.4 Assignment of License Agreement for Addison Microwave Site: Addison hereby
assigns to NTECC all of Addison’s right, title, and interest in that certain Rooftop
Telecommunications License Agreement effective October 1, 2003 , by and between Addison and
COP Spectrum Center, L.L.C. (formerly known as GPI Spectrum, L.L.C. and successor in interest
to Spectrum Center Partners, L.P.), as amended by that certain First Amendment to Rooftop
Telecommunications License Agreement effective October 1, 2008, that certain Second
Amendment to Rooftop Telecommunications License Agreement effective November 13, 2013, and
that certain Third Amendment to Rooftop Telecommunications License Agreement effective
October 31, 2018 (collectively, the “Spectrum License Agreement”); provided, however, such
assignment shall not be effective unless and until COP Spectrum Center, LLC consents to such
assignment. NTECC agrees to assume all of Addison’s rights, duties, and obligations pursuant to
the Spectrum License Agreement as of the latter of the Effective Date of this Addendum or the
date COP Spectrum Center, LLC consents to the assignment of the Spectrum License Agreement
to NTECC. The license fee and other charges paid by NTECC to COP Spectrum Center, LLC, its
successors and assigns pursuant to the Spectrum License Agreement, as amended from time to
time, shall be reimbursed to NTECC by Addison as an additional costs added to Addison’s share
of NTECC’s annual budget and paid pursuant to the Operations Agreement. Fees and other
charges paid by NTECC relating to the Spectrum License Agreement shall not be allocated to
Carrollton, Coppell and/or Farmers Branch as a Shared Cost pursuant to Section 4.03 of the
Operations Agreement or Section 3.09 of the Radio System Agreement.
1.5 Payments for SMA: The Parties acknowledge that all payments required to be made prior
to the Effective Date pursuant to Section 3.05 of the Radio System Agreement with respect to the
SMA, including (i) the payments by Farmers Branch to Harris and (ii) the payments due from
Addison, Carrollton and Coppell to Farmers Branch, have been made such that no additional
payment will be due prior to October 1, 2020. In accordance with Section 4.03 of the Operations
Agreement, the Parties reaffirm their agreement that amounts due from the Cities to Harris relating
to the SMA after the Effective Date will be (i) paid by NTECC, (ii) included in NTECC’s Annual
Expense Budget for the fiscal year beginning October 1, 2020, and for each fiscal year thereafter
until the System Maintenance Agreement is terminated, and (ii) paid by the Cities as part of their
respective shares of NTECC’s Annual Expense Budget.
PAGE 4 ADDENDUM TO CONSOLIDATED PUBLIC SAFETY COMMUNICATIONS AND DISPATCH OPERATIONS
AGREEMENT (RADIO SYSTEM TRANSFER)
(kbl:3/12/2020:114351)
Article II
Radio System Operations
2.1 Cooperation Regarding Installation, etc.; Mutual Right of Entry. Each Party agrees to
reasonably cooperate with NTECC, its employees, officers, agents, and contractors (including
Harris) with respect to the installation, operation, and maintenance of the System and to take such
actions that are reasonable and necessary to ensure that Harris is able to timely perform its
obligations under the SPA and SMA. Each City hereby grants to NTECC, its employees, agents,
and contractors (including Harris) the right to enter those portions of each City’s property on which
is located any component of the System for the purpose of securing the installation, repair,
operation, and/or maintenance of the System. Each City further agrees to grant NTECC and Harris
and their respective employees, agents, and/or subcontractors entry onto the City’s property for
the purpose of installing and, as long as the SMA is in effect, operating, repairing, and maintaining
the System. Notwithstanding the foregoing, each City may enforce reasonable and necessary
security measures with respect to access to the City’s facilities (including, without limitation,
requirements that reasonable notice be given prior to such access) to the extent necessary to protect
the City’s property or facilities, the health and safety of the City’s employees, residents, citizens,
and/or businesses, or to comply with applicable state and/or federal laws and/or regulations. In
the event access to a City’s particular facility or property requires an escort, the City on whose
property the System component is located shall provide, at said City’s sole cost, an employee or
other authorized person for such escort within a reasonable time after the request for an escort is
received. Nothing herein shall be construed as granting a City or NTECC any interest in real
property owned by a City merely because a Shared Component of the System is located on or
attached to the real property of one of the Cities.
2.2 Contractor Insurance. The Parties acknowledge that Section 12 of the SPA and Section
6.6 of the SMA set forth certain agreements with respect to the requirement of Harris to procure,
and require its subcontractors to procure, insurance when performing work on a City’s property
which remain in full force and effect as of the Effective Date. With respect to any contractors
engaged by NTECC to perform work with respect to the System on a City’s property, prior to entry
onto the City’s property, NTECC shall require such contractor to comply with the following:
A. NTECC’s contractor shall obtain and at all times during the period in which the contractor
is performing work on the City’s property, keep in full force and effect:
(1) Commercial General Liability insurance with a combined single limit of not less
than $1,000,000 per occurrence and $2,000,000 per aggregate for bodily injury and
property damage, which coverage shall include, without limitation, contractual
liability (covering, but not limited to, the liability assumed under the
indemnification provisions of this Addendum) and products/completed operations
($1,000,000 products/ completed operations aggregate). Coverage for
products/completed operations must be maintained for at least two (2) years after
the work has been completed;
PAGE 5 ADDENDUM TO CONSOLIDATED PUBLIC SAFETY COMMUNICATIONS AND DISPATCH OPERATIONS
AGREEMENT (RADIO SYSTEM TRANSFER)
(kbl:3/12/2020:114351)
(2) If not covered under the Commercial General Liability policy described in
paragraph (1), above, auto liability insurance with a combined single limit of not
less than $1,000,000 per occurrence for bodily injury and property damage,
including owned, non-owned, and hired vehicle coverage;
(3) Worker’s Compensation at Statutory Limits, including Employer’s Liability
coverage at minimum limits of $1,000,000 each occurrence/accident; $1,000,000
by disease each occurrence, and $1,000,000 by disease aggregate;
B. All policies shall be issued by a company or companies authorized to do business in the
State of Texas and with a Best rating of no less than A:VII. Coverage afforded shall apply
as primary;
C. All policies shall provide not less than thirty (30) days advance notice of cancellation,
nonrenewal, or a change in coverage limits below the required minimum amounts;
provided, however, notice of cancellation based on non-payment shall be given within the
maximum time allowed by law;
D. Except for the Workers Compensation and Employers’ Liability Insurance, all policies
shall be endorsed to name the NTECC and the City or Cities on whose property the work
will be performed, as additional insureds;
E. All policies shall be endorsed to waive subrogation against NTECC and the City or Cities
on whose property the work will be performed; and
F. Not later than ten (10) days after execution of this Addendum, Seller shall furnish Buyer
with a Certificate of Insurance showing the required insurance coverage and endorsements
have been purchased and are in effect. Seller's insurance shall be on a Per Occurrence and
not a Claims-Made basis. Seller shall maintain coverage for the duration of this Addendum
and for two years following the completion of this Addendum. Annually, on or before the
policy renewal date, Seller shall furnish Buyer a new Certificate of Insurance as evidence
the required coverage and endorsements remain in effect. All insurance must be written
on forms filed with and approved by the Texas Department of Insurance.
The Parties agree that each City, acting at its sole option and through its City Manager or designee,
may modify or waive any and all requirements contained in this Section 2.2, such modification or
waiver to be in writing only and signed by the City Manager or the City Manager’s designee. Such
modification or waiver may include or be limited to a reduction in the amount of coverage required
above.
2.3 Indemnification: Unless different language is approved by NTECC’s Executive Director
and General Counsel and the City Manager(s) and City Attorney(s) of the City or Cities on whose
property the work will be conducted, NTECC shall require the contractor performing work on a
City’s property to agree with the following indemnification clause:
PAGE 6 ADDENDUM TO CONSOLIDATED PUBLIC SAFETY COMMUNICATIONS AND DISPATCH OPERATIONS
AGREEMENT (RADIO SYSTEM TRANSFER)
(kbl:3/12/2020:114351)
[Contractor] shall be responsible for and agrees to indemnify, hold harmless
and defend the NTECC and [insert name(s) of the City or Cities where the work
will be performed] and their respective governing bodies, boards, commissions,
agencies, officers and employees (collectively “the Indemnified Parties”) from
and against all liability, losses, damages, harm, judgments, proceedings, suits,
liens, penalties, fines, fees (including reasonable attorneys’ fees), costs or
expenses which the Indemnified Parties (or any of them) may sustain, incur or
be required to pay by reason of third party claims, demands and/or causes of
action for damages resulting from personal injuries, loss of life or damage to
or destruction of tangible property, (collectively “Claims”) resulting from,
caused by, or relating to the willful misconduct or negligent acts or omissions,
of [Contractor] or of any of [Contractor’s] officers, agents, employees, or
subcontractors, in performance of or otherwise in connection with this
Agreement. However, [Contractor’s] liability under this
[clause/section/paragraph] shall be reduced by that portion of the total amount
of the Claims (excluding defense fees and costs) equal to the Indemnified
Parties’ proportionate share of the negligence or gross negligence, or conduct
that would give rise to strict liability of any kind, that caused the Claim.
Likewise, [Contractor’s] liability for the Indemnified Parties’ defense costs
and attorneys’ fees shall be reduced by that portion of the defense costs and
attorneys’ fees equal to the Indemnified Parties’ proportionate share of the
negligence or conduct that would give rise to strict liability of any kind, that
caused the loss.
2.4 FCC Licenses; Frequency Assignment. Carrollton and Coppell agree that during the
Term of this Addendum, the Parties shall be jointly authorized to use the FCC Licenses (as defined
in the Radio System Agreement) for the purpose of communicating through the System without
compensation to Carrollton or Coppell. The NTECC Executive Director, subject to the approval
of the System Operations Committee (as described in Section 4.03.B. of the Radio System
Agreement), which approval shall not be unreasonably withheld or delayed, shall allocate and
assign to each City the frequency or frequencies that the City will use for transmitting and receiving
radio communications with the respective City’s police, fire, and such other departments of the
respective Cities as may be determined by the System Operations Committee and the frequency to
be used for inter-agency communications among the departments of the respective Cities using the
System.
2.5 System Maintenance Administration. Upon the Effective Date, notwithstanding Section
4.02 of the Radio System Agreement, NTECC shall assume all duties and obligations for the
management and administration of the maintenance and repair of the Shared Components of the
System. At no time after the Effective Date shall any of the Cities, its officers, employees, agents,
or contractors seek to access, repair, maintain, move, relocate, or remove any Shared Component
of the System without the prior written consent of NTECC’s Executive Director or designee.
NTECC’s Executive Director or designee shall provide reasonable and timely notice to the Fire
Chief and Police Chief of each City (or their respective designee) of any scheduled System
maintenance or repair work that will result in an interruption of use of the System for Public Safety
Communications. In the event of any unscheduled maintenance and/or repair of the System which
PAGE 7 ADDENDUM TO CONSOLIDATED PUBLIC SAFETY COMMUNICATIONS AND DISPATCH OPERATIONS
AGREEMENT (RADIO SYSTEM TRANSFER)
(kbl:3/12/2020:114351)
NTECC finds must be performed in order to (i) avoid any interruption in use of or (ii) restore
operation of, the System for Public Safety Communications, NTECC shall provide of such work
to the Cities’ Fire and Police Chiefs (or their respective designees) as soon as practicable after
NTECC becomes aware of the need to conduct such maintenance or repair.
2.6 Governance Committees. The Parties agree as follows with respect to the System
Executive Committee and System Operations Committee established pursuant to Section 4.03 of
the Radio System Agreement:
A. The System Executive Committee is hereby dissolved, and the authority, duties, and
obligations of the System Executive Committee shall be assumed by the NTECC Board of
Directors.
B. Section 4.03.B. of the Radio System Agreement relating to the System Operations
Committee shall be read as if “System Executive Committee” reads as “NTECC Board of
Directors.”
Article III
Miscellaneous Provisions
3.1 Relation to Operations Agreement. This Addendum shall constitute additional terms
and conditions to the Operations Agreement. Except to the extent modified by this Addendum,
the Operations Agreement remains in full force and effect, and the terms of the Operations
Agreement shall be applicable and govern this Addendum as if fully set forth herein.
3.2 Effective Date. This Addendum shall become effective on May 1, 2020.
Signatures on Following Page
PAGE 8 ADDENDUM TO CONSOLIDATED PUBLIC SAFETY COMMUNICATIONS AND DISPATCH OPERATIONS
AGREEMENT (RADIO SYSTEM TRANSFER)
(kbl:3/12/2020:114351)
Town of Addison Signature Page
SIGNED AND AGREED this ________ day of ___________________, 2020.
TOWN OF ADDISON
By: ___________________________________
Wesley Pierson, City Manager
ATTEST:
_______________________________
Irma Parker, City Secretary
APPROVED AS TO FORM:
________________________________
Brenda McDonald, City Attorney
PAGE 9 ADDENDUM TO CONSOLIDATED PUBLIC SAFETY COMMUNICATIONS AND DISPATCH OPERATIONS
AGREEMENT (RADIO SYSTEM TRANSFER)
(kbl:3/12/2020:114351)
City of Carrollton Signature Page
SIGNED AND AGREED this ________ day of __________________, 2020.
CITY OF CARROLLTON
By: ________________________________
Erin Rinehart, City Manager
ATTEST:
_______________________________
Laurie Garber, City Secretary
APPROVED AS TO FORM:
________________________________
Meredith A. Ladd, City Attorney
PAGE 10 ADDENDUM TO CONSOLIDATED PUBLIC SAFETY COMMUNICATIONS AND DISPATCH OPERATIONS
AGREEMENT (RADIO SYSTEM TRANSFER)
(kbl:3/12/2020:114351)
City of Coppell Signature Page
SIGNED AND AGREED this ________ day of __________________________, 2020.
CITY OF COPPELL
By: ________________________________
Michael Land, City Manager
ATTEST:
_______________________________
Christel Pettinos, City Secretary
APPROVED AS TO FORM:
________________________________
City Attorney
PAGE 11 ADDENDUM TO CONSOLIDATED PUBLIC SAFETY COMMUNICATIONS AND DISPATCH OPERATIONS
AGREEMENT (RADIO SYSTEM TRANSFER)
(kbl:3/12/2020:114351)
City of Farmers Branch Signature Page
SIGNED AND AGREED this ________ day of ___________________, 2020.
CITY OF FARMERS BRANCH
By: ________________________________
Charles S. Cox, City Manager
ATTEST:
_______________________________
Amy Piukana, City Secretary
APPROVED AS TO FORM:
________________________________
Peter G. Smith, City Attorney
PAGE 12 ADDENDUM TO CONSOLIDATED PUBLIC SAFETY COMMUNICATIONS AND DISPATCH OPERATIONS
AGREEMENT (RADIO SYSTEM TRANSFER)
(kbl:3/12/2020:114351)
NTECC Signature Page
SIGNED AND AGREED this ________ day of ___________________________, 2020.
NORTH TEXAS EMERGENCY
COMMUNICATIONS CENTER, INC.
By: ________________________________
Terry Goswick, Executive Director
APPROVED AS TO FORM:
____________________________________
Kevin B. Laughlin, General Counsel
PAGE 13 ADDENDUM TO CONSOLIDATED PUBLIC SAFETY COMMUNICATIONS AND DISPATCH OPERATIONS
AGREEMENT (RADIO SYSTEM TRANSFER)
(kbl:3/12/2020:114351)
EXHIBIT A
LIST OF CHANGE ORDERS AND AMENDMENTS TO HARRIS AGREEMENTS
The following constitute the Amendments and Change Orders to the System Purchase
Agreement dated June 27, 2013, between Harris Corporation and the City of Farmers Branch,
Texas:
A. Amendments:
1. First Amendment to the System Purchase Agreement dated April 8, 2014
2. Second Amendment to the System Purchase Agreement dated March 16, 2015
3. Third Amendment to the System Purchase Agreement dated May 11, 2015
4. Fourth Amendment to the System Purchase Agreement dated March 14, 2018
B. Change Orders to System Purchase Agreement:
1. Change Order 1 dated October 23, 2013.
2. Change Order 2 dated February 18, 2014
3. Change Order 3 dated March 20, 2014
4. Change Order 4 dated March 20, 2014
5. Change Order 5 dated April 24, 2014
6. Change Order 6 dated May 8, 2014
7. Change Order 7 dated May 30, 2014
8. Change Order 8 dated June 11, 2014
9. Change Order 9 dated June 27, 2014
10. Change Order 10 dated April 21, 2015
11. Change Order 11 dated September 16, 2015
PAGE 14 ADDENDUM TO CONSOLIDATED PUBLIC SAFETY COMMUNICATIONS AND DISPATCH OPERATIONS
AGREEMENT (RADIO SYSTEM TRANSFER)
(kbl:3/12/2020:114351)
EXHIBIT B
INVENTORY OF SHARED COMPONENTS
Inventory List to be Attached
Master
City of Coppell, Texas 255 E. Parkway Boulevard
Coppell, Texas
75019-9478
File Number: 2020-5006
File ID: Type: Status: 2020-5006 Agenda Item Consent Agenda
1Version: Reference: In Control: Finance
03/10/2020File Created:
Final Action: Audit Extension 2020 & 2021File Name:
Title: Consider approval to extend the existing contract for audit services with
Weaver for an additional two year period in the amount of $64,500.00 for
2020 and $66,750.00 for 2021, plus an additional $4,500.00 for 2020 and
$4,600.00 for 2021, if required for Single Audit costs; and authorizing the City
Manager to sign any necessary documents.
Notes:
Agenda Date: 03/24/2020
Agenda Number: G.
Sponsors: Enactment Date:
Memo Audit Extension 2020 & 2021.pdfAttachments: Enactment Number:
Hearing Date: Contact:
Effective Date: Drafter:
Related Files:
History of Legislative File
Action: Result: Return
Date:
Due Date: Sent To: Date: Acting Body: Ver-
sion:
Text of Legislative File 2020-5006
Title
Consider approval to extend the existing contract for audit services with Weaver for an
additional two year period in the amount of $64,500.00 for 2020 and $66,750.00 for 2021, plus
an additional $4,500.00 for 2020 and $4,600.00 for 2021, if required for Single Audit costs;
and authorizing the City Manager to sign any necessary documents.
Summary
See attached memorandum.
Fiscal Impact:
The fiscal impact of this agenda item is $64,500 and $66,750 for fiscal years ending 2020 and
Page 1City of Coppell, Texas Printed on 3/20/2020
Master Continued (2020-5006)
2021. If assistance with the preparation of the Comprehensive Annual Financial Report is
requested, there is an additional cost of $10,000 each year requested. If a Single Audit is
required because the City expended at least $750,000 of Federal funds during the fiscal year,
an additional cost of $4,500 and $4,600 will be incurred for fiscal years ending 2020 and 2021.
Staff Recommendation:
The Finance Department recommends approval of this agenda item.
Goal Icon:
Sustainable City Government
Page 2City of Coppell, Texas Printed on 3/20/2020
1
MEMORANDUM
To: Mayor and City Council
From: Jennifer Miller, Director of Finance
Date: March 24, 2020
Reference: Award Contract Extension for Audit Services
2030: Sustainable City Government
Introduction:
The current audit contract with Weaver was for three years (2017, 2018, and 2019) with the option to renew
for two additional years. Staff is proposing to extend the contract with Weaver for the additional two years
(2020 and 2021).
Analysis:
Bond covenants, the Security and Exchange Commission regulations, and the City Charter require the City to
have an annual financial statement audit conducted by a third party licensed to perform financial statement
audits in Texas. Failure to have an annual audit of the City’s financial statements will violate the requirements
previously stated and impact the City’s bond rating.
Review:
This agenda item has been reviewed by legal as part of the agenda review process.
Fiscal Impact:
The fiscal impact of this agenda item is $64,500 and $66,750 for fiscal years ending 2020 and 2021. If
assistance with the preparation of the Comprehensive Annual Financial Report is requested, there is an
additional cost of $10,000 each year requested. If a Single Audit is required because the City expended at least
$750,000 of Federal funds during the fiscal year, an additional cost of $4,500 and $4,600 will be incurred for
fiscal years ending 2020 and 2021.
Recommendation:
The Finance Department recommends extending the Professional Audit Services contract with Weaver for an
additional two years.
Master
City of Coppell, Texas 255 E. Parkway Boulevard
Coppell, Texas
75019-9478
File Number: 2020-5024
File ID: Type: Status: 2020-5024 Agenda Item Public Hearing
1Version: Reference: In Control: Engineering
03/16/2020File Created:
Final Action: DUD ORD Public HearingFile Name:
Title: PUBLIC HEARING:
Consider approval of an Ordinance amending the Code of Ordinances
Chapter 9 “General Regulations”, Article 9-11 “Municipal Drainage Utility
Systems”, Section 9-22-1 through 9-22-7, repealing it in its entirety and
replacing with a new Article 9-22, “Municipal Drainage Utility Systems”; and
authorizing the Mayor to sign.
Notes:
Agenda Date: 03/24/2020
Agenda Number: 8.
Sponsors: Enactment Date:
DUD and Drainage Improvements Memo.pdf, Coppell
Stormwater Report.pdf, DUD Presentation.pdf, DUD
Proposed Rate Structure.pdf, Ordinance Amending
DUD Systems.pdf
Attachments: Enactment Number:
Hearing Date: Contact:
Effective Date: Drafter:
Related Files:
History of Legislative File
Action: Result: Return
Date:
Due Date: Sent To: Date: Acting Body: Ver-
sion:
Text of Legislative File 2020-5024
Title
PUBLIC HEARING:
Consider approval of an Ordinance amending the Code of Ordinances Chapter 9 “General
Regulations”, Article 9-11 “Municipal Drainage Utility Systems”, Section 9-22-1 through 9-22-7,
repealing it in its entirety and replacing with a new Article 9-22, “Municipal Drainage Utility
Systems”; and authorizing the Mayor to sign.
