MURIEL BOWSER
MAYOR
March 29, 2021
The Honorable Phil Mendelson
Chairman
Councilofthe District of Columbia
John A. Wilson Building
1350 Pennsylvania Avenue, N.W., Suite 504
Washington, DC 20004
Dear Chairman Mendelson:
Pursuant to section 451of the District of Columbia Home Rule Act (D.C. Official Code 1-
204.51) and the Procurement Practices Reform Act (D.C. Official Code 2-351.01 ef seq.),
enclosed for consideration and approval by the Council of the District of Columbia is proposed
task order DCKA-2020-C-0039 with Proterra, Inc. The proposed contract is in the amount of
$19,189,227.94 for the period of 24 months from the dateofthe award.
The contractor will provide 14 battery electric buses and supplies to the District ofColumbia.
These buses will expand the fleet capabilities of the DC Circulator bus program and replace old
buses, in support of the climate change legislation for zero emissions by 2045.
I am 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 yourstaff contact Mare Scott,
Chief Operating Officer of the Office of Contracting and Procurement, at (202) 724-8759.
I look forward to the Councils favorable considerationofthis contract.
Sin .
Murie| Bowset
Enclos
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 and multiyear)
(A) Contract Number: DCKA-2020-C-0039
Proposed Contractor: Proterra, Inc.
Contract Amount: $19,189,227.94
(Capital Funding)
Unit and Method of Compensation: Fixed Unit Prices
Term of Contract: 24 Months from Date of Award
Type of Contract: 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:
Base Period Amount: $19,189,227.94
(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 will be providing 14 new Battery Electric Buses (BEBs), 15 charging infrastructure
ABB Depot Chargers, and one ABB On-Route-Charger. The parts will be part of DC Circulator
fleet operations. The buses will expand the fleet capabilities of the DC Circulator bus program and
replace old buses, in support of the climate change legislation for zero emissions by 2045. District
Department of Transportation (DDOT) plans to purchase the buses and supplies in two phases.
(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 task order will be riding off the Georgia State contract number 99999-001-SPD0000138-0007.
Selection process was done through Georgia State Department of Administrative Services as a (RFP)
Request for Proposal to purchase from the following categories: coach, transit, electric, and medium
duty transit buses. Eight proposals were received and evaluated for performance, project history, and
price. Georgia State issued all eight Offerors a contract to the category of buses they applied for.
The DDOT task order will be awarded to Proterra Inc. for the electric bus category.
(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:
Proterra, Inc. has the necessary organization, experience, technical skills, accounting and
operational controls required to fulfill the District Department of Transportation needs and
requirements. This is demonstrated by its satisfactory performance on this cooperative agreement
contract as well as other current and of past contracts with various government organizations and
private organizations around the United States.
A review of the Dun and Bradstreet report indicates that Proterra, Inc. possesses the requisite financial
resources adequate to perform the contract. The record shows that Proterra, Inc. has no bankruptcy
and has been in operation since 2004. Proterra, Inc. is satisfactorily performing well for Washington,
State Government and other government entities and organizations around the United States.
(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:
Subcontracting is not required for this contract.
(H) Performance standards and the expected outcome of the proposed contract:
The contractor is required to make delivery as set forth in the scope of work as denoted in the contract.
Adherence to these performance standards have and will continue to result in safe delivery of services.
(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
None
(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 the contract action is within the appropriate
budget as provided in the Financial Certification and Requisition affixed to this over $1 million
submission.
(K) A certification that the contract is legally sufficient, including whether the proposed
Contractor has any pending legal claims against the District:
The proposed contract has been reviewed by Office of the Attorney General and found 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 Citywide Clean Hands certification shows that Proterra Inc. is compliant with current 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:
As of 12 March 2021, the System for Award Management indicates Proterra Inc. does not have
delinquent Federal debt.
(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.:
Proterra Inc. is not a District certified 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
As of March 2021, Proterra, Inc. does not appear on either the District or Federal government
debarment lists.
(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):
The District determined Proterra, Inc.s proposal fair and reasonable in the a D&F for Price
Reasonableness dated December 2020.
