MURIEL BOWSER
MAYOR
March 18, 2024
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. DCKA-2024-C-0039 with Treeman, Inc. in the not-to-exceed amount of
$3,297,500. The period of performance is February 1, 2024, through January 31, 2025.
Under the proposed contract, Treeman, Inc. shall provide tree removal services in the District of
Columbia.
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, Office of Contracting and Procurement, at (202) 724-
8759.
I look forward to the Council’s favorable consideration of this contract.
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
(Letter Contract)
(A) Contract Number: DCKA-2024-C-0039
Proposed Contractor: Treeman, Inc.
Contract Amount: Minimum amount: $96,650
Maximum amount: $3,297,500
Unit and Method of Compensation: Fixed Unit Prices
Term of Contract: February 1, 2024, through January 31, 2025
Type of Contract: Indefinite Delivery/Indefinite Quantity (“IDIQ”)
Source Selection Method: Competitive Sealed Bidding/Invitation for Bid (“IFB”)
(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: Minimum amount $96,650; Maximum amount $3,297,500
Option Year One Amount: Minimum amount $96,650; Maximum amount $3,297,500
Explanation of difference from base period (if applicable): Not Applicable
Option Year Two Amount: Minimum amount $96,650; Maximum amount $3,297,500
Explanation of difference from base period (if applicable): Not Applicable
Option Year Three Amount: Minimum amount $101,482.50; Maximum amount $3,462,375
Explanation of difference from base period (if applicable): The option year amount includes a
price escalation of approximately 5%.
Option Year Four Amount: Minimum amount $101,482.50; Maximum amount $3,462,375
1
Explanation of difference from base period (if applicable): The option year amount includes a
price escalation of approximately 5% over the base period.
(C) The date on which the letter contract or emergency contract was executed:
February 1, 2024
(D) The number of times the letter contract or emergency contract has been extended:
None
(E) The value of the goods and services provided to date under the letter contract or emergency
contract, including under each extension of the letter contract or emergency contract:
NTE $999,999
(F) 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 contractor shall provide tree removal services. The contractor shall be responsible for providing
all management, supervision, personnel, tools, materials, equipment, expertise, and transportation
necessary to remove trees located at various sites throughout the District.
(G) 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 IFB was advertised on December 29, 2023, using full and open competition and contemplating
multiple IDIQ contract awards. Four bids were received by the due date. After reviewing the bids,
the bid from Treeman was determined to be responsive and responsible and selected for award.
(H) 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
(I) 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:
Treeman has been providing tree care services in the Washington, DC and Maryland area for over
20 years. Treeman also possesses the resources to include equipment and certified and licensed
personnel to perform the required services. In addition, Treeman has successfully performed the
same or similar services for the District Department of Transportation (“DDOT”).
2
(J) 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:
On January 5, 2024, the District Department of Small and Local Business Development granted a
full waiver to the 35% subcontracting requirement under D.C. Official Code § 2-218.46 and
removed the subcontracting requirement. Accordingly, no subcontracting plan is required.
(K) Performance standards and the expected outcome of the proposed contract:
At the direction of the DDOT contract administrator, the contractor will provide tree removal
services in accordance with the terms of the contract.
(L) 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:
The District entered into a letter contract on February 1, 2024, in the NTE amount of $999,999.
(M) 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:
On March 4, 2024, the Agency Fiscal Officer certified that the contract funding is consistent with
the applicable financial plan and budget.
(N) 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 and approved the proposed contract for legal
sufficiency. The proposed contractor has no pending legal claims against the District.
(O) A certification that the 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):
The contractor is current with its District taxes per the Clean Hands certification dated January 29,
2024.
(P) 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:
3
The contractor is current with its federal taxes per the bidder/offeror certification form.
(Q) 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 business enterprise.
(R) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
None
(S) 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 an excluded party on the District or federal listings per the
validations dated January 23, 2024.
