MURIEL BOWSER
MAYOR
September 12, 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. M0002 to Contract No. CW103051 with Guardiantrac, LLC. dba GT
Independence (GTI), to exercise option period one in the not-to-exceed amount of $6,695,000. The
period of performance is October 17, 2023 through October 16, 2024.
Under the proposed modification, GTI shall continue to provide financial management services,
information and assistance services, and support broker services to Medicaid participants enrolled
in the District of Columbia’s Medicaid Home and Community-Based §1915(c) Services Waiver
program.
My administration is available to discuss any questions you may have regarding the proposed
modification. 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 modification.
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
(Option)
(A) Contract Number: CW103051
Proposed Contractor: Guardiantrac, LLC dba GT Independence (GTI)
Contract Amount (Option Period One): Not-to-Exceed (NTE) $6,695,000
Unit and Method of Compensation: Fixed Unit Price
Term of Contract: October 17, 2023 through October 16, 2024
Type of Contract: Indefinite Delivery Indefinite Quantity
(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 Year Amount: NTE $5,150,000
(October 17, 2022 through October 16, 2023)
(Council Approval CA25-0016)
Option Period One Amount: NTE $6,695,000
(October 17, 2023 through October 16, 2024)
Explanation of difference from base period (if applicable):
The amount for option period one exceeds the price for the base period due to the maximum
quantity of members increasing per month. Also, the amount for option period one exceeds the
price for the base period due to inflationary factors related to the cost of operating a business and
because of consumer price index (CPI) inflation that measures the average change over time in the
prices paid by urban consumers for a market basket of consumer goods and services.
1
Option Period Two Amount: NTE $6,895,790
Explanation of difference from base period (if applicable):
The amount for option period two exceeds the price for the base period due to the maximum
quantity of members increasing per month. Also, the amount for option period two exceeds the
price for the base period due to inflationary factors related to the cost of operating a business and
because of CPI inflation that measures the average change over time in the prices paid by urban
consumers for a market basket of consumer goods and services.
Option Period Three Amount: NTE $7,102,690
Explanation of difference from base period (if applicable):
The amount for option period three exceeds the price for the base period due to the maximum
quantity of members increasing per month. Also, the amount for option period three exceeds the
price for the base period due to inflationary factors related to the cost of operating a business and
because of CPI inflation that measures the average change over time in the prices paid by urban
consumers for a market basket of consumer goods and services.
Option Period Four Amount: NTE $7,315,890
Explanation of difference from base period (if applicable):
The amount for option period four exceeds the price for the base period due to the maximum
quantity of members increasing per month. Also, the amount for option period four exceeds the
price for the base period due to inflationary factors related to the cost of operating a business and
because of CPI inflation that measures the average change over time in the prices paid by urban
consumers for a market basket of consumer goods and services.
(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)
On August 1, 2023, the Citywide Clean Hands database certified that GTI 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 Health Care Finance Agency Fiscal Officer certified that funding in the amount
of $6,695,000 is available to support the contract.
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 1, 2023 Notice Number: L0009800661
GUARDIANTRAC, LLC FEIN: **-***2072
215 BROADUS ST Case ID: 1593535
STURGIS MI 49091-1384
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
Department of Health Care Finance
Office of the Chief Financial Officer
MEMORANDUM
TO: Nancy Hapeman
Interim Chief Procurement Officer
Office of Contracting and Procurement
THRU: Delicia V. Moore
Associate Chief Financial Officer
Human Support Services Cluster
FROM: Darrin Shaffer
Agency Fiscal Officer
Department of Health Care Finance
DATE: August 10, 2023
SUBJECT: Certification of Funding for the LTC – Participant Direct Services (PDS) Contract
The Office of the Chief Financial Officer hereby certifies that the sum of $6,695,000.00 is included in the District’s
Local Budget and Financial Plan for Fiscal Year 2024 to fund the costs associated with the Department of Health
Care Finance’s (DHCF) contract for Participant Direct Services. This certification supports the Participant Direct
Services contract cost from October 17, 2023 to October 16, 2024. The fund allocation is as follows:
Vendor: Guardiantrac, LLC. dba GT Independence Contract #: CW103051
Fiscal Year 2023 Funding: 10/17/23-09/30/24
Cost Project Split
Agency Fund Account Program Project Award Amount
Center Task (%/$)
HT0 1010001 7132001 700093 70270 Blank Blank Blank 55% 3,523,873.66
HT0 4025002 7132001 700093 70270 200881 23.15 2001521 45% 2,883,169.35
FY24 TOTAL 6,407,043.01
Fiscal Year 2024 Funding: 10/01/24-10/16/24
Cost Project Split
Agency Fund Account Program Project Award Amount
Center Task (%/$)
HT0 1010001 7132001 700093 70270 Blank Blank Blank 55% 158,376.34
HT0 4025002 7132001 700093 70270 200881 23.15 2001521 45% 129,580.65
FY25 TOTAL 287,956.99
441 4th St. NW, Suite 900 South, Washington, D.C. 20001 (202) 442-5988 FAX (202) 478-1373
Upon approval of the District’s Local Budget and Financial Plan by the Council and the Mayor and completion of
the thirty-day Congressional layover, funds will be sufficient to pay for fees and costs associated with the contract.
