MURIEL BOWSER MAYOR September 18, 2023 Honorable Phil Mendelson Chairman Councilof 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 202of 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. M0066 to Contract No. POKV-2006-C-0064 with Conduent State & Local Solutions, Inc. in the not-to-exceed amountof $17,523,572.28. The periodofperformance is from October 1, 2023 through September 30, 2024. Under the proposed modification, Conduent State & Local Solutions, Inc. shall continue to provide ticket processing and adjudication services in support of the District's enforcement of its parking and traffic laws. 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 Mare Scott, ChiefOperating Officer ofthe Officeof Contracting and Procurement, at (202) 724-8759. look forward to the Council’s favorable considerationof this contract modification. Sincerely, Muri! Bows 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 Modification M0066 Proposed Contractor: Conduent State and Local Solutions, Inc. Contract Amount: Not to exceed (NTE) $17,523,572.28 Term of Contract: October 1, 2023, through September 30, 2024 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: NTE $12,494,311.90 January 3, 2007 through January 2, 2009 (Resolution Number R16-0941) Option Period One Amount: NTE $7,391,156 January 3, 2009, through January 2, 2010 (Resolution Number R18-0084) Explanation of difference from base period (if applicable): A reduction of scope was executed. First Contract Extension Amount: NTE $8,938,500 January 3, 2010, through January 2, 2011 Explanation of difference from base period (if applicable): A reduction of scope was executed. 1 Second Contract Extension Amount: NTE $9,159,095 January 3, 2011, through January 2, 2012 (Resolution Number R19-0086) Explanation of difference from base period (if applicable): A reduction of scope was executed and an increase in tickets issued in the District. Third Contract Extension Amount: NTE $9,395,690.76 January 3, 2012 through January 2, 2013 (Resolution Number R20-0076) Explanation of difference from base period (if applicable): A reduction of scope was executed and an increase in tickets was issued in the District. Fourth Contract Extension Amount: NTE $10,755,517.52 January 3, 2013 through January 2, 2014 (Legislation Number CA19-0490) Explanation of difference from base period (if applicable): The District increased the amount of tickets issued. Fifth Contract Extension Amount: NTE $10,428,046.55 January 3, 2014 through January 2, 2015 Explanation of difference from base period (if applicable): The District increased the amount of tickets issued. Sixth Contract Extension Amount: NTE $9,900,350 January 3, 2015 through January 2, 2016 (Legislation Number CA20-0560) Explanation of difference from base period (if applicable): The District increased the amount of tickets issued. Seventh Contract Extension Amount: NTE $9,353,120 January 3, 2016 through January 2, 2017 (Legislation Number CA21-075) Explanation of difference from base period (if applicable): The District increased the amount of tickets issued. Eighth Contract Extension Amount: NTE $10,237,666 January 3, 2017, through January 2, 2018 (Legislation approval No. CA21-0591) Explanation of difference from base period (if applicable): The District increased the amount of tickets issued. Ninth Contract Extension Amount: NTE $993,743 January 3, 2018 ,through March 20, 2018 (Resolution Number: R22-0443) 2 Explanation of difference from base period (if applicable): The period of performance listed under the 9th extension was shortened. Tenth Contract Extension Proposed Amount: NTE $9,942,924 March 21, 2018, through January 2, 2019 (Resolution Number: R22-0443) Explanation of difference from base period (if applicable): The District increased the amount of tickets issued. Eleventh Contract Extension Estimated Contract Amount: NTE $8,736,368 January 3, 2019, through January 2, 2020 (Resolution Number: R23-0019) Explanation of difference from base period (if applicable): The District increased the amount of tickets issued. Twelfth Contract Extension Estimated Contract Amount: NTE $4,300,000 January 3, 2020, through June 30, 2020 (Resolution Number No. R23-0335) Explanation of difference from base period (if applicable): The period of performance was shortened due to a budgetary shortfall. Thirteenth Contract Extension Estimated Contract Amount: NTE $4,994,179.40 July 1, 2020, through January 2, 2021 (Legislation approval No. CA23-0625) Fourteenth Contract Extension Estimated Contract Amount: NTE $7,142,671.28 January 3, 2021 through September 30, 2021 (Resolution Number No. 24-0024) Explanation of difference from base period (if applicable): The period of performance was the remainder of the one-year extension. Fifteenth Contract Extension Estimated Contract Amount: NTE $9,186,205.96 October 1, 2021 through September 30, 2022 (Legislation approval No. CA24-0287) Sixteenth Contract Extension Estimated Contract Amount: NTE $8,917,625.34 October 1, 2022, through June 30, 2023 (Legislation approval No. CA24-0556) Seventeenth Contract Extension Estimated Contract Amount: NTE $3,148,378 July 1, 2023, through September 30, 2023 (Legislation approval No. CA24-0556)Eighteenth Contract Extension Estimated Contract Amount: NTE $17,523,572.28 3 October 1, 2023, through September 30, 2024. (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, the Department of Motor Vehicles (DMV), has a continuous need for the District of Columbia’s 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 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, the District issued a Request for a Proposal for the modernization of the ticket processing and adjudication system, the solicitation closed on May 16, 2022. The solicitation is still under review. However, the ticket processing and adjudication system services are critical, and it is in the best interest of the District to continue the ticket processing services under the current contract to ensure continuity of services. The services will remain in operation until the contract resulting from the solicitation is awarded, and the new system is integrated and implemented. 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 Columbia’s 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 (EPLS). 4 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. (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% $6,133,250.30 of the contract’s total amount of $17,523,572.28 for the 18th extension. (H) Performance standards and the expected outcome of the proposed contract: The contractor’s performance will be regularly and routinely monitored by the DMV. The expected outcome of the contract is to have the Contractor’s 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 June 26, 2023, the Agency’s Fiscal Officer certified that 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 certified that it is legally sufficient. The contractor currently does not have any legal claims against the District. 5 (L) A certification that the 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): According to the District’s Clean Hands Certification dated July 24, 2023, the contractor is current with its District taxes. (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 based on the Federal System for Award Management report dated July 18, 2023, and District Excluded Parties Lists System as of July 18, 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 a Sole Source Justification. Determination and Findings for Contractor Responsibility. Determination and Findings for Price Reasonableness. 6 (R) Where the contract, and any amendments or modifications, if executed, will be made available online: OCP Website: ocp.dc.gov (S) Where the original solicitation, and any amendments or modifications, will be made available online: OCP Website: ocp.dc.gov 7 +,87!84ÿÿ458ÿ 474ÿÿ!" -8ÿÿ458ÿ58ÿ# ÿ-87 0010ÿ345ÿ6478849ÿ6 -8ÿÿ./ÿ0ÿ18,88ÿ 549ÿÿ113  48ÿÿ48 ÿ39ÿ1 48ÿ!"8711110 -2$.ÿ6.3.$ÿ4ÿ-3ÿ6-2.%-69ÿ%5 #$%ÿ&&'&&&((3 011ÿ36726ÿ1ÿ6.$ÿ11  8ÿ%ÿ0)(1 #-1836ÿ7319ÿÿÿ1'01 ÿ ÿ ABCDEFEAGDBÿIFÿAJBGKÿLGKMN 3 ÿ78=7480ÿÿ458ÿ8ÿ8 0ÿ48!9ÿ458ÿ",8ÿ7887880ÿ0,0O844ÿ5 ÿÿ440 "4ÿP45ÿ458ÿ 474ÿÿ!" ÿ-8ÿÿ./ÿ0ÿ18,88ÿ7ÿ458ÿ8=74!84ÿÿ$!=!84 687,85ÿ3 ÿÿ458ÿ048ÿ",89ÿ458ÿ0,0O844ÿ5 ÿ!=80ÿP45ÿÿ08ÿQÿ3')(9ÿÿ4587878 45 ÿ87448ÿÿ8ÿ8 0ÿÿ 805 .%.$ÿ35ÿ.3R3.%-9ÿ%$6%+9ÿ7$16%.69ÿ366$666$.69ÿ3ÿ#$$6 837.$1ÿ)ÿ+$$13ÿ%$6$ 62:837.$1ÿ%%5ÿ$3ÿ836ÿ:$#-1$ÿ1$$%?%+ÿ3ÿ%$6$ÿ-1ÿ7$16%. 55ÿ-$ÿQÿ3')(ÿS11(T Qÿ3')(ÿ71-8%:%.%-ÿ3+3%6.ÿ%6623$ÿ-#ÿ%$6$ÿ-1ÿ7$16%. 3457;80ÿ:ÿ680ÿ8< :75ÿ589ÿ84ÿ0ÿ$78!84ÿ30! 474 .ÿ,048ÿ45 ÿ874489ÿ=8 8ÿ, 4ÿ6./55,5ÿ-ÿ458ÿ6./ÿÿ5!8=89ÿ<ÿ458 >? 048ÿÿ87448ÿÿ8ÿ8 0@ÿ5=87<ÿ087ÿ458ÿ8ÿ8 0ÿ845 UUVUÿWXYÿNXZ[[XÿN\]ÿN^_X[ÿ\`aV]ÿ\bcY_deXfd]ÿMAÿ̀VV`WghYfd[iÿj`V`kÿa`WlmVWmgnoDbpqMAqefr ÿ GOVERNMENT OF THE DISTRICT OF COLUMBIA DEPARTMENT OF MOTOR VEHICLES MEMORANDUM TO: Nancy Hapeman Interim Chief Procurement Officer Office of Contracting and Procurement FROM: Ronald J. Pleasant Ronald J. Pleasant Agency Fiscal Officer Department of Motor Vehicles DATE: September 8, 2023 SUBJECT: Funding Certification – Ticket Processing Contract Extension _____________________________________________________________________________________ This certifies DMV has $17,523,572.28 available in its FY2024 budget to fund the Ticket Processing contract extension for the October 1, 2023 through September 30, 2024 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 BRIAN L. SCHWALB Commercial Division MEMORANDUM TO: Tommy Wells Director Office of Policy and Legislative Affairs FROM: Robert Schildkraut Section Chief Government Contracts Section DATE: September 7, 2023 SUBJECT: Approval of Contract Action for Ticket Processing Contract Number: POKV-2006-C-0064 Contractor: Conduent State and Local Solutions, Inc. Contract Amount: NTE $17,523,572.28 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 724-4018. ______________________________ Robert Schildkraut 400 6th Street, NW, Suite 79100, Washington, DC 20001 (202) 727-3400 Fax (202) 347-8922 1. Contract Number Page of Pages AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT POKV-2006-C-0064 1 6 2. Amendment/Modification Number 3. Effective Date 4. Requisition/Purchase Request No. 5. Solicitation Caption M0066 See Box 16C. Ticket Processing and Services 6. Issued by: Code 7. Administered by (If other than line 6) Office of Contracting and Procurement Department of Motor Vehicles Information Technology Group