MURIEL BOWSER
MAYOR
December 5, 2024
The Honorable Phil Mendelson
Chairman, Council of the District of Columbia
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. CW103310 with Adrian L. Merton, Inc. in the not-to-exceed amount of
$2,500,000. The period of performance is one year from the date of the award.
Under the proposed contract, Adrian L. Merton, Inc. will provide heating, ventilation, and air
conditioning and facility maintenance and repair services.
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
(Standard)
(A) Contract Number: CW103310
Proposed Contractor: Adrian L. Merton, Inc.
Contract Amount: $2,500,000 (Not-to-Exceed)
Proposed Contractor’s Principals: Micheal L. Merton, President
Matt Merton, VP Mechanical
Chris Merton, VP of IDIQ/JOC
Unit and Method of Compensation: Fixed Labor Rate
Term of Contract: Date of award through one year
Type of Contract: Labor-Hour
Source Selection Method: Cooperative Agreement
(B) For a contract containing option periods, the contract amount for the base period and 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: $2,500,000
Option Period 1 Amount: $2,500,000
Explanation of difference from the base period (if applicable): n/a
Option Period 2 Amount: $2,500,000
Explanation of difference from the base period (if applicable): n/a
Option Period 3 Amount: $2,500,000
Explanation of difference from the base period (if applicable): n/a
1
Option Period 4 Amount: $2,500,000
Explanation of difference from the base period (if applicable): n/a
(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 Office of Contracting and Procurement, on behalf of the Department of
Corrections, is seeking a contractor to provide preventive maintenance services and repairs for the
following heating, venting, and air conditioning (HVAC) equipment: rooftop air handler units,
evaporative cooling towers, low-pressure centrifugal chillers, variable air volume and constant air
volume devices, exhaust fans, associated pumps, motors, and controls.
(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 contractor provides HVAC services to the District’s Department of General Services under
contract number DCAM-20-CS-RFQ-0002N.
(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
(F) A description of any other contracts the proposed contractor is currently seeking or holds
with the District.
DCAM-24-NC-EPOA-0011 - Emergency HVAC Repairs at Harriet Tubman Shelter
DCAM-20-CS-RFQ-0002N - City Wide Contract
(G) 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:
Adrian L. Merton, Inc. is a Design/Build Mechanical contractor with experience since 1966
specializing in the maintenance and servicing of commercial and industrial heating, air
conditioning, and ventilation equipment. They are also fully licensed and bonded for all local
jurisdictions.
Adrian L. Merton, Inc. has been providing HVAC services to various agencies in the District since
2005 through contractual vehicles established by the Department of General Services.
2
The contractor has adequate financial resources and reserves to perform the services required
under this contract. As the Duns and Bradstreet Report reported, this was evident from the
contractor’s economic history.
Adrian L. Merton, Inc. has a satisfactory record of integrity and business ethics as indicated by the
search results of the federal excluded parties system. The District has no information indicating
that Adrian L. Merton is debarred, suspended, or involved in any activity that would disqualify the
company from consideration for the award of contract due to a lack of integrity and business ethics.
Adrian L. Merton Inc.’s performance evaluation on the current contract is rated satisfactory.
(H) 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:
Adrian L. Merton has provided a subcontracting plan that meets the minimum requirement of 35%
with a total value of all CBE subcontracts at $877,300.
(I) Performance standards and the expected outcome of the proposed contract:
The District intends and expects that Adrian L. Merton will provide the District of Columbia
Department of Corrections quality services per the terms of the task order.
(J) 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:
Not applicable.
(K) 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's Chief Financial Officer has provided a certification of the availability of funding for
the proposed task order.
(L) 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 certified that the contract is legally sufficient. There are no
pending legal claims against the District.
(M) A certification that Citywide Clean Hands database indicates that the proposed contractor is
current with its District taxes. If the Citywide Clean Hands Database suggests that the
3
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 December 3, 2024, Adrian L. Merton, Inc. complies with the Citywide Clean Hands
database, indicating that the company has no outstanding liability with the District of Columbia.
(N) 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 contractor has certified that it is current with its federal taxes.
(O) (1) A certification that the proposed contractor has been determined not to be in violation of
section 334a of the Board of Ethics and Government Accountability Establishment and
Comprehensive Ethics Reform Amendment Act of 2011, D.C. Official Code § 1-1163.34a; and
(2) A certification from the proposed contractor that it currently is not and will not be in
violation of section 334a of the Board of Ethics and Government Accountability
Establishment and Comprehensive Ethics Reform Amendment Act of 2011, D.C. Official
Code § 1-1163.34a:
The contractor has certified, via the Bidder/Offeror Certification form, that it is (1) not in violation
of section 334a of the Board of Ethics and Government Accountability Establishment and
Comprehensive Ethics Reform Amendment Act of 2011, D.C. Official Code § 1-1163.34a; and (2)
currently is not and will not be in violation of section 334a of the Board of Ethics and Government
Accountability Establishment and Comprehensive Ethics Reform Amendment Act of 2011, D.C.
