MURIEL BOWSER
MAYOR
September 16, 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 section 202 of the Procurement Practices Reform Act of 2010 (D.C. Official Code
2-352.02), enclosed for consideration and approval by the Council of the District of Columbia is
Modification No. M03 to Contract No. DCAM-21-NC-RFP-0010 with Veritas Consulting Group,
LLC to exercise option year two of the contract in the not-to-exceed amount of $1,787,761.28. The
modifications period of performance is from October 1, 2022, through September 30, 2023.
Under the proposed modification, Veritas Consulting Group, LLC will continue to provide city-
wide electronic security system operations, inspection, maintenance, and repair services at various
District owned and/or operated facilities.
If you have any questions regarding the proposed contract modification, please contact Keith A.
Anderson, Director of the Department of General Services (DGS), or have your staff contact
George G. Lewis, DGSs Chief of Contracts and Procurement, at (202) 727-2800.
I look forward to the Councils favorable consideration of this contract modification.
Sincerely,
Muriel Bowser
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
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)
Modification No. M03 to Exercise Option Year Two of Contract for
City-wide Electronic Security Systems Operations, Inspections, Maintenance & Repair Services
(A) Contract Number: DCAM-21-NC-RFP-0010
Modification No. M03 to Exercise Option Year Two
Proposed Contractor: Veritas Consulting Group, LLC (Veritas)
Contract Amount (Option Amount): Not-to-Exceed (NTE): $1,787,761.28
Term of Contract (Option Period): October 1, 2022, through September 30, 2023
Type of Contract: Firm Fixed Price with Supplemental Services performed on
a Time and Materials basis
Source Selection Method: Request for Proposals
(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:
Base Year Amount: NTE $740,318.90
Council Approval: N/A
Option Year One Amount: NTE $1,756,468.40
Council Approval: CA24-0147, June 14, 2021
Modification No. M02 (Administrative)
NTE value decreased to $1,737,147.80
Option Year Two (full exercise): Proposed Modification No. M03
Proposed Option Year Two Amount: NTE $1,787,761.28
1
(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):
The Citywide Clean Hands database indicates that the Contractor is current with its District taxes.
The applicable Clean Hands certification for the Contractor accompanies this Council Package.
(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 Office of the Chief Financial Officer has certified that the proposed Contract Modification 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 applicable Fiscal Sufficiency certification accompanies this Council Package.
2
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 23, 2022 Notice Number: L0008093976
VERITAS CONSULTING GROUP, LLC FEIN: **-***2352
700 12TH STREET NW STE 700 Case ID: 1262786
WASHINGTON DC 20005
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
DEPARTMENT OF GENERAL SERVICES
Memorandum
To: Keith Anderson
Director
From: Antoinette Hudson Beckham
Agency Fiscal Officer
Reference: Modification No. M03 to Contract for City-wide Electronic Security Systems
Operations, Inspection, Maintenance & Repair Services
Exercise of Option Year Two (OY2)
(Contract# DCAM-21-NC-RFP-0010)
Date: August 12, 2022
Subject: Fiscal Sufficiency Review
The proposed contract with Veritas Consulting Group, LLC. is estimated to cost $1,787,761.28
for FY 2023. Veritas Consulting Group, LLC would provide City-wide Electronic Security
Systems Operations, Inspection, Maintenance & Repair Services for the Department from
October 1, 2022 through September 30, 2023.
As the Agency Fiscal Officer of the Department of General Services (the Department), I
hereby certify that the Mayors Proposed FY 2023 Budget for DGS includes funds for the
proposed contract with Veritas Consulting Group, LLC. The Mayors Proposed FY 2023 Budget
for DGS, however, is subject to the review and approval by Congress.
The Mayors Proposed FY2023 Budget for DGS would fund the $1,787,761.28 for the proposed
contract with Veritas Consulting Group, LLC. with the attributes shown in the table below.
AY INDEX Fund RK/PO Amount
23 A4011 100 N/A 1,148,235.00
23 CB 1365 N/A 58,814.26
23 CF 1365 N/A 97,993.74
23 CI 1365 N/A 14,396.63
23 DB 1365 N/A 1,594.13
23 GA 1365 N/A 5,239.71
2000 14th St. NW, 8th Floor | Washington DC 20009 | Telephone (202) 727-2800 | Fax (202) 727-7283
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
23 GD 1365 N/A 13,144.75
23 GO 1365 N/A 11,287.49
23 HC 1365 N/A 25,049.85
23 HT 1365 N/A 20,886.04
23 JA 1365 N/A 70,123.01
23 JM 1365 N/A 14,821.84
23 KV 1365 N/A 105,217.08
23 RL 1365 N/A 88,388.82
23 RM 1365 N/A 25,176.16
23 SR 1365 N/A 6,323.31
23 ZZ 1365 N/A 81,069.46
2000 14th St. NW, 8th Floor | Washington DC 20009 | Telephone (202) 727-2800 | Fax (202) 727-7283
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
___________________________________________________________________________
OFFICE OF THE GENERAL COUNSEL
MEMORANDUM
TO: Ronan Gulstone
Director, Office of Policy and Legislative Affairs
FROM: Kristen Walp
Senior Assistant General Counsel
SUBJECT: Legal Sufficiency Certification
Modification No. M03 to Exercise Option Year Two of the Contract for City-wide
Electronic Security Systems Operations, Inspection, Maintenance and Repair Services
Contract Number: DCAM-21-NC-RFP-0010
Contractor: Veritas Consulting Group, LLC
DATE: September 9, 2022
_____________________________________________________________________________
This is to certify that this Office has reviewed the above-referenced proposed Contract
Modification No. M03 and has found it to be legally sufficient, subject to submission of: (i) any
required materials and Council approval; (ii) Councils approval of the same; and (iii) a Fiscal
Certification issued by the Department of General Services Agency Fiscal Officer.
