MURIEL BOWSER MAYOR March 6, 2024 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 Contract No. DCAM-23-CS-CA-0001 with Watson Furniture Group, Inc., in the amount of $1,492,732.36 (including an existing letter contract amount of $950,000). Under the contract, Watson Furniture Group, Inc. will replace existing console workstation furniture with new console workstation furniture for the Office of Unified Communications at the Public Safety Communications Center located at 310 McMillan Dr. NW. The substantial completion date for the project is April 16, 2024. My administration is available to discuss any questions you may have regarding this contract. In order to facilitate a response to any questions you may have, please contact Delano Hunter, Director, Department of General Services (“DGS”), or have your staff contact George G. Lewis, Chief of Contracts and Procurement, DGS, at (202) 727-2800. I look forward to the Council’s favorable consideration of this contract. Sincerely, Muriel Bowser GOVERNMENT OF THE DISTRICT OF COLUMBIA DEPARTMENT OF GENERAL SERVICES Pursuant to Section 202(c-1) 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 (Letter Contract) Proposed Contract for Public Safety Communications Center – Console Replacement (A) Contract Number: DCAM-23-CS-CA-0001 Proposed Contractor: Watson Furniture Group, Inc. (the “Contractor”) Proposed Contractor’s Principals: Quint Andrae – Enterprise Solutions Manager Chris Hannon – Chief Financial Officer Letter Contract: $950,000.00 Proposed Contract Increase Amount: $542,732.36 Aggregate Amount of Letter Contract and Proposed Contract: $1,492,732.36 Term of Contract: The term of the contract will be December 18, 2023 (date of the Letter Contract) through April 16, 2024 (“Substantial Completion Date”) with Final Completion (“Final Completion Date”) by May 16, 2024. Type of Contract: Firm Fixed Price Source Selection Method: Cooperative 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: Not applicable. 1 (C) The date on which the letter contract or emergency contract was executed: A Letter Contract with the Contractor was executed by the Department of General Services (the “Department” or “DGS”) on December 18, 2023 (the “Letter Contract”). (D) The number of times the letter contract or emergency contract has been extended: The Letter Contract expiry date has been extended once from February 23, 2024 to March 22, 2024. (E) The value of the goods and services provided to date under the Letter Contract or emergency contract, including under each extension of the letter contract or emergency contract: The total value of the services provided to date under the Letter Contract is $950,000.00, which represents the not-to-exceed (“NTE”) amount established by the Letter Contract. (F) 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 replace the existing console workstation furniture with new console workstation furniture for the Office of Unified Communications (“OUC”) at the Public Safety Communications Center (“PSCC”), located at 310 McMillan Dr. NW, Washington, DC 20001 (the “Project”). (G) The selection process, including the number of offerors, the evaluation criteria, and the evaluation results, including price, technical or quality, and past performance components: a. The Contractor, Watson Furniture Group, Inc. (the “Contractor”) has an existing cooperative agreement with Houston Galveston Area Council (“H-GAC”) to provide the same type of services. b. The Department determined that using a rider to the H-GAC Cooperative Agreement would be most advantageous to the District given the Contractor’s inherent knowledge and proprietary stake in the Project’s scope, and the critical and urgent nature of the Project. c. A decision was determined to pursue a Cooperative Agreement method of procurement. d. On November 8, 2023, the Department issued a Notice of Award procurement contract No. DCAM-23-CS-CA-0001 to engage the services of the Contractor. (H) 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: The award of the Contract was not protested. 