Summary
Page 1City of Coppell, Texas Printed on 3/20/2020
Master Continued (2020-5024)
Fiscal Impact:
[Enter Fiscal Impact Statement Here]
Staff Recommendation:
The Public Works Department recommends approval.
Goal Icon:
Sustainable City Government
Business Prosperity
Community Wellness and Enrichment
Sense of Community
Special Place to Live
Page 2City of Coppell, Texas Printed on 3/20/2020
1
MEMORANDUM
To: Mayor and City Council
From: Kent Collins, P.E., Director of Public Works
Date: March 24, 2020
Reference: Drainage Utility District
General Information:
• The City is responsible for maintaining conveyance in streams
• The City is responsible for maintaining storm drain infrastructure located in drainage
easements
• The City needs to implement drainage improvement projects to preserve conveyance
and maintain drainage infrastructure
• The Drainage Utility District generates revenue for the operation and maintenance of
the drainage system
• Staff and consultant Dan Jackson with Wildan presented background and rate model
information on September 24, 2019, January 14, 2020 and February 25, 2020.
• Notices of the public hearing were published in the local newspaper in compliance
with State Law.
• This public hearing is to consider adopting a new Drainage Utility District Ordinance
and rate model.
Introduction:
Consider approval of an Ordinance amending the Code of Ordinances Chapter 9 “General
Regulations”, Article 9-11 “Municipal Drainage Utility Systems”, Section 9-22-1 through 9-22-7,
repealing it in its entirety and replacing with a new Article 9-22, “Municipal Drainage Utility
Systems”. This item will result in an updated Drainage Utility District Ordinance, with a rate model
that will be adopted as part of the Master Fee Schedule and effective October 1, 2020. Changes in the
fee, which are assessed via the utility bill, would begin after that.
Analysis:
The City of Coppell established a Municipal Drainage Utility District in 2004 to offset the cost of
implementing Phase II of Stormwater Regulations for small cities. Over time, the drainage needs
within the City have changed, storm intensities and frequency of significant rainfall events has
increased. Throughout the years and with these changes, the rate structure for the Drainage Utility
2
District has remained unchanged. In order to maintain conveyance in streams and provide proper
operation and maintenance of stormwater systems (storm drain pipes, inlets, culverts, outfalls, and
associated headwalls/structures), an increase in funding is needed. Examples of activities that are
needed include street sweeping, removal of fallen trees in streams, creek mowing, stream repairs on
public property, stormwater program activities, erosion protection, and capital projects to stabilize
conveyance and repair infrastructure. With the limitations placed on cities to increase general fund
revenue, dedicated utility fund increases are needed.
Staff and the rate consultant (Dan Jackson with Wildan) will present a proposed rate model for the
Drainage Utility District to cover the project and maintenance needs. The proposed rate model is
based upon the impervious area of existing and future development in Coppell. It was developed to
meet the funding needs to properly operate and maintain the drainage infrastructure and, in some
instances, streams. The proposed rate model is presented based on feedback received from the City
Council during three previous meetings. The draft report from November 2019 is attached, along with
the presentation from the most recent work session held on February 11, 2020. The presentation
includes updated tables and graphics that reflect the earlier discussions with the City Council.
By State Law, this item is a public hearing, and was advertised three time prior to the Public Hearing
date, with the first advertisement occurring at least 30 days prior to the date of the Public Hearing. If
the Ordinance is approved, staff will develop and implement a communication plan to prepare
residential and commercial properties of the upcoming changes.
Legal Review:
The City Attorney prepared the ordinance.
Fiscal Impact:
There is no fiscal impact related to this item. The draft rate model would be considered for adoption
in a future meeting and proposed to be effective October 1, 2020. If the rate increase is approved, the
fiscal impact in Fiscal Year 2020-21 would be an increase of approximately $275,000.
Recommendation:
The Public Works Department recommends approval of the ordinance.
2019
Stormwater Rate Study
City of Coppell Stormwater Utility Rate Study
Page: 1 DRAFT – November 2019
CITY OF COPPELL, TEXAS
STORMWATER UTILITY RATE STUDY
AND LONG-TERM FINANCIAL PLAN
TABLE OF CONTENTS
Section Page
I Introduction to Stormwater Utilities 3
Introduction 3
Background on Stormwater Management 4
Stormwater Utility Survey 4
II Stormwater Utility Rate Calculation and Forecast 8
Study Methodology 8
Step 1 – Impervious Surface Area 9
Step 2 – Actual and Forecast Stormwater Accounts 10
Step 3 – Current and Forecast Cost of Service 13
Step 4 – Proposed Stormwater Utility Monthly Fee 17
Forecast Future Fees and Revenues 20
Appendix A
Stormwater Fee Model
City of Coppell Stormwater Utility Rate Study
Page: 2 DRAFT – November 2019
Acknowledgements
During the course of this rate study, several City employees expended considerable time and effort in
assisting the project team. These employees included the Mayor and Council, Mike Land, Kent Collins,
Kimberly Tiehen, Noel Bernal, Michael Garza, Kumar Gali and Jeffry Alvarez and Maria Martinez of Halff
Associates. The project team owes a debt of gratitude to the hard work, dedication and professionalism of
these individuals, without whom this project would not have been successfully completed.
The project team has relied upon the extensive data supplied by the City . Thus, the integrity of the study is
largely dependent upon the accuracy of this financial and volumetric data. Every effort has been made by
the project team to validate and confirm the information contained herein prior to the preparation of the final
study documents. This report presents no assurance or guarantee that the forecast contained herein will be
consistent with actual results or performances. These represent forecasts based on a series of assumptions
about future behavior, and are not guarantees. Any changes in assumptions or actual events may result in
significant revisions to the forecast and its conclusions. The cash flow projections and debt service coverage
calculations are not intended to present overall financial positions, results of operations, and/or cash flows
for the periods indicated, in conformity with guidelines for presentation of a forecast e stablished by the
American Institute of Certified Public Accountants.
Section I
City of Coppell Stormwater Utility Rate Study
Page: 3 DRAFT – November 2019
SECTION I
Introduction to Stormwater Utilities
Introduction
In late 2018 the City of Coppell (“The City”) engaged Willdan
Financial Services (“Willdan”) and Jenkins Consulting Group to
develop a schedule of stormwater utility fees, both for the current year
and for a forecast period ten years into the future. Increasingly
throughout the USA, cities have begun establishing separate
stormwater utility funds both to capture the costs associated with
stormwater management and to set a cost-based monthly fee for this
service. The results of this analysis, and the recommended
residential, multi-family and commercial monthly stormwater fees, are
presented in this summary report. The stormwater cost of service
model developed to calculate the recommended fees is presented in
Appendix A of this report.
The principal purpose of this report is to present projections of the financial operating results of the System , and
to present a proposed long-term stormwater rate plan.
In the preparation of this report, Willdan has relied upon financial, statistical, and operating data regarding the
System which have been taken from the books of record and accounts prepared by or for the City. The project
team has also relied on information provided by the management and staff of the City, as well as outside
consultants contracted by the City. While the project team believes such sources to be reliable, it has not verified
the accuracy of any of the information furnished by and obtained from such sources and offers no assurances
with respect thereto. To Willdan’s knowledge, the summaries presented herein accurately reflect the information
obtained from such sources.
The projections set forth herein are subject to change based upon indeterminate future events that could impact
the conclusions presented herein. For example, the actual results can be impacted by such fa ctors as slower
than predicted customer growth, unanticipated increases in operating or capital expenditures, and other costs of
the System. Any such event could have an adverse effect on the financial operating results of the system.
City of Coppell Stormwater Utility Rate Study
Page: 4 DRAFT – November 2019
Background on Stormwater Management
The National Research Council has released a study entitled Urban Stormwater Management in the United
States, compiled by the Committee on Reducing Stormwater Discharge Contributions to Water Pollution. It
presents a comprehensive history and analysis of stormwater challenges and impact for cities in the 21st century.
The study notes that as urbanization and d evelopment have occurred in recent decades, it has had a significant
impact on how water moves above and below the ground following storm events.
The report notes that that the federal government authorized creation of the National Pollutant Discharge
Elimination System (“NPDES”) under the Clean Water Act to address this problem. In 1987 Congress passed
Section 402(p) of the Clean Water Act to bring stormwater into the NPDES program.
In 1990 the U.S. Environmental Protection Agency issued the Phase I Stormwater Rules, which required NPDES
permits for operators of municipal storm sewer systems serving populations over 100,000, and for runoff
associated with industry. In 1999 the EPA issued Phase II stormwater rules to expand these regulations to cities
the size of Coppell and smaller.
These regulations have required cities to create and implement comprehensive stormwater pollution plans and
stormwater management plans. As the report states on page 1:
“These plans document the stormwater control measures (SCMs) (sometimes known as best
management practices or BMPs) that will be used to prevent stormwater emanating from these
sources from degrading nearby waterbodies. These SCMs range from structural methods such
as detention ponds and bioswales to nonstructural methods such as designing new development
to reduce the percentage of impervious surfaces.”
As with many federal government mandates, these sections of the Clean Water Act pertaining to stormwater are
unfunded. This has resulted in cities across the USA struggling to develop new methods for financing these
additional costs. This has led directly to the increasing popularity of accounting for stormwater costs as separate
stormwater utilities.
Stormwater Utility Survey
The national engineering firm Black and Veatch conducts biannual surveys of stormwater utilities in the United
States. Their twelfth and latest survey was completed in 2018, and contained a significant amount of interesting
data on the status of stormwater utilities in the United States. The survey included responses from 75 utilities in
21 states.
Chart I-1 shows that according to the Black and Veatch survey, 28% of cities operate their stormwater drainage
systems as stand-alone departments. Chart I-2 shows that 69% of these utilities bill their monthly charges on
their water and wastewater bill. Only 4% bill as a separate stormwater bill, down from 5% in the 2014 survey.
City of Coppell Stormwater Utility Rate Study
Page: 5 DRAFT – November 2019
Chart I-1
Chart I-2
City of Coppell Stormwater Utility Rate Study
Page: 6 DRAFT – November 2019
Further, the Black and Veatch survey included a comparison of monthly residential rates throughout the USA.
Results from that survey are presented in Table I-3. The table reveals that the median monthly charge for the
cities in the survey is $5.46.
Table I-3
Seattle WA 40.07$ Margate VA 5.40$
Redmond WA 16.56$ Fort Worth TX 5.40$
Lubbock TX 16.23$ Lawrence KS 5.30$
Fort Collins CO 15.00$ Griffin GA 5.17$
Bremerton WA 14.90$ Sanitation Dist 1 KY 5.04$
Naples, FL 13.68$ Wichita Falls TX 5.00$
Palo Alto CA 13.65$ Raleigh NC 5.00$
Loveland CO 12.98$ Round Rock TX 4.75$
Charlotte NC 11.95$ Rockledge FL 4.75$
Austin TX 11.80$ San Antonio TX 4.74$
Gresham, OR 11.32$ Niceville FL 4.51$
SE Metro Stormwater CO 11.00$ Topeka KS 4.50$
Pierce County, WA 10.61$ Mesquite TX 4.50$
Orlando, FL 10.00$ Rock Hill SC 4.25$
Edgewater FL 10.00$ Stuart FL 4.18$
Satelite Beach FL 8.67$ Frisco TX 4.14$
Cocoa Beach FL 8.50$ Monroe NC 4.00$
Ormond Beach FL 8.00$ McKinney TX 4.00$
Charleston SC 8.00$ Lynchburg VA 4.00$
Hampton VA 7.83$ Lakewood CO 3.85$
Sarasota County FL 7.55$ Charlottesville VA 3.60$
Meadville PA 7.50$ Cincinatti OH 3.54$
Bloomington MN 7.29$ Wichita KS 3.50$
Wilmington DE 7.18$ Murfreesboro TN 3.25$
Medford OR 7.12$ Newark DE 2.95$
Holly Hill FL 7.00$ Littleton CO 2.75$
Gwinnett CO GA 6.97$ Billings MT 2.69$
Adams CO CO 6.90$ Mecklenburg County NC 2.68$
Tampa FA 6.83$ West Miami FL 2.50$
Port Richie FL 6.66$ Kansas City MO 2.50$
Plymouth MN 6.38$ Columbia MO 2.25$
Kileen TX 6.00$ Santa Clarita CA 2.12$
Olathe KS 5.77$ San Diego CA 1.90$
Wooster OH 5.75$ Shelby County TN 1.50$
Great Falls MT 5.71$ Goshen IN 1.25$
Cedar Rapids IA 5.48$ Hamilton County, TN 0.75$
Margate FL 5.46$
Source: 2018 B&V Stormwater Rate Survey
STORMWATER UTILITY
AVERAGE MONTHLY SINGLE FAMILY RESIDENTIAL CHARGES
City of Coppell Stormwater Utility Rate Study
Page: 7 DRAFT – November 2019
The project team also compiled comparisons for monthly residential stormwater charges in the DFW area. The
results of this survey are presented in Chart I-4 below.
The following is notable about this survey:
• The Chart revels that Coppell has the low residential stormwater charge of any City that assesses such
a fee in the DFW area.
• Coppell’s current monthly residential stormwater charges are well below the sample average of $4.67.
• The highest recorded fee is $15.41 from the City of North Richland Hills.
• The majority of cities charge residential monthly fees ranging from $2.00 to $6.00.
Chart I-4
Section II
City of Coppell Stormwater Utility Rate Study
Page: 8 DRAFT – November 2019
SECTION II
Stormwater Utility Rate Calculation and Financial Forecast
Study Methodology
In order to calculate stormwater utility monthly fees for residential and non -residential ratepayers, the
following steps are required:
1. The first step is to calculate the total Impervious Surface Area inside the City of Coppell.
Detailed calculations have been completed by Halff Associates, and will be presented in the next
section. This forms the basis for the cost of service and rate calculation.
2. The second step is to forecast total residential and non-residential stormwater accounts both for
the current year and a forecast period ten years into the future.
3. The third step is to forecast the City’s stormwater utility cost of service for the current year and
a forecast period ten years into the future. The cost of service inc ludes current and future
operating expenses, capital outlays and debt service.
4. The final step is to calculate the stormwater fee for residential, multi-family and commercial units.
The fee is based on the percentage and total impervious surface area base d on equivalent
residential units.
This process is illustrated in Figure II-1. The comprehensive stormwater utility cost of service rate model is
presented in its entirely in Appendix A.
City of Coppell Stormwater Utility Rate Study
Page: 9 DRAFT – November 2019
FIGURE II-1
Step 1 – Impervious Surface Area
During the course of this study project team members conferred on a regular basis with City staff and its
engineering consultants, Halff Associates. At the request of the City and the project team, Halff Associates
conducted a comprehensive review and survey of impervious surface area within the City of Coppell. The total
calculation of residential, non-residential and street-related impervious surface area is presented in Table II-2.
The table presents both the total parcels and the range by square footage.
STEP 1
Impervious Surface Area
STEP 2
Current and Forecast Accounts
STEP 3
Current and Forecast Cost of Service
STEP 4
Stormwater Fee per ERU
City of Coppell Stormwater Utility Rate Study
Page: 10 DRAFT – November 2019
Table II-2
Step 2 – Actual and Forecast Stormwater Accounts
The second step in the stormwater fee development process is to examine the City’s actual and projected
customer growth and impervious surface area growth. For the purposes of assessing a stormwater utility fee,
customers are identified as existing water accounts, both residential and non-residential.
Actual accounts and forecast account growth are presented in Table II-3. The growth projections are based on
estimates presented in the City’s most recent Water and Wastewater Rate Analysis, conducted by Willdan. It
Total Square 43,560
Low High Average Parcels Percent Feet Acres
Residential
- 2,499 1,250 1,793 15.1%3,420,630 79
2,500 4,999 3,750 9,292 78.0%33,035,747 758
5,000 9,999 7,500 795 6.7%4,702,541 108
10,000 19,999 15,000 23 0.2%289,974 7
20,000 29,999 25,000 3 0.0%74,826 2
30,000 39,999 35,000 4 0.0%137,241 3
40,000 Above 50,000 - 0.0%- -
11,910 100.0%41,660,959 956
Commercial
- 2,499 1,250 147 26.1%54,633 1
2,500 4,999 3,750 18 3.2%64,456 1
5,000 9,999 7,500 14 2.5%105,101 2
10,000 49,999 30,000 159 28.2%4,481,539 103
50,000 99,999 75,000 46 8.2%3,302,833 76
100,000 249,999 175,000 70 12.4%12,352,570 284
250,000 499,999 375,000 58 10.3%20,184,054 463
500,000 999,999 750,000 41 7.3%28,791,712 661
1,000,000 1,999,999 1,500,000 10 1.8%13,826,086 317
2,000,000 Above 2,500,000 1 0.2%2,810,967 65
564 100.0%85,973,950 1,974
Multi Family
- 2,499 1,250 - 0.0%- -
2,500 4,999 3,750 - 0.0%- -
5,000 9,999 7,500 - 0.0%- -
10,000 49,999 30,000 1 6.3%30,278 1
50,000 99,999 75,000 - 0.0%- -
100,000 249,999 175,000 5 31.3%918,784 21
250,000 499,999 375,000 6 37.5%2,134,355 49
500,000 999,999 750,000 4 25.0%2,168,495 50
1,000,000 1,999,999 1,500,000 - 0.0%- -
2,000,000 Above 2,500,000 - 0.0%- -
16 100.0%5,251,912 121
SOURCE: Halff Associates
Square Footage Range
TOTAL IMPERVIOUS SURFACE AREA
CITY OF COPPELL
IMPERVIOUS SURFACE AREA CALCULATIONS
City of Coppell Stormwater Utility Rate Study
Page: 11 DRAFT – November 2019
shows modest but steady growth averaging 34 new accounts annually. Detailed calculations can be found in the
stormwater utility model presented in Appendix A.
TABLE II-3
The Halff Associates study revealed that residential properties in the City of Coppell have a fairly consistent
amount of impervious surface area per account. As shown in Table II -2, approximately 93.1% of residential
properties have an impervious surface area of less than 5,000 square feet. The average square footage per
property is 3,607, with only 30 residential accounts greater than 10,000 square feet.
However, commercial and multi-family properties can be subject to much wider variations in impervious surface
area per property. The Halff Associates study undertook a thorough survey of non-residential and multi-family
properties in the City and calculated the approximate amount of impervious surface area in eac h. The results of
that survey are presented in Table II-4 and Table II-5. Table II-4 reveals that commercial properties can have as
little as 56 square feet of impervious surface area or as much as 2,800,000 square feet. The survey showed a
total of 564 commercial properties in the City, with the average total square feet per account of 189,788. Table
II-5 reveals that multi-family properties impervious surface area range between 30,000 square feet or as much
as 572,000 square feet. The survey showed a total of 16 multi-family properties in the City, with the average total
square feet per account of 328,244.
CITY OF COPPELL
Residential Commercial Multi Family Total Residential Commercial Multi Family Total
STORMWATER Total Accounts
2019 11,940 568 16 12,524 41,765,899 86,583,694 5,251,912 133,601,504
2020 11,970 572 16 12,558 41,870,838 87,193,438 5,251,912 134,316,188
2021 12,000 576 16 12,592 41,975,777 87,803,183 5,251,912 135,030,872
2022 12,030 580 16 12,626 42,080,717 88,412,927 5,251,912 135,745,556
2023 12,060 584 16 12,660 42,185,656 89,022,671 5,251,912 136,460,239
2024 12,090 588 16 12,694 42,290,596 89,632,416 5,251,912 137,174,923
2025 12,120 592 16 12,728 42,395,535 90,242,160 5,251,912 137,889,607
2026 12,150 596 16 12,762 42,500,475 90,851,904 5,251,912 138,604,291
2027 12,180 600 16 12,796 42,605,414 91,461,649 5,251,912 139,318,974
2028 12,210 604 16 12,830 42,710,353 92,071,393 5,251,912 140,033,658
STORMWATER Annual New Accounts
2020 30 4 - 34 104,939 609,744 - 714,684
2021 30 4 - 34 104,939 609,744 - 714,684
2022 30 4 - 34 104,939 609,744 - 714,684
2023 30 4 - 34 104,939 609,744 - 714,684
2024 30 4 - 34 104,939 609,744 - 714,684
2025 30 4 - 34 104,939 609,744 - 714,684
2026 30 4 - 34 104,939 609,744 - 714,684
2027 30 4 - 34 104,939 609,744 - 714,684
2028 30 4 - 34 104,939 609,744 - 714,684
CUSTOMERS - HISTORICAL & FORECAST IMPERVIOUS SURFACE AREA (SQUARE FEET)
City of Coppell Stormwater Utility Rate Study
Page: 12 DRAFT – November 2019
Table II-4
Table II-5
Number Percent
- 2,499 147 26.1%
2,500 4,999 18 3.2%
5,000 9,999 14 2.5%
10,000 49,999 159 28.2%
50,000 99,999 46 8.2%
100,000 249,999 70 12.4%
250,000 499,999 58 10.3%
500,000 999,999 41 7.3%
1,000,000 1,999,999 10 1.8%
2,000,000 Above 1 0.2%
Total 564 100.0%
- 9,999 179 31.7%
10,000 49,999 159 28.2%
50,000 99,999 46 8.2%
100,000 249,999 70 12.4%
250,000 499,999 58 10.3%
500,000 Above 52 9.2%
Total 564 100.0%
Square Feet
Impervious Surface Area
Properties
CITY OF COPPELL
COMMERCIAL PROPERTY
IMPERVIOUS SURFACE ANALYSIS
Number Percent
- 2,499 - 0.0%
2,500 4,999 - 0.0%
5,000 9,999 - 0.0%
10,000 49,999 1 6.3%
50,000 99,999 - 0.0%
100,000 249,999 5 31.3%
250,000 499,999 6 37.5%
500,000 999,999 4 25.0%
1,000,000 1,999,999 - 0.0%
2,000,000 Above - 0.0%
Total 16 100.0%
- 9,999 - 0.0%
10,000 49,999 1 6.3%
50,000 99,999 - 0.0%
100,000 249,999 5 31.3%
250,000 499,999 6 37.5%
500,000 Above 4 25.0%
Total 16 100.0%
Impervious Surface Area
CITY OF COPPELL
MULTI-FAMILY PROPERTY
IMPERVIOUS SURFACE ANALYSIS
Square Feet Properties
City of Coppell Stormwater Utility Rate Study
Page: 13 DRAFT – November 2019
Step 3 – Current and Forecast Cost of Service
Operating Expenses – Current Year
The third step in the process of calculating stormwater utility fees is the determination of the total cost of service
for the utility. The cost of service for stormwater drainage utilities is composed of the following elements:
Operating Expenses
Capital Outlays
Debt Principal and Interest
The City of Coppell has prepared a budget for FY 2019 to reflect expected costs of providing service. The budget
and the net cost of service after adjustments are presented in Table II-6 on the following page.
