F THE
SECRET ARY
WISDEC 17 PH 3:42
MuriEL Bowser
Mayor DEC 17
The Honorable Phil Mendelson
Chairman
Council of the District of Columbia
John A. Wilson Building
1350 Pennsylvania Avenue, N.W.
Suite 504
Washington, D.C. 20004
Dear Chairman Mendelson:
Pursuant to D.C. Official Code 2-352.02, enclosed for consideration by the Council of
the District of Columbia (District) is a proposed contract modification to exercise option
period three (3) with Cigna Health and Life Insurance Company (Contract No.
CW56050) for an estimated contract amount of fifteen million, nine hundred seventy-
seven thousand, seven hundred ninety-two dollars and twenty-two cents.
($15,977,792.22).
The period of performance shall be from January 1, 2020 through December 31, 2020.
The Contractor shall provide a Dental Health Maintenance Organization (DHMO) and a
Dental Preferred Provider Organization (DPPO) benefit program that will provide high
quality, accessible dental services at competitive rates to approximately 26,667
employees of the District
As always, I am available to discuss any questions you may have regarding the proposed
contract. In order to facilitate a response to any questions you may have regarding this,
proposed contract modification, please have your staff contact Mare Scott, Chief
Operating Officer for the Office of Contracting and Procurement (OCP), at (202) 724-
8759. 1 look forward to a favorable considerationof this contract.
Sincerely,
rie} E. Bawser
Enclogyre
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of Contracting and Procurement
kk
eae
sr 3
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: CW56050
Proposed Contractor: Cigna Health and Life Insurance Company (Cigna)
Contract Amount: $15,977,792.22
Unit and Method of Compensation: Bi-weekly premiums for employees and eligible dependents
Term of Contract: January 1, 2020 through December 31, 2020 (Option Period 3)
Type of Contract: Requirements Contract with Fixed Unit prices
Source Selection Method: Competitive Sealed Proposals
(B) For a contract containing option periods, the contract amount for the base period and for
each option period. Ifthe contract amount for one or moreofthe option periods differs from
the amount for the base period, provide an explanation of the reason for the difference:
Base Period Amount: $0 (The Contractor engaged in transition services during
the Base Period at no cost to the District)
Option Period 1 Estimated Amount: $12,363,122.00, Legislation #CA22-0367
Explanation of difference from base period (if applicable): The contract amount for Option
Period One (1) differs from the Base Period amount as the Base Period was a no cost transition
period.
Option Period 2 Estimated Amount: $12,407,930.00, Legislation #CA22-0711
Explanation of difference from base period (if applicable): The contract amount for Option
Period One (1) differs from the Base Period amount as the Base Period was a no cost transition
period.
Option Period 3 Estimated Amount: $15,977,792.22
Explanation of difference from base period (if applicable): The contract amount for Option
Period three (3) differs from the Base Period amount as the Base Period was a no cost transition
period.
Option Period 4 Estimated Amount: $13,121,190.00
Explanationofdifference from base period(if applicable): The contract amount for Option
Period four (4) differs from the Base Period amount as the Base Period was a no cost transition
period.
(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 Government of the District of Columbia, Office of Contracting and Procurement (OCP), on
behalf of the Department of Human Resources (DCHR) (the District) is seeking approval to award
Option Period Three (3) of the Dental Benefits contract (CW56050) to Cigna. Cigna will provide a
Dental Preferred Provider Organization (DPPO) benefit program that will provide high quality,
accessible dental services at competitive rates to approximately 26,667 employees of the District.
Eligible District government employees will have the option to choose enrollment in either a Dental
Health Maintenance Organization (DHMO) or DPPO. The District pays the full cost of employees
dental insurance premiums for the DHMO plan and a partial cost (equivalent to the DHMO plan) of
employees premiums for the DPPO.
