MURIEL BOWSER
MAYOR
August 10, 2020
The Honorable Phil Mendelson
Chairman
Councilof the District of Columbia
John A. Wilson Building
1350 Pennsylvania Avenue, NW, Suite 504
Washington, DC 20004
Dear Chairman Mendelson:
Pursuant to section 451 ofthe District ofColumbia Home Rule Act (DC Official Code 1-
204.51) and the Procurement Practices Reform Act (D.C. Official Code 2-351.01 et seq.),
enclosed for consideration and approval by the Council of the District of Columbia is proposed
contract no. CW81291 with Johnson Truck Center, LLC. The proposed contract has a minimum
contract amount of $2,528,064.00 and maximum contract amountof$5,617,920.00.00 for one
year from dateofthe award.
Under the proposed contract, Johnson Truck Center, LLC. shall provide a minimumof9 up to a
maximumof 20 snow ready dump trucks that shall be used for snow removal during snow
season.
Tam 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 Officerofthe Office of Contracting and Procurement, at (202) 724-8759.
I look forward to the Councils favorable considerationof this contract.
Sincerely,
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: CW81291
Proposed Contractor: Johnson Truck Center, LLC
Contract Amount: $2,528,064.00 (MINIMUM)
$5,617,920.00 (MAXIMUM)
Unit and Method of Compensation: Fixed unit price per vehicle
Term of Contract: Date of award through one year thereafter
Type of Contract: Indefinite Delivery Indefinite Quantity (IDIQ)
Source Selection Method: Invitation for Bids (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:
This 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 Contractor shall provide a minimum of 9 up to a maximum of 20 snow ready dump trucks to
the District Department of Transportation (DDOT) that will be used for snow removal during the
snow season.
(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:
Invitation for Bids (IFB) No. Doc502353 was issued on March 4, 2020 on an open market after
CBE search under NIGP commodity code 065-30-30 for Beds, Dump Trucks resulted in 0 CBE.
1
The District intends to award a single contract resulting from this solicitation to the responsive and
responsible bidder who has the lowest evaluated bid. At the closing date of March 18, 2020, only
1 vendor, Johnson Truck Center, LLC, responded to the solicitation.
After review of the vehicle specifications, the Contract Administrator confirmed that the proposed
dump truck meets the District requirements at a unit price of $280,896.00. The Contracting
Officer has determined that Johnson Truck Center, LLC is a responsive and responsible bidder
which submitted a fair and reasonable total minimum price of $2,528,064.00 for the 9 units and
total maximum price of $5,617,920.00 for the 20 units.
(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 2004, Johnson Truck Center, LLC has been selling and serving Freightliner, Western Star,
Autocar Terminal tractors, Mitsubishi Fuso trucks 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 of their three previous contracts with the District.
Under those contracts, the Contractor provided various equipment ranging from snow dump trucks
to refuse packers.
(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:
DSLBD approved the waiver request for the mandatory CBE subcontracting requirement for the
proposed contract on May 15, 2020.
(H) Performance standards and the expected outcome of the proposed contract:
The Contractor shall provide the required snow ready dump trucks in accordance with the
equipment specifications and delivery term indicated in the solicitation.
(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.
(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 has certified that there is sufficient funding for the
proposed contract.
(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 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:
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 contracts 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
(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:
The solicitation and amendments were posted on the Office of Contracting and Procurement
website www.ocp.dc.gov.
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: July 14, 2020 Notice Number: L0004218317
JOHNSON TRUCK CENTER LLC FEIN: **-***3271
500 WILSON POINT RD Case ID: 518298
MIDDLE RIVER MD 21220-4209
CERTIFICATE OF CLEAN HANDS
As reported in the Clean Hands system, the above referenced individual/entity has no outstanding
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)
47-2862 PROHIBITION AGAINST ISSUANCE OF LICENSE OR PERMIT
Authorized By Marc Aronin
Chief, Collection Division
To validate this certificate, please visit MyTax.DC.gov. On the MyTax homepage, click Clean Hands
and then the Validate a Certificate of Clean Hands hyperlink.