As the table shows, all operating expenses are in one fund, Fund 14 – Municipal DUD. Fund 14 is separated into
three categories that capture all the operating expenses: personnel, services, and supplies. The total operating
expenses for the test year are calculated to be $684,282.
Table II-6 also shows that the project team is assuming that additional expenses will be i ncurred as a result of a
contract O&M plan. This includes additional expenses for tree removal, street sweeping, channel moving,
headwall repair and replacement, system inspection and assessment, and other expenses. These expenses
were added after consultation with City staff and project team assessment.
City of Coppell Stormwater Utility Rate Study
Page: 14 DRAFT – November 2019
Table II-6
CITY OF COPPELL
TEST YEAR STORMWATER UTILITY BUDGET
Net
Scenario:2019 11 15 -- Scenario I -- 7 Year 2019 2019
Budget Adjustments Budget
OPERATING EXPENSE
Fund 14 - Municipal DUD
Personnel
Asst/ DPW & Construction Inspector 73,284$ -$ 73,284$
Longevity 489 - 489
Overtime 1,250 - 1,250
FLSA Overtime 60 - 60
Retirement 12,246 - 12,246
Medical/Dental Insurance 10,274 - 10,274
HRA Insurance 375 - 375
Medicare 1,151 - 1,151
Workers Compensation 133 - 133
Life Insurance 276 - 276
Merit/Salary Increase 2,931 - 2,931
Long Term Disability 170 - 170
Compensation Incentive 1,350 - 1,350
Total 103,989 0 103,989
Services
Street System Maintenance 20,999 - 20,999
Water/Sewer Maintenance - - -
Drainage Maintenance 158,588 - 158,588
Telephone 5,450 - 5,450
Other Professional Servic 54,256 - 54,256
Special Projects 8,000 - 8,000
Training Expense 5,000 - 5,000
Dues and Memberships 200 - 200
Publications/Subscription 200 - 200
Equipment Maintenance Costs - - -
Tree Removal - 45,000 45,000
Storm Sewer Cleaning - 0 0
Inlet Cleaning and Repair - 0 0
Street Sweeping - 20,000 20,000
Channel Mowing - 6,000 6,000
Erosion Control - 5,000 5,000
Channel Grading - 50,000 50,000
Headwall Repair - 50,000 50,000
System Inspection - 150,000 150,000
Total 252,693 326,000 578,693
Supplies
Office Supplies 500 - 500
Other Supplies 1,000 - 1,000
Other Equipment 100 - 100
Total 1,600 - 1,600
TOTAL OPERATING EXPENSES 358,282 326,000 684,282
TOTAL CAPITAL OUTLAYS - - -
TOTAL DEBT SERVICE - - -
TOTAL COST OF SERVICE 358,282$ 326,000$ 684,282$
City of Coppell Stormwater Utility Rate Study
Page: 15 DRAFT – November 2019
Capital Outlays and Capital Improvement Plan
One of the key elements both in the current year cost of service and the City’s forecast cost of service for the
stormwater utility is the determination of the City’s stormwater-related capital improvement plan. The City’s
stormwater CIP is summarized in Table II-7 below. It should be noted that this CIP may be subject to potentially
significant revision based on changes in future circumstances. In other words, it represents the best estimate of
future CIP expenses based on information available at the present time.
Capital outlays are those expenditures normally incurred by the stormwater utility to fund small-ticket capital
items, such as computers or vehicles. The City has expressed a desire to fund the capital outlays listed in Table
II-7 through its ongoing rates while the Capital Improvement Plan will be funded through the issuance of debt.
Table II-7
Debt Service
The final element of the cost of service is debt principal and interest, to fund the long -term debt issued by the City
to finance its stormwater utility capital improvement plan. At present, the City’s stormwater utility fund carries no
long-term debt. The City plans on issuing debt in FY 2021 for the amount of $1,500,000 and in FY 2024 for the
amount of $2,750,000 to help fund the capital improvement plan. The City’s annual debt service is summarized
in Table II-8 below.
CITY OF COPPELL
SCENARIO:2019 11 15 -- Scenario I -- 7 Year
Total 2019 2020 2021 2022 2023 2024
Storm Drain Condition Study 200,000$ -$ 200,000$ -$ -$ -$ -$
Parker/Hollywood Headwall Repair 565,000 - 165,000 400,000 - - -
Stream G-6 850,000 - - 150,000 700,000 - -
Drainage Design Manual Update 200,000 - 200,000 - - - -
Kaye Street Lot Drainage 500,000 - - - 500,000 - -
Arbor Brook Channel Drainage 500,000 - - - 500,000 - -
Woodridge Channel Drainage 3,000,000 - - - - 350,000 2,650,000
Deforest Drainage 1,000,000 - - - - 120,000 880,000
Total 6,815,000 - 565,000 550,000 1,700,000 470,000 3,530,000
STORMWATER UTILITY CAPITAL IMPROVEMENT PLAN
FY 2016 -- FY 2025
City of Coppell Stormwater Utility Rate Study
Page: 16 DRAFT – November 2019
Table II-8
Forecast Cost of Service
Table II-9 presents a summary of the forecast stormwater utility cost of service for the next ten years . Details
behind the calculation, including the forecast of expenses by line item, can be found in the stormwater utility
model presented in Appendix A. The following is notable about this forecast:
• The forecast assumes that total accounts and impervious surface area will increase at rates presented
in Table II-3.
• The forecast assumes that most operating expenses increase at a rate of approximately 3.0% per year.
• Certain expenses, such as benefits, are assumed to increase at a higher annual rate, in accordance with
actual performance and recent history.
• Certain expenses, such as maintenance, are forecast to increase at the rate of increase in total
customers and impervious surface area.
• An additional program manager is expected to be added in FY 2021. This is shown in the detailed
schedules in Appendix A.
• Additional needed operational and personnel expenses were developed by Jenkins Consulting Group
and reviewed by City staff. Willdan incorporated these additional expenses into the development of the
rate plan.
• The City is forecast to fund all identified capital outlays through rates whereas the capital improvement
program is funded through issuance of debt.
• The table reveals that FY 2019 cost of service is calculated to be $679,282. It is forecast to increase to
$2,086,768 by FY 2028.
CITY OF COPPELL
SCENARIO:2019 11 15 -- Scenario I -- 7 Year
2019 2020 2021 2022 2023 2024 2025 2026 2027 2028
Debt Service - Current -$ -$ -$ -$ -$ -$ -$ -$ -$ -$
Debt Service - Future - - - 100,824 100,824 100,824 285,667 285,667 285,667 285,667
Total Debt Service - - - 100,824 100,824 100,824 285,667 285,667 285,667 285,667
STORMWATER UTILITY DEBT SERVICE
FY 2019 -- FY 2028
City of Coppell Stormwater Utility Rate Study
Page: 17 DRAFT – November 2019
Table II-9
Table II-10 presents the total net revenue requirement for each customer class. Details behind these calculations
can be found in the stormwater utility model presented in Appendix A.
Table II-10
CITY OF COPPELL
SCENARIO:2019 11 15 -- Scenario I -- 7 Year
Total Total Less Net
Operating Capital Debt Cost of Non-Rate Revenue
Expenses Outlays Service Service Revenues Requirement
STORMWATER Utility Revenue Requirement
2019 684,282$ -$ -$ 684,282$ 5,000$ 679,282$
2020 770,529 200,000 - 970,529 5,000 965,529
2021 942,144 350,000 - 1,292,144 5,000 1,287,144
2022 1,018,287 500,000 100,824 1,619,110 5,000 1,614,110
2023 1,085,012 500,000 100,824 1,685,836 5,000 1,680,836
2024 1,152,346 500,000 100,824 1,753,169 5,000 1,748,169
2025 1,188,912 500,000 285,667 1,974,579 5,000 1,969,579
2026 1,226,696 500,000 285,667 2,012,363 5,000 2,007,363
2027 1,265,744 500,000 285,667 2,051,410 5,000 2,046,410
2028 1,306,101 500,000 285,667 2,091,768 5,000 2,086,768
CURRENT AND FORECAST NET REVENUE REQUIREMENT
CITY OF COPPELL
SCENARIO:2019 11 15 -- Scenario I -- 7 Year
Net
Revenue
Requirement Residential Commercial Multi Family Residential Commercial Multi Family
STORMWATER Utility Revenue Requirement
2019 679,282$ 31.3%64.8%3.9%212,354$ 440,225$ 26,703$
2020 965,529 31.2%64.9%3.9%300,988 626,788 37,753
2021 1,287,144 31.1%65.0%3.9%400,122 836,959 50,062
2022 1,614,110 31.0%65.1%3.9%500,369 1,051,292 62,449
2023 1,680,836 30.9%65.2%3.8%519,618 1,096,528 64,690
2024 1,748,169 30.8%65.3%3.8%538,955 1,142,283 66,931
2025 1,969,579 30.7%65.4%3.8%605,567 1,288,995 75,017
2026 2,007,363 30.7%65.5%3.8%615,521 1,315,780 76,062
2027 2,046,410 30.6%65.6%3.8%625,817 1,343,450 77,144
2028 2,086,768 30.5%65.7%3.8%636,466 1,372,039 78,263
CURRENT AND FORECAST NET REVENUE REQUIREMENT
Cust. Class Allocations Net Revenue Rqmt.
City of Coppell Stormwater Utility Rate Study
Page: 18 DRAFT – November 2019
Step 4 – Proposed Stormwater Utility Monthly Fee
The final step in the determination of stormwater utility fees involves the calculation of the monthly fee per
account. The project team recommends continuing to offer two categories of fees, for residential and
commercial/multi-family accounts. However, the project team recommends further dividing commercial and multi-
family accounts into categories based on the amount of square feet of impervious surface area per account. The
standard should be the ratio of average square footage by range category, as shown in Table II-11.
Table II-11
Fees are recommended to be assessed for all active water accounts within the city limits of Coppell. Average
number of accounts by category of impervious surface area is presented in Table II-4 and Table II-5.
Table II-12 presents the project team’s recommended stormwater monthly fee schedule for residential,
commercial and multi-family customers. The following is notable about this schedule:
• The project team recommends that effective January 2020 or as soon as feasible the residential monthly
fee be increased from its present $1.00 per month to $2.00 per month.
• The project team recommends phasing in over a 7-year period a commercial and multi-family
monthly fee tied to the general size of the property. The project team has established 6 tiers as shown
on Table II-12 and the multiplier is calculated in Table II-10.
• The initial fee for commercial and multi-family fees for properties of 10,000 square feet or less is
recommended to be $7.00 per month in January 2020, and increase to $10.00 by October 2022.
CITY OF COPPELL
SQUARE FOOTAGE EQUIVALENT CALCULATION
Low High Average Multiplier
- 9,999 5,000 -
10,000 49,999 30,000 6.00
50,000 99,999 75,000 15.00
100,000 249,999 175,000 35.00
250,000 499,999 350,000 70.00
500,000 Above 750,000 150.00
Square Footage Range
City of Coppell Stormwater Utility Rate Study
Page: 19 DRAFT – November 2019
• The fee for all larger commercial and multi-family properties would increase on a graduated scale on an
annual basis over 7 years. While owners of the larger properties may take exception to the higher fees,
it is only to correct a long-standing imbalance in the City’s stormwater rate structure.
• The commercial and multi-family rate for larger properties would continue to be phased in each year
through October 2026, when the phased in fee is complete.
• The fee structure is consistent with the project team’s knowledge of stormwater fees for other utilities.
Table II-12
Table II-13 and Table II-14 presents a comparison of current and proposed charges to other stormwater utilities
in North Texas. Table 13 reveals that by October 2023 the City’s proposed stormwater residential fee would be
middle of the sample, assuming that no other utilities adjust their fees at any point in the next four years, an
unlikely assumption.
Table II-14 shows that commercial monthly fees vary widely among other cities in the DFW metroplex, and that
the City’s commercial rates are generally not disproportionate in comparison to these others.
CITY OF COPPELL
SCENARIO:2019 11 15 -- Scenario I -- 7 Year
Current Jan-20 Oct-20 Oct-21 Oct-22 Oct-23 Oct-24 Oct-25
STORMWATER Utility Monthly Charge
Residential 1.00$ 2.00$ 3.00$ 4.00$ 5.00$ 5.00$ 5.00$ 5.00$
Commercial and Multi Family
- 9,999 - 0.23 5.00 7.00 8.00 9.00 10.00 10.00 10.00 10.00
10,000 49,999 0.23 1.15 5.00--16.00 11.00 13.00 15.00 18.00 18.00 18.00 18.00
50,000 99,999 1.15 2.30 16.00--24.00 21.00 48.00 81.00 105.00 120.00 135.00 150.00
100,000 249,999 2.30 5.74 24.00--48.00 49.00 112.00 189.00 245.00 280.00 315.00 350.00
250,000 499,999 5.74 11.48 48.00--75.00 98.00 224.00 378.00 490.00 560.00 630.00 700.00
500,000 Above 11.48 Above 75.00 210.00 480.00 810.00 1,050.00 1,200.00 1,350.00 1,500.00
Square Feet Approximate Acres
RECOMMENDED STORMWATER MONTHLY CHARGES
City of Coppell Stormwater Utility Rate Study
Page: 20 DRAFT – November 2019
Chart II-13
Table II-14
Square Feet Jan-20 Oct-23 Flower Mound Lewisville Southlake The Colony Grapevine
Residential 2.00$ 5.00$ 4.35$ 4.00$ 8.00$ 3.00$ 4.00$
Commercial
Small 2,400 7.00 10.00 32.74 3.43 8.00 4.25 4.00
Medium 28,186 11.00 18.00 44.64 40.31 35.23 35.17 17.60
Large 2,810,967 210.00 1,200.00 56.55 4,019.68 3,513.71 3,507.52 1,755.21
Coppell
CITY OF COPPELL
COMPARISON OF MONTHLY CHARGES
City of Coppell Stormwater Utility Rate Study
Page: 21 DRAFT – November 2019
Forecast Fees and Revenues
Table II-15 summarizes the stormwater utility revenue by customer class, total expenses and net revenues over
the next decade. This forecast is presented in detail in Appendix A. The forecast reveals that with the
recommended monthly fees the stormwater utility is projected to have sufficient revenues to fund all expenses
by FY 2023. The table reveals that the City’s current stormwater fee is collecting revenues below costs. However,
revenues are forecast to reach parity with costs by 2023 with contingency balances generated in FY 2023 and
beyond.
As indicated earlier, this revenue, expense and net revenue forecast is based on a series of assumptions about
future conditions both nation-wide and in the City of Coppell. It is not a guarantee of future behavior, and it is
subject to potentially significant revision should there be material changes to conditions either within or outside
the City of Coppell.
Table II-16 reveals that over the next five years, under this rate plan, the General Fund would be required to
support the Stormwater Fund with $1,379,818 in order to assure that revenues fund all expenses.
