Exhibit 1 - Agenda Information SheetCity of Denton
_____________________________________________________________________________________
AGENDA INFORMATION SHEET
DEPARTMENT: Procurement
ACM: Cassey Ogden
DATE: July 16, 2024
SUBJECT
Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation,
authorizing the City Manager to execute a contract with Platinum Ford North LLC, as the primary vendor,
Bob Moore Auto Group, L.L.C., as the secondary vendor, and ZT Motors of Texas Three, LLC dba Ron
Carter Chrysler Dodge Jeep Ram, as the tertiary vendor, for the supply and repair of Ford light-medium
duty vehicles which include sedans, passenger vans, pickup trucks, hybrid, and electric vehicles for the
Fleet Services Department; providing for the expenditure of funds therefor; and providing an effective date
(RFP 8463 – awarded to Platinum Ford North LLC, Bob Moore Auto Group, L.L.C., and ZT Motors of
Texas Three, LLC dba Ron Carter Chrysler Dodge Jeep Ram, for one (1) year, with the option for four (4)
additional one (1) year extensions, in the total five (5) year not-to-exceed amount of $10,000,000.00).
STRATEGIC ALIGNMENT
This action supports Key Focus Area: Enhance Infrastructure and Mobility.
INFORMATION/BACKGROUND
The proposed contract is for an annual supply agreement for the purchase of light and medium duty vehicles
for various city departments. These vehicles consist of electric, hybrid, gasoline, and alternative-fueled
sedans, passenger and cargo vans, sport utility vehicles, police patrol vehicles, and pickup trucks. Fleet
replacement history and forecasts indicate the need to purchase up to 200 light-duty vehicles over the five
(5) year life of this contract, not including additional units that may be approved for fleet growth. Once
replacement criteria are met, every effort is made to right-size the new vehicle for its intended application,
minimize emissions, and reduce lifecycle costs. This contract also includes repairs as needed.
The estimated need for vehicle acquisitions for replacements and additions over the next 5 years is
$27,500,000 and the estimated cost of repairs is $2,500,000. The total estimated expenditures will be
dispersed over three (3) original equipment manufacturers (OEM), estimated at $10,000,000 each, with
alternate vendor options. The manufacturer selected for each vehicle will be chosen based on the
departments' operational requirements, asset availability, and cost. Contract approval for the other OEMs,
Ford and Dodge, will be presented to City Council for approval as separate agenda items.
Year 1 Year 2 Year 3 Year 4 Year 5 Total
Vehicle Acquisitions for
Replacements & Additions $9,500,000 $4,500,000 $4,500,000 $4,500,000 $4,500,000 $27,500,000
Vehicle Repairs $500,000 $500,000 $500,000 $500,000 $500,000 $2,500,000
City Hall
215 E. McKinney Street
Denton, Texas
www.cityofdenton.com
Contract Spend Per Each Manufacturer (Chevrolet, Ford, Dodge) $ 10,000,000
After reference checks, Platinum Ford North LLC, Bob Moore Auto Group, L.L.C., and ZT Motors of
Texas Three, LLC dba Ron Carter Chrysler Dodge Jeep Ram are established businesses that have
experience working with larger entities and possess the competence to perform the work requested in a
timely manner.
Vendor Award*
Platinum Ford North, LLC Primary
Bob Moore Auto Group, L.L.C. Secondary
ZT Motors of Texas Three, LLC dba Ron Carter Chrysler Dodge Jeep Ram Tertiary
*If the Primary contractor fails to provide a suitable vehicle for the specifications requested, then the
Secondary and Tertiary contractors will be contacted.
Request for Proposals was sent to 145 prospective suppliers, including six (6) Denton firms. In addition,
specifications were placed on the Procurement website for prospective suppliers to download and advertised
in the local newspaper. Three (3) proposals were received, references were checked, and proposals were
evaluated based upon published criteria including compliance with specifications, probable performance,
price, and no charge add-ons. Best and Final Offers (BAFO) were requested from all firms. Based upon this
evaluation, the department is awarding contracts to Platinum Ford North LLC, Bob Moore Auto Group,
L.L.C., and ZT Motors of Texas Three, LLC dba Ron Carter Chrysler Dodge Jeep Ram.
NIGP Code Used for Solicitation:
071 – Automobiles, SUVs, and Vans,
072 - Trucks
Notifications sent for Solicitation sent in IonWave: 146
Number of Suppliers that viewed Solicitation in IonWave: 15
HUB-Historically Underutilized Business Invitations sent out: 15
SBE-Small Business Enterprise Invitations sent out: 44
Responses from Solicitation: 3
RECOMMENDATION
Award a contract with Platinum Ford North LLC, as the primary vendor, Bob Moore Auto Group, L.L.C.,
as the secondary vendor, and ZT Motors of Texas Three, LLC dba Ron Carter Chrysler Dodge Jeep Ram,
as the tertiary vendor, for the supply of Ford light-medium duty vehicles which include sedans, passenger
vans, pickup trucks, hybrid, and electric vehicles for the Fleet Services Department, in a one (1) year, with
the option for four (4) additional one (1) year extensions, in the total five (5) year not-to-exceed amount of
$10,000,000.
PRINCIPAL PLACE OF BUSINESS
Platinum Ford North LLC
Pilot Point, TX
Bob Moore Auto Group, L.L.C.
Oklahoma City, OK
ZT Motors of Texas Three, LLC dba Ron Carter Chrysler Dodge Jeep Ram
League City, TX
SUSTAINABILITY MEASURES
New vehicle selections will first accommodate department function requirements, then minimize emissions
and greenhouse gas (GHG) levels to the extent possible through the engine, driveline, and fuel type
selections. City of Denton fleet GHG reports are provided to the North Central Texas Council of
Governments and DFW Clean Cities annually. The contract includes available alternative fueled and
Battery Electric Vehicles produced by the original equipment manufacturer in the light-medium duty class.
ESTIMATED SCHEDULE OF PROJECT
This is an initial one (1) year contract with options to extend the contract for four (4) additional one (1) year
periods, with all terms and conditions remaining the same.
FISCAL INFORMATION
These items will be funded from Motorpool Fund, various Vehicle Replacement Funds, and capital funds
as approved in the budget approval process. Requisitions will be entered on an as-needed basis. The
budgeted amount for this item is $10,000,000. The City will only pay for services rendered and is not
obligated to pay the full contract amount unless needed.
Exhibit 1: Agenda Information Sheet
Exhibit 2: Pricing Evaluation
Exhibit 3: Presentation
Exhibit 4: Ordinance and Contract
Respectfully submitted:
Lori Hewell, 940-349-7100
Purchasing Manager
For information concerning this acquisition, contact: Tom Gramer, 940-349-7467.
Legal point of contact: Marcella Lunn at 940-349-8333.