MURIEL BOWSER
MAYOR
May 30, 2023
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 section 202 of the Procurement Practices Reform Act of 2010 (D.C. Official Code
§ 2-352.02), enclosed for consideration and approval by the Council of the District of Columbia
is proposed Multi-year contract CW104839 with Motiv Power Systems, Inc. (Motiv)
Emergency Approval Resolution of 2023,” and accompanying emergency declaration. The
proposed contract is in the $4,694,850 for the period of 24 months from date of the award.
Under the proposed contract, Motiv shall provide 15 Type-A electric school buses according to
the United States Environmental Protection Agency Clean School Bus (CSB) Rebate Program.
As always, my administration is 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
Sincerely,
Muriel Bowser
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
(Standard and multiyear)
(A) Contract Number: CW104839
Proposed Contractor: Motiv Power System, Inc. (Motiv)
Contract Amount: $ 4,694,850
Unit and Method of Compensation: Firm fixed price per vehicle
Term of Contract: 24 months from date of the award
Type of Contract: Firm fixed price
Source Selection Method: Special pilot procurement
(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:
Base Period Amount: $ 4,694,850
There are no option periods.
(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:
Motiv shall provide and deliver 15 Type-A electric school buses as part of the United States
Environmental Protection Agency (EPA) 2022 Clean School Bus (CSB) Rebate Program before the
delivery deadline of October 31, 2024.
1
(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:
It was determined that a special pilot procurement (SPP) of the electric school buses is in the best
interest of the District to evaluate the effectiveness and impact to student transportation services and
the District. Market research was performed to vet potential contractors. Of the 11 manufacturers
that were contacted, five expressed interest in this procurement. The contracting officer met with
them to discuss requirements and delivery needs, which resulted in the decision to work with the
two manufacturers who can meet the District’s needs. Motiv Power Systems, Inc. and Phoenix
Electric Sales are being considered for this SPP due to their experience in vehicle electrification and
their capability to produce and deliver the school buses within OSSE’s needed timeframe.
A competitive solicitation was not issued in consideration of the District’s unique need of 25 Type-
A electric school buses, and the current market capacity to produce and deliver the buses by the
EPA’s aggressive purchase and delivery deadlines. There were no evaluation criteria or results.
(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:
No protests were filed related to this contract award.
(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:
Motiv has adequate financial resources to perform the contract and the ability to obtain those
resources. The evidence is provided from the contractor’s financial history as reported by the Dun
and Bradstreet business report obtained on March 20, 2023.
(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:
The contracting officer reviewed the procurement for Small, Local, and Disadvantaged Business
Enterprise opportunities. No small-disadvantaged vendors manufacture and sell new electric school
buses. A full small business enterprise (SBE) subcontracting waiver (WR-4224) of the 35% SBE
subcontracting requirement was approved on December 9, 2022 by the Department of Small and
Local Business Development.
2
(H) Performance standards and the expected outcome of the proposed contract:
Motiv must deliver 15 Type-A electric school buses that meet all specifications before the EPA’s
delivery deadline of October 31, 2024.
(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:
None.
(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:
The Office of the Chief Financial Officer certifies 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.
(K) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The Office of the Attorney General has reviewed the contract and finds it legally sufficient. Motiv
does not have any pending legal claims against the District.
(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):
As of March 20, 2023, Motiv does not owe or is delinquent on any taxes with the Government of
the District of Columbia.
(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:
Motiv certified that it is current with its federal taxes by submitting a Bidder/Offeror form.
(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.:
Motiv is not a District certified business enterprise.
3
(O) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
The District was selected as an awardee of the CSB rebate program, in the amount of
$7,625,000.00, to replace 25 existing school buses with electric buses. To obtain the grant award,
orders must be placed before July 28, 2023.
Approval of two multi-year (24-month base period) contracts is being requested to achieve this
goal: Motiv (15 buses), and Phoenix Electric Sales, Inc (10 buses). A multi-year base period will
support the time needed to build, electrify, and extensively test/inspect each bus upon receipt –
which is expected to exceed a typical 12-month period of performance.
(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:
Motiv is not debarred from providing services to any government entity.
(Q) Any determination and findings issues relating to the contract’s formation, including any
determination and findings made under D.C. Official Code § 2-352.05 (privatization
contracts):
D&F for Special Pilot Procurement was executed on February 14, 2023.
D&F for Multiyear Contract was executed on February 14, 2023.
D&F for Price Reasonableness was executed on April 5, 2023.
D&F for Contractor Responsibility was executed on April 12, 2023.
(R) Where the contract, and any amendments or modifications, if executed, will be made
available online:
All contract documents, including modifications, will be available at https://contracts.ocp.dc.gov/.
(S) Where the original solicitation, and any amendments or modifications, will be made available
online:
The contract was not solicited.
4
Government of the District of Columbia
Office of the Chief Financial Officer 1101 4th Street, SW
Office of Tax and Revenue Washington, DC 20024
Date of Notice: March 20, 2023 Notice Number: L0009342477
MOTIV POWER SYSTEMS, INC. FEIN: **-***8892
330 HATCH DR Case ID: 1442869
FOSTER CITY CA 94404-1106
CERTIFICATE OF CLEAN HANDS
As reported in the Clean Hands system, the above referenced individual/entity has no outstanding
CO
liability with the District of Columbia Office of Tax and Revenue or the Department of Employment
Services. As of the date above, the individual/entity has complied with DC Code § 47-2862, therefore
this Certificate of Clean Hands is issued.