Cignas rates for option period three (3) are summarized below:
Option Period 3 -DPPO (January 1, 2020 - December 31, 2020)
(a) @) @) ) )
Contract Line | Description | Estimated| Bi-Weekly | Monthly | Extended
Item Number |of Services | Quantity | Rates Rates Price
(CLIN) (CxDx26)
3001 Single 4,459 $34.06 $73.81__|_$3,948,712.04
3002 Single +1 2,314 $48.35 | $104.75 _|_ $2,908,929.40
3003 Single +2 or|_ 3,435 $62.70 | $135.85 | $5,599,737.00
more
(Rotel |12,457,575.44|
Option Period 3- DHMO (January 1, 2020 through December 31, 2020)
A) @) @) ()
Contract Description | Estimated | Bi-Weekly | Monthly | Extended
Line Item ofServices | Quantity | Rates Rates Price
Number (CxDx26)
(CLIN)
3004 Single 10,028 $6.51 $14.11 | $1,697,339.28
3005 [ Single +1 2,565 $ 616,882.50
3006 Single +2 or 3,866 $1,206,192.00
more
Total $3,520,413.78
The social impact of the proposed contract is the Districts ability to continue being competitive
with other jurisdictions in recruiting and retaining a high quality workforce. The provision of this
service through these proposed contracts will also allow the District to maintain a healthier group of
employees which will decrease overall absenteeism rates, increase productivity and improve the
overall quality of life for District employees.
@) The selection process, including the number of offerors, the evaluation criteria, and the
evaluation results, including price, technical or quality, and past performance components:
Solicitation No. Doc332301 was issued as a Request for Proposal, in the open market on June,
2017. The solicitation issued received three (3) proposals in response to the Districts request. The 3
proposals received were evaluated in accordance with the evaluation criteria set forth in the
solicitation. After evaluation of the proposals submitted, Cigna was determined to have submitted
the highest ranked proposal. Cigna had the highest combined technical and price score and was
therefore named the highest ranked offeror.
Exercising this option period is required to avoid an interruption of services. Cigna has performed
satisfactorily and has been deemed responsible and capable in all respects to fully perform the
contract requirements; therefore, the Contracting Officer recommends award of Option Period
Three (3) for the period of January 1, 2020 through December 31, 2020 in the amount of
$15,977,792.22.
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:
On November 10, 2017, the Office of Contracting and Procurement received notice from the
Contract Appeals Board of a protest, Protest Number P-1066. The protest was filed with the
Contract Appeals Board on November 9, 2017.
On December 28, 2017 the Protestor notified the Contract Appeals Board (CAB) that it was
withdrawing its protest. By Order dated December 28, 2017, the CAB acknowledged the
withdrawal and, on that basis, dismissed CAB No. P-1066.
The District has not received a protest to further extend the terms of the contract.
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:
According to the Determination and Findings for contractor Responsibility, the contractor has
demonstrated its qualifications including its organization, financial stability, personnel, and
performance on past contracts with similar requirements. Cigna has provided quality services for
the District of Columbia Government for the past 12 years.
(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 ef 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:
The Contractor is required to subcontract $95,196.00 or 0.6% of the total contract value. There are
two categories of costs associated with the Districts Dental Benefits contracts. The two categories
of costs are: (1) claims and taxes, which are not eligible for subcontracting and (2) costs related to
delivery of services such as administrative and operational functions that are eligible for
subcontracting. Cigna submitted an approved subcontracting plan that meets the Districts
subcontracting goal for the eligible amount. The District has been provided with a sub-contracting
waiver approval.
(H) Performance standards and the expected outcome of the proposed contract:
The Contractor must adhere to specific performance guarantees that will allow District Employees
to receive dental insurance services. The Contractor will provide a Dental Health Maintenance
Organization (DHMO) and a Dental Preferred Provider Organization (DPPO) benefit program that
will provide high quality, accessible dental services at competitive rates to employees of the
District.
(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:
N/A.
(D)Acertification 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 Chief Financial Officer has certified that funds are available for option period three (3)
Ganuary 1, 2020 December 31, 2020) to fund the health insurance contract with Cigna.
(K)A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The proposed option has been deemed legally sufficient by the Office of the Attomey General. The
Contractor does not have any pending legal claims against the District as referenced in the Bidder/
Offeror Certification form.
(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):
The Contractors Citywide Clean Hands report states the Contractor has no outstanding liability
with the District.
(M)Acertification 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:
Based on information contained in the Bidder Offeror form, the Contractor has certified that it is
current with its 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 se.
The Contractor is nota certified local, small or disadvantage 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:
As of October 24, 2019, the Contractor does not appear on the Federal debarment list or District
Excluded Parties List.