(T) 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 and Findings for Price Reasonableness
Determination and Findings for Contractor Responsibility
(U) Where the contract, and any amendments or modifications, if executed, will be made
available online:
OCP.DC.GOV
(V) Where the original solicitation, and any amendments or modifications, will be made available
online:
OCP.DC.GOV
4
=>87?84ÿ@ÿ458ÿ 47A4ÿ@ÿBC?D
E@@A8ÿ@ÿ458ÿ58@ÿ0A BÿE@@A87 0010ÿ345ÿ6478849ÿ6
E@@A8ÿ@ÿFGÿHÿI8>8C8ÿ 549ÿÿ113
ÿÿ !"#ÿ$%&ÿ$'$( ÿ!./")''*'+,'(+-
FI11JK39ÿ23 01234ÿ556555780
0810ÿLKF6E3ÿI  8ÿ24ÿ097:;8
6M131IN2OO1ÿJÿÿ19896:;7P
ÿ ÿ
cdefghgcifdÿkhÿcldimÿnimop
K ÿ78\748Hÿÿ458ÿB8ÿa Hÿ]48?9ÿ458ÿD>8ÿ78@878A8HÿH>HCBq844]ÿ5 ÿÿC44H
BDB4]ÿr45ÿ458ÿ 47A4ÿ@ÿBC?D ÿE@@A8ÿ@ÿFGÿHÿI8>8C8ÿ7ÿ458ÿ8\74?84ÿ@ÿ1?\B]?84
687>A8^ÿK ÿ@ÿ458ÿH48ÿD>89ÿ458ÿH>HCBq844]ÿ5 ÿA?\B8Hÿr45ÿÿH8ÿsÿ3;6989ÿÿ45878@78
45 ÿ874@A48ÿ@ÿB8ÿa Hÿÿ C8H^
F2FO1ÿ3;^ÿFKtKF2E39ÿO213623=9ÿM1IJ2F69ÿK66166J13F69ÿK3ÿ0116
aKMF1Iÿ9ÿ=131IKOÿO21361
6uLaKMF1Iÿ22^ÿO1K3ÿaK36ÿL10EI1ÿI112N23=ÿKÿO21361ÿEIÿM1IJ2F
^^ÿE1ÿsÿ3;698ÿv118w
sÿ3;698ÿMIEa2L2F2E3ÿK=K236Fÿ266uK31ÿE0ÿO21361ÿEIÿM1IJ2F
W!R"YUÿQ#ÿZTUÿ[X
Q"RÿSR&ÿSTTÿUÿV ".ÿWU.X"
Fÿ>BH48ÿ45 ÿA874@A489ÿ\B8 8ÿ> 4ÿJ]FG^^>^ÿEÿ458ÿJ]FGÿÿ5?8\89ÿABA_ÿ458
`N BH48ÿÿ874@A48ÿ@ÿB8ÿa Hbÿ5]\87B_ÿCH87ÿ458ÿB8ÿa Hÿ8A4^
xxyxÿz{|ÿp{}~~{ÿp€ÿp‚{~ÿƒ„y€ÿ †|‚‡ˆ{‰‡€ÿocÿƒyyƒzŠ‹|‰‡~ŒÿƒyƒŽÿ„ƒzyzŠ‘’f “”oc”ˆ‰•
ÿ
GOVERNMENT OF THE DISTRICT OF COLUMBIA
OFFICE OF THE CHIEF FINANCIAL OFFICER
Government Services Cluster
FINANCIAL PLAN AND BUDGET CERTIFICATION
Contract No.: DCKA-2024-C-0039
Contract Name: Tree Removal Services
Contractor: Treeman, Inc.
Contract Ceiling Amount: $3,297,500.00
Current Available Amount: $1,300,000.00
PASS RK#: RK270106
Organization Code: KA0
==============================================================================
I, Calvin Skinner, Agency Fiscal Officer, OCFO, hereby certify that the amount of $1,300,000.00 is
available for the above referenced contract and that the service is within the appropriate budget
authority for the agency for FY 2024 and is consistent with the applicable approved financial plan
and budget. Future orders above the available funding are contingent upon the identification of
additional funding.
