MURIEL BOWSER
MAYOR
June 12, 2023
Honorable Phil Mendelson
Chairman
Councilofthe 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 202of the Procurement Practices Reform Actof 2010 (D.C. Official Code
§ 2-352.02), enclosed for consideration and approval by the Council of the District of Columbia is
proposed Contract No. CW91806 with Johnson Truck Center, LLC in the amount of $4,395,280.
The period of performance is one year from the dateofthe award.
Under the proposed contract, Johnson Truck Center, LLC shall provide 16 units of Autocar ACMD_
with 14-yard leach refuse packer that will be used by the Departmentof Public Works for removal
of trash throughout the District.
My administration is available to discuss any questions you may have regarding the proposed
contract. In order to facilitate a response to any questions you may have, please have your staff
contact Mare Scott, ChiefOperating Officerofthe Office of Contracting and Procurement, at (202)
724-8759.
I look forward to the Council’s favorable considerationof this contract.
Sincerely,
Muriql Bows
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: CW91806
Proposed Contractor: Johnson Truck Center, LLC
Contract Amount: $4,395,280
Capital Funding
Unit and Method of Compensation: Price per unit
Term of Contract: Date of Award through One Year Thereafter
Type of Contract: Firm Fixed Price
Source Selection Method: 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:
The contract does not have 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:
The District of Columbia Department of Public Works (DPW) requires a Contractor to provide 16
Autocar ACMD with 14-yard leach refuse packer which will be used for the removal of trash
throughout the District
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:
The District shall use Sourcewell cooperative agreement number 060920-NAF with National
Auto Fleet Group to meet DPW’s requirements. The District intends to place a Task Order against
Johnson Truck Center, LLC, an authorized dealer of National Auto Fleet Group. The Sourcewell
cooperative contract has already been competitively awarded. Sourcewell’s rigorous process is
continually refined to best meet the needs of participating agencies and allows them to offer
exceptional products from nationally acclaimed suppliers. The pricing is based on large volumes,
therefore the District benefits from the lower prices achieved as a result of the economies of scale
achieved by these larger volumes.
(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:
There is no bid protest.
(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:
Johnson Truck Center, LLC started their business since 2004 specializing in trucks, tractors and
trailers. They been selling and servicing Freightliner, Western Star, Autocar and Isuzu product lines
and related components, medium and heavy duty truck parts, and accessories; as well as all
equipment serving On-Highway and Vocational markets. Johnson Truck Center, LLC has the
necessary financial stability and personnel as demonstrated on their satisfactory performance
provided to the District over the past years.
(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:
There is no subcontracting plan; this procurement is being issued against a cooperative agreement.
(H) Performance standards and the expected outcome of the proposed contract:
The Contractor is expected to provide the required vehicles within the timeline set forth in the
proposed delivery order.
(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:
2
As of this date, there is no expenditure of funds by the District pursuant to the contract.
(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 Agency Fiscal Officer has certified the availability of funds for the current fiscal year for the
minimum purchase and is consistent with the District’s financial plan and budget.
(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 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:
3
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 contract’s formation, including any
determination and findings made under D.C. Official Code § 2-352.05 (privatization
contracts):
Determination & Findings for Cooperative Agreement
Determination & Findings for Contractor Responsibility
Determination & Findings for Price Reasonableness
(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
ke He HC Government
oftheDistrictofColumbia
MEE Office oftheChief Financial Officer 1101 4% Street, SW
Hmmm Office ofTax and Revenue ‘Washington, DC 20024
Date ofNotice: May 10, 2023 Notice Number: 10009523383 =
JOHNSON TRUCK CENTER LLC FEIN: ##.###3271
500 WILSON POINT RD Case ID: 1509591
MIDDLE RIVER MD 21220-4209
CERTIFICATE
OFCLEANHANDS
As reported in the Clean Hands system, the above referenced individual/entity has no outstanding
liability with the District of Columbia Officeof Tax and Revenue or the Department of Employment
Services. Asofthe 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)
§ 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-S045/MyTax.DC.gov
GOVERNMENT OF THE DISTRICT OF COLUMBIA
OFFICE OF THE CHIEF FINANCIAL OFFICER
kk
= nal
=a
FINANCIAL PLAN AND BUDGET CERTIFICATION
CONTRACT NUMBER: CW91806
CAPTION: Autocar ACMD with 14-yard leach refuse
packer
CONTRACTOR NAME: Johnson Truck Center, LLC
CONTRACT CEILING AMOUNT: —_ $4,395,280
AVAILABLE AMOUNT: $4,395,280
Capital funds
ORGANIZATION CODE: KTO
I, Perry Fitzpatrick, Agency Financial Officer, Department of Public Works, hereby
certify that the amount of $4,395,280 is avaiiabie for the above referenced coniract and
that the services is within the appropriate budget authority for the agency for the FY23
fiscal year and is consistent with the applicable approved financial plan. Future orders
above the available funding are contingent upon the identification of additional funding.
