MURIEL BOWSER
MAYOR
June 30, 2023
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 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 Contract No. CW103202 with FWD Seagrave Holdings, LP in the not-to-exceed amount
of $12,382,395. The period of performance is three years from the date of the award.
Under the proposed contract, FWD Seagrave Holdings, LP shall provide a minimum of two, and up
to a maximum of five, tractor drawn aerial ladder trucks that shall be used by the Fire and
Emergency Medical Services to provide emergency response services 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 Marc Scott, Chief Operating Officer of the Office of Contracting and Procurement, at (202)
724-8759.
Sincerely,
Muriel Bowser
Enclosure
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: CW103202
Proposed Contractor: FWD Seagrave Holdings, LP
Contract Amount: $ 4,951.758 (Minimum)
$12,382,395 (Maximum)
Unit and Method of Compensation: Price per unit
Term of Contract: Date of Award through Three 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 the Contractor to provide a
minimum of two up to a maximum of five tractor drawn aerial ladder trucks that will be used to
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 the cooperative agreement between the Houston-
Galveston Area Council of Governments (H-GAC) and FWD Seagrave Holdings, LP.
(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:
None
(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 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. Dun and Bradstreet report
indicated a clear history status. Based on records, the FEMS Contract Administrator provided a
satisfactory performance evaluation of their past contract, CW47982, for eight custom pumpers
which were delivered to the District 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 required tractor drawn aerial ladder trucks 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:
The Office of Chief Financial Officer has certified that there is sufficient funding for the minimum
total amount of the proposed contract.
2
(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 and the proposed contractor has no
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):
A certification has been issued by the Citywide Clean Hands database which 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 proposed contractor is not a certified small, local, disadvantaged and resident-owned 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 contract’s formation, including any
determination and findings made under D.C. Official Code § 2-352.05 (privatization contracts):
Determination & Findings for Use of a Cooperative Agreement
Determination & Findings for Use for Multi-year Contract
3
Determination & Findings for Price Reasonableness
Determination & 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
Office of the Chief Financial Officer 1101 4th Street, SW
Office of Tax and Revenue Washington, DC 20024
Date of Notice: May 24, 2023 Notice Number: L0009582862
FWD SEAGRAVE HOLDINGS LP FEIN: **-***5904
105 EAST 12TH STREET Case ID: 1530118
CLINTONVILLE WI 54929
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
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: June 12, 2023
SUBJECT: Approval of Contract for Tractor Drawn Aerial Ladder Trucks
Contractor: FWD Seagrave Holdings, LP
Contract Number: CW103202
Contract Amount: Minimum: $4,951,758.00
Maximum: $12,382,395.00
--------------------------------------------------------------------------------------------------------------------
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 724-4018.
______________________________
Robert Schildkraut
400 6th Street, NW, Suite 79100, Washington, DC 20001 (202) 727-3400 Fax (202) 347-8922
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
ATTORNEY GENERAL
BRIAN L. SCHWALB
Commercial Division
MEMORANDUM
TO: Nancy Hapeman
Interim Chief Procurement Officer
Office of Contracting and Procurement
FROM: Robert Schildkraut
Section Chief
Government Contracts Section
DATE: June 12, 2023
SUBJECT: Approval of Contract for Tractor Drawn Aerial Ladder Trucks
Contractor: FWD Seagrave Holdings, LP
Contract Number: CW103202
Contract Amount: Minimum: $4,951,758.00
Maximum: $12,382,395.00
__________________________________________________________________
1. Description of Proposed Contract and Cooperative Agreement
The Office of Contracting and Procurement on behalf of Fire and Emergency Medical Services,
intends to order tractor drawn aerial ladder trucks from FWD Seagrave Holdings, LP
(“Seagrave”), by Contract No. CWW103202 (“Contract”) pursuant to the Houston-Galveston
Area Council (“HGAC”) Cooperative Agreement No. FS12-19 (“HGACBuy”) with Seagrave.
The District proposes to award Seagrave an indefinite delivery-indefinite quantity Contract for
the tractor drawn aerial ladder trucks (“Trucks”). The list price of each Truck is $2,228,738.00
in addition to a $2,000.00 per order HGACBuy order processing charge. For this order, the
District is receiving a multi-vehicle purchase discount of $143,773.00 per vehicle and adding
some additional allowances, such as a 5-year maintenance program and delivery engineer and
training. Due to this discount and allowances, the per unit rate for this order is $1,982,597. 1 The
District is obligated to purchase a minimum of two Trucks and may purchase up to a maximum
of five Trucks. The base term of the contract will be for three years from the date of award with
no option years.
