MURIEL BOWSER
MAYOR
June 14, 2022
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. M0063 to Contract No. POKV-2006-C-0064 with Conduent State & Local
Solutions, Inc. to extend the contract in the not-to-exceed amount of $8,917,625.34. The period
of performance is from October 1, 2022, to June 30, 2023.
Under the proposed modification, Conduent State & Local Solutions, Inc. shall continue to
provide ticket processing and adjudication services in support of the Districts enforcement of its
parking and traffic laws.
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
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of Contracting and Procurement
Pursuant to section 202(c-1) of the Procurement Practices Reform Act of 2010, as amended, D.C.
Official Code 2-352.02(c-1), the following contract summary is provided:
COUNCIL CONTRACT SUMMARY
SOLE SOURCE
(A) Contract Number: POKV-2006-C-0064
Proposed Contractor: Conduent State and Local Solutions, Inc.
Estimated Contract Amount: $8,917,625.34- Capital Funds
Unit and Method of Compensation: Firm-Fixed Price with a Cost Reimbursable Component
Term of Contract: October 1, 2022, through June 30, 2023
,
Type of Contract: Requirements
Source Selection Method: Sole Source
(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: $12,494,311.90
January 3, 2007, through January 2, 2009
(Legislation Number PR16-1150)
Option Period One (1) Amount: $7,391,156
January 3, 2009, through January 2, 2010
Explanation of difference from the base period (if applicable): A reduction of scope was
executed.
1st Contract Extension Amount: $8,938,500
January 3, 2010, through January 2, 2011
Explanation of difference from the base period (if applicable): A reduction of scope was
executed.
2nd Contract Extension Amount: $9,159,095
1
January 3, 2011, through January 2, 2012
Explanation of difference from the base period (if applicable): A reduction of scope was
executed and an increase in tickets was issued in the District.
3rd Contract Extension Amount: $9,395,690.76
January 3, 2012, through January 2, 2013
Explanation of difference from the base period (if applicable): A reduction of scope was
executed and an increase in tickets was issued in the District.
4th Contract Extension Amount: $10,755,517.52
January 3, 2013, through January 2, 2014
(Legislation Number CA-19-0490)
Explanation of difference from the base period (if applicable): The District increased the
number of tickets issued.
5th Contract Extension Amount: $10,428,046.55
January 3, 2014, through January 2, 2015
Explanation of difference from the base period (if applicable): The District increased the
number of tickets issued.
6th Contract Extension Amount: $9,900,350
January 3, 2015, through January 2, 2016
(Legislation Number CA20-0560)
Explanation of difference from the base period (if applicable): The District increased the
number of tickets issued.
7th Contract Extension Amount: $9,353,120
January 3, 2016, through January 2, 2017
(Legislation Number CA21-075)
Explanation of difference from the base period (if applicable): The District increased the
number of tickets issued.
8th Contract Extension Amount: $10,237,666
January 3, 2017, through January 2, 2018
(Legislation approval No. CA21-0591)
Explanation of difference from the base period (if applicable): The District increased the
number of tickets issued.
9th Contract Extension Amount: NTE $993,743
January 3, 2018, through March 20, 2018
Explanation of difference from the base period (if applicable): The period of performance listed
under the 9th extension was shortened.
10th Contract Extension Proposed Amount: NTE $9,942,924
March 21, 2018, through January 2, 2019
2
Explanation of difference from the base period (if applicable): The District increased the
number of tickets issued.
11th Contract Extension Estimated Contract Amount: $8,736,368
January 3, 2019, through January 2, 2020
(Legislation approval No. CA23-0012)
Explanation of difference from the base period (if applicable): The District increased the
number of tickets issued.
12th Contract Extension Estimated Contract Amount: $4,300,000
January 3, 2020, through June 30, 2020
(Legislation approval No. CA23-0236)
Explanation of difference from the base period (if applicable): The period of performance was
shortened due to a budgetary shortfall.
13th Contract Extension Estimated Contract Amount: $4,994,179.40
July 1, 2020, 2020 through January 2, 2021
(Legislation approval No. CA23-0625)
14th Contract Extension Estimated Contract Amount: $7,142,671.28
Modification M0057 Extension Amount: $7,142,671.28
January 3, 2021, through September 30, 2021
(Legislation approval No. PR24-0029)
Explanation of difference from the base period (if applicable): The period of performance is
the remainder of the one-year extension.
15th Contract Extension Estimated Contract Amount: $9,186,205.96
Modification M0061 Extension Amount: $9,186,205.96
October 1, 2021 through September 30, 2022
The 15th extension provided ticket processing and adjudication services from October 1, 2021,
through September 30, 2022.
16th Contract Extension Estimated Contract Amount: $8,917,625.34
Modification M0063 Extension
16th Contract Extension Estimated Contract Amount: $8,917,625.34
The 16th extension will provide ticket processing and adjudication services from October 1, 2022,
through June 30, 2023.
(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:
3
The District of Columbias Department of Motor Vehicles (DMV) has a continued need for the
District of Columbias ticket processing services. The District will continue collecting fines for
citations issued by the Metropolitan Police Department (MPD) for traffic violations and the fines
collected will help deter drivers from violating traffic laws thereby improving public safety. The
proposed contract extension will guarantee the uninterrupted services for traffic and parking
enforcement and the associated revenue generation for the District.
