MURIEL BOWSER
MAYOR
October 19, 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 (D.C. 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
Modification No. 9 to Contract No. CW60786 with Fleetpro Inc. to exercise option year three in
a not-to-exceed amount of $1,383,195.37. The period of performance is from November 1, 2021
to October 31, 2022.
Under the proposed modification, Fleetpro, Inc. shall continue to provide onsite preventive
maintenance, preventive maintenance inspection, and asset reporting services for a variety of the
Districts medium and heavy-duty vehicles and off-road equipment operated by the Department
of Public Works and Department of Transportation.
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 your staff contact Marc Scott,
Chief Operating Officer of the Office of Contracting and Procurement, at (202) 724-8759.
I look forward to the Councils favorable consideration of this contract.
Sincerely,
Muriel Bowser
Enclosure
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of Contracting and Procurement
Pursuant to section 202(c-3) of the Procurement Practices Reform Act of 2010, as amended, D.C.
Official Code 2-352.02(c-3), the following contract summary is provided:
COUNCIL CONTRACT SUMMARY
(Options)
(A) Contract Number: CW60786
Proposed Contractor: Fleetpro, Inc.
Contract Amount (Option Amount): $1,383,195.37
Term of Contract: November 1, 2021 through October 31, 2022
Type of Contract: Requirements with cost-reimbursement component
(B) Identifying number of the underlying contract, including the identifiers assigned to the
underlying contract by the Council for the base period and any subsequent option periods:
CA22-0644 Council approval - Base year
CA23-0317 Council approval - Option year one
CA23-0709 Council approval Option year two
(C) A statement 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.
(D) A statement 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 Department of Public Works and Department of Transportation Agency Fiscal Officers have
certified that funding for this service was funded in FY22.
1
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: August 4, 2021 Notice Number: L0005904731
FLEETPRO INC FEIN: **-***7475
5820 WASHINGTON BLVD STE F Case ID: 901574
ELKRIDGE MD 21075-5107
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
d ees
c=
Government Services Cluster
FINANCIAL PLAN AND BUDGET CERTIFICATION
Contract No.: cw60786
Contract Name: Onsite Fleet Maintenance, Inspection and Repair Services
Contractor: Fleetpro, Inc.
Contract Ceiling Amount: $1,383,195.37 (Option Year 3)
Contract Amount: $ 250,000
Funding Source: Local - Capital - Fund 0304
CE302C- Phase 05 - $ 250,000
Organization Code: kao
Year of Appropriation: 2003
Period of Performance: November 1,2021 - October 31, 2022
Contract
YearofAppropriation: 2021
|, Calvin Skinner, Agency Fiscal Officer, OCFO, hereby certify that the amount of $ 250,000 is
available for the above referenced contract and that the service is within the appropriate budget
authority for the agency for Fiscal Year 2021 and is consistent with the applicable approved
financial plan. Future orders above the available funding are contingent upon the identification
of additional funding.
ZtAE Thro /2,
Calvin Skinner Date
Agency Fiscal Officer, OCFO
250MStreet, S.., Washington, DC 20003 Telephone: (202) 671-2300
GOVERNMENT OF THE DISTRICT OF COLUMBIA
OFFICE OF THE CHIEF FINANCIAL OFFICER
kkk
na
ae
FINANCIAL PLAN AND BUDGET CERTIFICATION
CONTRACT NUMBER: Cwo60786
CAPTION: Onsite Fleet Preventative Maintenance, Inspection
and Reporting Services
CONTRACTOR NAME: Fleetpro, Inc.
TOTAL CONTRACT AMOUNT: $1,383,195.37 (estimated)
DPW AVAILABLE FUNDING: $1,133,195.37
ORGANIZATION CODE: KTO
PERIOD OF PERFORMANCE: November 1, 2021 through October 31, 2022
T hereby certify that the Department of Public Works (DPW) has funding in the amount
of $1,000,000.00 and that the service is within the appropriate budget authority for the
agency for FY22 and is consistent with the financial plan and budget adopted in
accordance with 47-392.01 and 47-392.02. The FY23 portion of the contract
($133,195.37) is subjecttofutureappropriation.
bY On
Date
1. Contract Number Page of Pages
AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT CW60786 1 5
2. Amendment/Modification Number 3. Effective Date 4. Requisition/Purchase Request No. 5. Solicitation Caption
Onsite Fleet Maintenance,
M009 November 1, 2021 Inspection and Reporting
Services
6. Issued by: Code 7. Administered by (If other than line 6)
Office of Contracting and Procurement Department of Public Works
Transportation and Specialty Equipment Commodity Group Solid Waste Management Administration
2000 14th Street, NW, 6th Floor 2750 South Capitol Street, SE
Washington, DC 20009 Washington, DC 20032
8. Name and Address of Contractor (No. street, city, county, state and zip code) 9A. Amendment of Solicitation No.
Fleetpro, Inc.
5820 Washington Blvd. 9B. Dated (See Item 11)
Suite F
Elkridge, MD 21075 X 10A. Modification of Contractor/Order No.
CW60786
10B. Dated (See Item 13)
Code Facility November 1, 2018
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
The above numbered solicitation is amended as set forth in item 14. The hour and date specified for receipt of Offers is extended. is not extended.
Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:
(a) By completing Items 8 and 15, and returning 1 copies of the amendment: (b) By acknowledging receipt of this amendment on each copy of the offer
submitted; or (c) BY separate letter or fax which includes a reference to the solicitation and amendment number. FAILURE OF YOUR ACKNOWLEDGMENT TO
BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION
OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such may be made by letter or fax, provided each letter or
telegram makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.
