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