(D) The date on which a competitive procurement for these goods or services was last conducted,
the date of the resulting award, and a detailed explanation of why a competitive procurement
is not feasible:
On February 28, 2022, a Request for Proposal (RFP) for the modernization of the ticket processing
and adjudication system, was published for solicitation. The proposals were received on
May 16, 2022 and are under evaluation.
The services under the existing contract will remain in operation until the RFP is awarded, which is
planned for the last quarter of the year 2022, and the new system is integrated and implemented. In
the interim, it is in the best interest of the District to continue the ticket processing services under
the current contract on a sole source basis ensuring continuity of services.
An additional sole source contract extension is needed to ensure the continuation of the services by
the contractor due to the expiration of the current contract extension period. Without an extension
of the current contract, services will lapse. In total, over 20 public safety entities in the District are
supported by the system and its associated services.
(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:
No protest relating to the award of this contract has been filed.
(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:
Conduent State and Local Solutions, Inc. has the necessary organization and management expertise
to perform the required services needed by the District. Conduent State and Local Solutions, Inc.
has expert knowledge and understanding of the District of Columbias ticket processing services.
In addition, Conduent State and Local Solutions, Inc. has no record of debarment or suspension
actions at this time based on the federal, state, and District Excluded Parties Lists System.
Based on past performance evaluations obtained by the Office of Contracting and Procurement
(OCP), Conduent State and Local Solutions, Inc. has overall provided satisfactory services to the
District since 2007.
4
(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:
The contractor has agreed to meet the subcontracting requirement of 35% of the contracts total
amount of $3,721,168.87 for the 16th extension.
(H) Performance standards and the expected outcome of the proposed contract:
The contractors performance will be regularly and routinely monitored by DMV. The expected
outcome of the contract is to have the contractors services provided to the District in an efficient and
cost-effective manner.
The expected outcome of this contract is that the District will continue enforcement activities and
processing, using an existing interface between MPD and DMV.
(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:
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:
On April 21, 2022, the Agencys Fiscal Officer certified sufficient funding is available.
(K) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The Office of the Attorney General has reviewed the proposed contract for legal sufficiency and
deemed it legally sufficient.
The contractor currently does not have any legal claims against the District.
(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):
5
According to the Citywide Clean Hands system, the contractor is in compliance as of April 29,
2022.
(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 has certified that they are current with their 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, Conduent State, and Local Solutions, Inc. is not a certified local, small, or
disadvantaged 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:
Conduent State and Local Solutions, Inc. has no record of debarment or suspension actions at this
time based on the Federal System for Award Management report dated April 29, 2022, and the
District Excluded Parties Lists System as of May 2, 2022.
(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 a Sole Source Justification dated May 18, 2022.
Determination and Findings for Contractor Responsibility dated May 05, 2022.
Determination and Findings for Price Reasonableness dated May 05, 2022.
(R) Where the contract, and any amendments or modifications, if executed, will be made
available online:
Website: ocp.dc.gov
(S) Where the original solicitation, and any amendments or modifications, will be made available
online:
Website: ocp.dc.gov
6
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: April 29, 2022 Notice Number: L0007583290
CONDUENT STATE & LOCAL SOLUTIONS, INC. FEIN: **-***6647
100 CAMPUS DR STE 200 Case ID: 1176422
FLORHAM PARK NJ 07932-1029
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 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
DEPARTMENT OF MOTOR VEHICLES
MEMORANDUM
TO: George A. Schutter
Chief Procurement Officer
Office of Contracting and Procurement
FROM: Ronald J. Pleasant Ronald J. Pleasant
Agency Fiscal Officer
Department of Motor Vehicles
DATE: April 21, 2022
SUBJECT: Funding Certification Ticket Processing Contract Extension
_____________________________________________________________________________________
This certifies that subject to final approval and subsequent appropriation DMV will have $ 8,917,625.34
available in its FY2023 budget to fund the Ticket Processing contract extension for the October 1, 2022
through June 30, 2023 time period.
If you have any questions or require additional information, please call Ron Pleasant, Agency Fiscal Officer
at (202) 729-7010.
Cc: Gabriel Robinson
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
ATTORNEY GENERAL
KARL A. RACINE
Commercial Division
MEMORANDUM
TO: Ronan Gulstone
Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Section Chief
Government Contracts Section
DATE: June 6, 2022
SUBJECT: Approval of Contract POKV-2006-C-0064 Modification M0063
Contractor: Conduent State and Local Solutions, Inc.
Total Available Funding: $8,917,625.34 in DMV FY2023 Budget
Proposed Contract Amount: NTE $8,917,625.34
____________________________________________________________________________
This is to Certify that this Office has reviewed the above-referenced Contract and that we have
found it to be legally sufficient. If you have any questions in this regard, please do not hesitate to
call me at (202) 724-4018.
______________________________
Robert Schildkraut
400 6th Street NW, Suite 9100, Washington, DC 20001 (202) 727-3400
77 Coniraet Nombre Paget
-
AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT POKV.2006-0-0084 7 ts
Z, AmendmenlModiicaion Number | 3: Efocive Date 7 RequationPurchase Request Ne, | 5, Salciaton Canton
M0063 Ticket Processing and Services
6. fsved by cose T-Ramrnitared by Father than te 8)
Office of Contracing and Procurement Department of Motor Vehicles
Information Technology Group 95M Strest,