Official Code § 1-1163.34a.
(P) 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, small, or disadvantaged business enterprise.
(Q) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
Not applicable
(R) 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:
As of September 3, 2024, the contractor does not appear on the Federal or District Excluded
Parties List and is not currently debarred from providing services to any governmental entity.
4
(S) 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 Contractor Responsibility 09/27/2024
Determination and Findings for Price Reasonableness 09/27/2024
Determination and Findings for Use of a Cooperative Agreement 10/21/2024
(T) Where the contract, and any amendments or modifications, if executed, will be made
available online:
OCP Website: ocp.dc.gov
(U) Where the original solicitation, and any amendments or modifications, will be made available
online:
OCP Website: ocp.dc.gov
5
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: December 3, 2024 Notice Number: L0012978294
ADRIAN L MERTON INC FEIN: **-***9036
9151 HAMPTON OVERLOOK Case ID: 18342865
CAPITOL HEIGHTS MD 20743-3839
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 ASSOCIATE CHIEF FINANCIAL OFFICER
PUBLIC SAFETY & JUSTICE CLUSTER
MEMORANDUM
TO: Nancy Hapeman, Chief Procurement Officer
Office of Contracting and Procurement
FROM: David Garner, Associate Chief Financial Officer
er
Public Safety and Justice Cluster
DATE: September 6, 2024
SUBJECT: Certification of Funding for HVAC, Maintenance, and Repair Services – Adrian
L. Merton. (CW103310).
The Office of the Chief Financial Officer (OCFO), certifies funding in the approved FY 2025
Department of Corrections’ Operating Budget in the amount of $2,500,000.00 for HVAC,
Maintenance, and Repair Services (Adrian L. Merton) – (CW103310), Base Year, October 14,
2024 through October 13, 2025.
Future orders above the funds available are contingent upon the identification of additional
funding.
If you have any questions concerning this certification, please contact Anthony Norman, Agency
Fiscal Officer, at (202) 321-6412.
Attachment
cc: Thomas Faust, Director, Department of Corrections
3924 Minnesota Ave, NE, 2nd Floor, Washington, DC 20019
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: November 26, 2024
SUBJECT: Approval of Cooperative Purchase Agreement for Preventative Maintenance
and Repair Services for HVAC Equipment
Contractor: Adrian L. Merton, Inc.
Contract Number: CW103310
Contract Amount: NTE $2,500,000
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 T-REQUETION HONBER PAE
‘TASK ORDER/DELIVERY ORDER FOR SERVICES lof 11
OFFEROR TO COMPLETE BLOCKS 18 & 29
T. TASKORDERAGREENENT NO. | 3, Award/ERfective Date CONTRICT EER 5 SOLICITATION ROWBER—]-6, SOLICITATIONISSUEDATE
DCAM-20-CS-RFQ-002N
See 30C below CW103310 NA
7 FORSOLICTATION INFORRATION 37a PRONE Goanch
contact :Keia J. Brooks KeiaJ. Brooks
tmait: keia brooks@de.gov 202-738-8537 (Cell)
FSEDBY FE RISTONS RE TORIES| PAREN SCOTTS
Keia J. Brooks, Contract Specialist pratve Agreement. | DESTINATION UNLESS
Office ofContracting & Procurement 8 Sates |awe Net 30 days
441AthStreet,NW, Suite 330S SHALLDSADV.Bus [TR eT
Washington, we 20001 BDC SippyScheaie
Email: keiabrooks2@dc.gov sic: OFSOUCTTATION
TE RETHOD
ae Beto
O pster Ora Oe Oar
‘CONTRACTOR OFFEROR 16. PAYMENT WILL BE MADE BY
Matthew Merton, Vice President
‘Adrian L. Merton Inc.
9151 Hampton Overlook
Capitol Heights, MD 20743, https://vendorportal.de.gov
Office: 301-336-2700
Cell: 202-437-2067
Email: matti@merton.com
a NS
D.CDeparmentof oreions
ae, .
ih Dae Cone tombe
18. ADMINISTERED BY
DeDeprnent ofCometons
Washington, DC 20003
‘Washington, DC 20003
Office: (202) 523, -7123
Cell: 202) 436- 4109
Email: alexis.dillardé de.gov
“ER. CHECK I REWITTANCE BDIFFERENTAND PUT SUCH ADDRES W OFFER "BB, SUBATT INVOICES TO ADDRESS SHOWN WN BLOCK T6 UNLESS BLOCK
a BELOW I CHECKED
Ste ADDENDUM
7 Fo Fi H B a
i
NO. SCHEDULE OF SUPPLES/SERVICES watwum|
Quay unt | UNT Paice NOuNT
0001 | HVAC and Facility Maintenance and Repairs $2,500,000
75, ACCOUNTING AND APPROPRIATION DATA 6. TOTAL AWARD core
PURCHASE ORDER NO. $2,500,000 NTE
TT CONTRACTOR S REQUIREDTO SIGN THS DOCUMEN