2 (I) The description of any other contracts the proposed contractor is currently seeking or holds with the district: None. (J) 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: The Contractor is a nationally recognized provider of dispatch consoles for law enforcement and emergency services. The Contractor installed the original consoles at PSCC. The PSCC and OUC have been satisfied with Contractor’s support and its furniture’s performance. (K) 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: On July 12, 2023, the Department of Small and Local Business Development (“DSLBD”) granted a waiver to remove the 35% required subcontracting percentage. The Contractor has provided a compliant Subcontracting Plan containing the following: Contract Dollar Value : $1,492,732.36 Subcontracting Requirement %: 0% of the Contract Value Subcontracting Plan Required Dollar Value: $0 Subcontracting Plan Actual Dollar Value: $0 (L) Performance standards and the expected outcome of the proposed contract: The Contractor is required to provide Construction Services for the Project. The Contractor’s performance will be monitored by DGS staff and DGS’s designated Program Manager. Additionally, the Contractor must adhere to the terms and conditions of and the Standard Contract Provisions for use with District of Columbia Government Construction Contracts. (M) 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: The Letter Contract, executed by the Department on December 18, 2023, provides for an initial NTE amount of $950,000, which represents the total expenditure of funds authorized to date. 3 (N) 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: The Office of the Chief Financial Officer has certified that the proposed Contract’s amount is consistent the Department’s budget and that adequate funds are available in the Department’s budget in accordance with D.C. Official Code §§ 47-392.01 and 47-392.02. The applicable Fiscal Sufficiency certification accompanies this Council Package. (O) A certification that the contract is legally sufficient, including whether the proposed contractor has any pending legal claims against the District: The proposed Contract has been deemed legally sufficient by the Department’s Office of the General Counsel and the Contractor does not appear to have any current pending legal claims against the District. (P) 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 Citywide Clean Hands database indicates that the Contractor is in compliance with the Government of the District of Columbia tax laws and regulations. The applicable Clean Hands certification for the Contractor accompanies this Council Package. (Q) 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 Contractor has certified that it is current with its federal taxes. (R) 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 is not a Certified Business Enterprise (“CBE”). (S) Other aspects of the proposed contract that the Chief Procurement Officer considers significant: None. 4 (T) 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: The Contractor is not debarred from providing services to the Government of the District of Columbia or the Federal Government according to the Office of Contracts and Procurement’s Excluded Parties List and the Federal Government’s Excluded Parties List. (U) 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): Not applicable. (V) Where the contract, and any amendments or modifications, if executed, will be made available online: Contract award information and any modifications will be posted on the Department’s website. (W) Where the original solicitation, and any amendments or modifications, will be made available online: The Department used a rider on an existing Cooperative Agreement. There was no competitive procurement in this case. (X) (1) A certification that the proposed contractor has been determined not to be in violation of section 334a of the Board of Ethics and Government Accountability Establishment and Comprehensive Ethics Reform Amendment Act of 2011, D.C. Official Code § 1-1163.34a; and (2) A certification from the proposed contractor that it currently is not and will not be in violation of section 334a of the Board of Ethics and Government Accountability Establishment and Comprehensive Ethics Reform Amendment Act of 2011, D.C. Official Code § 1-1163.34a: Based upon a certification from the Contractor, the Contractor has been determined not to be in violation of D.C. Official Code § 1-1163.34a; and will not be in violation of D.C. Official Code § 1-1163.34a. 5 <=87>84ÿ?ÿ458ÿ 47@4ÿ?ÿAB>C D??@8ÿ?ÿ458ÿ58?ÿ/@ AÿD??@87 0010ÿ345ÿ6478849ÿ6 D??@8ÿ?ÿEFÿGÿH8=8B8ÿ 549ÿÿ113 ÿÿ !"!#ÿ$%ÿ&'&( ÿ". !)''*'+$,-'' IE6D2ÿ/JH21EJH0ÿ9ÿ458ÿC=8ÿ78?878@8GÿG=GBAs844_ÿ5 ÿÿB44G ACA4_ÿt45ÿ458ÿ 47@4ÿ?ÿAB>C ÿD??@8ÿ?ÿEFÿGÿH8=8B8ÿ7ÿ458ÿ8]74>84ÿ?ÿ0>]A_>84 687=@8 ÿ̀I ÿ?ÿ458ÿG48ÿC=89ÿ458ÿG=GBAs844_ÿ5 ÿ@>]A8Gÿt45ÿÿG8ÿuÿ3:5869ÿÿ45878?78 45 ÿ874?@48ÿ?