MURIEL BOWSER
MAYOR
June 22, 2021
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 (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 Councilofthe District ofColumbia is proposed
contract no. CW85835 with Carter Machinery Company, Inc. The proposed contract has a
minimum contract amount of $2,824,634 and maximum contract amount of $5,706,914 for one
year from dateofthe award.
Under the proposed contract, Carter Machinery Company, Inc. shall provide a minimum of five
and up to a maximumoften Caterpillar wheel loaders to the Departmentof Public Works.
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
Mare Scott, ChiefOperating Officer of the Office of Contracting and Procurement, at (202) 724-
8759.
look forward to the Councils favorable consideration of this contract.
Sincerely,
Murfel Bolser
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: CW85835
Proposed Contractor: Carter Machinery Company, Inc.
Contract Amount: $2,824,634 (Minimum)
$5,706,914 (Maximum)
(Capital Funding)
Unit and Method of Compensation: Price per unit
Term of Contract: Date of Award through One Year 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:
This delivery order 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 D.C. Department of Public Works requires the contractor to provide a minimum of five and a
maximum of ten Caterpillar Model 972M wheel loaders.
(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
D.C. Code 2-354.11 authorizes the Chief Procurement Officer to participate, sponsor, conduct or
administer cooperative purchasing agreements for the procurement of goods, services, or
construction. A determination has been made that purchasing the required wheel loaders through
the Sourcewell cooperative agreement with Caterpillar, Inc. is in the best interest of the District.
The Sourcewell agreement is a competitively solicited cooperative contract. The pricing is based
on large volumes, therefore, the District benefits from the lower prices achieved as a result of the
economies of scale achieved by these larger volumes. The District intends to award a delivery
order to Carter Machinery Company, Inc., an authorized distributor of Caterpillar, Inc. for their
products in the area. The Districts contract administrator provided a satisfactory performance
evaluation of Carter Machinery Company, Inc. (former Alban Tractor Company) for its past
contract for two Caterpillar skid steer loaders.
(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:
The company was officially founded in 1952 and was successful in serving customers in
southwestern Virginia to meet the increasing activity in infrastructure and coal mining. Since then,
the company has expanded their sales and service territory in Virginia, Delaware, Maryland and
Washington, DC. From their initial three stores to a network of over 30 locations and 2,000
employees today, the company continues to meet the customers changing needs. Based on their
most recent performance evaluation of contract no. CW83103, the contractor satisfactorily
provided two Caterpillar skid steel loaders in accordance with the District equipment specifications
and timeline. Shenandoah County in Virginia also gave the contractor a satisfactory performance
rating in providing them equipment, services and parts.
(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:
There is no subcontracting opportunity within this delivery order.
(H) Performance standards and the expected outcome of the proposed contract:
The contractor shall provide the required Caterpillar wheel loader in accordance with Department
of Public Works requirements and timeline.
2
(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 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 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 contractor is not a certified small, local, or disadvantaged business enterprise.
(O) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
None
3
(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 contracts 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 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 21, 2021 Notice Number: L0005574555
CARTER MACHINERY COMPANY, INC. FEIN: **-***0559
1330 LYNCHBURG TPKE Case ID: 827204
SALEM VA 24153-5416
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
kkk
ae
al
FINANCIAL PLAN AND BUDGET CERTIFICATION
CONTRACT NUMBER: CW85835
CAPTION: Caterpillar Model 972M Wheel Loader
CONTRACTOR NAME: Carter Machinery Company, Inc.
CONTRACT CEILING AMOUNT: $5,706,914
AVAILABLE FUNDS: $2,824,634
ORGANIZATION CODE: KTO
PERIOD OF PERFORMANCE: One year from date of award
Thereby certify that the Department of Public Works (DPW) has capital funding in the
amount of $2,824,634 for the purchase of the minimum quantity of five Caterpillar
Model 972M Wheel Loader. The purchase 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 47-392.01 and 47-392.02.
_9-/7-Zoe]
erty FitzpatrighVAFO Date
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
x**
ATTORNEY GENERAL
KARL A. RACINE
~ [Pree
Commercial Division
Government Contracts Section
MEMORANDUM
TO: Ronan Gulstone
Director
Office of Policy and Legislative Affairs
FROM: Robert Sel ikraut
Section Chief
Government Contracts Section
DATE: June 14, 2021
SUBJECT: Approval of Award of Contract for Caterpillar Wheel Loaders
Contract Number: CW85835,
Contractor: Carter Machinery Company, Ine.