12. Accounting and Appropriation Data (If Required):
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTORS/ORDERS,
IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14
A. This change order is issued pursuant to (Specify Authority): 27 DCMR, Chapter 36, Section 3601.2
The changes set forth in Item 14 are made in the contract/order no. in item 10A.
B. The above numbered contract/order is modified to reflect the administrative changes (such as changes in paying office, appropriation data
etc.) set forth in item 14, pursuant to the authority of 27 DCMR, Chapter 36, Section 3601.3
C. This supplemental agreement is entered into pursuant to authority of:
X D. Other (Specify type of modification and authority)
27 DCMR 2008 Exercise of an Option
E. IMPORTANT: Contractor is not is required to sign this document and return 1 copy to the issuing office.
14. Description of Amendment/Modification (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.)
A. Pursuant to Section F.2 Option to Extend the Term of the Contract, the District hereby exercises option year three of the contract from
November 1, 2021 through October 31, 2022 in the total not-to-exceed amount of $1,383,195.37. The applicable rates are on pages 2 to 5.
B. The Department of Labor Wage Determination No. 2015-4281, Revision No. 19 dated July 21, 2021 is attached and hereby incorporated as
Attachment A.
C. In accordance with Section 38(d) of the Standard Contract Provisions (Way to Work Amendment Act of 2006), the living wage rate is $15.00 per
hour from January 1, 2021 through June 30, 2021. Effective July 1, 2021, the living wage rate will be adjusted based on the CPI as of
December 31, 2020.
D. The Living Wage Act Fact Sheet for 2021 is attached and hereby incorporated in the contract as Attachment B.
E. The Living Wage Act Notice for 2021 is attached and hereby incorporated as Attachment C.
Except as provided herein, all terms and conditions of the document referenced in item (9A or 10A) remain unchanged and in full force and effect.
15A. Name and Title of Signer (Type or print) 16A. Name of Contracting Officer
Courtney B. Lattimore
15B. Name of Contractor 15C. Date Signed 16B. District of Columbia 16C. Date Signed
(Signature) (Signature of Contracting Officer)
B.5.4 OPTION YEAR THREE
A. Preventive Maintenance Services
Contract Line
Estimated
Item Number Vehicle Classification PMI-TYPE PMI Unit Price Total Estimated Price
(CLIN) Quantity
3001 Preventative Maintenance Refuse Trucks (C.6.2)
Body
3001A1 6 CY Refuse Packer Lubrication
1 $ 158.70 $ 158.70
3001A2 6 CY Refuse Packer PM-A 1 $ 288.07 $ 288.07
3001A3 6 CY Refuse Packer PM-B 1 $ 859.74 $ 859.74
3001A4 6 CY Refuse Packer PM-C 1 $ 1,217.38 $ 1,217.38
3001A5 6 CY Refuse Packer Differential 1 $ 189.21 $ 189.21
Body
3001B1 8 CY Refuse Packer Lubrication
50 $ 158.70 $ 7,935.00
3001B2 8 CY Refuse Packer PM-A 25 $ 288.07 $ 7,201.75
3001B3 8 CY Refuse Packer PM-B 10 $ 1,155.76 $ 11,557.60
3001B4 8 CY Refuse Packer PM-C 6 $ 1,713.00 $ 10,278.00
3001B5 8 CY Refuse Packer Differential 2 $ 189.21 $ 378.42
Body
3001C1 13CY Refuse Packer Lubrication
206 $ 158.70 $ 32,692.20
3001C2 13CY Refuse Packer PM-A 129 $ 288.07 $ 37,161.03
3001C3 13CY Refuse Packer PM-B 68 $ 1,155.76 $ 78,591.68
3001C4 13CY Refuse Packer PM-C 34 $ 1,713.00 $ 58,242.00
3001C5 13CY Refuse Packer Differential 17 $ 189.21 $ 3,216.57
Body
3001D1 16 CY Packer Lubrication
421 $ 158.70 $ 66,812.70
3001D2 16 CY Packer PM-A 274 $ 314.77 $ 86,246.98
3001D3 16 CY Packer PM-B 88 $ 1,023.08 $ 90,031.04
3001D4 16 CY Packer PM-C 69 $ 1,996.21 $ 137,738.49
3001D5 16 CY Packer Differential 35 $ 189.21 $ 6,622.35
Body
3001E1 25 CY Packer Lubrication
53 $ 158.70 $ 8,411.10
3001E2 25 CY Packer PM-A 22 $ 352.81 $ 7,761.82
3001E3 25 CY Packer PM-B 9 $ 1,177.00 $ 10,593.00
3001E4 25 CY Packer PM-C 5 $ 1,837.00 $ 9,185.00
3001E5 25 CY Packer Differential 3 $ 189.21 $ 567.63
Preventative Maintenance Dump Trucks, F350,
3002 F550, Heavy Duty Trucks (C.6.3)
3002A1 GMC C7H042 PM-A 2 $ 595.95 $ 1,191.90
3002A2 GMC C7H042 PM-B 2 $ 1,167.73 $ 2,335.46
3002A3 GMC C7H042 Differential 1 $ 29.57 $ 29.57
3002B1 GMC TC2000 PM-A 1 $ 595.95 $ 595.95
3002B2 GMC TC2000 PM-B 1 $ 1,167.73 $ 1,167.73
3002B3 GMC TC2000 Differential 1 $ 29.57 $ 29.57
3002C1 INTERNATIONAL 4900 Flusher Truck PM-A 1 $ 747.38 $ 747.38
3002C2 INTERNATIONAL 4900 P