Department of Public Works
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
ATTORNEY GENERAL
BRIAN L. SCHWALB
Commercial Division
Government Contract Section
MEMORANDUM
TO: Tommy Wells
Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Section Chief
DATE: June 1, 2023
SUBJECT: Approval of Contract for 16 Autocar ACMD with 14-Yard Leach Refuse
Packer
Contract Number: CW91806
Contractor: Johnson Truck Center, LLC
Contract Amount: $4,395,280.00
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 (202) 724-4018.
P.P.
______________________________
Robert Schildkraut
400 6th Street NW, Suite 9100, Washington, DC 20001 (202) 727-3400
GOVERNMENT OF THE DISTRICT OF COLUMBIA 1 REQUISTION WOWBER PAGE
TASK ORDER/DELIVERY ORDER FOR SERVICES
OFFEROR TO COMPLETE BLOCKS 18 & 29 RK150733 lof 12
7, DELIVERY
ORDERAGREEMENTNO. | 3. AWARDTEFFECTIVE DATE CONTRACTWOMBER SOLICITATION NUMBER | 6, SOLICITATION ISSUE DATE
Sourcewell Contract No.
CW91806 See 30C below oar ba . N/A NA
ational Auto Fle t
Group
7contac.
. FORSOURTTATION HFORHATION | WANE TELEPHONE poco OFFERDUEDATE:
Enatt evelyn.lancion@de20v| tvelyn R, Lancion (202) 671-0485 NA
7 SUED WTR ACGUSTONS YH RLWERTFORTE H.PAENT DECODER
Office of Contracting and: Procurement
: and Specialty °
Transportation Equipment Gl1 unresraicreo
serasioe—xror =|Blocks
0 Wa maneD Net 30 days
Commodity Group ae
1G SMALL oisabv. Bus, 1 RESERVED
2000 14" Street, NW, 6" Floor = 7, RETHOO
OFSOUCTATION
Washington,
DC20009 fy os .
ne Bicoopeatveeement | gyOi prop
2srep = rer
15. CONTRACTOR 7 OFFEROR 16 PAYMENT
WLBERADE
Johnson Truck Center, LLC. (Authorized dealer Officeof the Associate Chief Financial Officer
ofNational Auto Fleet Group) Government Services Cluster
3801 Ironwood Place 2000 14" Street, NW, 6" Floor
Landover, MD 20785 Washington, DC 20009
5A DONECODE 158 TARTONO.
17. DELIVER TO: 8, ADWNISTERED BY:
Greg Harrelson Department of Public Works
Department of Public Works Fleet Management Administration
Fleet Management Administration 1725 15" Street, NE
1725 15% Street, NE Washington, DC 20002
Washington, DC 20002
TBA. CHECK TF REMITTANCE TS DIFFERENT AND PUT SUCH ADORESS OFFER 785, SUBRIT INVOICES TO ADDRESS SHOWN IN BLOCK 16 UNLESS BLOCK
BELOW IS CHECKED
SEEADDENDUM
7 cy a |a Be ey
EMO. SCHEDULE OF SUPPLIES/SERVICES quanrry| unr| _unir price AMOUNT.
1 | 2023 Autocar ACMD with 14 Yard Leach Refuse Packer in 16 | EA| $274,705.00 | $4,395,280.00
accordance with quote ID# HD-1447BR -R1 dated 5/4/2023
75. ACCOUNTING ANDAPPROPRIATION DATA 5. TOTAL AWARD wan corr aN
ENCUMBRANCE CODE: $4,395,280.00
"7- CONTRACTORS REQUIRED TOSIGHTHIS DOCUMENT AND RETURN ONE COPY TO THE "THE FOLLOWING DOCUMENTS ARE INCORPORATED BY REFERENCE INTO
ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVERALL ITENS SET FORTH OR ‘TiSDELIVERYORDER IN THE FOLLOWING PRIORITY: (1)SEESECTION 13,
[OTHERWISEIDENTIFIEDADOVEANDONANY ADDITIONALPAGESSUBJECTTO THETERNS
[AND CONOTIONS SPECIFIED HEREIN. THI ORDER I ISSUED
4. SUBLECTTOTHETERSAND
{CONDITIONS OF THE CONTRACT IDENTIFIED IN BLOCK
LU 5 ‘OFFEROR /CONTRACTOR [HK DISTRICT OF COLUMBIA (STGHATUREOFCONTRACTING OFFICER
B.rae FTITCE OFSIGNER oreona) "BC. DATE SIGNED 305.WANEOF CONTRACTING OFFICERen ora 30. DATE
sicieo
TERRY VIELCH
Nhol 7 SALES
g\9,\23
Delivery Order No CW91806
Page2of 2
1. PRODUCT REQUIRED: Johnson Truck Center, LLC., an authorized dealer of National
Auto Fleet Group, shall provide 16 Autocar ACMD with 14 Yard leach Refuse packer in
accordance with the contractor's quote ID# HD-1447BR (R2) dated May 4, 2023
(Attachment A).
COOPERATIVE AGREEMENT NUMBER: Sourcewell Contract no. 060920-NAF
with National Auto Fleet Group (Attachment B)
DELIVERY ORDER NO.: CW91806
PERIOD OF PERFORMANCE: One (1) year from date of award
TYPE OF CONTRACT: Firm Fixed Price contract,
PRICE SCHEDULE: