MURIEL BOWSER
MAYOR
June 19, 2020
The Honorable Phil Mendelson
Chairman
Council of the District of Columbia
John A. Wilson Building
1350 Pennsylvania Avenue, NW, Suite 504
Washington, DC 20004
Dear Chairman Mendelson:
Pursuant to section 451 of the District of Columbia Home Rule Act (D.C. Official Code 1-
204.51) and the Procurement Practices Reform Act (D.C. Official Code 2-351.01 et seq.),
enclosed for consideration and approval by the Council of the District of Columbia is proposed
Indefinite Delivery - Indefinite Quantity (IDIQ) contract CW80315 with Seagrave Fire
Apparatus, LLC. The proposed contract has a minimum contract amount of $5,189,154.00 and
maximum amount of $15,929,262.00 for the period of two years from the date of the award.
Under the proposed contract, Seagrave Fire Apparatus, LLC shall provide a minimum of 6 and a
maximum of 18 custom pumpers.
I am available to discuss any questions you have regarding the proposed contract. In order to
facilitate a response to any questions you may have, please have your staff contact Marc Scott,
Chief Operating Officer of the Office of Contracting and Procurement, at (202) 724-8759.
I look forward to the Council's favorable consideration of this contract.
Encl sure
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of Contracting and Procurement
Pursuant to section 202(c) of the Procurement Practices Reform Act of 2010, as amended, D.C.
Official Code 2-352.02(c), the following contract summary is provided:
COUNCIL CONTRACT SUMMARY
(A) Contract Number: CW80315
Proposed Contractor: Seagrave Fire Apparatus, LLC
Contract Amount/Capital Funds: $ 5,189,154.00 (Minimum)
$15,929,262.00 (Maximum)
Unit and Method of Compensation: Price per unit
Term of Contract: Date of Award through Two Years Thereafter
Type of Contract: Indefinite Delivery Indefinite Quantity (IDIQ)
Source Selection Method: Order against Cooperative Agreement
(B) For a contract containing option periods, the contract amount for the base period and for
each option period. If the contract amount for one or more of the option periods differs
from the amount for the base period, provide an explanation of the reason for the
difference:
Not applicable
(C) The goods or services to be provided, the methods of delivering goods or services, and any
significant program changes reflected in the proposed contract:
The D.C. Fire and Emergency Medical Services (FEMS) requires a Contractor to provide
between a minimum of 6 and a maximum of 18 custom pumpers that will provide emergency
response services throughout the District.
(D) The selection process, including the number of offerors, the evaluation criteria, and the
evaluation results, including price, technical or quality, and past performance components:
1
The proposed delivery order will be awarded against a cooperative agreement between Houston-
Galveston Area Council of Governments (H-GAC) and Seagrave Holdings, LP dba Seagrave Fire
Apparatus, LLC.
(E) A description of any bid protest related to the award of the contract, including whether the
protest was resolved through litigation, withdrawal of the protest by the protestor, or
voluntary corrective action by the District. Include the identity of the protestor, the
grounds alleged in the protest, and any deficiencies identified by the District as a result of
the protest:
Not applicable
(F) The background and qualifications of the proposed contractor, including its organization,
financial stability, personnel, and performance on past or current government or private
sector contracts with requirements similar to those of the proposed contract:
Since 1909, the Contractor has been successful in providing highly engineered heavy-duty
vehicles, cabs, chassis, bodies, aerial ladders and other products with superior lifetime value to
their customers by concentrating on innovation and continuous process improvements. Their
D&B Report indicated a Clear history status. Based on records, the Contractor has been
providing wide range of fire apparatus to the District since 2004. The Contract Administrator
from FEMS provided a satisfactory performance evaluation of their most recent contract,
CW47982, for 8 custom pumpers which were completed and delivered in 2018.
(G) A summary of the subcontracting plan required under section 2346 of the Small, Local, and
Disadvantaged Business Enterprise Development and Assistance Act of 2005, as amended,
D.C. Official Code 2-218.01 et seq. (Act), including a certification that the
subcontracting plan meets the minimum requirements of the Act and the dollar volume of
the portion of the contract to be subcontracted, expressed both in total dollars and as a
percentage of the total contract amount:
Not applicable
(H) Performance standards and the expected outcome of the proposed contract:
The Contractor shall provide the requested custom pumpers in accordance with FEMS
requirements and timeline.
(I) The amount and date of any expenditure of funds by the District pursuant to the contract
prior to its submission to the Council for approval:
As of this date, there is no expenditure of funds by the District.
(J) A certification that the proposed contract is within the appropriated budget authority for
the agency for the fiscal year and is consistent with the financial plan and budget adopted
in accordance with D.C. Official Code 47-392.01 and 47-392.02:
2
The Office of the Chief Financial Officer has certified that there is sufficient funding for the
proposed contract.
(K) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The contract action has been determined to be legally sufficient.