TITLE 47. TAXATION, LICENSING, PERMITS, ASSESSMENTS, AND FEES
CHAPTER 28 GENERAL LICENSE
SUBCHAPTER II. CLEAN HANDS BEFORE RECEIVING A LICENSE OR PERMIT
D.C. CODE § 47-2862 (2006)
PY
§ 47-2862 PROHIBITION AGAINST ISSUANCE OF LICENSE OR PERMIT
Authorized By Melinda Jenkins
Branch Chief, Collection and Enforcement Administration
To validate this certificate, please visit MyTax.DC.gov. On the MyTax DC homepage, click the
“Validate a Certificate of Clean Hands” hyperlink under the Clean Hands section.
1101 4th Street SW, Suite W270, Washington, DC 20024/Phone: (202) 724-5045/MyTax.DC.gov
MEMORANDUM
TO: George Schutter
Chief Procurement Officer
Office of Contracting and Procurement
THRU: Tamera Anderson
Chief Contracting Officer
Office of Contracting and Procurement
FROM: Paris Saunders �� ¥ for Paris Saunders
Agency Interim Fiscal Officer
Office of the State Superintendent of Education
DATE: March 16, 2023
SUBJECT: Revision 2 FY 23 Funding Certificate re: School Bus Purchase
The Office of the Chief Financial Officer of the District of Columbia hereby certifies that the
sum of $4,694,850 is included in the District's budget and financial plan to fund the
Environmental Protection Agency's (EPA) 2022 Clean School Bus (CSB) Rebates awarded to
OSSE-DOT for funding to replace 25 bus(es). These reserved funds will support the purchase of
fifteen (15) new electric school bus(es).
The required funding is broken down as follows:
AGY AY Fund Program Cost Account Project Task Award AMOUNT
Center
GOO 23 3035350 100042 40266 7132001 101130 5.01 2501062 $4,694,850
Should you have any questions concerning this funding certificate, please contact
Ms. Reesha Forney, Budget Analyst at (202) 724-8281.
S� � for Paris Saunders 03/21/23
OCF Agency S · gnature Date
Cc: Dr. Christina Grant, State Superintendent, OSSE
Michael Riley, Director, Division of Student Transportation, OSSE
1050 First St. NE, 3rd Floor, Washington, DC 20002 • Phone: (202) 727-6436 TIY: 711 • osse.dc.gov
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
ATTORNEY GENERAL
BRIAN L. SCHWALB
Commercial Division
MEMORANDUM
TO: Tommy Wells
Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Section Chief
Government Contracts Section
DATE: May 9, 2023
SUBJECT: Approval of Multiyear Contract Award over One Million Dollars
Contractor: Motiv Power Systems, Inc.
Contract No.: CW104839
Total Not-To-Exceed Amount: $4,694,850
--------------------------------------------------------------------------------------------------------------------
This is to Certify that this Office has reviewed the above-referenced Contract and that we have
found it to be legally sufficient. If you have any questions in this regard, please do not hesitate to
call me at 724-4018.
______________________________
Robert Schildkraut
400 6th Street, NW, Suite 79100, Washington, DC 20001 (202) 727-3400 Fax (202) 347-8922
1. Reserved for later use Page of Pages
AWARD/CONTRACT 1 56
2. Contract Number 3. Effective Date 4. Requisition/Purchase Request/Project No.
CW104839 See Box 20C
5. Issued By: Code 6. Administered by (If other than line 5)
Office of Contracting and Procurement Office of the State Superintendent of Education
1050 First Street, NE, 3rd Floor 1050 First Street, NE, 2nd Floor
Washington, D.C. 20002 Washington, D.C. 20002
7. Name and Address of Contractor (No. street, city, county, state and Zip 8. Delivery
Code) FOB Origin Other
Motiv Power Systems, Inc. 9. Discount for prompt payment:
330 Hatch Drive
Foster City, CA 94404 10. Submit invoices to the Address shown in Section G.2
Phone: (703) 657-9639 (2 copies unless otherwise specified)
Email Address: jamey.prock@motivps.com
11. Ship to/Mark For Code 12. Payment will be made by Code
13. Remit Address: 14. Accounting and Appropriation Data
ENCUMBRANCE CODE:
15A. Item 15B. Supplies/Services 15C. Qty. 15D. Unit 15E. Unit 15F. Amount
Price
0001-0006 Type-A Electric School Bus 15 Each $312,990.00 $4,694,850.00
Total Amount of Contract  $4,694,850.00
16. Table of Contents
(X) Section Description Page (X) Section Description Page
PART I – THE SCHEDULE PART II – CONTRACT CLAUSES
X A Contract Form 1 X I Contract Clauses 40
X B Supplies or Services & Cost/Price 2 PART III – LIST OF DOCUMENTS, EXHIBITS AND OTHER
ATTACHMENTS
X C Specifications/Work Statement 4 X J List of Attachments 56
X D Packing and Marking 25
X E Inspection and Acceptance 26 K Representations, Certifications and Other N/A
X F Deliveries or Performance 27 Statements of Offerors
X G Contract Administration data 29 L Instructions, conditions & notices to N/A