There is no fiscal impact associated with the contract.
Should you have any questions, please contact me at (202) 442-9079.
441 4th St. NW, Suite 900 South, Washington, D.C. 20001 (202) 442-5988 FAX (202) 478-1373
AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT 1. Contract Number Page of Pages
CW103051 1 1
2. Amendment/Modification Number 3. Effective Date 4. Requisition/Purchase Request No. 5. Solicitation Caption
Participant Directed
M0002 See Box 16C Services
6. Issued by: Code 7. Administered by (If other than line 6)
Office of Contracting and Procurement Department of Healthcare Finance
441 4th Street NW, Suite 330S 441 4th Street, N.W. Suite 900S
Washington, DC 20001 Washington, DC 20001
Nicole Watts, Contract Administrator (CA)
8. Name and Address of Contractor (No. street, city, county, state 9A. Amendment of Solicitation No.
and zip code)
9B. Dated (See Item 11)
Holly Carmichael, CEO 10A. Modification of Contract/Order No.
Guardiantrac, LLC. dba GT Independence
215 Broadus Street X Contract No. CW103051
Sturgis, MI 49091
hcarmichael@gtindependence.com
10B. Dated (See Item 13)
Code Facility
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 CONTRACT/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, Contract Modifications
X 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 3601.2.
C. This supplemental agreement is entered into pursuant to authority of:
D. Other (Specify type of modification and authority)
E. IMPORTANT: Contractor is not is required to sign this document.
14. Description of Amendment/Modification (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.)
Contract No. CW103051 is hereby modified as follows:
1. Pursuant to Section F.2 of the contract, Option to Extend the Term of the Contract, the District hereby
exercises option period one for the period of performance from October 17, 2023 through October 16, 2024
in the amount not-to-exceed $6,695,000.
2. Price Schedule, Section B.3.2 – See Attachment A
All Other Terms and Conditions remain unchanged
Except as provided herein, all terms and conditions of the document is 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
Jarad Dorsey
15B. Name of Contractor 15C. Date Signed 16B. District of Columbia 16C. Date
Signed
(Signature of person authorized to sign) (Signature of Contracting Officer)
B.3.2 Option Period One
CLIN Item Description Price Per Quantity Minimum Quantity Maximum
Unit Minimum Total Price Maximum Total Price
1001 Perform VF/EA $113.30 800 $90,640 x 2000 $226,600 x 12 =
FMS services for per month 12 = $2,719,200
Members enrolled in $1,087,680
the §1915 (c) HCBS
Waiver. (Attachment
J.10) and Section C
1002 Perform Support $118.45 800 $94,760 x 2000 $236,900 x 12 =
Broker services for per month 12 = $2,842,800
Members enrolled in $1,137,120
the §1915 (c) HCBS
Waiver. (Attachment
J.10) and Section C
1003 Enroll Participant $206 per 100 $20,600 1000 $206,000
Representative Participant
Employer
1003.A Incentive Payment- 2 X 1003 1 $412 1000 $412,000
90 day of Participant
Representative
Employer
enrollment
1004 Enroll PDW into $103 per 100 $10,300 5000 $515,000
payroll system. PDW
Attachment J.10 and
Section C
1005 Produce SMW $0 per 100 $0 1000 $0
Guidebooks Guidebook
Grand Total for B.3.2 Min $2,256,112 Max $6,695,000