(L) A certification that Citywide Clean Hands database indicates that the proposed contractor
is current with its District taxes. If the Citywide Clean Hands Database indicates that the
proposed contractor is not current with its District taxes, either: (1) a certification that the
contractor has worked out and is current with a payment schedule approved by the
District; or (2) a certification that the contractor will be current with its District taxes after
the District recovers any outstanding debt as provided under D.C. Official Code 2-
353.01(b):
A certification has been issued by the Citywide Clean Hands database indicates that the proposed
contractor is current with its District taxes.
(M) A certification from the proposed contractor that it is current with its federal taxes, or has
worked out and is current with a payment schedule approved by the federal government:
The proposed contractor self-certified that they are current with federal taxes.
(N) The status of the proposed contractor as a certified local, small, or disadvantaged business
enterprise as defined in the Small, Local, and Disadvantaged Business Enterprise
Development and Assistance Act of 2005, as amended; D.C. Official Code 2-218.01 et seq.:
The contractor is not a certified local business enterprise.
(O) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
None
(P) A statement indicating whether the proposed contractor is currently debarred from
providing services or goods to the District or federal government, the dates of the
debarment, and the reasons for debarment:
The contractor is not debarred or excluded from providing services to the District and federal
governments.
(Q) Any determination and findings issues relating to the contracts formation, including any
determination and findings made under D.C. Official Code 2-352.05 (privatization
contracts):
3
Determination and Findings for Use of a Cooperative Agreement
Determination and Findings for Use for Multi-year Contract
Determination and Findings for Price Reasonableness
Determination and Findings for Contractor Responsibility
(R) Where the contract, and any amendments or modifications, if executed, will be made
available online:
The contract when executed will be posted on the Office of Contracting and Procurement website
www.ocp.dc.gov.
(S) Where the original solicitation, and any amendments or modifications, will be made
available online:
Not applicable
4
Government of the District of Columbia
CERTIFICATE OF CLEAN HANDS
SEAGRAVE FIRE APPARATUS, LLC
105 E 12TH ST
CLINTONVILLE, WI 54929-1518
EIN :*****9841
i a
b
As reported in the Citywide Clean Hands system, the above referenced
m
individual or entity has no outstanding liability with the District of
l u
Columbia. As of the date herein, you have complied with the following
o
official DC code and therefore are issued this Certificate of Clean
Hands.
f C
TITLE 47. TAXATION, LICENSING, PERMITS, ASSESSMENTS AND FEES
t o
CHAPTER 28. GENERAL LICENSE LAW
SUBCHAPTER II. CLEAN HANDS BEFORE RECEIVING A LICENSE OR PERMIT
ic
D.C. Code 47-2862 (2006)
t r
47-2862. Prohibition against issuance of license or permit.
D is
Date: Wednesday this 25th day of March 2020 09:20 AM
Authorized By Marc Aronin
Chief, Collection Division
Tracking#: 1266971 This document is a certified, complete and true copy.
GOVERNMENT OF THE DISTRICT OF COLUMBIA
OFFICE OF THE CHIEF FINANCIAL OFFICER
PUBLIC SAFETY AND JUSTICE CLUSTER
MEMORANDUM
TO: George A. Schutter, Chief Procurement Officer
Office of Contracting and Procurement
FROM: David Garner, Associate Chief Financial Officer
Public Safety and Justice Cluster
DATE: April 28, 2020
SUBJECT: Certification of Funding Availability to Purchase Six (6) FY20 New Seagrave
Pumpers.
Available Funding: $ 5,189,154.00
Contract Ceiling Amount: $15,925,234.00
The Office of the Chief Financial Officer (OCFO) certifies availability of funding in the Fire and
Emergency Medical Services (FEMS) FY20-25 approved capital budget in the amount of
$5,189,154.00 to purchase six (6) FY20 New Seagrave Pumpers.
Future orders above the funds available are contingent upon the identification of additional
funding.
If you have any questions concerning this certification, please contact Frehiwot Deresso, Agency
Fiscal Officer at (202) 673-3343.
1100 4th Street, S.W. SUITE 730E WASHINGTON, D.C. 20024
51 N Street, N.E., 6th Floor, Washington, D.C. 20002 Telephone: (202) 442-5955 Facsimile: (202) 535-2881
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
x**
ATTORNEY GENERAL ery
KARL A. RACINE
Commercial Di jon
Government Contract Section
MEMORANDUM
TO: Ronan Gulstone
Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Chief, Procurement Section
Commercial Division
DATE: June 8, 2020
SUBJECT: Approval of Contract Number CW80315 for Fire Apparatus - Custom
Pumpers
Task order against the Houston-Galveston Area Council (H-GAC) Buy
Cooperative Agreement No. FS12-19 Seagrave Holdings, LP dba Seagrave
Fire Apparatus, LLC
Contract Amount: Minimum: $5,189,154.00 for six pumpers
Maximum: $15,929,262.00 for eighteen pumpers
This t2 to Certify that wis ottice has reviewed the above-referenced Contract and
that we have found it to be legally sufficient. Ifyou have any questions in this regard, please do
not hesitate to call me at 724-4018.