Table II-15
CITY OF COPPELL
SCENARIO:2019 11 15 -- Scenario I -- 7 Year
Less Net
Residential Commercial Multi Family Total Revenue Rqmt Revenues
2019 143,280$ 147,120$ 8,484$ 298,884$ 679,282$ (380,398)$
2020 287,280 221,844 15,672 524,796 965,529 (440,733)
2021 432,000 466,392 35,676 934,068 1,287,144 (353,076)
2022 577,440 770,940 60,120 1,408,500 1,614,110 (205,610)
2023 723,600 1,000,320 77,916 1,801,836 1,680,836 121,000
2024 725,400 1,145,496 89,016 1,959,912 1,748,169 211,743
2025 727,200 1,281,732 100,116 2,109,048 1,969,579 139,469
2026 729,000 1,432,368 111,216 2,272,584 2,007,363 265,221
2027 730,800 1,441,104 111,216 2,283,120 2,046,410 236,710
2028 732,600 1,454,160 111,216 2,297,976 2,086,768 211,208
CURRENT AND FORECAST FEES AND REVENUE
Forecast Revenue
City of Coppell Stormwater Utility Rate Study
Page: 22 DRAFT – November 2019
Table II-16
2019 2020 2021 2022 2023
Revenues:
Residential 143,280$ 287,280$ 432,000$ 577,440$ 723,600$
Commercial 147,120 221,844 466,392 770,940 1,000,320
Multi Family 8,484 15,672 35,676 60,120 77,916
Total Fee Revenue 298,884 524,796 934,068 1,408,500 1,801,836
Non-Fee Revenue 5,000 5,000 5,000 5,000 5,000
Total Revenue 303,884 529,796 939,068 1,413,500 1,806,836
Cost of Service 684,282 970,529 1,292,144 1,619,110 1,685,836
Required General Fund Subsidy 380,398 440,733 353,076 205,610 -
Total Subsidy 1,379,818
CITY OF COPPELL
FORECAST STORMWATER REVENUES AND EXPENSES
Date: 11/15/2019 2019 11 13 Coppell Stormwater Model Scen 1 -- 7 Year DG Main Dashboard
Future Debt Term
Alternative Proposed
2019 -$
2020 -$
2021 1,500,000$
2022 -$
2023 -$
2024 2,750,000$
2025 -$
2026 -$
2027 -$
2028 -$
Stormwater Future Bond Issues
Utility System
Dashboard
Customer Class
`
$-
$0.50
$1.00
$1.50
$2.00
$2.50
2019 2020 2021 2022 2023 2024 2025 2026 2027 2028MillionsTotal Revenues
$-
$0.05
$0.10
$0.15
$0.20
$0.25
$0.30
2019 2020 2021 2022 2023 2024 2025 2026 2027 2028MillionsDebt Service
Current Future $(0.50)
$(0.40)
$(0.30)
$(0.20)
$(0.10)
$-
$0.10
$0.20
$0.30
$0.40
2019 2020 2021 2022 2023 2024 2025 2026 2027 2028MillionsNet Revenues Available for Contingency
-
2.00
4.00
6.00
8.00
10.00
2019 2020 2021 2022 2023 2024 2025 2026 2027 2028
Debt Coverage
Required Debt Coverage
Stormwater Projections
City of Coppell
Stormwater Fee Analysis
Fiscal Years
Years
2019 -2028
Intellectual Property of Willdan Group Inc. - Not
to be used without express written permission 1
Date: 11/15/2019 2019 11 13 Coppell Stormwater Model Scen 1 -- 7 Year DG Model Summary
Current 2019 2020 2021 2022 2023 2024 2025 2026 2027 2028
Forecast Summary
Scenario:2019 11 15 -- Scenario I -- 7 Year
1 Stormwater Monthly Fees
Residential 1.00$ 1.00$ 2.00$ 3.00$ 4.00$ 5.00$ 5.00$ 5.00$ 5.00$ 5.00$ 5.00$
Commercial
- 9,999 5.00 5.00 7.00 8.00 9.00 10.00 10.00 10.00 10.00 10.00 10.00
10,000 49,999 8.00 8.00 11.00 13.00 15.00 18.00 18.00 18.00 18.00 18.00 18.00
50,000 99,999 16.00 16.00 21.00 48.00 81.00 105.00 120.00 135.00 150.00 150.00 150.00
100,000 249,999 32.00 32.00 49.00 112.00 189.00 245.00 280.00 315.00 350.00 350.00 350.00
250,000 499,999 64.00 64.00 98.00 224.00 378.00 490.00 560.00 630.00 700.00 700.00 700.00
500,000 Above 75.00 75.00 210.00 480.00 810.00 1,050.00 1,200.00 1,350.00 1,500.00 1,500.00 1,500.00
- - - - - - - - - - - - -
2 Stormwater Accounts
Residential 11,910 11,940 11,970 12,000 12,030 12,060 12,090 12,120 12,150 12,180 12,210
Commercial 564 568 572 576 580 584 588 592 596 600 604
Multi Family 16 16 16 16 16 16 16 16 16 16 16
Other - - - - - - - - - - -
12,490 12,524 12,558 12,592 12,626 12,660 12,694 12,728 12,762 12,796 12,830
3 Forecast Annual Stormwater Fund Balance
Beginning Fund Balance 449,842$ 69,444$ (371,289)$ (724,365)$ (929,976)$ (808,976)$ (597,233)$ (457,763)$ (192,543)$ 44,167$
Revenues
Stormwater Fees 298,884 524,796 934,068 1,408,500 1,801,836 1,959,912 2,109,048 2,272,584 2,283,120 2,297,976
Non-Fee Revenues 5,000 5,000 5,000 5,000 5,000 5,000 5,000 5,000 5,000 5,000
Total Revenues 303,884 529,796 939,068 1,413,500 1,806,836 1,964,912 2,114,048 2,277,584 2,288,120 2,302,976
Operating Expenses
Fund 14 - Municipal DUD 684,282 770,529 942,144 1,018,287 1,085,012 1,152,346 1,188,912 1,226,696 1,265,744 1,306,101
Other - - - - - - - - - -
Total Operating 684,282 770,529 942,144 1,018,287 1,085,012 1,152,346 1,188,912 1,226,696 1,265,744 1,306,101
Net Revenues for Non-Dept, Cap Outlays, Debt Service (380,398) (240,733) (3,076) 395,213 721,824 812,566 925,136 1,050,888 1,022,376 996,875
Capital Outlays - 200,000 350,000 500,000 500,000 500,000 500,000 500,000 500,000 500,000
Debt Service - Current - - - - - - - - - -
Debt Service - Future - - - 100,824 100,824 100,824 285,667 285,667 285,667 285,667
Total Cost of Service 684,282 970,529 1,292,144 1,619,110 1,685,836 1,753,169 1,974,579 2,012,363 2,051,410 2,091,768
Net Revenues for Contingency/Fund Balance (380,398) (440,733) (353,076) (205,610) 121,000 211,743 139,469 265,221 236,710 211,208
-125.2%-83.2%-37.6%-14.5%6.7%10.8%6.6%11.6%10.3%9.2%
Ending Fund Balance 69,444 (371,289) (724,365) (929,976) (808,976) (597,233) (457,763) (192,543) 44,167 255,375
Financial Ratios
Days of Operating Expenses 37 (176) (281) (333) (272) (189) (141) (57) 13 71
Days of Total Expenses 37 (140) (205) (210) (175) (124) (85) (35) 8 45
Debt Coverage - - - 3.92 7.16 8.06 3.24 3.68 3.58 3.49
CITY OF COPPELL
STORMWATER COST OF SERVICE MODEL
Page: 2
Date: 11/15/2019 2019 11 13 Coppell Stormwater Model Scen 1 -- 7 Year DG Rate Calculator
Input Area -- Rate Calculator
Scenario:2019 11 15 -- Scenario I -- 7 Year
Stormwater Monthly Fee
Date Rate In effect (October = 1)
Calculated Monthly Fee Per ERU
Residential
Commercial
Multi Family
Other
Recommended Monthly Fee Per ERU
Residential
Commercial
- 9,999
10,000 49,999
50,000 99,999
100,000 249,999
250,000 499,999
500,000 Above
- -
Multi Family
- 9,999
10,000 49,999
50,000 99,999
100,000 249,999
250,000 499,999
500,000 Above
- -
Other
- 9,999
10,000 49,999
50,000 99,999
100,000 249,999
250,000 499,999
500,000 Above
- -
Summary of Results -- Rate Calculator
Rate Revenue
Residential
Commercial
- 9,999
10,000 49,999
50,000 99,999
100,000 249,999
250,000 499,999
500,000 Above
- -
Total Commercial
Current 2019 2020 2021 2022 2023 2024 2025 2026 2027 2028
2019 11 15 -- Scenario I -- 7 Year
- - - - - - - - - -
1.48$ 2.10$ 2.78$ 3.47$ 3.59$ 3.71$ 4.16$ 4.22$ 4.28$ 4.34$
64.59 91.32 121.09 151.05 156.47 161.89 181.45 183.97 186.59 189.30
139.08 196.63 260.74 325.25 336.93 348.60 390.71 396.16 401.79 407.62
- - - - - - - - - -
1.00$ 1.00$ 2.00$ 3.00$ 4.00$ 5.00$ 5.00$ 5.00$ 5.00$ 5.00$ 5.00$
Phase In 20.0%40.0%60.0%70.0%80.0%90.0%100.0%100.0%100.0%
5.00 5.00 7.00 8.00 9.00 10.00 10.00 10.00 10.00 10.00 10.00
8.00 8.00 11.00 13.00 15.00 18.00 18.00 18.00 18.00 18.00 18.00
16.00 16.00 21.00 48.00 81.00 105.00 120.00 135.00 150.00 150.00 150.00
32.00 32.00 49.00 112.00 189.00 245.00 280.00 315.00 350.00 350.00 350.00
64.00 64.00 98.00 224.00 378.00 490.00 560.00 630.00 700.00 700.00 700.00
75.00 75.00 210.00 480.00 810.00 1,050.00 1,200.00 1,350.00 1,500.00 1,500.00 1,500.00
- - - - - - - - - - -
Phase In 20.0%40.0%60.0%70.0%80.0%90.0%100.0%100.0%100.0%
7.00 7.00 7.00 8.00 9.00 10.00 10.00 10.00 10.00 10.00 10.00
7.00 7.00 11.00 13.00 15.00 18.00 18.00 18.00 18.00 18.00 18.00
14.00 14.00 21.00 48.00 81.00 105.00 120.00 135.00 150.00 150.00 150.00
28.00 28.00 49.00 112.00 189.00 245.00 280.00 315.00 350.00 350.00 350.00
56.00 56.00 105.00 240.00 405.00 525.00 600.00 675.00 750.00 750.00 750.00
75.00 75.00 210.00 480.00 810.00 1,050.00 1,200.00 1,350.00 1,500.00 1,500.00 1,500.00
- - - - - - - - - - -
Phase In 100.0%100.0%100.0%100.0%100.0%100.0%100.0%100.0%100.0%
- - - - - - - - - - -
- - - - - - - - - - -
- - - - - - - - - - -
- - - - - - - - - - -
- - - - - - - - - - -
- - - - - - - - - - -
- - - - - - - - - - -
143,280$ 287,280$ 432,000$ 577,440$ 723,600$ 725,400$ 727,200$ 729,000$ 730,800$ 732,600$
10,800 15,288 17,568 19,872 22,200 22,440 22,560 22,680 22,800 23,040
15,360 21,252 25,272 29,520 35,640 35,856 36,072 36,288 36,504 36,720
8,832 11,844 27,072 45,684 60,480 69,120 77,760 88,200 88,200 88,200
26,880 41,748 95,424 163,296 211,680 245,280 275,940 310,800 310,800 315,000
85,248 131,712 301,056 512,568 670,320 772,800 869,400 974,400 982,800 991,200
- - - - - - - - - -
- - - - - - - - - -
147,120 221,844 466,392 770,940 1,000,320 1,145,496 1,281,732 1,432,368 1,441,104 1,454,160
CITY OF COPPELL
STORMWATER COST OF SERVICE MODEL
Page: 3
Date: 11/15/2019 2019 11 13 Coppell Stormwater Model Scen 1 -- 7 Year DG Rate Calculator
Input Area -- Rate Calculator
Scenario:2019 11 15 -- Scenario I -- 7 Year
Multi Family
- 9,999
10,000 49,999
50,000 99,999
100,000 249,999
250,000 499,999
500,000 Above
- -
Total Multi Family
Other
- 9,999
10,000 49,999
50,000 99,999
100,000 249,999
250,000 499,999
500,000 Above
- -
Total Other
Total Rate Revenues
Revenues to be Raised from Rates
Residential
Commercial
Multi Family
Other
Total
Net Revenues Available for Contingency
Residential
Commercial
Multi Family
Other
TOTAL Net Revenues
Percent of Revenues
Debt Coverage
Current 2019 2020 2021 2022 2023 2024 2025 2026 2027 2028
2019 11 15 -- Scenario I -- 7 Year
CITY OF COPPELL
STORMWATER COST OF SERVICE MODEL
- - - - - - - - - -
84 132 156 180 216 216 216 216 216 216
- - - - - - - - - -
1,680 2,940 6,720 11,340 14,700 16,800 18,900 21,000 21,000 21,000
6,720 12,600 28,800 48,600 63,000 72,000 81,000 90,000 90,000 90,000
- - - - - - - - - -
- - - - - - - - - -
8,484 15,672 35,676 60,120 77,916 89,016 100,116 111,216 111,216 111,216
- - - - - - - - - -
- - - - - - - - - -
- - - - - - - - - -
- - - - - - - - - -
- - - - - - - - - -
- - - - - - - - - -
- - - - - - - - - -
- - - - - - - - - -
298,884 524,796 934,068 1,408,500 1,801,836 1,959,912 2,109,048 2,272,584 2,283,120 2,297,976
212,354$ 300,988$ 400,122$ 500,369$ 519,618$ 538,955$ 605,567$ 615,521$ 625,817$ 636,466$
440,225 626,788 836,959 1,051,292 1,096,528 1,142,283 1,288,995 1,315,780 1,343,450 1,372,039
26,703 37,753 50,062 62,449 64,690 66,931 75,017 76,062 77,144 78,263
- - - - - - - - - -
679,282 965,529 1,287,144 1,614,110 1,680,836 1,748,169 1,969,579 2,007,363 2,046,410 2,086,768
(69,074)$ (13,708)$ 31,878$ 77,071$ 203,982$ 186,445$ 121,633$ 113,479$ 104,983$ 96,134$
(293,105) (404,944) (370,567) (280,352) (96,208) 3,213 (7,263) 116,588 97,654 82,121
(18,219) (22,081) (14,386) (2,329) 13,226 22,085 25,099 35,154 34,072 32,953
- - - - - - - - - -
(380,398) (440,733) (353,076) (205,610) 121,000 211,743 139,469 265,221 236,710 211,208
-127.3%-84.0%-37.8%-14.6%6.7%10.8%6.6%11.7%10.4%9.2%
- - - 3.92 7.16 8.06 3.24 3.68 3.58 3.49
Page: 4
Date: 11/15/2019 2019 11 13 Coppell Stormwater Model Scen 1 -- 7 Year DG Rate Calculator
Input Area -- Rate Calculator
Scenario:2019 11 15 -- Scenario I -- 7 Year
Account Data
Total Accounts
Residential
Commercial
- 9,999
10,000 49,999
50,000 99,999
100,000 249,999
250,000 499,999
500,000 Above
- -
Multi Family
- 9,999
10,000 49,999
50,000 99,999
100,000 249,999
250,000 499,999
500,000 Above
- -
Other
- 9,999
10,000 49,999
50,000 99,999
100,000 249,999
250,000 499,999
500,000 Above
- -
Total Accounts
Current 2019 2020 2021 2022 2023 2024 2025 2026 2027 2028
2019 11 15 -- Scenario I -- 7 Year
CITY OF COPPELL
STORMWATER COST OF SERVICE MODEL
11,940 11,970 12,000 12,030 12,060 12,090 12,120 12,150 12,180 12,210
31.7%180 182 183 184 185 187 188 189 190 192
28.2%160 161 162 164 165 166 167 168 169 170
8.2%46 47 47 47 48 48 48 49 49 49
12.4%70 71 71 72 72 73 73 74 74 75
19.5%111 112 112 113 114 115 115 116 117 118
0.0%- - - - - - - - - -
0.0%- - - - - - - - - -
100.0%568 572 576 580 584 588 592 596 600 604
567 573 575 580 584 589 591 596 599 604
0.0%- - - - - - - - - -
6.3%1 1 1 1 1 1 1 1 1 1
0.0%- - - - - - - - - -
31.3%5 5 5 5 5 5 5 5 5 5
62.5%10 10 10 10 10 10 10 10 10 10
0.0%- - - - - - - - - -
0.0%- - - - - - - - - -
100.0%16 16 16 16 16 16 16 16 16 16
16 16 16 16 16 16 16 16 16 16
0.0%- - - - - - - - - -
0.0%- - - - - - - - - -
0.0%- - - - - - - - - -
0.0%- - - - - - - - - -
0.0%- - - - - - - - - -
0.0%- - - - - - - - - -
0.0%- - - - - - - - - -
0.0%- - - - - - - - - -
- - - - - - - - - -
12,524 12,558 12,592 12,626 12,660 12,694 12,728 12,762 12,796 12,830
Page: 5
Date: 11/15/2019 2019 11 13 Coppell Stormwater Model Scen 1 -- 7 Year DG Rate Calculator
Input Area -- Rate Calculator
Scenario:2019 11 15 -- Scenario I -- 7 Year
Total Monthly Bills
Residential
Commercial
- 9,999
10,000 49,999
50,000 99,999
100,000 249,999
250,000 499,999
500,000 Above
- -
Multi Family
- 9,999
10,000 49,999
50,000 99,999
100,000 249,999
250,000 499,999
500,000 Above
- -
Other
- 9,999
10,000 49,999
50,000 99,999
100,000 249,999
250,000 499,999
500,000 Above
- -
Total Monthly Bills
Current 2019 2020 2021 2022 2023 2024 2025 2026 2027 2028
2019 11 15 -- Scenario I -- 7 Year
CITY OF COPPELL
STORMWATER COST OF SERVICE MODEL
143,280 143,640 144,000 144,360 144,720 145,080 145,440 145,800 146,160 146,520
2,160 2,184 2,196 2,208 2,220 2,244 2,256 2,268 2,280 2,304
1,920 1,932 1,944 1,968 1,980 1,992 2,004 2,016 2,028 2,040
552 564 564 564 576 576 576 588 588 588
840 852 852 864 864 876 876 888 888 900
1,332 1,344 1,344 1,356 1,368 1,380 1,380 1,392 1,404 1,416
- - - - - - - - - -
- - - - - - - - - -
6,804 6,876 6,900 6,960 7,008 7,068 7,092 7,152 7,188 7,248
- - - - - - - - - -
12 12 12 12 12 12 12 12 12 12
- - - - - - - - - -
60 60 60 60 60 60 60 60 60 60
120 120 120 120 120 120 120 120 120 120
- - - - - - - - - -
- - - - - - - - - -
192 192 192 192 192 192 192 192 192 192
- - - - - - - - - -
- - - - - - - - - -
- - - - - - - - - -
- - - - - - - - - -
- - - - - - - - - -
- - - - - - - - - -
- - - - - - - - - -
- - - - - - - - - -
150,276 150,708 151,092 151,512 151,920 152,340 152,724 153,144 153,540 153,960
Page: 6
Date: 11/15/2019 2019 11 13 Coppell Stormwater Model Scen 1 -- 7 Year DG Forecast SW1
10 Year Forecast
2020-2029
Test Year Forecast
2019 2020 2021 2022 2023 2024 2025 2026 2027 2028
Forecast SW 1.0 -- STORMWATER Department Revenue Requirement Raised from Rates
Scenario:2019 11 15 -- Scenario I -- 7 Year
NON-FEE REVENUES
Charges for Service (non-rate)
Interest Income 5,000$ 5,000$ 5,000$ 5,000$ 5,000$ 5,000$ 5,000$ 5,000$ 5,000$ 5,000$
Storm Water Revenue - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
TOTAL 5,000$ 5,000$ 5,000$ 5,000$ 5,000$ 5,000$ 5,000$ 5,000$ 5,000$ 5,000$
OPERATING EXPENSES
Fund 14 - Municipal DUD
Personnel
Asst/ DPW & Construction Inspector 73,284$ 75,483$ 77,747$ 80,079$ 82,482$ 84,956$ 87,505$ 90,130$ 92,834$ 95,619$
Longevity 489 504 519 534 550 567 584 601 619 638
Overtime 1,250 1,288 1,326 1,366 1,407 1,449 1,493 1,537 1,583 1,631
FLSA Overtime 60 62 64 66 68 70 72 74 76 78
Retirement 12,246 12,613 12,992 13,382 13,783 14,196 14,622 15,061 15,513 15,978
Medical/Dental Insurance 10,274 11,096 11,984 12,942 13,978 15,096 16,304 17,608 19,016 20,538
HRA Insurance 375 405 437 472 510 551 595 643 694 750
Medicare 1,151 1,243 1,343 1,450 1,566 1,691 1,826 1,973 2,130 2,301
Workers Compensation 133 144 155 168 181 195 211 228 246 266
Life Insurance 276 298 322 348 375 406 438 473 511 552
Merit/Salary Increase 2,931 3,165 3,419 3,692 3,988 4,307 4,651 5,023 5,425 5,859
Long Term Disability 170 184 198 214 231 250 270 291 315 340
Compensation Incentive 1,350 1,458 1,575 1,701 1,837 1,984 2,142 2,314 2,499 2,699
Asst/ DPW & Construction Inspector - - - - - - - - - -
Drainage Supervisor - - - - - - - - - -
Crew Leader - - - - - - - - - -
Maintenance Worker I - - - - - - - - - -
Maintenance Worker II - - - - - - - - - -
Equipment Operator - - - - - - - - - -
Administrative Technician - - - - - - - - - -
MS4 Program Manager 0 0 98,913 101,880 104,937 108,085 111,327 114,667 118,107 121,651
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
Total 103,989$ 107,942$ 210,993$ 218,294$ 225,892$ 233,802$ 242,040$ 250,623$ 259,570$ 268,898$
Services
Street System Maintenance 20,999$ 21,686$ 22,395$ 23,128$ 23,884$ 24,664$ 25,470$ 26,302$ 27,162$ 28,049$
Water/Sewer Maintenance - - - - - - - - - -
Drainage Maintenance 158,588 163,776 169,132 174,663 180,373 186,269 192,356 198,640 205,129 211,828
Telephone 5,450 5,628 5,812 6,002 6,199 6,401 6,610 6,826 7,049 7,280
CITY OF COPPELL
STORMWATER COST OF SERVICE MODEL
Page: 7
Date: 11/15/2019 2019 11 13 Coppell Stormwater Model Scen 1 -- 7 Year DG Forecast SW1
10 Year Forecast
2020-2029
Test Year Forecast
2019 2020 2021 2022 2023 2024 2025 2026 2027 2028
Forecast SW 1.0 -- STORMWATER Department Revenue Requirement Raised from Rates
Scenario:2019 11 15 -- Scenario I -- 7 Year
CITY OF COPPELL
STORMWATER COST OF SERVICE MODEL
Other Professional Servic 54,256 56,031 57,864 59,756 61,710 63,727 65,809 67,959 70,179 72,471
Special Projects 8,000 8,240 8,487 8,742 9,004 9,274 9,552 9,839 10,134 10,438
Training Expense 5,000 5,164 5,332 5,507 5,687 5,873 6,065 6,263 6,467 6,679
Dues and Memberships 200 206 212 219 225 232 239 246 253 261
Publications/Subscription 200 206 212 219 225 232 239 246 253 261
Equipment Maintenance Costs - - - - - - - - - -
Tree Removal 45,000 60,000 70,000 80,000 90,000 100,000 103,000 106,090 109,273 112,551
Storm Sewer Cleaning 0 15,000 25,000 35,000 40,000 50,000 51,500 53,045 54,636 56,275
Inlet Cleaning and Repair 0 15,000 25,000 35,000 40,000 50,000 51,500 53,045 54,636 56,275
Street Sweeping 20,000 30,000 40,000 55,000 65,000 75,000 77,250 79,568 81,955 84,413
Channel Mowing 6,000 10,000 15,000 20,000 25,000 25,000 25,750 26,523 27,318 28,138
Erosion Control 5,000 10,000 15,000 15,000 20,000 20,000 20,600 21,218 21,855 22,510
Channel Grading 50,000 50,000 50,000 50,000 50,000 50,000 51,500 53,045 54,636 56,275
Headwall Repair 50,000 60,000 70,000 80,000 90,000 100,000 103,000 106,090 109,273 112,551
System Inspection 150,000 150,000 150,000 150,000 150,000 150,000 154,500 159,135 163,909 168,826
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
Total 578,693 660,937 729,448 798,235 857,306 916,672 944,941 974,080 1,004,118 1,035,081
Supplies
Office Supplies 500$ 515$ 530$ 546$ 563$ 580$ 597$ 615$ 633$ 652$
Other Supplies 1,000 1,033 1,066 1,101 1,137 1,175 1,213 1,253 1,293 1,336
Other Equipment 100 103 107 110 114 117 121 125 129 134
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
Total 1,600 1,651 1,704 1,758 1,814 1,872 1,931 1,993 2,056 2,122
TOTAL 684,282$ 770,529$ 942,144$ 1,018,287$ 1,085,012$ 1,152,346$ 1,188,912$ 1,226,696$ 1,265,744$ 1,306,101$
Other
Other -$ -$ -$ -$ -$ -$ -$ -$ -$ -$
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
Other - - - - - - - - - -
TOTAL -$ -$ -$ -$ -$ -$ -$ -$ -$ -$