____________________________________ 03/04/24
_________________
Calvin Skinner Date
Agency Fiscal Officer, OCFO
250 M Street, S.E., Washington, DC 20003 Telephone: (202) 671-2300
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
ATTORNEY GENERAL
BRIAN L. SCHWALB
Commercial Division
MEMORANDUM
TO: Sarina Loy
Deputy Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Section Chief
Government Contracts Section
DATE: March 11, 2024
SUBJECT: Approval of Contract Award over One Million Dollars
Tree Removal Services
Contractor: Treeman, Inc.
Contract No.: DCKA-2024-C-0039
Minimum Amount: $96,650.00
Maximum Amount: $3,297,500.00
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.
______________________________
Robert Schildkraut
400 6th Street NW, Suite 9100, Washington, DC 20001 (202) 727-3400
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF TRANSPORTATION
Mr. Jose M Polanco
President/CEO
Treeman, Inc
16201 Batson Rd
Spencerville, MD 20868
Subject: Letter Contract
Tree Removal Services
Contract No. DCKA-2024-C-0039
Dear Mr. Polanco:
This is a letter contract between the Government of the District of Columbia (“District”) and
Treeman, Inc (“Contractor”) wherein the Contractor agrees to perform the above-captioned
services in accordance with those documents incorporated herein.
The District intends to definitize this letter contract within ninety (90) days of the date this letter
contract is signed by the Contracting Officer. If the District and the Contractor agree in writing
to the terms of a definitive contract within 90 days, this letter contract shall merge with the
definitive contract upon such agreement. If the District does not definitize this letter contract
within 90 days of the date of award of this letter contract or any extensions thereof, this letter
contract shall expire. Award of this letter contract and the definitive contract shall be
contingent on the availability of appropriated funds.
The District will pay the Contractor for the services performed under this letter contract in an
amount not-to-exceed (“NTE”) $999,999.00. In no event shall the amount paid under this letter
contract, or any extensions thereof, exceed $999,999.00, which is approximately 30.33% of the
estimated contract NTE of the proposed definitive contract. If the District and the Contractor
agree in writing to a definitive contract, the District will pay the Contractor for the services
performed during the duration of the definitive contract an amount not to exceed $3,297,500.00
for the one-year base period of the proposed definitive contract. The proposed definitive
contract will require the prior approval of the Council of the District of Columbia (“Council”).
The Contractor shall perform under this letter contract pursuant to the terms and conditions
outlined in the below attachment. The following attachment is incorporated in full-text and
made part of this letter contract:
Attachment 1: Solicitation DCKA-2024-D-0025 as amended
District Department of Transportation | 250 M Street, SE, Suite 700, Washington, DC 20003 | 202.671-2270 | ddot.dc.gov
Letter Contract
Tree Removal Services
Contract No. DCKA-2024-C-0039
Schedule for Definitization
Council package submission to Council 2/23/2024
Target Definitization Date 4/22/2024
Signatures:
1/31/2024
Name: Date
Title:
Treeman, Inc
Benita Scott Date
Deputy Chief Contracting Officer
1. Caption Page of Pages
A. SOLICITATION, OFFER, AND AWARD
Tree Removal Services 1 of 51
2. Contract Number 3. Solicitation Number 4. Type of Solicitation 5. Date Issued 6. Type of Market
X Sealed Bid (IFB) X Open
DCKA-2024-C-0039 DCKA-2024-D-0025
Sealed Proposals See § F.1
Set Aside
(RFP)
7. Issued By: 8. Address Offer to:
District Department of Transportation Department of Transportation
Office of Contracting and Procurement Office of Contracting and Procurement
55 M Street, SE – Suite 700 250 M Street, SE – 7th Floor
Washington, DC 20003 Washington, DC 20002
NOTE: In sealed bid solicitations "offer" and offeror" means "bid" and "bidder"
SOLICITATION
9. Electronic bids are due at 5:00 pm EST time. For electronic submission refer to Section L of the Solicitation.
CAUTION: Late Submissions, Modifications and Withdrawals: See 27 DCMR chapters 15 & 16 as applicable. All offers are subject to all terms & conditions
contained in this solicitation.
Name: Franci Orellana – Contract B. Telephone C. E-mail Address
10. For Information Specialist - Contractor
Contact: (Area Code) (Number) (Ext)
Franci.Orellana@dc.gov
11. Table of Contents