(Q 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):
1. Determination and Findings for Competitive Range Issued: 8/24/2017
2. Determination and Findings for Negotiations with Highest-Ranked Offeror Issued:
10/5/2017
3. Determination and Findings for Contractor Responsibility Issued: 11/07/2019
4. Determination and Findings for Price Reasonableness ~Issued: 11/07/2019
(R) Where the contract, and any amendments or modifications, if executed, will be made
available online: www.ocp.de.gov
(S) Where the original solicitation, and any amendments or modifications, will be made available
online: www.ocp.dc.gov
8 Government of the District of Columbia
CERTIFICATE OF CLEAN HANDS
CIGNA HEALTH AND LIFE INSURANCE COMPANY
900 COTTAGE GROVE RD
HARTFORD, CT 06152-0001
EIN :*****1071
As reported in the Citywide Clean Hands system, the above referenced
individual or entity has no outstanding liability with the District of
Columbia. As of the date herein, you have complied with the following
official DC code and therefore are issued this Certificate of Clean
Hands.
TITLE 47. TAXATION, LICENSING, PERMITS, ASSESSMENTS AND FEES
CHAPTER 28. GENERAL LICENSE LAW
SUBCHAPTER Il. CLEAN HANDS BEFORE RECEIVINGALICENSE OR PERMIT
D.C. Code 47-2862 (2006)
47-2862. Prohibition against issuance of license or permit.
Date: Wednesday this 6th day of November 2019 05:58 PM
Authorized By Marc Aronin
Chief, Collection Di
Tracking} 47017 This document is a certified, complete and true copy.
GOVERNMENT OF THE DISTRICT OF COLUMBIA
OFFICE OF THE CHIEF FINANCIAL OFFICER
kk
aaa
CES
Jeffrey S. DeWitt
ChiefFinancial Officer
MEMORANDUM
TO: Nicole Smith-McDermott
Supervisory Contract Specialist/Contracting Officer
Office of Contracting and Procurement
FROM: Jeffrey S. De
Chief Financial 4 ult
DATE: December 17, 20:
SUBJECT: 2020 Certification of Available Funds for Dental Insurance Contract
The District's share of premiums (100% of the Dental Health Maintenance Organization
(DHMO) premium and a partial cost equivalent to the DHMO premium for the Dental Preferred
Provider Organization (DPPO) premium) for the dental plan contract is estimated at $5,903,411
for the District and $10,075,971 in employee costs for a total contract cost in the amount of
$15,979,382. Based on estimates using enrollment data and premium rates provided by the
Office of Contracting and Procurement and the D.C. Department of Human Resources, this is to
certify that the District's share in the amount of $4,427,358 is available to fund the
DHMO/DPPO dental contract. number CW56050 with Cigna Health and Life Insurance
Company from January 1, 2020 through September 30, 2020. For the remaining periodofthe
contract, October 1, 2020 through December 31, 2020, the District will seek budget authority
through the FY 2021 appropriation for the Districts share in the amount of $1,475,853. The
District's cost of the dental coverage is included in object class 14, which is part of each
agency's budget. The employees cost will be deducted from their paychecks.
Cigna Health and Life Insurance
Vendor Compam
Contract Number CWS6050
Contract Option/Modification |Option Period 3
FY 2020 - From 1/1/2020 to 97/30/2020
Certified Amount and FY 2021 - From 10/1/20 to 12/31/20|$_15,979,382
If there are any questions regarding this matter, please feel free to contact Samuel Terry, Interim
Director, Financial Planning, Analysis, and Management Services, Office of Budget and
Planning, at 202-724-7477.
1350 Pennsylvania Avenue, NW. * Suite 203 * Washington, DC. 20008
2476* Fax: (202) 727-1643 * www.efo,de.gov
GOVERNMENT OF THE DISTRICT OF COLUMBIA
OFFICE OF THE CHIEF FINANCIAL OFFICER
a kk
2
Jeffrey S. DeWitt
Chief Financial Officer
CERTIFICATION OF THE AVAILABILITY OF FUNDING
FOR THE DENTAL HEALTH MAINTENANCE ORGANIZATION (DHMO) AND
FOR THE DENTAL PREFERRED PROVIDER ORGANIZATION (DPPO)
FOR
NON-UNION EMPLOYEES AND EMPLOYEES IN
COMPENSATION UNITS 1 AND 2,
COMPENSATION UNIT 10 (UNIVERSITY OF THE DISTRICT OF COLUMBIA
FACULTY ASSOCIATION/NATIONAL EDUCATION ASSOCIATION),
COMPENS