MURIEL BOWSER
MAYOR
September 11, 2023
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
proposed Modification No. M01 to Contract No. DCKA-2023-C-0901 with IPS Group Inc (“IPS”)
to exercise the option period in the not-to-exceed amount of $1,389,135. The period of
performance is from November 1, 2023 through July 31, 2024.
Under the proposed modification, IPS shall continue to provide parking meter management,
program management, maintenance, enhancements, and installation services within the District of
Columbia for approximately 4,600 single-space IPS meters.
My administration is available to discuss any questions you may 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 Council’s favorable consideration of this contract.
Sincerely,
Muriel Bowser
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
(Standard)
(A) Contract Number: DCKA-2023-C-0901
Proposed Contractor: IPS Group Inc (IPS)
Contract Amount: Not-to-Exceed (NTE) $1,389,135
Unit and Method of Compensation: Fixed Unit Prices and Firm Fixed Price
Term of Contract: November 1, 2023 through July 31, 2024
Type of Contract: Fixed Unit Price Task Order
Source Selection Method: Cooperative Procurement 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:
Base Period Amount: NTE $781,060
Option Year One Amount: NTE $1,389,135
Explanation of difference from base period (if applicable): To align the District’s contract
period of performance with the cooperative agreement, the base period is four months and the
option period is nine months.
(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 contractor shall provide parking meter management, program management, maintenance,
enhancements, and installation services within the District of Columbia for approximately 4,600
single-space IPS meters (the required services).
1
(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:
The District of Columbia utilized a cooperative purchase agreement to procure the goods and
services in accordance with D.C. Official Code § 2-354.11. The National Cooperative Purchasing
Alliance (NCPA) published request for proposals 15-19 on June 11, 2019 using full and open
competition. The solicitation required firms to provide a complete line of parking meters, meter
accessories, and related equipment and services for state, local governments, and other institutions.
NCPA determined IPS to be one of the highest-ranking offerors and entered into master agreement
05-36 with IPS. The District solicited pricing for the required services from IPS, and IPS submitted
an acceptable proposal.
(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:
IPS has been designing, engineering, and manufacturing intelligent parking technologies for over
20 years for cities worldwide. IPS also provides final assembly and ongoing support for its parking
meters. In addition, IPS has strong viability indicators on its most recent Dun and Bradstreet report
with a low probability of failure to perform.
(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:
No subcontracting plan was required for this contract.
(H) Performance standards and the expected outcome of the proposed contract:
The contractor will perform the required services for the District of Columbia in accordance with
the terms and conditions of the contract.
(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
2
(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 August 9, 2023, the Agency Fiscal Officer certified that the contract funding is consistent with
the applicable financial plan and budget.
(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 and approved the proposed contract for legal
sufficiency. The contractor has no pending 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):
The contractor is current with its District taxes per the Clean Hands certification dated July 20,
2023.
(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 awardee is current with its federal taxes per the System for Award Management validation
performed on July 20, 2023.
(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.:
IPS is not a certified 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:
3
The contractor is not debarred or an excluded party on the District or federal listings per the
validations dated July 20, 2023.
(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):
Determination and Findings for Cooperative Purchase Agreement
Determination and Findings for Price Reasonableness
Determination and Findings for Contractor Responsibility
(R) Where the contract, and any amendments or modifications, if executed, will be made
available online:
OCP.DC.GOV
(S) Where the original solicitation, and any amendments or modifications, will be made available
online:
OCP.DC.GOV
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: July 20, 2023 Notice Number: L0009820818
IPS GROUP INC FEIN: **-***8164
7737 KENAMAR CT Case ID: 1571631
SAN DIEGO CA 92121-2425
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 Melinda Jenkins
Branch Chief, Collection and Enforcement Administration
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 Attorney General
ATTORNEY GENERAL
BRIAN L. SCHWALB
Commercial Division
REVISED MEMORANDUM
TO: Tommy Wells
Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Section Chief
Government Contracts Section
DATE: September 7, 2023
SUBJECT: Certification of proposed Option Period One
Contractor: IPS Group. Inc.