(R) Where the contract, and any amendments or modifications, if executed, will be made available
online:
https://ocp.dc.gov/page/current-contract-awards
(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: March 12, 2021 Notice Number: L0005342994
PROTERRA INC FEIN: **-***8459
1 WHITLEE CT Case ID: 730929
GREENVILLE SC 29607-3791
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 Marc Aronin
Chief, Collection Division
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 CHIEF FINANCIAL OFFICER
igh
d.fe
Government Services Cluster
FINANCIAL PLAN AND BUDGET CERTIFICATION
Contract No.: Protrack ID No: OCPSOL200008
RK #: RK173370
Contract Name: DC Circulator Proterra Battery Electric Buses (14) Purchase
Contractor: Proterra, Inc.
Contract Total: $19,189,227.
Local Capital Project/Phase: CIRI4C / 05
Fund: 0304
Year of Appropriation: 2014
Contract Year: NTP (FY21 - FY22)
|, Calvin Skinner, Agency Fiscal Officer, OCFO, hereby certify that local capital fundsfor the
contract base period in the amountof$19,189,227.94 are available within the Agency's
appropriated budget authority for FY2021. This amount is consistent with the applicable
financial plan and budget. Future increases to the above contract total amount are subject to
the approval and appropriation of funds.
BE fC CS
Calvin Skinner
Agency Fiscal Officer, OCFO
55 M Street, S.E., Washington, DC 20003 Telephone: (202) 671-2300
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
ATTORNEY GENERAL xk
KARLA.RACINE Preyer
Commercial Division aaa
MEMORANDUM
TO: Ronan Gulstone
Director
Offfice of Policy and Legislative Affairs
FROM: Robert Schildkraut
Section CI
Government Contracts Section
DATE: March 23, 2021
SUBJECT: Award for Cooperative Agreement Task Order exceeding One Million
Dollars Using Multi-Year Local Capital Funds
Contractor: Proterra, Ine.
Contract: Task Order DCKA-2020-C-0039 with Proterra, Inc. from
Cooperative Purchase Agreement 99999-001-SPD0000138-0007 with Georgia
Caption: DC Circulator Bus Replacement and Operational Stabilization
Award Amount: $19,189,227.94
Term: 24 months from date of award
This is to Certify that this Office has reviewed the above-referenced Contract and that we
have found it to be legally sufficient. Ifyou have any questions in this regard, please do not
hesitate to call me at (202) 724-4018.
oo
Robert Schildkraut
400 6* Street NW, Suite 9100, Washington, DC 20001 (202) 727-3400
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF TRANSPORTATION
d. Office of the Chief Contracting Officer
February 3, 2021
Amy Ard
Chief Financial Officer
Proterra Inc.
1 Whitlee Ct.
Greenville, SC 29607
Subject: GA Contract No.: 99999-001-SPD0000138-0007
Battery Electric Buses
Task Order DCKA-2020-C-0039-1
Dear Ms. Ard:
On behalf of the District of Columbia Department of Transportation (DDOT), the District Office
of Contracting and Procurement (OCP) engages Proterra (the Contractor) to build and deliver
new Circulator buses in accordance with the Specifications (Attachment 1). OCP issues this task
order (this Agreement or Contract) with the Contractor under State of Georgia Department
of Administrative Services, State Purchasing Division Contract No. 99999-001-SPD0000138-
0007.
The District will award a fixed price Task Order, based on fixed unit prices in the Proterra Price
Quote (Attachment 1) for the goods and services to be rendered, in the amount of
$19,189,227.94.
Proterra shall commence work under this task order upon receipt from OCP of a Purchase
Order and Notice to Proceed (NTP). Any work performed before such receipt will be at the sole
risk and responsibility of the Contractor. The Contractor shall hold a current certificate of
insurance in compliance with the requirements of the Georgia Contract. The Contractor agrees
to execute the work and delivery all buses to the District on or before two years from the Date
on the NTP. This is in accordance with the terms of your contract with State of Georgia
Department of Administrative Services, State Purchasing Division for the execution of the work.
Page 1 of 2
Task Order DCKA-2020-C-0039-1
Delivery of the Buses
Delivery of the buses is the responsibility of the Contractor, as indicated in the Scope of
Work.
Vehicles shall be delivered to location the Contract Administrator indicates.
Contract Administrator: Erik Belmont
Title: Program Analyst
Address: 55 M Street SE
Washington D.C. 20003
Phone: 202-731-5009
E-mail: erik.belmont@dc.gov
Please acknowledge the receipt of this Task Order by signing in the space indicated, by an
authorized official of your firm.
Sincerely,
Marie Niestrath
Contracting Officer
RECEIPT ACKNOWLEDGED:
Received by: Date:
Signature of Company Official
Page 2 of 2