Proposed Contract Amount: $2,824,634 (Minimum), $5,706,914 (Maximum).
Tho is to Certify that wis ostice 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 724-4018.
2 2
Robert Schildkraut
400 6th Street, NW, Suite 79100, Washington, DC 20001 (202) 727-3400 Fax (202)347-8922 1
GOVERNMENT OF THE DISTRICT OF COLUMBIA
TASK ORDER/DELIVERY ORDER FOR SERVICES. 1. REQUISITION NUMBER PAGE
OFFEROR TO COMPLETE BLOCKS 18 & 29
2 DEL
ORDERA
IVE GREEMENRY
TNO. | 3. AWAROTEFFECTIVE DATE] CONTRACT ROMER 1of8
"5. SOLICTATIONRONBER | 6, SOLICITA
Sourcewell Contract No.
TION SUE DATE
CW85835 See 30C below 032119-CAT with N/A N/A
7,contact
FOR SOLICITATION INFORURTIN| AWE Caterpillar, Inc.
8. TELEPIONE YoGams 3 OFFERDUEDATE
:
Ema:
|janct.concepcion2@de.gov _| Janet C. Concepcion, CPPB (202) 671-2328 NIA
9. ISSUED BY: 70 THS CQUBITION S| -DELVE FORFORRY V5, PAVWNT DRCOURT TERNS
Office ofCont racting and Procurement DESTINAT ION UNLESS
Transportation and Specialty EquipmentI esrRICT ED erog | BLOCK 5 Ma MARKED
Commodity Group
BS T ROCK'S Net 30 days
salt Business
Sauoisaov.aus, O13. RESERVED
2000 14" Street, NW, 6" Floor Ds
Washington, DC 20009 ocss [14 WETHODOF
SoLierTATION
_Cooperative
sic: Agreement @ aFTop
OG zster Or oR
15. CONTRACTOR 7 OFFEROR 16. PAMENT WILL BEWADEBY!
Carter Machinery Company, Inc. (Authorized dealer of Officeofthe Associate Chief Financial Officer
Caterpillar, Inc.) Government Services Cluster
1330 Lynchburg Tumnpike 2000 14* Street, NW, 6" Floor
Salem, VA 24153 Washington, DC 20009
TBA BONS CODE 158. THON,
7.DELVERTO: 8. ROMINISTERED BY
Greg Harrelson Departmentof Public Works
Departmentof Public Works Fleet Management Administration
Flect Management Administration 1725 15" Street, NE
1725 15" Street, NE Washington, DC 20002
Washington, DC 20002
BA. CHECK F REMITTANCE TS DIFFERENT AND PUT SUCH ADDRESS Wi OFFER {18B, SUBMIT INVOICES TO ADDRESS SHOW IN BLOCK 6 UNLESS BLOCK
o BELOW IS CHECKED
8 Gi SEEaDoenoUM
Fy - 7
TENN. SCHEDULEOFSUPPLIES/SERVICES quarry | rr unr| _unrrBPaice t
ANOUNT
1 | Caterpillar Model 972M Wheel Loader in accordance with Quote no. 5 | EA| $576,456.00
4147115-2021 dated February 10, 2021 (Attachment A) $2,882,280.00
2 | 2% Discount forinitial order 1 | LoT| ($57,646.00) (6 57,646.00)
35, ACCOUNTING AND APPROPRIATION DATA 76. TOTAL AWARDwa Gor eo
ENCUMBRANCE CODE: '$2,824,634.00 (Minimum)
27. CONTRACTOR Is REQUIRED TO SIGN THIS DOCUMENT AND RETURN ONE COPY TO THE 35. THE FOLLOWING '$5,706,914.00
ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR Thi
(Maximum)
DOCUMENTS ARE INCORPORATED BY REFERENCE WTO
[OTHERWISE DELIVERY ORDER INTHEFOLLOWING PRIORITY: (1)SEE SECTION 13.
AND CONDITIIDENTIFI
ONS
ED ABOVE AND ON ANY ADDITIONAL PAGES SUBJECT TO THE TERNS
SPECIFIE D HEREIN, THIS ORDER I ISSUED SUBJECT TO THE TERMS AND
CONDITIONSOFTHE CONTRACT IDENTIFIED INBLOCK 4
DBA, SIGNATURE OF, in a 30K. DISTRICT OF COLUMBIA (SIGNA OFCONT