Contract No.: DCKA-2023-C-0901 /Modification No. 1
Utilizing National Cooperative Purchasing Alliance (NCPA) Parking
Meters Master Agreement Number 05-36
Not to Exceed Amount: $1,389,135
____________________________________________________________________________
This is to Certify that this Office has reviewed the above-referenced Contract and that we have
found it to be legally sufficient. We have reviewed and approved the current contract package for
legal sufficiency.
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
1. Contract Number Page of Pages
AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT DCKA-2023-C-0901 1 3
2. Amendment/Modification Number 3. Effective Date 4. Requisition/Purchase Request 5. Solicitation Caption
No.
Single Space Parking Meter Asset
M01 See block 16C Management Services
6. Issued by: Code 7. Administered by (If other than line 6)
District Department of Transportation
Office of Contracting and Procurement
250 M Street SE, 7th Floor
Washington, DC 20003
8. Name and Address of Contractor (No. street, city, county, state and zip code) 9A. Amendment of Solicitation No.
IPS Group Inc 9B. Dated (See Item 11)
7737 Kenamar Court
X 10A. Modification of Contractor/Order No.
San Diego, CA 92121 DCKA-2023-C-0901
10B. Dated
Code Facility July 1, 2023
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 __________ 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):
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:
X C. This supplemental agreement is entered into pursuant to authority of: 27 DCMR, Chapter 36, Section 3601.2(c)
D. Other (Specify type of modification and authority)
27 DCMR 3601.3(c) Exercise of an Option
E. IMPORTANT: Contractor is not is required to sign this document and return __1__ copies to the issuing office.
14. Description of Amendment/Modification (Organized by UCF Section headings, including solicitation/contract subject matter where
feasible.)
In accordance with contract number DCKA-2023-C-0901 § 2.a – Option to Extend the Term of the Task Order,
the District hereby exercises the Option Period as follows:
1. The period of performance is extended from November 1, 2023 through July 31, 2024.
2. The Option Period Not-to-Exceed ceiling remains $1,389,135.00 at the unit prices specified in
Section 3.2.
3. Modify Section 3.2.2 as follows:
THIS SPACE INTENTIONALLY LEFT BLANK
CONTINUED ON NEXT PAGE
3.2.2 Fixed Unit Price with a Not-to-Exceed (NTE) Ceiling
Contract Item Description Unit of Unit Price Quantity Total NTE
Line Item Measure
No. (CLIN)
1003 Asset Maintenance and Repair (See
15.3)
1003-1 Full-time technician(s) Each per $15,000.00 27 $405,000.00
to maintain and repair Month
IPS meters
1003-2 [OPTIONAL] Each per $5,940.00 9 $53,460.00
Additional part-time Month
technician(s) to manage
meter hooding
Subtotal NTE $458,460.00
1004 Batch Asset Installation, Relocation and Removal
(See 15.4)
1004-1 Install IPS Smart Meter Each $50.00 200 $10,000.00
1004-2 Relocate Installed SSM Each $75.00 200 $15,000.00
Meter Head
1004-3 Install Pole and Base for Each $440.00 200 $88,000.00
SSM
1004-4 Remove SSM Including Each $505.00 700 $353,500.00
Pole and Base
Subtotal NTE $466,500.00
4. Modify Section 3.2.3 as follows:
3.2.3 The total Option Period NTE amount is $1,389,135.00.
5. Modify Section 3.3 as follows:
3.3 Price Schedule Summary
Period of Performance Total NTE Amount
Base Period (4 months) (3.1) $781,060.00
Option Period (9 months) (3.2) $1,389,135.00
Total NTE Amount $2,170,195.00
6. Replace Section 15.4.1 Batch Installation, Relocation, and Removal Process with the following:
DDOT will identify, with assistance from the Contractor, assets to be upgraded, replaced, relocated,
and/or removed. Based on that information, the Contractor shall provide a plan to deploy the
District’s assets. The Contractor shall be responsible for pick-up of all DDOT ordered assets at a
DDOT facility within the District. The contractor shall be responsible for all ancillary equipment and
tools necessary to execute this CLIN.
Each batch asset installation, relocation, and/or removal request will receive a work order. Once the
CA has issued the work order for a par