TOTAL OPERATING EXPENSES 684,282$ 770,529$ 942,144$ 1,018,287$ 1,085,012$ 1,152,346$ 1,188,912$ 1,226,696$ 1,265,744$ 1,306,101$
Page: 8
Date: 11/15/2019 2019 11 13 Coppell Stormwater Model Scen 1 -- 7 Year DG Forecast SW1
10 Year Forecast
2020-2029
Test Year Forecast
2019 2020 2021 2022 2023 2024 2025 2026 2027 2028
Forecast SW 1.0 -- STORMWATER Department Revenue Requirement Raised from Rates
Scenario:2019 11 15 -- Scenario I -- 7 Year
CITY OF COPPELL
STORMWATER COST OF SERVICE MODEL
CAPITAL OUTLAYS
Capital Outlay -$ 200,000$ 350,000$ 500,000$ 500,000$ 500,000$ 500,000$ 500,000$ 500,000$ 500,000$
Capital Outlay - - - - - - - - - -
Capital Outlay - - - - - - - - - -
Capital Outlay - - - - - - - - - -
Capital Outlay - - - - - - - - - -
Capital Outlay - - - - - - - - - -
Capital Outlay - - - - - - - - - -
Capital Outlay - - - - - - - - - -
Capital Outlay - - - - - - - - - -
Capital Outlay - - - - - - - - - -
Capital Outlay - - - - - - - - - -
Capital Outlay - - - - - - - - - -
Capital Outlay - - - - - - - - - -
Capital Outlay - - - - - - - - - -
TOTAL CAPITAL OUTLAYS -$ 200,000$ 350,000$ 500,000$ 500,000$ 500,000$ 500,000$ 500,000$ 500,000$ 500,000$
Page: 9
Date: 11/15/2019 2019 11 13 Coppell Stormwater Model Scen 1 -- 7 Year DG Forecast SW1
10 Year Forecast
2020-2029
Test Year Forecast
2019 2020 2021 2022 2023 2024 2025 2026 2027 2028
Forecast SW 1.0 -- STORMWATER Department Revenue Requirement Raised from Rates
Scenario:2019 11 15 -- Scenario I -- 7 Year
CITY OF COPPELL
STORMWATER COST OF SERVICE MODEL
DEBT SERVICE
Current Debt Service:
Principal -$ -$ -$ -$ -$ -$ -$ -$ -$ -$
Interest - - - - - - - - - -
Reserve - - - - - - - - - -
Total Current Debt Service - - - - - - - - - -
Future Debt Service:
Principal -$ -$ -$ 55,824$ 57,498$ 59,223$ 163,343$ 168,243$ 173,291$ 178,489$
Interest - - - 45,000 43,325 41,600 122,324 117,423 112,376 107,177
Reserve - - - - - - - - - -
Total Future Debt Service - - - 100,824 100,824 100,824 285,667 285,667 285,667 285,667
TOTAL DEBT SERVICE -$ -$ -$ 100,824$ 100,824$ 100,824$ 285,667$ 285,667$ 285,667$ 285,667$
TOTAL COST OF SERVICE
TOTAL 684,282$ 970,529$ 1,292,144$ 1,619,110$ 1,685,836$ 1,753,169$ 1,974,579$ 2,012,363$ 2,051,410$ 2,091,768$
Page: 10
Date: 11/15/2019 2019 11 13 Coppell Stormwater Model Scen 1 -- 7 Year DG Forecast SW2
10 Year Forecast
2020-2029
2019 2020 2021 2022 2023 2024 2025 2026 2027 2028
Forecast SW 2.0 -- CASH BASIS Water Cost of Service by Customer Class
Scenario:2019 11 15 -- Scenario I -- 7 Year
I.Total Cost of Service -- Cash Basis
Total Cost of Service
Operating 684,282$ 770,529$ 942,144$ 1,018,287$ 1,085,012$ 1,152,346$ 1,188,912$ 1,226,696$ 1,265,744$ 1,306,101$
Capital Outlays - 200,000 350,000 500,000 500,000 500,000 500,000 500,000 500,000 500,000
Debt Service - - - 100,824 100,824 100,824 285,667 285,667 285,667 285,667
Total Cost of Service 684,282 970,529 1,292,144 1,619,110 1,685,836 1,753,169 1,974,579 2,012,363 2,051,410 2,091,768
Less Non-Rate Revenues 5,000 5,000 5,000 5,000 5,000 5,000 5,000 5,000 5,000 5,000
Net Revenues Raised from Rates 679,282 965,529 1,287,144 1,614,110 1,680,836 1,748,169 1,969,579 2,007,363 2,046,410 2,086,768
II.Stormwater Fee Per Account
Total Accounts
Residential 11,940 11,970 12,000 12,030 12,060 12,090 12,120 12,150 12,180 12,210
Commercial 568 572 576 580 584 588 592 596 600 604
Multi Family 16 16 16 16 16 16 16 16 16 16
Other - - - - - - - - - -
Total 12,524 12,558 12,592 12,626 12,660 12,694 12,728 12,762 12,796 12,830
Impervious Surface Area
Total (Square Feet)
Residential 41,765,899 41,870,838 41,975,777 42,080,717 42,185,656 42,290,596 42,395,535 42,500,475 42,605,414 42,710,353
Commercial 86,583,694 87,193,438 87,803,183 88,412,927 89,022,671 89,632,416 90,242,160 90,851,904 91,461,649 92,071,393
Multi Family 5,251,912 5,251,912 5,251,912 5,251,912 5,251,912 5,251,912 5,251,912 5,251,912 5,251,912 5,251,912
Other - - - - - - - - - -
Total 133,601,504 134,316,188 135,030,872 135,745,556 136,460,239 137,174,923 137,889,607 138,604,291 139,318,974 140,033,658
Percent
Residential 31.26%31.17%31.09%31.00%30.91%30.83%30.75%30.66%30.58%30.50%
Commercial 64.81%64.92%65.02%65.13%65.24%65.34%65.45%65.55%65.65%65.75%
Multi Family 3.93%3.91%3.89%3.87%3.85%3.83%3.81%3.79%3.77%3.75%
Other 0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%
Total 100.00%100.00%100.00%100.00%100.00%100.00%100.00%100.00%100.00%100.00%
CITY OF COPPELL
STORMWATER COST OF SERVICE MODEL
Page: 11
Date: 11/15/2019 2019 11 13 Coppell Stormwater Model Scen 1 -- 7 Year DG Forecast SW2
10 Year Forecast
2020-2029
2019 2020 2021 2022 2023 2024 2025 2026 2027 2028
Forecast SW 2.0 -- CASH BASIS Water Cost of Service by Customer Class
Scenario:2019 11 15 -- Scenario I -- 7 Year
CITY OF COPPELL
STORMWATER COST OF SERVICE MODEL
Stormwater Fee Per Account
Net Revenues Raised from Rates
Residential 212,354$ 300,988$ 400,122$ 500,369$ 519,618$ 538,955$ 605,567$ 615,521$ 625,817$ 636,466$
Commercial 440,225 626,788 836,959 1,051,292 1,096,528 1,142,283 1,288,995 1,315,780 1,343,450 1,372,039
Multi Family 26,703 37,753 50,062 62,449 64,690 66,931 75,017 76,062 77,144 78,263
Other - - - - - - - - - -
Total 679,282 965,529 1,287,144 1,614,110 1,680,836 1,748,169 1,969,579 2,007,363 2,046,410 2,086,768
Stormwater Fee Per Account
Residential 1.48$ 2.10$ 2.78$ 3.47$ 3.59$ 3.71$ 4.16$ 4.22$ 4.28$ 4.34$
Commercial 64.59$ 91.32$ 121.09$ 151.05$ 156.47$ 161.89$ 181.45$ 183.97$ 186.59$ 189.30$
Multi Family 139.08$ 196.63$ 260.74$ 325.25$ 336.93$ 348.60$ 390.71$ 396.16$ 401.79$ 407.62$
Other -$ -$ -$ -$ -$ -$ -$ -$ -$ -$
Page: 12
Date: 11/15/2019 2019 11 13 Coppell Stormwater Model Scen 1 -- 7 Year DG Imp Surface Input
Total Square 43,560 Total Square 43,560
Low High Average Accounts Percent Feet Acres Low High Average Multiplier Parcels Percent Feet Acres
Residential
- 2,499 1,250 1,793 15.1%3,420,630 79
2,500 4,999 3,750 9,292 78.0%33,035,747 758
5,000 9,999 7,500 795 6.7%4,702,541 108
10,000 19,999 15,000 23 0.2%289,974 7
20,000 29,999 25,000 3 0.0%74,826 2
30,000 39,999 35,000 4 0.0%137,241 3
40,000 Above 50,000 - 0.0%- -
11,910 100.0%41,660,959 956 3,498
Commercial
- 2,499 1,250 147 26.1%54,633 1 - 9,999 5,000 179 31.7%224,190 5
2,500 4,999 3,750 18 3.2%64,456 1 10,000 49,999 30,000 6.00 159 28.2%4,481,539 103
5,000 9,999 7,500 14 2.5%105,101 2 50,000 99,999 75,000 15.00 46 8.2%3,302,833 76
10,000 49,999 30,000 159 28.2%4,481,539 103 100,000 249,999 175,000 35.00 70 12.4%12,352,570 284
50,000 99,999 75,000 46 8.2%3,302,833 76 250,000 499,999 350,000 70.00 110 19.5%65,612,818 1,506
100,000 249,999 175,000 70 12.4%12,352,570 284 500,000 Above 750,000 150.00 0.0%
250,000 499,999 375,000 58 10.3%20,184,054 463 564 100.0%85,973,950 1,974
500,000 999,999 750,000 41 7.3%28,791,712 661
1,000,000 1,999,999 1,500,000 10 1.8%13,826,086 317
2,000,000 Above 2,500,000 1 0.2%2,810,967 65
564 100.0%85,973,950 1,974 152,436
43
Multi Family
- 2,499 1,250 - 0.0%- - - 9,999 5,000 - 0.0%- -
2,500 4,999 3,750 - 0.0%- - 10,000 49,999 30,000 6.00 1 6.3%30,278 1
5,000 9,999 7,500 - 0.0%- - 50,000 99,999 75,000 15.00 - 0.0%- -
10,000 49,999 30,000 1 6.3%30,278 1 100,000 249,999 175,000 35.00 5 31.3%918,784 21
50,000 99,999 75,000 - 0.0%- - 250,000 499,999 375,000 75.00 10 62.5%4,302,850 99
100,000 249,999 175,000 5 31.3%918,784 21 500,000 Above 750,000 150.00 0.0%
250,000 499,999 375,000 6 37.5%2,134,355 49 16 100.0%5,251,912 121
500,000 999,999 750,000 4 25.0%2,168,495 50
1,000,000 1,999,999 1,500,000 - 0.0%- -
2,000,000 Above 2,500,000 - 0.0%- -
16 100.0%5,251,912 121
Other
- 2,499 1,250 - 0.0%- - - 9,999 5,000 - 0.0%- -
2,500 4,999 3,750 - 0.0%- - 10,000 49,999 30,000 6.00 - 0.0%- -
5,000 9,999 7,500 - 0.0%- - 50,000 99,999 75,000 15.00 - 0.0%- -
10,000 49,999 30,000 - 0.0%- - 100,000 249,999 175,000 35.00 - 0.0%- -
50,000 99,999 75,000 - 0.0%- - 250,000 499,999 375,000 75.00 - 0.0%- -
100,000 249,999 175,000 - 0.0%- - 500,000 Above 750,000 150.00 0.0%
250,000 499,999 375,000 - 0.0%- - - 0.0%- -
500,000 999,999 750,000 - 0.0%- -
1,000,000 1,999,999 1,500,000 - 0.0%- -
2,000,000 Above 2,500,000 - 0.0%- -
- 0.0%- -
Square Footage Range Square Footage Range
CITY OF COPPELL
STORMWATER COST OF SERVICE MODEL
IMPERVIOUS SURFACE AREA CALCULATIONS
Page: 13
Date: 11/15/2019 2019 11 13 Coppell Stormwater Model Scen 1 -- 7 Year DG Acct Input
10 Year Forecast
2020-2029 Input Test Year Forecast
Area 2019 2020 2021 2022 2023 2024 2025 2026 2027 2028
Input Area -- ERUs and Impervious Surface Area
Scenario:2019 11 15 -- Scenario I -- 7 Year
Forecast Accounts
New Accounts
Residential
- 2,499 15.1%5 5 5 5 5 5 5 5 5 5
2,500 4,999 78.0%23 23 23 23 23 23 23 23 23 23
5,000 9,999 6.7%2 2 2 2 2 2 2 2 2 2
10,000 19,999 0.2%- - - - - - - - - -
20,000 29,999 0.0%- - - - - - - - - -
30,000 39,999 0.0%- - - - - - - - - -
40,000 Above 0.0%- - - - - - - - - -
Total 100.0%30 30 30 30 30 30 30 30 30 30
Commercial
- 2,499 26.1%1 1 1 1 1 1 1 1 1 1
2,500 4,999 3.2%- - - - - - - - - -
5,000 9,999 2.5%- - - - - - - - - -
10,000 49,999 28.2%1 1 1 1 1 1 1 1 1 1
50,000 99,999 8.2%- - - - - - - - - -
100,000 249,999 12.4%1 1 1 1 1 1 1 1 1 1
250,000 499,999 10.3%1 1 1 1 1 1 1 1 1 1
500,000 999,999 7.3%- - - - - - - - - -
1,000,000 1,999,999 1.8%- - - - - - - - - -
2,000,000 Above 0.2%- - - - - - - - - -
Total 100.0%5 5 5 5 5 5 5 5 5 5
Multi Family
- 2,499 0.0%- - - - - - - - - -
2,500 4,999 0.0%- - - - - - - - - -
5,000 9,999 0.0%- - - - - - - - - -
10,000 49,999 6.3%- - - - - - - - - -
50,000 99,999 0.0%- - - - - - - - - -
100,000 249,999 31.3%- - - - - - - - - -
250,000 499,999 37.5%- - - - - - - - - -
500,000 999,999 25.0%- - - - - - - - - -
1,000,000 1,999,999 0.0%- - - - - - - - - -
2,000,000 Above 0.0%- - - - - - - - - -
Total 100.0%- - - - - - - - - -
Other
- 2,499 0.0%- - - - - - - - - -
2,500 4,999 0.0%- - - - - - - - - -
5,000 9,999 0.0%- - - - - - - - - -
10,000 49,999 0.0%- - - - - - - - - -
50,000 99,999 0.0%- - - - - - - - - -
100,000 249,999 0.0%- - - - - - - - - -
250,000 499,999 0.0%- - - - - - - - - -
500,000 999,999 0.0%- - - - - - - - - -
CITY OF COPPELL
STORMWATER COST OF SERVICE MODEL
Page: 14
Date: 11/15/2019 2019 11 13 Coppell Stormwater Model Scen 1 -- 7 Year DG Acct Input
10 Year Forecast
2020-2029 Input Test Year Forecast
Area 2019 2020 2021 2022 2023 2024 2025 2026 2027 2028
Input Area -- ERUs and Impervious Surface Area
Scenario:2019 11 15 -- Scenario I -- 7 Year
CITY OF COPPELL
STORMWATER COST OF SERVICE MODEL
1,000,000 1,999,999 0.0%- - - - - - - - - -
2,000,000 Above 0.0%- - - - - - - - - -
Total 0.0%- - - - - - - - - -
Total System 35 35 35 35 35 35 35 35 35 35
Total Accounts 2018
Residential
- 2,499 1,793 1,798 1,803 1,808 1,813 1,818 1,823 1,828 1,833 1,838 1,843
2,500 4,999 9,292 9,315 9,338 9,361 9,384 9,407 9,430 9,453 9,476 9,499 9,522
5,000 9,999 795 797 799 801 803 805 807 809 811 813 815
10,000 19,999 23 23 23 23 23 23 23 23 23 23 23
20,000 29,999 3 3 3 3 3 3 3 3 3 3 3
30,000 39,999 4 4 4 4 4 4 4 4 4 4 4
40,000 Above - - - - - - - - - - -
Total 11,910 11,940 11,970 12,000 12,030 12,060 12,090 12,120 12,150 12,180 12,210
Page: 15
Date: 11/15/2019 2019 11 13 Coppell Stormwater Model Scen 1 -- 7 Year DG Acct Input
10 Year Forecast
2020-2029 Input Test Year Forecast
Area 2019 2020 2021 2022 2023 2024 2025 2026 2027 2028
Input Area -- ERUs and Impervious Surface Area
Scenario:2019 11 15 -- Scenario I -- 7 Year
CITY OF COPPELL
STORMWATER COST OF SERVICE MODEL
Commercial
- 2,499 147 148 149 150 151 152 153 154 155 156 157
2,500 4,999 18 18 18 18 18 18 18 18 18 18 18
5,000 9,999 14 14 14 14 14 14 14 14 14 14 14
10,000 49,999 159 160 161 162 163 164 165 166 167 168 169
50,000 99,999 46 46 46 46 46 46 46 46 46 46 46
100,000 249,999 70 71 72 73 74 75 76 77 78 79 80
250,000 499,999 58 59 60 61 62 63 64 65 66 67 68
500,000 999,999 41 41 41 41 41 41 41 41 41 41 41
1,000,000 1,999,999 10 10 10 10 10 10 10 10 10 10 10
2,000,000 Above 1 1 1 1 1 1 1 1 1 1 1
Total 564 568 572 576 580 584 588 592 596 600 604
Multi Family
- 2,499 - - - - - - - - - - -
2,500 4,999 - - - - - - - - - - -
5,000 9,999 - - - - - - - - - - -
10,000 49,999 1 1 1 1 1 1 1 1 1 1 1
50,000 99,999 - - - - - - - - - - -
100,000 249,999 5 5 5 5 5 5 5 5 5 5 5
250,000 499,999 6 6 6 6 6 6 6 6 6 6 6
500,000 999,999 4 4 4 4 4 4 4 4 4 4 4
1,000,000 1,999,999 - - - - - - - - - - -
2,000,000 Above - - - - - - - - - - -
Total 16 16 16 16 16 16 16 16 16 16 16
Other
- 2,499 - - - - - - - - - - -
2,500 4,999 - - - - - - - - - - -
5,000 9,999 - - - - - - - - - - -
10,000 49,999 - - - - - - - - - - -
50,000 99,999 - - - - - - - - - - -
100,000 249,999 - - - - - - - - - - -
250,000 499,999 - - - - - - - - - - -
500,000 999,999 - - - - - - - - - - -
1,000,000 1,999,999 - - - - - - - - - - -
2,000,000 Above - - - - - - - - - - -
Total - - - - - - - - - - -
Total System 12,490 12,524 12,558 12,592 12,626 12,660 12,694 12,728 12,762 12,796 12,830
0.3%0.3%0.3%0.3%0.3%0.3%0.3%0.3%0.3%0.3%
Impervious Surface Area
Page: 16
Date: 11/15/2019 2019 11 13 Coppell Stormwater Model Scen 1 -- 7 Year DG Acct Input
10 Year Forecast
2020-2029 Input Test Year Forecast
Area 2019 2020 2021 2022 2023 2024 2025 2026 2027 2028
Input Area -- ERUs and Impervious Surface Area
Scenario:2019 11 15 -- Scenario I -- 7 Year
CITY OF COPPELL
STORMWATER COST OF SERVICE MODEL
Square Feet/Acre 43,560
Total City
Acres 9,504 9,504 9,504 9,504 9,504 9,504 9,504 9,504 9,504 9,504 9,504
Square Feet 413,994,240 413,994,240 413,994,240 413,994,240 413,994,240 413,994,240 413,994,240 413,994,240 413,994,240 413,994,240 413,994,240
Impervious Surface Area Per Account -- Square Feet
Residential 3,498 3,498 3,498 3,498 3,498 3,498 3,498 3,498 3,498 3,498 3,498
Commercial 152,436 152,436 152,436 152,436 152,436 152,436 152,436 152,436 152,436 152,436 152,436
Multi Family 328,244 328,244 328,244 328,244 328,244 328,244 328,244 328,244 328,244 328,244 328,244
Other - - - - - - - - - - -
Impervious Surface Area Total -- Square Feet
Residential 41,660,959 41,765,899 41,870,838 41,975,777 42,080,717 42,185,656 42,290,596 42,395,535 42,500,475 42,605,414 42,710,353
Commercial 85,973,950 86,583,694 87,193,438 87,803,183 88,412,927 89,022,671 89,632,416 90,242,160 90,851,904 91,461,649 92,071,393
Multi Family 5,251,912 5,251,912 5,251,912 5,251,912 5,251,912 5,251,912 5,251,912 5,251,912 5,251,912 5,251,912 5,251,912
Other - - - - - - - - - - -
Total 132,886,821 133,601,504 134,316,188 135,030,872 135,745,556 136,460,239 137,174,923 137,889,607 138,604,291 139,318,974 140,033,658
Impervious Surface Area Total -- Acres
Residential 956 959 961 964 966 968 971 973 976 978 980
Commercial 1,974 1,988 2,002 2,016 2,030 2,044 2,058 2,072 2,086 2,100 2,114
Multi Family 121 121 121 121 121 121 121 121 121 121 121
Other - - - - - - - - - - -
Total 3,051 3,067 3,083 3,100 3,116 3,133 3,149 3,166 3,182 3,198 3,215
Total City Acres 9,504 9,504 9,504 9,504 9,504 9,504 9,504 9,504 9,504 9,504 9,504
Percent Impervious Surface 32.1%32.3%32.4%32.6%32.8%33.0%33.1%33.3%33.5%33.7%33.8%
Page: 17
Date: 11/15/2019 2019 11 13 Coppell Stormwater Model Scen 1 -- 7 Year DG Budget Input
Test Year
2019
Total Total Rev Forecast Increase in:
Budget Adjustments Rqmt 2020 2021 2022 2023 2024 2025 2026 2027 2028
Input Area -- City Budget
Scenario:2019 11 15 -- Scenario I -- 7 Year
CITY OF COPPELL
STORMWATER COST OF SERVICE MODEL
INPUT VARIABLES
UTILITY:CITY OF COPPELL
Test Year:2019
Forecast Period:2020-2029
Scenario:2019 11 15 -- Scenario I -- 7 Year
ACCELLERATORS
Salary Adjustment 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
Inflation 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
Expense Increase Premium 5.0%5.0%5.0%5.0%5.0%5.0%5.0%5.0%5.0%
Stormwater Accounts 0.3%0.3%0.3%0.3%0.3%0.3%0.3%0.3%0.3%
NON-FEE REVENUES
Charges for Service (non-rate)
6400 Interest Income 5,000$ -$ 5,000$ 0.0%0.0%0.0%0.0%0.0%0.0%0.0%0.0%0.0%
6635 Storm Water Revenue 230,000 (230,000) - 0.0%0.0%0.0%0.0%0.0%0.0%0.0%0.0%0.0%
Other - - - 0.0%0.0%0.0%0.0%0.0%0.0%0.0%0.0%0.0%
Other - - - 0.0%0.0%0.0%0.0%0.0%0.0%0.0%0.0%0.0%
Other - - - 0.0%0.0%0.0%0.0%0.0%0.0%0.0%0.0%0.0%
Other - - - 0.0%0.0%0.0%0.0%0.0%0.0%0.0%0.0%0.0%
Other - - - 0.0%0.0%0.0%0.0%0.0%0.0%0.0%0.0%0.0%
Other - - - 0.0%0.0%0.0%0.0%0.0%0.0%0.0%0.0%0.0%
Total Non-Rate Revenues 235,000$ (230,000)$ 5,000$
Page: 18
Date: 11/15/2019 2019 11 13 Coppell Stormwater Model Scen 1 -- 7 Year DG Budget Input
Test Year
2019
Total Total Rev Forecast Increase in:
Budget Adjustments Rqmt 2020 2021 2022 2023 2024 2025 2026 2027 2028
Input Area -- City Budget
Scenario:2019 11 15 -- Scenario I -- 7 Year
CITY OF COPPELL
STORMWATER COST OF SERVICE MODEL
Fund 14 - Municipal DUD
Personnel
1010 Asst/ DPW & Construction Inspector 73,284$ -$ 73,284$ 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
1030 Longevity 489 - 489 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
1040 Overtime 1,250 - 1,250 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
1041 FLSA Overtime 60 - 60 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
1070 Retirement 12,246 - 12,246 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
1080 Medical/Dental Insurance 10,274 - 10,274 8.0%8.0%8.0%8.0%8.0%8.0%8.0%8.0%8.0%
1081 HRA Insurance 375 - 375 8.0%8.0%8.0%8.0%8.0%8.0%8.0%8.0%8.0%
1100 Medicare 1,151 - 1,151 8.0%8.0%8.0%8.0%8.0%8.0%8.0%8.0%8.0%
1110 Workers Compensation 133 - 133 8.0%8.0%8.0%8.0%8.0%8.0%8.0%8.0%8.0%
1120 Life Insurance 276 - 276 8.0%8.0%8.0%8.0%8.0%8.0%8.0%8.0%8.0%
1140 Merit/Salary Increase 2,931 - 2,931 8.0%8.0%8.0%8.0%8.0%8.0%8.0%8.0%8.0%
1160 Long Term Disability 170 - 170 8.0%8.0%8.0%8.0%8.0%8.0%8.0%8.0%8.0%
1170 Compensation Incentive 1,350 - 1,350 8.0%8.0%8.0%8.0%8.0%8.0%8.0%8.0%8.0%
Asst/ DPW & Construction Inspector - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
Drainage Supervisor - - - 0.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
x Crew Leader - - - 0.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
x Maintenance Worker I - - - 0.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
x Maintenance Worker II - - - 0.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
x Equipment Operator - - - 0.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
x Administrative Technician - - - 0.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
x MS4 Program Manager - 0 0 0.0%989130000.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
x Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
x Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
x Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
x Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
x Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
x Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
x Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
x Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
x Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
x Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
x Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
x Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
Total 103,989$ 0$ 103,989$
Page: 19
Date: 11/15/2019 2019 11 13 Coppell Stormwater Model Scen 1 -- 7 Year DG Budget Input
Test Year
2019
Total Total Rev Forecast Increase in:
Budget Adjustments Rqmt 2020 2021 2022 2023 2024 2025 2026 2027 2028
Input Area -- City Budget
Scenario:2019 11 15 -- Scenario I -- 7 Year
CITY OF COPPELL
STORMWATER COST OF SERVICE MODEL
Services
3210 Street System Maintenance 20,999$ -$ 20,999$ 3.3%3.3%3.3%3.3%3.3%3.3%3.3%3.3%3.3%
3220 Water/Sewer Maintenance - - - 3.3%3.3%3.3%3.3%3.3%3.3%3.3%3.3%3.3%
3222 Drainage Maintenance 158,588 - 158,588 3.3%3.3%3.3%3.3%3.3%3.3%3.3%3.3%3.3%
4150 Telephone 5,450 - 5,450 3.3%3.3%3.3%3.3%3.3%3.3%3.3%3.3%3.3%
4220 Other Professional Servic 54,256 - 54,256 3.3%3.3%3.3%3.3%3.3%3.3%3.3%3.3%3.3%
4240 Special Projects 8,000 - 8,000 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
4320 Training Expense 5,000 - 5,000 3.3%3.3%3.3%3.3%3.3%3.3%3.3%3.3%3.3%
4340 Dues and Memberships 200 - 200 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
4370 Publications/Subscription 200 - 200 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
Equipment Maintenance Costs - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
Tree Removal - 45,000 45,000 33.3%16.7%14.3%12.5%11.1%3.0%3.0%3.0%3.0%
Storm Sewer Cleaning - 0 0 150000000.0%66.7%40.0%14.3%25.0%3.0%3.0%3.0%3.0%
Inlet Cleaning and Repair - 0 0 150000000.0%66.7%40.0%14.3%25.0%3.0%3.0%3.0%3.0%
Street Sweeping - 20,000 20,000 50.0%33.3%37.5%18.2%15.4%3.0%3.0%3.0%3.0%
Channel Mowing - 6,000 6,000 66.7%50.0%33.3%25.0%0.0%3.0%3.0%3.0%3.0%
Erosion Control - 5,000 5,000 100.0%50.0%0.0%33.3%0.0%3.0%3.0%3.0%3.0%
Channel Grading - 50,000 50,000 0.0%0.0%0.0%0.0%0.0%3.0%3.0%3.0%3.0%
Headwall Repair - 50,000 50,000 20.0%16.7%14.3%12.5%11.1%3.0%3.0%3.0%3.0%
System Inspection - 150,000 150,000 0.0%0.0%0.0%0.0%0.0%3.0%3.0%3.0%3.0%
Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
Total 252,693$ 326,000$ 578,693$
3,120 137,363 135,239 173,582 218,961
Page: 20
Date: 11/15/2019 2019 11 13 Coppell Stormwater Model Scen 1 -- 7 Year DG Budget Input
Test Year
2019
Total Total Rev Forecast Increase in:
Budget Adjustments Rqmt 2020 2021 2022 2023 2024 2025 2026 2027 2028
Input Area -- City Budget
Scenario:2019 11 15 -- Scenario I -- 7 Year
CITY OF COPPELL
STORMWATER COST OF SERVICE MODEL
Supplies
2010 Office Supplies 500$ -$ 500$ 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
2090 Other Supplies 1,000 - 1,000 3.3%3.3%3.3%3.3%3.3%3.3%3.3%3.3%3.3%
2982 Other Equipment 100 - 100 3.3%3.3%3.3%3.3%3.3%3.3%3.3%3.3%3.3%
Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
Total 1,600$ -$ 1,600$
SUB-TOTAL 358,282$ 326,000$ 684,282$
Other
Other -$ -$ -$ 3.3%3.3%3.3%3.3%3.3%3.3%3.3%3.3%3.3%
Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
Other - - - 3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%3.0%
Total -$ -$ -$
SUB-TOTAL -$ -$ -$
TOTAL OPERATING 358,282$ 326,000$ 684,282$
CAPITAL OUTLAYS - -
TOTAL BUDGET 358,282 326,000 684,282
Page: 21
Date: 11/15/2019 2019 11 13 Coppell Stormwater Model Scen 1 -- 7 Year DG Capital Outlay Input
10 Year Forecast
2020-2029 Input
Area 2019 2020 2021 2022 2023 2024 2025 2026 2027 2028
Input Area -- Capital Outlays
Scenario:2019 11 15 -- Scenario I -- 7 Year
Capital Outlays
Capital Outlay - 200,000 350,000 500,000 500,000 500,000 500,000 500,000 500,000 500,000
Capital Outlay - - - - - - - - - -
Capital Outlay - - - - - - - - - -
Capital Outlay - - - - - - - - - -
Capital Outlay - - - - - - - - - -
Capital Outlay - - - - - - - - - -
Capital Outlay - - - - - - - - - -
Capital Outlay - - - - - - - - - -
Capital Outlay - - - - - - - - - -
Capital Outlay - - - - - - - - - -
Capital Outlay - - - - - - - - - -
Capital Outlay - - - - - - - - - -
Capital Outlay - - - - - - - - - -
Capital Outlay - - - - - - - - - -
Capital Outlay - - - - - - - - - -
Capital Outlay - - - - - - - - - -
Capital Outlay - - - - - - - - - -
TOTAL CAPITAL OUTLAYS - 200,000 350,000 500,000 500,000 500,000 500,000 500,000 500,000 500,000
CITY OF COPPELL
STORMWATER COST OF SERVICE MODEL
Page 22
Date: 11/15/2019 2019 11 13 Coppell Stormwater Model Scen 1 -- 7 Year DG CIP Input
CITY OF COPPELL
Forecast STORMWATER COST OF SERVICE MODEL
2020-2029
Total 1 2 3 4 5 6 7 8 9 10
Cost 2019 2020 2021 2022 2023 2024 2025 2026 2027 2028
Input Area -- Capital Improvement Plan
Scenario:2019 11 15 -- Scenario I -- 7 Year
Annual Capital Expenditures
Storm Drain Condition Study 200,000$ -$ 200,000$ -$ -$ -$ -$ -$ -$ -$ -$
Parker/Hollywood Headwall Repair 565,000 - 165,000 400,000 - - - - - - -
Stream G-6 850,000 - - 150,000 700,000 - - - - - -
Drainage Design Manual Update 200,000 - 200,000 - - - - - - - -
Kaye Street Lot Drainage 500,000 - - - 500,000 - - - - - -
Arbor Brook Channel Drainage 500,000 - - - 500,000 - - - - - -
Woodridge Channel Drainage 3,000,000 - - - - 350,000 2,650,000 - - - -
Deforest Drainage 1,000,000 - - - - 120,000 880,000 - - - -
Dump Truck 12 Yd 50,000 GVW - - - - - - - - - - -
Equipment Trailer - - - - - - - - - - -
1/2 Ton Truck - - - - - - - - - - -
1 Ton Truck - - - - - - - - - - -
Walk Behind Pavement Saw - - - - - - - - - - -
Backhoe Loader, Wheeled, Deere 410J - - - - - - - - - - -
Air Compressor - - - - - - - - - - -
Arrow Board - - - - - - - - - - -
Vibratory Plate Compactor - - - - - - - - - - -
Jumping Jack Compactor - - - - - - - - - - -
Hydroscopic Excavator - - - - - - - - - - -
Vac/Jetter Truck - - - - - - - - - - -
Tractor, Deere 5083N - - - - - - - - - - -
Flex Wing Rotary Cutter - - - - - - - - - - -
Project - - - - - - - - - - -
Project - - - - - - - - - - -
Project - - - - - - - - - - -
Future Projects 2,000,000 - - - - - - 500,000 500,000 500,000 500,000
TOTAL CIP 8,815,000 - 565,000 550,000 1,700,000 470,000 3,530,000 500,000 500,000 500,000 500,000
Page: 23
Date: 11/15/2019 2019 11 13 Coppell Stormwater Model Scen 1 -- 7 Year DG CIP Funding Input
CITY OF COPPELL
Forecast STORMWATER COST OF SERVICE MODEL
2020-2029
2 3 4 5 6 7 8 9 10
2020 2021 2022 2023 2024 2025 2026 2027 2028
Input Area -- Capital Improvement Plan FUNDING
Scenario:2019 11 15 -- Scenario I -- 7 Year
1 Total Capital Improvement Plan
Total 565,000 550,000 1,700,000 470,000 3,530,000 500,000 500,000 500,000 500,000
CIP Funding Summary
2 2020 2021 2022 2023 2024 2025 2026
Beginning Funds Available 449,842$ 98,337$ 1,401,287$ 243,326$ 280,626$ 9,045$ 9,316$ 9,595$ 9,883$
Interest 3.0%13,495 2,950 42,039 7,300 8,419 271 279 288 296
Plus Capital Outlays 200,000 350,000 500,000 500,000 500,000 500,000 500,000 500,000 500,000
Sub-Total 663,337 451,287 1,943,326 750,626 789,045 509,316 509,595 509,883 510,180
Plus Proceeds from Issuance of Debt 4,250,000 - 1,500,000 - - 2,750,000 - - - -
Total Available Funds 663,337 1,951,287 1,943,326 750,626 3,539,045 509,316 509,595 509,883 510,180
Less CIP 6,815,000 565,000 550,000 1,700,000 470,000 3,530,000 500,000 500,000 500,000 500,000
Ending Funds Available 98,337$ 1,401,287$ 243,326$ 280,626$ 9,045$ 9,316$ 9,595$ 9,883$ 10,180$
Page: 24
Date: 11/15/2019 2019 11 13 Coppell Stormwater Model Scen 1 -- 7 Year DG Future Debt Input
10 Year Forecast
2020-2029 Input 1 2 3 4 5 6 7 8 9
Area 2019 2020 2021 2022 2023 2024 2025 2026 2027 2028
Input Area -- Future Debt Service
Scenario:2019 11 15 -- Scenario I -- 7 Year
Debt Financing Variables
Issuing Cost Percentage 0.00%
Interest Rate 3.00%
Term (Years)20
Reserve Years Funded -
Debt Issues
Total Stormwater - CIP FUNDING INPUT 4,250,000$ -$ -$ 1,500,000$ -$ -$ 2,750,000$ -$ -$ -$ -$
Total Stormwater - DASHBOARD 4,250,000$ - - 1,500,000 - - 2,750,000 - - - -
Series:2019
Principal -$
Issuing Costs -
Total Debt -
Interest Rate 3.00%
Term 20
P&I -
1 2 3 4 5 6 7 8 9
Beginning Principal - - - - - - - - -
Principal -$ -$ -$ -$ -$ -$ -$ -$ -$
Interest - - - - - - - - -
Reserve - - - - - - - - -
Total -$ -$ -$ -$ -$ -$ -$ -$ -$
Series:2020
Principal -$
Issuing Costs -
Total Debt -
Interest Rate 3.00%
Term 20
P&I -
1 2 3 4 5 6 7 8
Beginning Principal - - - - - - - -
Principal -$ -$ -$ -$ -$ -$ -$ -$
Interest - - - - - - - -
Reserve - - - - - - - -
Total -$ -$ -$ -$ -$ -$ -$ -$
CITY OF COPPELL
STORMWATER COST OF SERVICE MODEL
Page: 25
Date: 11/15/2019 2019 11 13 Coppell Stormwater Model Scen 1 -- 7 Year DG Future Debt Input
10 Year Forecast
2020-2029 Input 1 2 3 4 5 6 7 8 9
Area 2019 2020 2021 2022 2023 2024 2025 2026 2027 2028
Input Area -- Future Debt Service
Scenario:2019 11 15 -- Scenario I -- 7 Year
CITY OF COPPELL
STORMWATER COST OF SERVICE MODEL
Series:2021
Principal 1,500,000$
Issuing Costs -
Total Debt 1,500,000
Interest Rate 3.00%
Term 20
P&I 100,824
1 2 3 4 5 6 7
Beginning Principal 1,500,000$ 1,444,176$ 1,386,678$ 1,327,455$ 1,266,455$ 1,203,625$ 1,138,910$
Principal 55,824$ 57,498$ 59,223$ 61,000$ 62,830$ 64,715$ 66,656$
Interest 45,000 43,325 41,600 39,824 37,994 36,109 34,167
Reserve - - - - - - -
Total 100,824$ 100,824$ 100,824$ 100,824$ 100,824$ 100,824$ 100,824$
Series:2022
Principal -$
Issuing Costs -
Total Debt -
Interest Rate 3.00%
Term 20
P&I -
1 2 3 4 5 6
Beginning Principal - - - - - -
Principal -$ -$ -$ -$ -$ -$
Interest - - - - - -
Reserve - - - - - -
Total -$ -$ -$ -$ -$ -$
Page: 26
Date: 11/15/2019 2019 11 13 Coppell Stormwater Model Scen 1 -- 7 Year DG Future Debt Input
10 Year Forecast
2020-2029 Input 1 2 3 4 5 6 7 8 9
Area 2019 2020 2021 2022 2023 2024 2025 2026 2027 2028
Input Area -- Future Debt Service
Scenario:2019 11 15 -- Scenario I -- 7 Year
CITY OF COPPELL
STORMWATER COST OF SERVICE MODEL
Series:2023
Principal -$
Issuing Costs -
Total Debt -
Interest Rate 3.00%
Term 20
P&I -
1 2 3 4 5
Beginning Principal - - - - -
Principal - - - - -
Interest - - - - -
Reserve - - - - -
Total -$ -$ -$ -$ -$
Series:2024
Principal 2,750,000$
Issuing Costs -
Total Debt 2,750,000
Interest Rate 3.00%
Term 20
P&I 184,843
1 2 3 4
Beginning Principal 2,750,000 2,647,657 2,542,243 2,433,667
Principal 102,343$ 105,413$ 108,576$ 111,833$
Interest 82,500 79,430 76,267 73,010
Reserve - - - -
Total 184,843$ 184,843$ 184,843$ 184,843$
Page: 27
Date: 11/15/2019 2019 11 13 Coppell Stormwater Model Scen 1 -- 7 Year DG Future Debt Input
10 Year Forecast
2020-2029 Input 1 2 3 4 5 6 7 8 9
Area 2019 2020 2021 2022 2023 2024 2025 2026 2027 2028
Input Area -- Future Debt Service
Scenario:2019 11 15 -- Scenario I -- 7 Year
CITY OF COPPELL
STORMWATER COST OF SERVICE MODEL
Series:2025
Principal -$
Issuing Costs -
Total Debt -
Interest Rate 3.00%
Term 20
P&I -
1 2 3
Beginning Principal - - -
Principal -$ -$ -$
Interest - - -
Reserve - - -
Total -$ -$ -$
Series:2026
Principal -$
Issuing Costs -
Total Debt -
Interest Rate 3.00%
Term 20
P&I -
1 2
Beginning Principal - -
Principal -$ -$
Interest - -
Reserve - -
Total -$ -$
Page: 28
Date: 11/15/2019 2019 11 13 Coppell Stormwater Model Scen 1 -- 7 Year DG Future Debt Input
10 Year Forecast
2020-2029 Input 1 2 3 4 5 6 7 8 9
Area 2019 2020 2021 2022 2023 2024 2025 2026 2027 2028
Input Area -- Future Debt Service
Scenario:2019 11 15 -- Scenario I -- 7 Year
CITY OF COPPELL
STORMWATER COST OF SERVICE MODEL
Series:2027
Principal -$
Issuing Costs -
Total Debt -
Interest Rate 3.00%
Term 20
P&I -
1
Beginning Principal -
Principal -$
Interest -
Reserve -
Total -$
Series:Total
Principal -$ -$ -$ 55,824$ 57,498$ 59,223$ 163,343$ 168,243$ 173,291$ 178,489$
Interest - - - 45,000 43,325 41,600 122,324 117,423 112,376 107,177
Reserve - - - - - - - - - -
Total - - - 100,824 100,824 100,824 285,667 285,667 285,667 285,667
Page: 29
2019 Stormwater UtilityFinal Report – DUD Rate StudyCouncil PresentationCity of CoppellBackground onStormwater UtilitiesEPA has issued regulations requiring cities to create and implement comprehensive stormwater management plansThese regulations and increasing urbanization in general have led to higher stormwater-related costsIn past cities have mostly absorbed stormwater costs in utility and general fundsAs costs continue to rise, cities are increasingly establishing separate utilities to finance and manage stormwater operationsPage: 212
City of CoppellCurrent Stormwater FeesPage: 3Residential PropertySingle-family 1.00$ Per UnitMulti-family 7.00$ Per AcreMinimum = $5, Maximum = $75Commercial/Industrial Property8.00$ Per Acre9.00$ Per Impervious AcreMinimum = $5, Maximum = $75Day Care Center/Church7.00$ Per Acre9.00$ Per Impervious AcreMinimum = $5, Maximum = $75How are Stormwater Fees Assessed?Page: 4SOURCE: Black and Veatch 2018 Nat’l SurveyNOTE: some utilities use a combination of methods to assess fees34
Monthly Residential Stormwater ChargesDFW AreaPage: 5Impervious Surface Area/Account – ResidentialPage: 6Total Accounts = 11,910Number of AccountsAvg. Square Feet per Account = 3,49856
Impervious Surface Area/Account – CommercialPage: 7Number of AccountsTotal Accounts = 564Forecast Capital Improvement Planand Bond IssuesPage: 8Total 2020 2021 2022 2023 2024 2025Storm Drain Condition Study200,000$ -$ 200,000$ -$ -$ -$ -$ Parker/Hollywood Headwall Repair565,000 - 165,000 400,000 - - - Stream G-6850,000 - - 150,000 700,000 - - Drainage Design Manual Update200,000 - 200,000 - - - - Kaye Street Lot Drainage500,000 - - - 500,000 - - Arbor Brook Channel Drainage500,000 - - - 500,000 - - Woodridge Channel Drainage3,000,000 - - - - 350,000 2,650,000 Deforest Drainage1,000,000 - - - - 120,000 880,000 Total6,815,000 - 565,000 550,000 1,700,000 470,000 3,530,000 Forecast Bond Issues 4,250,000 - 1,500,000 - - 2,750,000 - 78
Step 3Current and Forecast Cost of ServicePage: 9Notes on Fee ProposalUnder current fee structure, large commercial properties have been paying far less than costDraft recommendation is to replace acre-based fee structure with impervious surface area based structure -- will more closely align fee to amount of runoff caused by specific property2 Implementation alternatives for large commercial:Alternative 1– Implement over 7 YearsAlternative 2 – Implement over 5 YearsPage: 10910
Alternative I7 Year Implementation – Large CommercialPage: 11Current Oct-20 Oct-21 Oct-22 Oct-23 Oct-24 Oct-25 Oct-26STORMWATER Utility Monthly ChargeResidential1.00$ 2.00$ 3.00$ 4.00$ 5.00$ 5.00$ 5.00$ 5.00$ Commercial and Multi Family- 9,999 - 0.23 5.007.00 8.00 9.00 10.00 10.00 10.00 10.00 10,000 49,999 0.23 1.15 5.00--16.0011.00 13.00 15.00 18.00 18.00 18.00 18.00 50,000 99,999 1.15 2.30 16.00--24.0021.00 48.00 81.00 105.00 120.00 135.00 150.00 100,000 249,999 2.30 5.74 24.00--48.0049.00 112.00 189.00 245.00 280.00 315.00 350.00 250,000 499,999 5.74 11.48 48.00--75.0098.00 224.00 378.00 490.00 560.00 630.00 700.00 500,000 Above 11.48 Above75.00 210.00 480.00 810.00 1,050.00 1,200.00 1,350.00 1,500.00 Square Feet Approximate AcresAlternative II5 Year Implementation – Large CommercialPage: 12Current Oct-20 Oct-21 Oct-22 Oct-23 Oct-24 Oct-25 Oct-26STORMWATER Utility Monthly ChargeResidential1.00$ 2.00$ 3.00$ 4.00$ 5.00$ 5.00$ 5.00$ 5.00$ Commercial and Multi Family- 9,999 - 0.23 5.007.00 8.00 9.00 10.00 10.00 10.00 10.00 10,000 49,999 0.23 1.15 5.00--16.0011.00 13.00 15.00 18.00 18.00 18.00 18.00 50,000 99,999 1.15 2.30 16.00--24.0026.25 60.00 101.25 150.00 150.00 150.00 150.00 100,000 249,999 2.30 5.74 24.00--48.0061.25 140.00 236.25 350.00 350.00 350.00 350.00 250,000 499,999 5.74 11.48 48.00--75.00122.50 280.00 472.50 700.00 700.00 700.00 700.00 500,000 Above 11.48 Above75.00 262.50 600.00 1,012.50 1,500.00 1,500.00 1,500.00 1,500.00 Square Feet Approximate Acres1112
Forecast Revenues and ExpensesPage: 132020 2021 2022 2023 2024 2025 2026 2027Total Revenue 306,764 529,892 942,668 1,417,496 1,813,712 1,962,248 2,123,744 2,282,120 Cost of Service 706,309 995,231 1,419,943 1,648,380 1,717,121 1,971,336 2,009,023 2,047,970 Required General Fund Subsidy 399,545 465,339 477,275 230,884 - 9,088 - - Total Subsidy 1,582,131 2020 2021 2022 2023 2024 2025 2026 2027Total Revenue 306,764 579,893 1,057,964 1,613,435 2,252,912 2,255,048 2,271,584 2,282,120 Cost of Service 706,309 995,231 1,419,943 1,648,380 1,717,121 1,971,336 2,009,023 2,047,970 Required General Fund Support 399,545 415,338 361,979 34,945 - - - - Total Support 1,211,807 Alternative I – 7 YearAlternative II – 5 YearResidential MonthlyStormwater Charges – Alt I & IIPage: 141314
Commercial Monthly Stormwater Fees Alternative I & IIPage: 15Oct-25 (I)Square Feet Oct-20 Oct-23 (II) Flower Mound Lewisville Southlake The Colony GrapevineResidential1.00$ 5.00$ 4.35$ 4.00$ 8.00$ 3.00$ 4.00$ CommercialSmall 2,400 5.00 10.00 32.74 3.43 8.00 4.25 4.00 Medium 28,186 8.00 18.00 44.64 40.31 35.23 35.17 17.60 Large 2,810,967 75.00 1,500.00 56.55 4,019.68 3,513.71 3,507.52 1,755.21 CoppellPresentation SummaryIncreasing stormwater costs are a result of urbanization and EPA regulationsFee adjustments are required to ensure that stormwater utility recovers its cost of serviceWhile commercial fees for larger properties are significantly higher, current fee is extremely low and significantly below cost Chosen fee alternative should be reviewed periodically to ensure cost of service is recoveredPage: 161516
Appendix17
Land Use Current Monthly RateImpervious Area (s.f.)October 1, 2020October 1, 2021October 1, 2022October 1, 2023October 1, 2024October 1, 2025October 1, 2026Residential All$1.00$2.00$3.00$4.00$5.00$5.00$5.00$5.00Commercial and Multi-Family0-9,999$5.00$7.00$8.00$9.00$10.00$10.00$10.00$10.0010,000-49,999$5.00-$16.00$11.00$13.00$15.00$18.00$18.00$18.00$18.0050,000-99,999$16.00-$24.00$26.25$60.00$101.25$150.00$150.00$150.00$150.00100,000-249,999$24.00-$48.00$61.25$140.00$236.25$350.00$350.00$350.00$350.00250,000-499,999$48.00-$75.00$122.50$280.00$472.50$700.00$700.00$700.00$700.00500,000-Above$75.00$262.50$500.00$1,012.50$1,500.00$1,500.00$1,500.00$1,500.00Proposed Monthly Rate Beginning on Date:
TM 113536
AN ORDINANCE OF THE CITY OF COPPELL, TEXAS
ORDINANCE NO. ________
AN ORDINANCE OF THE CITY OF COPPELL, TEXAS,
AMENDING THE CODE OF ORDINANCES, AS HERETOFORE
AMENDING CHAPTER 9 ‘GENERAL REGULATIONS’, ARTICLE 9-22
‘MUNICIPAL DRAINAGE UTILITY SYSTEMS’, SECTIONS 9-22-1
THROUGH 9-22-7, REPEALING IT IN ITS ENTIRETY AND REPLACING
BY A NEW ARTICLE 9-22, ‘MUNICIPAL DRAINAGE UTILITY
SYSTEMS’; PROVIDING A REPEALING CLAUSE; PROVIDING A
SEVERABILITY CLAUSE; AND PROVIDING AN EFFECTIVE DATE.