ÿA8ÿc Gÿÿ B8G` E1EL0ÿ3:ÿ̀EIvIE1D29ÿL102612<9ÿK0H^1E69ÿI66066^02E69ÿI2ÿ/006 cIKE0Hÿ8ÿ<020HILÿL10260 6JNcIKE0Hÿ11ÿ̀L0I2ÿcI26ÿN0/DH0ÿH001M12<ÿIÿL10260ÿDHÿK0H^1E `ÿ̀D0ÿuÿ3:586ÿw116x uÿ3:586ÿKHDc1N1E1D2ÿI8]89ÿ@A@aÿ458 bM AG48ÿÿ874?@48ÿ?ÿA8ÿc Gdÿ5_]87AaÿBG87ÿ458ÿA8ÿc Gÿ8@4` yyzyÿ{|}ÿr|~|ÿr€ÿr‚ƒ|ÿ€„zÿ€†‡}ƒˆ‰|Šˆÿqeÿ„zz„{‹Œ}ŠˆÿŽ„z„ÿ„{‘z{‘‹’“h†”•qe•‰Š– ÿ GOVERNMENT OF THE DISTRICT OF COLUMBIA OFFICE OF THE ASSOCIATE CHIEF FINANCIAL OFFICER PUBLIC SAFETY & JUSTICE CLUSTER MEMORANDUM TO: Delano Hunter, Director Department of General Services FROM: David Garner, Associate Chief Financial Officer Public Safety and Justice Cluster DATE: February 16, 2024 SUBJECT: Funding Certification – OUC_PSCC.14 HGAC – PSCC Console Replacement (Vendor: Watson Furniture Group, Inc.); Contract Number: DCAM-23-CS-CA-0001 The Office of the Chief Financial Officer (OCFO) certifies funding in the Office of Unified Communication’s FY 2023 thru FY 2028 Capital Improvements Plan in the amount of $1,492,732.36 (One million four hundred ninety-two thousand seven hundred thirty-two and 36/100) for PSCC console replacement is available. Funds in the amount of $1,492,732.36 have been identified in its FY 2023 thru FY2028 Capital Improvement Plan (CIP) budget and are in PASS Requisition Number #RK227250. If you have any questions concerning this certification, please contact Douglas A. Kemp, Agency Fiscal Officer at (202) 841-7955. CC: Heather McGaffin, Director, Office of Unified Communications Kipling Ross, Program Manager, Office of Unified Communications Gavin Suares, Interim CIO, Office of Unified Communications Douglas A. Kemp, Agency Fiscal Officer, Office of Unified Communications 1100 4th STREET SW SUITE 730E • WASHINGTON, D.C. 20024 GOVERNMENT OF THE DISTRICT OF COLUMBIA DEPARTMENT OF GENERAL SERVICES ______________________________________________________________________________ Memorandum TO: Thomas Wells Director, Office of Policy and Legislative Affairs FROM: Kristen Walp Senior Assistant General Counsel SUBJECT: Legal Sufficiency Certification Public Safety Communications Center – Console Replacement Contract Number: DCAM-23-CS-CA-0001 Contractor: Watson Furniture Group, Inc. DATE: February 6, 2024 _____________________________________________________________________________ This is to certify that this Office has reviewed the above-referenced proposed Contract and has found it to be legally sufficient, subject to submission of: (i) any required materials to Council for approval; (ii) Council’s approval of the same; and (iii) a Fiscal Certification issued by the Associate Chief Financial Officer, Public Safety and Justice Cluster. Please feel free to contact me at (202) 727-2800 with any questions. ____________________________ Kristen Walp Senior Assistant General Counsel Page 1 of 1 GOVERNMENT OF THE DISTRICT OF COLUMBIA DEPARTMENT OF GENERAL SERVICES Contracts and Procurement 'HFHPber 08, 2023 By Electronic Mail to qandrae@watsonfg.com Quint Andrae Sales Manager Watson Furniture Group, Inc. 26246 Twelve Trees Lane, NW Poulsbo, WA 98370 Reference: Contract No. DCAM-23-CS-CA-0001–Public Safety Communications Center - Console Replacement (“Project”) Subject: Notice to Proceed and Letter Contract Dear Mr. Andrae, We refer to the offer submitted by Watson Furniture Group, Inc. (the “Contractor”) in response to the above-referenced Project. We are pleased to inform you that this Project has been awarded to Watson Furniture Group, Inc., and if the Contractor signs this letter contract (“Letter Contract”) without modification of any kind, it will serve as a notice to proceed for the work described below. This notice to proceed is subject to the following terms: 1. Letter Contract. This is a Letter Contract between the Contractor, and the District of Columbia Government, acting by and through its Department of General Services (“DGS” or the “Department”), and shall govern our relationship until such time as a final contract is entered into for the work described in the above referenced Project (the “Definitized Contract”); provided, however, that to the extent an issue is not covered in this Letter Contract, the Houston- Galveston Area Council (H-GAC) Cooperative Agreement of $XJXVW 202 with Watson Furniture Group, Inc. (“Rider Contract”) shall govern. Once the Department signs the Definitized Contract, this Letter Contract shall automatically terminate and merge into the Definitized Contract. 2. Scope of Work. The Contractor is authorized to provide all professio