1
This final amount includes various published and un-published options to the Trucks, allowed by the HGACBuy
agreement.
400 Sixth Street, N.W., Washington, D.C. 20001 (202) 727-3400 Fax (202) 741-5881
2. Procurement Process
Under D.C. Official Code §2-354.11, the District is authorized to participate in cooperative
purchasing agreements with any state, county or municipal jurisdiction for goods or services. In
addition, this section requires the cooperative purchasing agreement to be in accordance with, “to
the extent practicable”, all laws and rules of the District with respect to contracting, and “shall be
consistent with laws and rules of the United States government that apply specifically to the
District.”
Through HCAGBuy, HGAC entered into a cooperative purchasing agreement with Seagrave for
fire service apparatus including aerials, wildland fire, pumper, and tanker apparatus for a term
from December 1, 2019, and extended through multiple modifications until November 30, 2023.
Seagrave submitted to the District a HGACBuy Contract Pricing Worksheet along with vehicle
specifications and additional options. The District reviewed the specifications and determined
that the proposed Trucks meet FEMS’s requirements, and the price is reasonable. The District
also determined that Seagrave is a responsible contractor. By a signed memo authorizing the use
of a Cooperative Agreement, dated May 26, 2023, the Interim Chief Procurement Officer’s
designee determined that the Delivery Order was in accordance with the authorization to
purchase under a cooperative purchasing agreement and that the procurement was in the best
interest of the District.
3. Legal Review
By email dated May 15, 2023, you requested that this Office review for legal sufficiency the
proposed Contract with Seagrave. During our review we requested revisions to the documents,
which OCP provided. Accordingly, we have reviewed the proposed Contract to Seagrave and it
is approved for legal sufficiency.
We note that in accordance with D.C. Official Code § 1-204.51(b)(2)(A), and Section 202 of the
Procurement Practices Reform Act of 2010, D.C. Law 18-371, D.C. Official Code § 2.352.02,
effective April 8, 2011, the Mayor must submit to Council for approval this contract action for
over one million dollars.
If you have any questions, please contact Jason J. Soltis, Assistant Attorney General at
202.673.3538.
RS
400 Sixth Street, N.W., Washington, D.C. 20001 (202) 727-3400 Fax (202) 741-5881
GOVERNMENT OF THE DISTRICT OF COLUMBIA
OFFICE OF THE ASSOCIATE CHIEF FINANCIAL OFFICER
PUBLIC SAFETY & 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 6, 2023
SUBJECT: Certification of Funding Availability for Ladder Truck - CW103202
The Office of the Chief Financial Officer (OCFO) certifies funding in the Fire and Emergency
Medical Services Department’s (FEMS) Fiscal Year 2023 capital improvement plan (CIP) under
the project FB0.206LTC Ladder Trucks-FEMS in the amount of $4,951,758.00 within the period
of FY 2023. Funds have been pre-encumbered in PASS under RK222044.
Future orders above the available funding 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
R210 - DIFS Buyer Agency C
Report Parameters:
Report Run Date/Time: 04-05-2023 03 Project Org
Sponsor
Appropriation Fund
Project Number
Project Name
Award Org
Award Number
Owner Agency
Award Name
Master Appropri
Project Primary Project Award Fund P&G Allotment P&G Authority P&G Allotment
Project Organization Organ Project Name Project ation P&G Lifetime Budget P&G Commitment P&G Obligation P&G Expenditures
Number Category Subtask Number Number Budget Balance Balance
Code Fund
FB0 FIRE AND EMERGENCY
FB0.206LTC.LADDE
MEDICAL SERVICES FB0 F 100411 206 Fleet 5.01 3000070 3030 3030304 $ 35,721,295.00 $ 25,380,915.00 $ 4,951,758.00 $ 8,875,345.20 $ 13,863,201.80 $ 8,030,990.00 $ 6,565,955.20
R TRUCKS - FEMS
DEPARTMENT
GOVERNMENT OF THE DISTRICT OF COLUMBIA
OFFICE OF THE ATTORNEY GENERAL
Legal Counsel Division
MEMORA