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF COPPELL,
TEXAS:
SECTION 1. That Chapter 9 ‘General Regulations’, Article 9-22 ‘Municipal Drainage
Utility Systems’ of the Code of Ordinances be, and the same is hereby, amended to read as follows:
“Chapter 9 – GENERAL REGULATIONS
ARTICLE 9-22. – MUNICIPAL DRAINAGE UTILITY SYSTEMS
Sec. 9-22-1. Established.
A. A municipal drainage utility system is hereby established and declared to be a public utility.
The city shall have full authority to operate said municipal drainage utility system pursuant to
authority contained in Section 552.041, et seq. of the Texas Local Government Code, the City
Charter, and its home-rule authority as provided under Article XI, Section 5, of the Texas
Constitution.
B. The Coppell City Council will, by ordinance, adopt rules for the operation and conduct of the
Coppell municipal drainage utility system, consistent with its authority and state law.
C. Prior to the levy of any drainage charges for the financing and funding of the Coppell
Municipal Drainage Utility System, the Coppell City Council shall hold a public hearing on
such charges pursuant to state law.
Sec. 9-22-2. Definitions.
The City hereby adopts those definitions provided in Section 552.044, Texas Local Government
Code, as amended.
Sec. 9-22-3. Charges and exemptions authorized.
2
TM 113536
A. The city will establish a schedule of drainage charges against all real property in the city
subject to charges under Sections 552.041, et seq. of Subchapter C of Chapter 552 of the
Texas Local Government Code.
1. The city will provide drainage for all real property within the city on payment of drainage
charges, except such real property which may be exempted therefrom as authorized by
law; and
2. The city will offer such drainage service on nondiscriminatory, reasonable and equitable
terms.
Sec. 9-22-4. Service area.
As a result of the topography, hydraulics, watershed and drainage of the land of the entire
boundaries of the city, the entire boundaries shall hereby constitute a single service area for the
purpose of this article.
Sec. 9-22-5. Drainage Charges
The city council shall, by resolution, establish a drainage charge based on the following
schedule of use as provided. The following schedule of drainage charges is hereby levied against
all real property lying with the City of Coppell, Texas, subject to drainage charges herein:
(1) Residential property.
a. Single-family zoned property. The charge for property zoned and developed for
residential use in the following zoning districts shall be a flat rate charge per unit per
month as established by resolution of the City Council.
• Single-family estates (SF-ED)
• Single-family 18 (SF-18)
• Single-family 12 (SF 12)
• Single-family 9 (SF 9)
• Single-family 7 (SF 7)
• Planned development single-family residential
• Two-family (2F-9)
• Townhouse (TH-1 & TH-2)
• Manufactured home park (MH)
b. Multi-family zoned property. The charge for property zoned and developed for multi-
family use in the following residential zoning districts shall be a flat rate charge per
impervious square feet per month, as established by resolution of the city council.
3
TM 113536
• Multi-family (MF-1 & MF-2)
• Planned development multi-family
(2) Commercial/industrial property. The charge for property zoned and developed for
commercial or industrial uses in the following non-residential districts shall be as stated
in a, b & c:
• Office (O) • Light Industrial (LI) • Commercial (C)
• Retail (R) • Heavy Industrial (HI) • Highway Commercial (HC)
• Special Use Permit
Non-Residential (SUP)
• Planned Development
Non-Residential • Town Center (TC)
a. Flat rate charge per impervious square feet per month as established by resolution of
the city council.
b. Flat rate charge per impervious square feet per month as established by resolution
of the city council. Impervious area measured in square feet shall be submitted on a
site plan to the city engineer, and said plan shall be sealed by a registered professional
engineer or registered professional land surveyor. Existing development impervious
area will be determined using geospatial data.
c. A flat rate charge per property per month shall be established by resolution of the
city council.
(3) Day care centers/churches. The charge for day care centers/churches, regardless of
zoning, shall be charged as follows:
a. Flat rate charge per impervious square feet per month as established by resolution of
the city council. Impervious area measured in square feet shall be submitted on a site
plan showing the impervious area to the city engineer, and said plan to be sealed by
a registered professional engineer or registered professional land surveyor. Existing
development impervious area will be determined using geospatial data.
b. A flat rate charge per property per month shall be established by resolution of the
city council.
Sec. 9-22-6. - Exemptions from charges.
Exemptions are those permitted under state law from such provisions in this section, as
follows:
(1) Property owned by a public governmental entity, to wit:
(a) The State of Texas;
(b) The County of Dallas and Denton;
(c) The City of Coppell;
(d) The Coppell, Carrollton-Farmers Branch & Lewisville Independent School Districts;
4
TM 113536
(2) Property with proper construction and maintenance of a wholly sufficient and privately
owned drainage system;
(3) Property held and maintained in its natural state, until such time that the property is
developed and all of the public infrastructure constructed has been accepted by the city
for maintenance;
(4) A subdivided lot until a structure has been built on the lot and a certificate of occupancy
has been issued by the city.
Sec. 9-22-7. - Billing; collection of charges.
All billings, credits, rules and other procedures relating to this charge shall be subject to the
provisions of Section 552.041, et seq. of the Texas Local Government Code, and shall specifically
include the following:
(1) There shall be a charge on each monthly utility statement for the municipal drainage utility
system pursuant to this article and as authorized herein. The city manager or his designee is
authorized to collect such charges in a manner consistent with the City Charter and state law.
The drainage fee will be a separate line item on the utility statement and shall be clearly
identified as a separate charge.
(2) Except as otherwise provided herein, billing, charges and collection procedures shall be
consistent with that of the water and sewer services.
(3) Drainage charges shall be identified separately on the utility billing.
(4) Delinquent charges shall be collected in a manner consistent with state law.
(5) The city manager or his designee(s) may, from time to time, adopt rules for the administration
of the drainage charge.”
SECTION 2. That all provisions of the Code of Ordinances of the City of Coppell, Texas,
in conflict with the provisions of this ordinance be, and the same are hereby, amended, and all other
provisions not in conflict with the provisions of this ordinance shall remain in full force and effect.
SECTION 3. That should any word, phrase, paragraph, section or phrase of this ordinance
or of the Code of Ordinances, as amended hereby, be held to be unconstitutional, illegal or invalid,
the same shall not affect the validity of this ordinance as a whole, or any part or provision thereof
other than the part so decided to be unconstitutional, illegal or invalid, and shall not affect the validity
of the Code of Ordinances as a whole.
5
TM 113536
SECTION 4. That this ordinance shall take effect immediately from and after its passage
and the publication of the caption, as the law and charter in such cases provide.
DULY PASSED by the City Council of the City of Coppell, Texas, this the _______ day of
___________________, 2020.
APPROVED:
KAREN SELBO HUNT, MAYOR
ATTEST:
_
CHRISTEL PETTINOS, CITY SECRETARY
APPROVED AS TO FORM:
_____________________________________
ROBERT E. HAGER, CITY ATTORNEY
Master
City of Coppell, Texas 255 E. Parkway Boulevard
Coppell, Texas
75019-9478
File Number: 2020-5029
File ID: Type: Status: 2020-5029 Agenda Item Agenda Ready
1Version: Reference: In Control: Parks and
Recreation
03/17/2020File Created:
Final Action: MacArthur Blvd. TrailFile Name:
Title: Consider award of Bid #Q-1220-01 with Ed Bell Construction, in the amount
of $1,198,488.00, as provided for in CRDC Fund balance, for the installation
of the MacArthur Boulevard Trail; and authorizing the City Manager to sign any
necessary documents.
Notes:
Agenda Date: 03/24/2020
Agenda Number: 9.
Sponsors: Enactment Date:
Memo.pdf, Bid tab Q-1220-01.pdfAttachments: Enactment Number:
Hearing Date: Contact:
Effective Date: Drafter:
Related Files:
History of Legislative File
Action: Result: Return
Date:
Due Date: Sent To: Date: Acting Body: Ver-
sion:
Text of Legislative File 2020-5029
Title
Consider award of Bid #Q-1220-01 with Ed Bell Construction, in the amount of $1,198,488.00,
as provided for in CRDC Fund balance, for the installation of the MacArthur Boulevard Trail;
and authorizing the City Manager to sign any necessary documents.
Summary
See attached memo.
Fiscal Impact:
Funds are available in the ½% CRDC sales tax fund balance for this project.
Page 1City of Coppell, Texas Printed on 3/20/2020
Master Continued (2020-5029)
Staff Recommendation:
The Parks and Recreation Department recommends approval.
Goal Icon:
Sustainable City Government
Business Prosperity
Community Wellness and Enrichment
Sense of Community
Special Place to Live
Page 2City of Coppell, Texas Printed on 3/20/2020
1
MEMORANDUM
To: Mayor and City Council
From: John Elias, Park Projects Manager
Via: Brad Reid, Director of Parks and Recreation
Date: March 24, 2020
Reference: Consider award of bid #Q-1220-01 with Ed Bell Construction, in the amount of
$1,198,488, as provided for in CRDC Fund balance, for the installation of the
MacArthur Blvd. Trail; and authorizing the City Manager to sign and execute any
necessary documents.
2030: Sustainable City Government Strategy: Excellent and Well-Maintained City
Infrastructure and Facilities.
Introduction:
The MacArthur Boulevard Trail will be a north/south connector trail serving the residents of
Coppell’s east side. The 2010 Community Wide Trail Implementation Plan, the 2015 Bicycle &
Pedestrian Master Plan and the 2017 Parks & Recreation Master Plan all recommend widening the
sidewalk along the east side of MacArthur Blvd. from a 4’ wide pedestrian walkway to an 8’ wide
shared use side-path. The proposed side-path would begin at the southeast corner of Deforest Road
and extend south to the northeast corner of Riverchase Drive, approximately 2.5 miles.
The City of Coppell opened bids for Bid No. Q-1220-01 for the MacArthur Blvd. Trail Project on
December 5, 2019. A total of (11) bids were received ranging from $1,198,488.00 to $2,574,096.
Below are the (4) lowest bids received:
• Ed Bell Construction $1,198,488.00
• North Star Construction $1,224,368.00
• HQS Construction $1,252,481.00
• J.B. Co. LLC $1,281,674.30
Bid No. Q-1220-01 for the MacArthur Blvd. Trail Project has been on hold since December 2019 to
enable staff to confirm available CRDC funding.
2
Analysis:
The Coppell Bicycle and Pedestrian Master Plan provides a framework for future investments and
studies in bicycle and pedestrian infrastructure and programs, with a focus on improving connectivity
to local destinations, tying into the regional trail network, improving safety and accessibility for all
bicyclists and pedestrians, supporting economic development, and improving quality of life for
Coppell residents. This project establishes the first significant east Coppell route suggested in the
Master Plan and will connect to the recently installed Riverchase Drive bike lanes and eventually tie
into the east/west Cotton Belt (Silver Line) trail with access to the future Dart rail station.
The Policy Plan section of Coppell 2030 includes the following Transportation and Mobility actions:
• TM – 3 Provide a safe and interconnected network of pedestrian and bicycle routes throughout
the city, with connections to regional transit services, that provides lineages among
employment sites, housing, and mixed-use centers
• TM – 4 Provide walking and biking corridors linking neighborhoods and other destinations in
Coppell to the future DART station in the Belt Line corridor.
The proposed side-path will be installed within the utility easement and no additional easements will
be required for this project. There will be trees that need to be removed to widen the sidewalk from
a 4’ wide pedestrian walkway to an 8’ wide shared use side-path. Most of the trees to be removed
are on Lakes of Coppell HOA property or City property (Fire Station #2 and MacArthur Park). Parks
staff has met with the Lakes of Coppell HOA board to review the trees to be removed and develop a
plan to replace the total number of inches of trees removed. We plan to utilize interlocal agreements
to contract tree planting services and irrigation repairs separate from the Ed Bell Construction amount
of $1,198,488. We are estimating $25,000 for tree planting and $40,000 for irrigation re-routes and
repairs. The original funding allocation for this project was $2,100,000.
The Parks and Recreation Department recommends awarding bid #Q-1220-01 to lowest responsible
bidder, Ed Bell Construction in the amount of $1,198,488.00.
Legal Review:
Agenda item does not require legal review.
Fiscal Impact:
The fiscal impact of this agenda item is $1,198,488.00, as provided for in the CRDC fund balance.
Recommendation:
The Parks and Recreation Department recommends approval of this item.
City of Coppell
December 5, 2019
Ed Bell
Construction
Northstar
Construction HQS Construction J.B. & Company
Urban Infra
Construction
XIT Paving and
Construction
Vescorp
Construction
Roeschco
Construction
Northrock
Construction C. Green Scaping Joe Funk Construction VENDOR
TOTAL 1,198,488.00$ 1,224,368.00$ 1,252,481.00$ 1,281,674.30$ 1,358,657.50$ 1,413,350.00$ 1,513,732.34$ 1,547,169.20$ 1,791,779.21$ 1,851,019.59$ 2,574,096.10$
BID #Q-1220-01 MacArthur Blvd. Trail Construction - As read
Master
City of Coppell, Texas 255 E. Parkway Boulevard
Coppell, Texas
75019-9478
File Number: 2020-5035
File ID: Type: Status: 2020-5035 Agenda Item Agenda Ready
1Version: Reference: In Control: City Council
03/19/2020File Created:
Final Action: Election ResolutionFile Name:
Title: Consider approval of a Resolution to postpone the General Municipal
Election from May 2, 2020 to November 3, 2020; to provide for Early Voting
dates and runoff period as provided by state law; and authorizing the Mayor to
sign.
Considerar la aprobación de una Resolución para posponer las Elecciones
Municipales del 2 de mayo del 2020 hasta el 3 de noviembre del 2020; para
proporcionar fechas de votación anticipada y periodo para desempate según
lo que disponga la ley estatal; y autorizando al alcalde a firmar
Notes:
Agenda Date: 03/24/2020
Agenda Number: 10.
Sponsors: Enactment Date:
May Election Memo.pdf, Resolution Postponing May
2020 General Election.pdf, Resolution Postponing
May 2020 General Election - SPANISH.pdf
Attachments: Enactment Number:
Hearing Date: Contact:
Effective Date: Drafter:
Related Files:
History of Legislative File
Action: Result: Return
Date:
Due Date: Sent To: Date: Acting Body: Ver-
sion:
Text of Legislative File 2020-5035
Title
Consider approval of a Resolution to postpone the General Municipal Election from May 2,
2020 to November 3, 2020; to provide for Early Voting dates and runoff period as provided by
state law; and authorizing the Mayor to sign.
Considerar la aprobación de una Resolución para posponer las Elecciones Municipales del 2
Page 1City of Coppell, Texas Printed on 3/20/2020
Master Continued (2020-5035)
de mayo del 2020 hasta el 3 de noviembre del 2020; para proporcionar fechas de votación
anticipada y periodo para desempate según lo que disponga la ley estatal; y autorizando al
alcalde a firmar
Summary
Fiscal Impact:
[Enter Fiscal Impact Statement Here]
Staff Recommendation:
[Enter Staff Recommendation Here]
Goal Icon:
Sustainable City Government
Page 2City of Coppell, Texas Printed on 3/20/2020
MEMORANDUM
To: Mayor and City Council
From: Christel Pettinos, City Secretary
Date: March 24, 2020
Reference: Consider approval of a Resolution to postpone the General Municipal Election from
May 2, 2020 to November 3, 2020; to provide for Early Voting dates and runoff
period as provided by state law; and authorizing the Mayor to sign.
As a result of the posted Declarations of Emergency by the state and county agencies, Governor
Abbott has issued the opportunity for municipalities to postpone their May 2nd General Election to
the November 3rd Presidential Election. There have been many on-going conversations between
agencies and a solution is still being discussed. Dallas County Elections has refused to conduct a
joint election for the entities for May 2, 2020 and encourages postponement to November 3, 2020.
Denton County encourages the same but are open to assisting the entities with their election should
they wish to continue to conduct it in May. Options are being explored and as information
becomes available, we will inform City Council.
1
TM 114590
RESOLUTION NO. __________
ORDER OF GENERAL ELECTION
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF COPPELL, TEXAS,
AMENDING RESOLUTIONS 2020-0128.2 AND 2020-0128.2 (SP), POSTPONING THE
GENERAL ELECTION OF MAY 2, 2020 TO NOVEMBER 3, 2020, FOR THE PURPOSE
OF ELECTING ONE COUNCILMEMBER FOR PLACE 1, ONE COUNCILMEMBER
FOR PLACE 3, ONE COUNCILMEMBER FOR PLACE 5 AND ONE
COUNCILMEMBER FOR PLACE 7 FOR A PERIOD OF THREE (3) YEARS;
DESIGNATING POLLING PLACES; AUTHORIZING EXECUTION OF JOINT
ELECTION CONTRACT FOR THE NOVEMBER 3, 2020 ELECTION; PROVIDING A
REPEALING CLAUSE; PROVIDING A SEVERABILITY CLAUSE; AND PROVIDING
FOR AN EFFECTIVE DATE.
WHEREAS, in accordance with the general laws and Constitution of the State of Texas
and the Charter of the City of Coppell, Texas, and pursuant to Resolution No. 2020-0128.2 and
2020-0128.2 (Sp), a Municipal Officers’ election was ordered to held on May 2, 2020, for the
purpose of electing the Councilmember for Place 1, one Councilmember for Place 3, one
Councilmember for Place 5 and one Councilmember for Place 7 for a period of three (3) years;
and;
WHEREAS, pursuant to Section 418.016 of the Texas Government Code, on March 18,
2020, the Governor of the State of Texas signed a proclamation suspending certain provisions of
the Texas Election Code and the Texas Water Code to allow all local political subdivisions that
are utilizing the May 2, 2020 uniform election date to postpone their elections to the November 3,
2020, uniform election date; and
WHEREAS, pursuant to the Governor’s proclamation authorizing the City of Coppell to
postpone the May 2, 2020 election date, the City Council does by this Ordinance exercise its
authority to postpone the General Election ordered for May 2, 2020, for the purpose of electing
the Councilmember for Place 1, one Councilmember for Place 3, one Councilmember for Place 5
And one Councilmember for Place 7 to November 3, 2020;
IT IS HEREBY ORDERED that a general election shall be held on the 3rd day of
November 2020, 7:00 a.m. to 7:00 p.m., for the purpose of electing Councilmember for Place 1,
2
TM 114590
one Councilmember for Place 3, one Councilmember for Place 5 and one Councilmember for
Place 7 for a period of three years.
In the event any candidate for said office fails to receive a majority of all votes cast for all
the candidates for such office, a run-off election shall be held. If a run-off election becomes
necessary, the run-off election will be held in accordance with the Texas election date.
The election shall be held as a Joint Election administered by the Dallas and Denton
County Elections Administrators utilizing specific equipment to cast ballots as approved by the
Texas Secretary of State, and in accordance with the provisions of the Texas Election Code and
the Texas Administrative Code, with a Joint Election Agreement for each of the respective
counties. The City Manager is hereby authorized to execute the amended Election Contracts
with the Counties of Dallas and Denton for the conduct of the postponed election herein.
Pursuant to, as amended, the Joint Election. Presiding Election Judges and Alternate Presiding
Election Judges appointed to serve at said polling places shall be those election officials
furnished by the Elections Administrator from the list of proposed elections judges listed in an
attachment to the Joint Election Contract.
Notice of the new election date shall be posted on the bulletin board used to post notice
of the City Council meetings and be published in a newspaper of general circulation in the City.
The notice of the postponed election date must be published on the same day in each of two
successive weeks, with the first publication occurring no earlier than the thirtieth day and no
later than the fourteenth day before the date of the election. A copy of the postponed election
notice that contains the name of the newspaper and the date of publication shall be retained as a
3
TM 114590
record of such notice, and such person posting the notice shall make a record of the tim e of
posting, starting date and the place of posting.
Early voting by personal appearance for Dallas County and Denton County residents
will be set forth in accordance to state law and as stated in the Joint Elections Contracts, as
amended, and posted on the City’s webpage. Application for ballot by mail must be received no
later than the close of business on _________________. Applications for early voting ballot by
mail shall be mailed to:
Dallas County residents Denton County residents
Toni Pippins-Poole Denton County Elections Administration
Dallas County Elections Administrator 701 Kimberly Drive, Suite A101
1520 Round Table Drive Denton, TX
76208 Dallas, Texas 75247
That the City Secretary shall present the election returns to the City of Coppell City
Council at a City Council meeting for the canvassing of said election in accordance with the
Texas Election Code.
DULY ORDERED by the City Council of the City of Coppell, Texas the 24 day of
March 2020.
APPROVED:
___________________________
KAREN SELBO HUNT, MAYOR
CITY OF COPPELL, TEXAS
ATTEST:
___________________________________
CHRISTEL PETTINOS, CITY SECRETARY
CITY OF COPPELL, TEXAS
APPROVED AS TO FORM:
4
TM 114590
_____________________________________
ROBERT E. HAGER, CITY ATTORNEY
TM 114606
RESOLUCIÓN NÚM. ___________-(SP)
CONVOCATORIA DE ELECCIONES GENERALES
UNA RESOLUCIÓN DE LA CIUDAD DE COPPELL, TEXAS QUE ENMIENDA LAS
RESOLUCIONES 2020-0128.2 Y 2020-0128.2 (SP), POSPONIENDO LAS ELECCIONES
GENERALES DEL 2 DE MAYO DEL 2020 HASTA EL 3 DE NOVIEMBRE DEL 2020,
CON EL PROPÓSITO DE ELEGIR UN CONCEJAL PARA EL LUGAR 1, UN
CONCEJAL PARA EL LUGAR 3, UN CONCEJAL PARA EL LUGAR 5 Y UN
CONCEJAL PARA EL LUGAR 7 POR UN PERIODO DE TRES (3) AÑOS;
DESIGNANDO LUGARES DE VOTACIÓN; AUTORIZANDO AL ALCALDE PARA
FIRMAR DICHO CONTRATO DE LAS ELECCIONES CONJUNTAS PARA EL 3 DE
NOVIEMBRE DEL 2020; PROPORCIONANDO UNA CLÁUSULA DE REVOCACIÓN;
PROPORCIONANDO UNA CLAUSULA DE SEPARABILIDAD; Y
PROPORCIONANDO UNA FECHA DE ENTRADA EN VIGOR.
CONSIDERANDO QUE de conformidad con las leyes generales y la Constitución del
Estado de Texas y el Acta de la Ciudad de Coppell, Texas, y de conformidad con las
Resoluciones No. 2020-0128.2 y 2020-0128.2 (SP), se ordenó que se llevarán a cabo las
elecciones generales el 2 de mayo del 2020, con el fin de elegir un concejal para el Lugar 1, un
concejal para el Lugar 3, un concejal para el Lugar 5 y un concejal para el Lugar 7 por un
periodo de tres (3) años; y
CONSIDERANDO QUE de acuerdo con la Sección 418.016 del Código del Gobierno
de Texas, el 18 de marzo del 2020, el gobernador del Estado de Texas firmó una proclamación
suspendiendo ciertas disposiciones del Código de Elecciones de Texas y el Código del Agua de
Texas para permitir a todas las subdivisiones políticas locales que están utilizando la fecha de
elección del 2 de mayo del 2020 para posponer sus elecciones hasta el 3 de noviembre del 2020;
y
CONSIDERANDO QUE de conformidad con la proclamación del gobernador
autorizando a la Ciudad de Coppell a posponer la fecha de las elecciones del 2 de mayo del 2020
y el concejo de la ciudad por medio de esta ordenanza ejerce su autoridad para posponer las
elecciones generales ordenada para el 2 de mayo del 2020 con el fin de elegir un concejal para el
Lugar 1, un concejal para el Lugar 3, un concejal para el Lugar 5 y un concejal para el Lugar 7
por un periodo de tres (3) años; y
POR LA PRESENTE SE ORDENA que las elecciones generalas deberán de llevarse a
cabo el día 3 de noviembre del 2020, a las 7:00 a.m. a 7:00 p.m., con el propósito de elegir un
concejal para el Lugar 1, un concejal para el Lugar 3, un concejal para el Lugar 5 y un concejal
para el Lugar 7 por un periodo de tres (3) años; y
TM 114606
En caso de que cualquier candidato de para dicho cargo no logre acumular la mayoría de
los votos decisivos entre todos los candidatos a ocupar dicho cargo público, se llevará a cabo un
desempate. Si un desempate es necesario, se realizará de acuerdo con la fecha de elección del
estado de Texas.
Las elecciones deberán llevarse a cabo como una Elección Conjunta administrada por los
Administradores de Elecciones del Condado de Dallas y Denton utilizando un equipo específico
para emitir los votos según aprobados por el secretario del estado de Texas y de conformidad con
las estipulaciones del Código Electoral de Texas y del Código Administrativo de Texas a través
de un Convenio de Elecciones Conjuntas con cada uno de los respectivos condados. El
Administrador de la Ciudad queda autorizado para formalizar la enmienda de los Contratos
Electorales con los condados de Dallas y Denton para llevar a cabo las elecciones pospuestas. De
conformidad, como se enmienda, con el Contrato Electoral Conjunto, el Administrador de
Elecciones del Condado actuará como Administrador de Elecciones para esta elección. Los
jueces electorales y sus suplentes nombrados para presidir en dichos lugares de votación serán
los funcionarios electorales designados por el Administrador de Elecciones.
El aviso de la elección se publicará en el tablón de anuncios utilizado para publicar los
avisos de las reuniones de la Ciudad, y se publicará en un periódico de circulación general en la
ciudad. Dicho aviso de las elecciones reprogramadas debe ser publicado el mismo día durante
dos semanas consecutivas, siendo la primera publicación no antes de treinta días ni posterior al
día catorce anterior a la fecha de realizada de la elección. Se conservará una copia del aviso de
las elecciones reprogramadas publicado que contiene el nombre del periódico y la fecha de
publicación como un registro de dicha notificación, y la persona que publica el aviso deberá
llevar un registro del horario de la publicación, la fecha de inicio y el lugar de publicación.
TM 114606
La votación anticipada en persona para los residentes del condado de Dallas y Denton se
establecerá según se indica de acuerdo con las leyes del estado y como declarado en el Contrato
Electoral Conjunto y publicado en la página web de la ciudad. Las solicitudes de las boletas
electorales por correo deberán recibirse antes del cierre oficial del día __________________.
Las solicitudes de boleta para votación anticipada por correo deberán ser enviadas por correo a:
Dallas County residents Denton County residents
Toni Pippins-Poole Denton County Elections Administration
Dallas County Elections Administrator 701 Kimberly Drive, Suite A101
1520 Round Table Drive Denton, TX 76208
Dallas, Texas 75247
La Secretaría de la Ciudad presentará los resultados de las elecciones a la Ciudad de
Coppell en una reunión de la campaña electoral de dicha elección, de acuerdo con el Código
Electoral de Texas.
DEBIDAMENTE ORDENADO por el Consejo de la Ciudad de Coppell, Texas el día
24 de marzo del año 2020.
APROBADO:
KAREN SELBO HUNT - ALCALDE
CIUDAD DE COPPELL, TEXAS
ATESTIGUÓ:
___________________________
CHRISTEL PETTINOS - SECRETARIA DEL CIUDAD
CIUDAD DE COPPELL, TEXAS
APROBADO POR SU CONTENIDO Y FORMA:
ROBERT E. HAGER – ABOGADO DE LA CIUDAD
Master
City of Coppell, Texas 255 E. Parkway Boulevard
Coppell, Texas
75019-9478
File Number: 2020-5027
File ID: Type: Status: 2020-5027 Agenda Item Agenda Ready
1Version: Reference: In Control: City Council
03/17/2020File Created:
Final Action: Paper of recordFile Name:
Title: Consider approval of an Ordinance by amending the Code of Ordinances to
add Article 1-17 “Official Newspaper”, to designate the Irving Rambler as the
paper of record for the City of Coppell; providing an effective date; and
authorizing the Mayor to sign.
Notes:
Agenda Date: 03/24/2020
Agenda Number: 11.
Sponsors: Enactment Date:
Paper of Record Memo.pdf, Paper of Record
Ordinance.pdf
Attachments: Enactment Number:
Hearing Date: Contact:
Effective Date: Drafter:
Related Files:
History of Legislative File
Action: Result: Return
Date:
Due Date: Sent To: Date: Acting Body: Ver-
sion:
Text of Legislative File 2020-5027
Title
Consider approval of an Ordinance by amending the Code of Ordinances to add Article 1-17
“Official Newspaper”, to designate the Irving Rambler as the paper of record for the City of
Coppell; providing an effective date; and authorizing the Mayor to sign.
Summary
Staff Recommendation:
Staff recommends approval.
Goal Icon:
Sustainable City Government
Page 1City of Coppell, Texas Printed on 3/20/2020
Master Continued (2020-5027)
Page 2City of Coppell, Texas Printed on 3/20/2020
1
MEMORANDUM
To: Mayor and City Council
Through: Mike Land, City Manager
From: Ashley Owens, Deputy City Secretary
Date: March 24, 2019
Reference: Consider approval of an Ordinance amending the Code of Ordinances to add new
Article 1-17 “Official Newspaper”, to designate Irving Rambler as the official
newspaper of the City of Coppell; providing an effective date; and authorizing the
Mayor to sign.
2030: Sustainable City Government
On March 12, 2020, city staff was informed of the closure of the Citizens’ Advocate. Staff consulted
with the City Attorney in order to find a local paper that met the requirements under the Texas
Government Code and was also cost effective. Staff contacted regional partners to survey which
newspapers they utilize and how they handle posting their legal notices. Most cities in the region have
local papers who take care of the postings as well as advertisements for their public events.
Conversely, there were cities who do not have a newspaper that exclusively covers their city, so they
have opted to use a larger paper such as the Dallas Morning News or the Star Telegram, which have
much larger subscriber bases but carry a higher price tag . The Irving Rambler covers Coppell news
and events, meets the requirements under the Texas Government Code, and aligns with our Legal
Notice budget.
Staff recommends designating the Irving Rambler as the official paper of record for the City of
Coppell.
TM 114519
AN ORDINANCE OF THE CITY OF COPPELL, TEXAS
ORDINANCE NO. ________
AN ORDINANCE OF THE CITY OF COPPELL, TEXAS,
AMENDING THE CODE OF ORDINANCES BY AMENDING CHAPTER 1,
“ADMINISTRATION’ BY ADDING NEW ARTICLE 1-17 “OFFICIAL
NEWSPAPER”, TO DESIGNATE IRVING RAMBLER AS THE CITY’S
OFFICIAL NEWSPAPER; PROVIDING A REPEALING CLAUSE;
PROVIDING A SEVERABILITY CLAUSE; AND PROVIDING AN
EFFECTIVE DATE.
WHEREAS, the City of Coppell requires that the City Council shall designate an official
newspaper of general circulation as defined by the laws of the State of Texas; and
WHEREAS, Citizens’ Advocate was designated as the City’s official newspaper and on
March 10, 2020 Citizen’s Advocate ceased publication; and
WHEREAS, the Irving Rambler meets all of the requirements under the Texas Government
Code to become a paper of record for purpose of publish legal notices; and
WHEREAS, the City Council desires to appoint and designate the Irving Rambler as the
official newspaper of general circulation.
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF COPPELL,
TEXAS:
SECTION 1. That Chapter 1 “Administration” of the Code of Ordinances be, and the same
is hereby, amended by adding a new Article 1-17 “Official Newspaper” to add the City’s designated
newspaper which shall hereinafter read as follows:
“CHAPTER 1 ‘ADMINISTRATION’
ARTICLE 1-1 . . . . .
. . . . .
ARTICLE 1-17 Official Newspaper
Sec. 1-17-1
The Irving Rambler is hereby designated as the official newspaper of general
circulation for the purposes of publishing legal notices and any matter of record as
may be required by law for the City of Coppell, Texas.”
2
SECTION 2. That all provisions of the Code of Ordinances of the City of Coppell, Texas,
in conflict with the provisions of this ordinance be, and the same are hereby, repealed, and all other
provisions not in conflict with the provisions of this ordinance shall remain in full force and effect.
SECTION 3. That should any word, phrase, paragraph, section or phrase of this ordinance
or of the Code of Ordinances, as amended hereby, be held to be unconstitutional, illegal or invalid,
the same shall not affect the validity of this ordinance as a whole, or any part or provision thereof
other than the part so decided to be unconstitutional, illegal or invalid, and shall not affect the validity
of the Code of Ordinances as a whole.
SECTION 4. An offense committed before the effective date of this ordinance is governed
by prior law and the provisions of the Code of Ordinances, as amended, in effect when the offense
was committed and the former law is continued in effect for this purpose.
SECTION 5. That this ordinance shall take effect immediately from and after its passage
and the publication of the caption, as the law and charter in such cases provide.
DULY PASSED by the City Council of the City of Coppell, Texas, this the _______ day of
___________________, 2020.
APPROVED:
KAREN SELBO HUNT, MAYOR
ATTEST:
CHRISTEL PETTINOS, CITY SECRETARY
APPROVED AS TO FORM:
_________________________________
ROBERT E. HAGER, CITY ATTORNEY
Master
City of Coppell, Texas 255 E. Parkway Boulevard
Coppell, Texas
75019-9478
File Number: 2020-5019
File ID: Type: Status: 2020-5019 Agenda Item City Manager
Reports
1Version: Reference: In Control: City Council
03/16/2020File Created:
Final Action: CM Report on TAC 3.334File Name:
Title: Report by the City Manager on Texas Administrative Code Rule 3.334,
concerning local sales and use taxes.
Notes:
Agenda Date: 03/24/2020
Agenda Number:
Sponsors: Enactment Date:
Attachments: Enactment Number:
Hearing Date: Contact:
Effective Date: Drafter:
Related Files:
History of Legislative File
Action: Result: Return
Date:
Due Date: Sent To: Date: Acting Body: Ver-
sion:
Text of Legislative File 2020-5019
Title
Report by the City Manager on Texas Administrative Code Rule 3.334, concerning local sales
and use taxes.
Summary
Page 1City of Coppell, Texas Printed on 3/20/2020
Master
City of Coppell, Texas 255 E. Parkway Boulevard
Coppell, Texas
75019-9478
File Number: 2020-5032
File ID: Type: Status: 2020-5032 Agenda Item City Manager
Reports
1Version: Reference: In Control: City Secretary
03/17/2020File Created:
Final Action: COVID updateFile Name:
Title: Report by the City Manager regarding COVID-19 virus.
Notes:
Agenda Date: 03/24/2020
Agenda Number:
Sponsors: Enactment Date:
Attachments: Enactment Number:
Hearing Date: Contact:
Effective Date: Drafter:
Related Files:
History of Legislative File
Action: Result: Return
Date:
Due Date: Sent To: Date: Acting Body: Ver-
sion:
Text of Legislative File 2020-5032
Title
Report by the City Manager regarding COVID-19 virus.
Summary
Fiscal Impact:
Staff Recommendation:
Goal Icon:
Sustainable City Government
Business Prosperity
Page 1City of Coppell, Texas Printed on 3/20/2020
Master Continued (2020-5032)
Community Wellness and Enrichment
Sense of Community
Special Place to Live
Page 2City of Coppell, Texas Printed on 3/20/2020
Master
City of Coppell, Texas 255 E. Parkway Boulevard
Coppell, Texas
75019-9478
File Number: 2020-5017
File ID: Type: Status: 2020-5017 Agenda Item Mayor and Council
Reports
1Version: Reference: In Control: City Council
03/16/2020File Created:
Final Action: Mayor & CC ReportsFile Name:
Title: Report by the City Council on recent and upcoming events.
Notes:
Agenda Date: 03/24/2020
Agenda Number:
Sponsors: Enactment Date:
Attachments: Enactment Number:
Hearing Date: Contact:
Effective Date: Drafter:
Related Files:
History of Legislative File
Action: Result: Return
Date:
Due Date: Sent To: Date: Acting Body: Ver-
sion:
Text of Legislative File 2020-5017
Title
Report by the City Council on recent and upcoming events.
Summary
Page 1City of Coppell, Texas Printed on 3/20/2020
Master
City of Coppell, Texas 255 E. Parkway Boulevard
Coppell, Texas
75019-9478
File Number: 2020-5018
File ID: Type: Status: 2020-5018 Agenda Item Council Committee
Reports
1Version: Reference: In Control: City Council
03/16/2020File Created:
Final Action: CC CommitteesFile Name:
Title: A. Report on North Central Texas Council of Governments -
Councilmember Wes Mays
B. Report on North Texas Commission - Councilmember Nancy
Yingling
C. Report on Coppell Historical Society - Councilmember Cliff Long
Notes:
Agenda Date: 03/24/2020
Agenda Number:
Sponsors: Enactment Date:
Attachments: Enactment Number:
Hearing Date: Contact:
Effective Date: Drafter:
Related Files:
History of Legislative File
Action: Result: Return
Date:
Due Date: Sent To: Date: Acting Body: Ver-
sion:
Text of Legislative File 2020-5018
Title
A. Report on North Central Texas Council of Governments - Councilmember Wes Mays
B. Report on North Texas Commission - Councilmember Nancy Yingling
C. Report on Coppell Historical Society - Councilmember Cliff Long
Summary
Page 1City of Coppell, Texas Printed on 3/20/2020