MURIEL BOWSER
MAYOR
September 19, 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 Councilof the District of Columbia is
Modification No. M04 to Contract No. DCAM-21-NC-RFP-0010 with Veritas Consulting Group,
LLC to exercise option year three in the not-to-exceed amountof $1,860,391.52. The period of
performance is from October 1, 2023 through September 30, 2024.
Under the proposed contract 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.
My administration is available to discuss any question you may have regarding the proposed
contract. In order to facilitate a response to any questions you may have, please contact Delano
Hunter, Acting Director, Department of General Services, or have your staff contact George G.
Lewis, Chief
of Contracts and Procurement, Departmentof General Services, at (202) 727-2800.
I look forward to the Council’s favorable considerationofthis contract modification.
Sincerely,
Muriq| Bows!
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. M04 to Exercise Option Year Three (OY3) of Contract for
City-Wide Electronic Security Systems Operations, Inspections, Maintenance & Repair Services
(A) Contract Number: DCAM-21-NC-RFP-0010
Modification No. M04 to Exercise OY3
Proposed Contractor: Veritas Consulting Group, LLC (the “Contractor”)
Contract Amount (OY3): Not-to-Exceed (“NTE”): $1,860,391.52
Term of Contract (OY3): October 1, 2023, through September 30, 2024
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 (OY1) Amount: Modification No. M01, NTE $1,756,468.40
Council Approval: CA24-0147, June 14, 2021
Modification No. M02 (Administrative)
NTE of OY1 value decreased to $1,737,147.80
Option Year Two (OY2): Modification No. M03, NTE $1,787,761.28
Council Approval: CA24-0658 September 29, 2022
Option Year Three (OY3): Proposed Modification No. M04
Proposed OY3 Amount: NTE $1,860,391.52
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.
(E) A certification that the proposed contractor has not been determined to be in violation of
D.C. Official Code § 1-1163.34a:
Based upon a certification from the Contractor, the Contractor has not been determined to be in
violation of D.C. Official Code § 1-1163.34a.
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: September 8, 2023 Notice Number: L0010126563
VERITAS CONSULTING GROUP, LLC FEIN: **-***2352
700 12TH STREET NW SUITE 700 Case ID: 1634555
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 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 GENERAL SERVICES
Memorandum
To: Delano Hunter
Director
Department of General Services
From: Antoinette Hudson-Beckham
Agency Fiscal Officer
Department of General Services
Reference: Modification No. M04 to Contract for City-wide Electronic Security Systems
Operations, Inspection, Maintenance and Repair Services
Exercise of Option Year Three (OY3)
(Contract No. DCAM-21-NC-RFP-0010)
Date: September 12, 2023
Subject: Fiscal Sufficiency Review
The proposed Contract with Veritas Consulting Group, LLC is estimated to cost $1,860,391.52
for Fiscal Year 2024. Veritas Consulting Group, LLC will provide City-wide Electronic
Security Systems Operations, Inspection, Maintenance and Repair Services for the Department
of General Services (“Department”) from October 1, 2023, through September 30, 2024.
As the Agency Fiscal Officer of the Department, I hereby certify that the Mayor’s Proposed
Fiscal Year 2024 Budget for the Department includes funds for the proposed Contract with
Veritas Consulting Group, LLC. The Mayor’s Proposed Fiscal Year 2024 Budget for the
Department, however, is subject to review and approval by Congress.
The Mayor’s Proposed Fiscal Year 2024 Budget for the Department will fund the $1,860,391.52
for the proposed Contract with Veritas Consulting Group, LLC and the attributes are shown in
the table below.
FUND AGENCY PROGRAM PROGRAM_DETAILS COSTCENTER ACCOUNT PROJECT Sum of FY24 RK/PO
SECURITY
1010001 AM0 500063 SERVICES 50102 7131034 000000 1,8603,91.52 TBD
City-wide Veritas Fiscal Certification 1,860,391.52 TBD
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
Total City-wide Veritas Fiscal Certification 1,860,391.52 TBD
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: Thomas Wells
Director, Office of Policy and Legislative Affairs
FROM: Kristen Walp
Senior Assistant General Counsel
SUBJECT: Legal Sufficiency Certification
Modification No. M04 to Exercise Option Year Three 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 14, 2022
_____________________________________________________________________________
This is to certify that this Office has reviewed the above-referenced proposed Contract
Modification No. M04 and has found it to be legally sufficient, subject to submission of: (i) any
required materials and Council approval; (ii) Council’s 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) 727-2800 | Fax (202) 727-7283
1. Contract Number Page of Pages
MODIFICATION OF CONTRACT DCAM-21-NC-RFP-0010 1 2
2. Modification Number 3. Effective Date 4. Requisition/Purchase Request No. 5. Contract Caption
City-wide Electronic Security Systems Operations, Inspection,
M04 1-Oct-2023 BA-TBD (PR-TBD) RKTBD Maintenance & Repair Services
6. Issued By: 7. Administered By (If other than line 6)
Department of General Services Department of General Services
Contracting and Procurement Division Facilities Management Division
3924 Minnesota Avenue NE, 5th Floor 3924 Minnesota Avenue NE, 3rd Floor
Washington, DC 20019 Washington, DC 20019
Attention: Keith R. Giles keith.giles@dc.gov Attention: Alan Coleman alan.coleman@dc.gov
8. 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
ATTN: David Taylor (202) 719-6544 dtaylor@vcgvision.com 10B. Dated (See Item 13)
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, 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.)
DCAM-21-NC-RFP-
Contract No. 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 Three (OY3) of the Contract
for a Period of Performance, 1-October-2023 through 30-September-2024.
2. The Total Fixed Monthly Maintenance Services Price is $1,810,391.52 and $50,000.00 for Cost Reimbursement Repair Services in accordance with Contractor
Option Year Three (OY3) Pricing, Exhibit A. The Total Contract Not-to-Exceed value for Option Year Three (OY4) is $1,860,391.52.
3. Contract Recap: The Total Contract ordering ceiling issued against this Contract during OY3 Shall Not-Exceed $1,860,391.52 .
4. The US Department of Labor Wage Determination Schedule No. 2015-4281 Rev. No. 27 dated June 30, 2023 is hereby incorporated as Exhibit B to
Modification No. 04. 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 requirements of the US Department of Labor Wage Determination Schedule shall be incorporated into the Contract via a subsequent modification.
5. The Contractor agrees and acknowledges that is 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 – 2-220.1, that are applicable on the effective date of the modification and incorporated as Exhibit C. 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.
6. ALL OTHER TERMS AND CONDITIONS OF THE AGREEMENT REMAIN UNCHANGED.
7. 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.
8. ALL OTHER TERMS AND CONDITIONS OF THE AGREEMENT REMAIN UNCHANGED.
10. All other terms and conditions of Contract No.: DCAM-21-NC-RFP-0010 remain unchanged.
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