2Za
Robert Schildkraut
441 FourthStreet, N.W., Suite 300S, Washington, D.C. 20001 (202) 727-3400 Fax (202) 347-8922 ae
NMENT
OFTHEDIST
GOVER RICT OF COLUMBIA [1- REQUISTION NUMBER PAGE
TASK ORDER/DELIVERY ORDER FOR SERVICES RK143502 10f8
OFFEROR TO COMPLETEBLOCK 29 5SLICTATONRINGER] 6 SOUCTATION SUE DATE
_ DELVERY ORDEUAGREEMENT NO. | 3 AWARDTEFFECTIVE DATE | 4CONTRACTWOVGER
H-GACBuy Cooperative
cws0315 iolige
See 30C below | eerent No, FS12-19
LP| N/A NA
dba Seagrave Fire
Apparatus, LLC
7,FORSOUCTTION NFORIATION | Wane os wee OFFER DUEDATED
conc:
eve - Janet C. Concepcion (202) 671-2328
4, SSUEDBY TOTESACQUSTION S| 11, DELNERYFORFOB |1.PAVWENTDSCOONTTERS
Office ofContractingandProcurement 1D unsesrecre> SESTICTONULES Net 30
Transportation and Specialty Equipment. B Serpewot | C1 WA days
CommodityGroup BSwatbisaby. tus, |0) RSERED
2000 14" Street, NW, 6" Floor Er OFSOLICITATION
14.METHO D
Washington, DC 20009 BBCooperativeaeement | oyGre
serop on oOo
:
5 CONTRACT OR
7OFFEROR SE PARREN T
WITBERIE
SeagraveFire Apparatus, LLC Fire and Emergency Medical Services (FEMS)
105 E 12" Street Accounts Payable Division
Clintonville, WI 54929 899 North Capitol Street, NE, Suite 600A
Washington, DC 20002
5k DREE158
17.DELIVERTO TETOMNSTERD BY
Fire and Emergency Medical Services (FEMS)__| Fire and Emergency Medical Services (FEMS)
1103HalfStreet,SW 2000 144 Street NW, Suite 5000
Washington, DC 20024 Washington, DC 20009-6211
TR CHREKFRERUTTANCEB OFPRERTANDPUT UGHADRESSWOF 128,SUBUT VOICESTOADDRES SHOWN IN BLOCK ToURES
o ISCHECKED
BLOCKBELOW
1D sees000uK
7
reno. Fa
SCHEDULEOF SUPPLESSERVICES Z|
wus| a | unr 2Pree
ute x
avout
1 Custom Pumpers 6 EA| $893,009.00 | $5,358,054.00
2 GACOrderProcessing Charge 1 EA| $ 2,000.00 | $ 2,000.00
3 Discount onfirst order ($ 170,900.00)
"RECOU IR NTING
APPROPRTION DAT TOTAL AWARD rR TY
ENCUMBRANCE CODE: $ 5,189,154.00 (MIN)
$15,929,262.00
|G7. CONTRACTOR 1SREQUIRED TOSIGN THIS DOCUMENTAND RETURNONECOPYTOTHE 78 THE "REFERENCEINTO
SUINGOFICE CONTRACTORsGRGESTOFURNSHANDDELVERALL
RW'SE IDENT TEMSSETFORTHOR|THisDEIVERYORDERINTHEFOLLOWING
IFED PRORTY:(1)SEESECTION #5.
OTHE ABOVEANDONANY ADDITIONALPAGES SUBLECTTOTHETERS
No CONDTIONSSPECINED
GonTO NG
OFTHECONTRACT HEREIN.
DENTFED NBLOCKSSUEDSUBJECT TOTHEERAS AND HA DISTRICTOFCOLINBINTSTGRATUREOFCONTRACTINGOFFER
TH ORDER
Pe ie
ee IE BATESCHED TO REOFCONTRA CTING
OFFICER OPT HE DATE
Ulises. D- Pav meron | B Lat see
- 1 CourtneyB. Lattimore
Peridtal & CEO osfatlrexe
Page 2 of8
Delivery Order No. CW80315
1 PRODUCT REQUIRED: The Contractor shall provide a minimum quantity of 6 custom
pumpers (HGAC contract product code FSI9AACO1) in accordance with the contractor's
Contract Pricing Worksheet dated February 6, 2020. The Contractor shall provide the District,
when andifordered, up to 12 additional custom pumpers for a maximum quantity of 18.
2. COOPERATIVE AGREEMENT NUMBER: H-GACBuy Cooperative Agreement No.
FS12-19 with Seagrave Holdings, LP dba Seagrave Fire Apparatus, LLC.
3. DELIVERY ORDER NO.: CW80315
4. PERIOD OF PERFORMANCE: Two years fromthedate of awardofthe Delivery Order.
5. TYPE OF CONTRACT: Indefinite Delivery Indefinite Quantity (IDIQ)
This is an IDIQ contract for the supplies or services specified, and effective for the period stated.
a) Delivery or performance shall be made only as authorized by orders issued in accordance
w