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 CHIEF FINANCIAL OFFICE
dee
Government Services Cluster
FINANCIAL PLAN AND BUDGET CERTIFICATION
Contract No.: cws1291
Contract Name: 9- 10 Wheel Snow Ready Dump Trucks
Contractor: Johnson Truck Center, LLC
Contract Ceiling Amount: $5,617,920.00
Contract Amount: $2,528,064.00 I
Funding Source (Project Fund):: Local - Capital
6EQO1C (0304) - $2,528,064.00
Requisition: RK147256
Year of Appropriation: 2006
Contract Year: 2020
|, Calvin Skinner, Agency Chief Financial Officer OCFO, hereby certify that the amount of
$2,528,064.00 is available for the above referenced contract and that the service is within the
appropriate budget authority for the agency for the Fiscal Year 2020 and is consistent with the
applicable approved financial plan. Future orders above the available funding are contingent
upon the identification of additional funding.
af 73 a0
Calvin Skinner Date
Agency Fiscal Officer, OCFO
55M Street, S.E., Washington, DC 20003 Telephone: (202) 671-2300
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
Government Contracts Section
MEMORANDUM
TO: Ronan Gulstone
Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Chief, Government Contracts Section
Commercial Division
DATE: July 27, 2020
SUBJECT: Certificate of Legal Sufficiency for Dump Trucks
Contract No. CW81219
Contractor: Johnson Truck Center, LLC
Contract Maximum Amount: $5,617,920.00
Contract Minimum Amount: $2,528,064.00
This is to Certify that this Office has reviewed the above-referenced Contract and that
we have found it to be legally sufficient. We note that the business address on the
Contractors business license is not the same as the is business address on the Clean
Hands certification. This Office is relying on the Contracting Officer's representation that
the same vendor is referenced in both documents.
If you have any questions in this regard, please do not hesitate to call me at (202) 724-
4018.
P.P.
_________________________________
Robert Schildkraut
441 Fourth Street, N.W., Room 700S, Washington, D.C. 20001 (202) 727-3400 Fax (202) 741-5228
SOLICITATION, OFFER, AND 1 . Caption Page of Pages
AVVARD 10-wheel Snow Ready Dump Trucks 1 28
2. Contract Number 3. Solicitation Number 4. T,,pe of Solicitation 5. Date Issued 6. Tvoe of Market
X Sealed Bid (IFB) X Open
DCSS Set
Sealed Proposals (RFP) Aside
Open with
Sole Source Sub-
Contracting
Human Care Agreements Set Aside
CW81291
Doc502353 Emerqency March 4, 2020
7. Issued By: 8. Address Offer to:
Office of Contracting and Procurement (OCP) Submit electronically through OCP E-Sourcing Process
Transportation and Specialty Equipment Commodity Group
2000 14 th Street. NVV. 6 th Floor
VVashington. DC 20009
NOTE: In sealed bid solicitations "offer" and offeror" means "bid" and "bidder"
SOLICITATION
9. Offers must be received in the E-Sourcina system orior to the event closina date and time.
CAUTION: Late Submissions, Modifications and VVithdrawals: See 27 DCMR chapters 15 & 16 as applicable. All offers are subject to all terms &
conditions contained in this solicitation.
1 0. For Information A. Name B. Teleohone C. E-mail Address
Contact Gi,;, - (Area Code) (Number)
Janet C. Concepcion, CPPB 202 671-2328 Janet. conceoci on2@dc. nov
OFFER
11. Acknowledgement of Amendments Amendment Number Date Amendment Number Date
(The offeror acknowledges receipt of
amendments to the SOLICITATION): D..->t!- S-C?dl3.S- .A
,, ,,.J 3 /./ /_:2c
12A.
__Jc:, , .-'P2, ",.,...
J i::l...J/&'Le. 13A. Name and Title of Person Authorized to Sign
Offer/Contract
Name and
Address of Offeror 38""c.?
..A-/4
-VJ bp',,,A,jl.,.,c.}1-...., -P?A-cc=
4,
.i::>A-> ,...,,,-, ,
;:;;;;:;>?$5
.J..
-AA ,I G/85,i!?,,,V,, P >-
13B. Email