Please feel free to contact me at (202) 727-2800 with any questions.
____________________________
Kristen Walp
Senior Assistant General Counsel
2000 14th St. NW, 8th Floor Washington DC 20009 | Telephone (202) 7272800 | Fax (202) 7277283
1. Contract Number Page of Pages
MODIFICATION OF CONTRACT DCAM-21-NC-RFP-0010 1 3
2. Modification Number 3. Effective Date 4. Requisition/Purchase Request No. 5. Contract Caption
City-wide Electronic Security Systems Operations, Inspection,
Maintenance & Repair Services
M03 See Block 16C TBD
6. Issued By: 7. Administered By (If other than line 6)
Department of General Services Department of General Services
Contracting and Procurement Division Contracts and Procurement Division
2000 14th Street, 4th Floor 2000 14th Street NW, 4th Floor
Washington, DC 20009 Washington, DC 20009
Attention: Domonique Banks PH: (202) 719-6544 domonique.banks@dc.gov Attention: Kianna Shepherd PH: (202) 304-7207 kianna.shepherd@dc.gov
8. Name and Address of Contractor (No. Street, city, country, state and ZIP Code) 9A. Amendment of Solicitation No.
Veritas Consulting Group, LLC 9B. Dated (See Item 11)
700 12th Street NW, Suite 700 and Suite 800
Washington, DC 20005 10A. Modification of Contract/Order No.
DCAM-21-NC-RFP-0010
X
10B. Dated (See Item 13)
ATTN: David Taylor (202) 787-1823 dtaylor@vcgvision.com May 1, 2021
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 ACKNOWLEDGEMENT 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 change 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 CONTRACTS/ORDERS,
IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14
A. This change order is issued pursuant to: (Specify Authority)
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
date, etc.) set forth in item 14.
C. This supplemental agreement is entered into pursuant to authority of:
D. Other (Specify type of modification and authority) Contract DCAM-21-NC-RFP-0010 and Title 27 DCMR Sections 4727
X
E. IMPORTANT: Contractor is not, x is required to sign this document and return 1 copy to the issuing office.
14. Description of modification (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.)
Contract No. DCAM-21-NC-RFP-0010 City-wide Electronic Security Systems Operations, Inspection, Maintenance & Repair Services is hereby modified as follows:
1. In accordance with Section F, Paragraph F.2 Option to extend the Term of the Contract, the District hereby exercises Option Year Two (OY2) of the
Contract for a Period of Performance, 1-October-2022 through 30-September-2023.
2.
The Total Fixed Monthly Maintenance Services Price is $1,737,761.28 and $50,000.00 for Cost Reimbursement Repair Services in accordance with
Contractor Option Year Two (OY2) Pricing, Exhibit A . The Total Contract Not-to-Exceed value for Option Year Two (OY2) is $1,787,761.28.
3. The US Department of Labor Wage Determination Schedule No. 2015-4282 Rev No. 23 dated April 28, 2022 is hereby incorporated Exhibit B to
Modification No. M03. The Contractor agrees and acknowledges that it shall be in compliance with the most current requirements of the US
Department of Labor Wage Determination Schedule which is applicable on the effective date of the modification. Thus, the Contractor agrees and
acknowledges that the most current requirments of the US Department of Labor Wage Determination Schedule shall be incorporated into the
Contract via a subsequent modification.
4. The Contractor agrees and acknowledges that it shall be in compliance with the most current requirements of the District of Columbia Living Wage
Act of 2006, D.C. Official Code 2-220.01 2-220.11, that are applicable on the effective date of the modification. Thus, the Contractor agrees and
acknowledges that the most current requirements of the Living Wage Act of 2006 shall be incorporated into the Contract via a subsequent
modification.
5. ALL OTHER TERMS AND CONDITIONS OF THE AGREEMENT REMAIN UNCHANGED.
6. RELEASE: It is mutually agreed that in exchange for this Modification and other consideration, the Contractor hereby releases, waives, settles, and
holds the Department harmless from any and all actual or potential claims or demands for delays, disruptions, additional work, additional time,
additional costs, contract extensions, compensation, or liability under any theory, whether known or unknown, that the Contractor may have now or in
the future against the Department arising from or out of, as a consequences or result of, relating to or in any manner connected with this Modification,
the above-referenced Services, and the work provided pursuant to the Agreement.
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
David P Taylor, CEO Domonique Banks| Supervisory Contracts Specialist, Contracting Officer
15B. Name of Contractor 15C. Date Signed 16B. District of Columbia 16C. Date Signed
(Signature of person authorized to sign)
8/23/22 (Signature of Contracting Officer)
(Continuation)
Contract Number Modification No. Page of Pages
DCAM-21-NC-RFP-0010 M03 2 2
1. Base Period