MURIEL BOWSER
MAYOR
May 2, 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 definitized Human Care Agreement No. CW113568 with Bread for the City in the not-
to-exceed amount of $1,504,152. The period of performance is from January 2, 2024, through
January 1, 2025.
Under the proposed contract, Bread for the City will administer a Representative Payee Program
to support up to 1,300 Department of Behavioral Health consumers that are enrolled in the
District’s Public Behavioral Health System.
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 Marc Scott, Chief Operating Officer, Office of Contracting and Procurement, at (202) 724-
8759.
I look forward to the Council’s favorable consideration of this contract.
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
(Letter Contract)
(A) Contract Number: CW113568
Proposed Contractor: Bread for the City Inc.
Contract Amount: Not-to-Exceed (NTE) $1,504,152
Unit and Method of Compensation: Fixed Unit Price
Term of Contract: January 2, 2024, through January 1, 2025
Type of Contract: Human Care Agreement under which task orders
are to be issued for District requirements.
Source Selection Method: Request For Qualification (RFQ)
(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 $ 1,504,152
Option Period One Amount: NTE $1,549,392
Option Period Two Amount: NTE $1,595,880
Option Period Three Amount: NTE $1,643,616
Option Period Four Amount: NTE $1,693,068
Explanation of difference from base period (if applicable):
The difference between the base period and option periods amount is due to an annual increase of
3% to adjust for inflation.
(C) The date on which the letter contract or emergency contract was executed:
January 2, 2024
(D) The number of times the letter contract or emergency contract has been extended:
None
(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:
$500,000
(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:
Bread for the City Inc. shall administer a Representative Payee Program to support up to 1,300 DBH
consumers that are enrolled in the Public Behavioral Health System.
(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:
An RFQ was issued on October 27, 2023, with a closing date of November 20, 2023. The contracting
officer received two proposals. The Technical Evaluation Panel and the contracting officer evaluated
the proposals in accordance with the following technical evaluation factors; organizational, financial
and professional qualifications and required compliance documents in accordance with DC Official
Code § 2-354.06 and 27 DCMR § 1905.4 and 1906 and concurred that the two offerors were qualified
to receive an HCA. However, their price proposal was about 10% more than the IGE.
On December 12, 2023, a discussion was held with the two qualified offerors. The contracting officer
further requested a BAFO from the two qualified offerors. As a result, Bread for the City submitted
a revised price proposal reducing the monthly unit price per consumer from $119.85 to $96.42.
The contracting officer awarded a letter contract to Bread for City Inc., after determining that Bread
for City Inc., met all the technical requirements and their proposed price was fair and reasonable.
(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:
None
(I) 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:
Bread for the City Inc., is an experienced provider, administering the Representative Payee Program
to the District since 2005 and has been performing its responsibility satisfactorily. They have
demonstrated through past performance that its organization has the history, organizational and
technical expertise, including the key personnel, required to successfully meet the requirements of
the proposed human care agreement.
(J) 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
Page 2 of 4
to be subcontracted, expressed both in total dollars and as a percentage of the total contract
amount:
The Department of Small and Local Business Development approved a waiver of the 35%
subcontracting requirement on June 29, 2023.
(K) Performance standards and the expected outcome of the proposed contract:
Bread for the City shall implement the Representative Payee Program in accordance DBH
Representative Payee Policy 532.1 and Social Security Administration guidelines.
The anticipated outcome of this human care agreement is to support a stable living environment for
beneficiaries, ensuring their basic needs are met, and enhancing their wellbeing.
(L) 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:
$500,000 1/2/2024
(M) 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 Agency Fiscal Officer has certified that funding in the amount of $1,504,152 is available.
(N) 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 determined that the proposed definitized Contract with Bread
for the City Inc., is legally sufficient. Based on their Bidder Offeror Certification form, it is noted
that Bread for the City Inc has a pending lawsuit against the District whereby the proposed provider
sued the District to ensure residents with mental health disabilities receive emergency health care
from providers- just as people with physical health emergencies. Bread for the City vs District was
filed in the US District Court for DC on July 6, 2023.
(O) 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 Clean Hands certification dated February 15, 2024, verifies the contractor’s compliance with
District taxes.
(P) 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 self-certified, via Bidder-Offeror Certification form, that the contractor is
current with its federal taxes.
Page 3 of 4
(Q) 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.:
Bread for City Inc. is not a District certified local, small, or disadvantaged business
enterprise.
(R) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
None.
(S) 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 currently debarred from providing services to any government entity. The
Contractor does not appear as an excluded party in any of these listing: District OCP Excluded Parties
List; the Inspector General List of Excluded Individual and Enteritis, Exclusions database; and
the Federal Government’s System for Award Management database.
(T) 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):
Determinations and Findings for Contractor Responsibility
Determinations and Findings for Price Reasonableness
Determinations and Findings for Letter Contract
(U) Where the contract, and any amendments or modifications, if executed, will be made
available online:
Office of Contracting and Procurement website www.ocp.dc.gov .
(V) Where the original solicitation, and any amendments or modifications, will be made available
online:
Office of Contracting and Procurement website www.ocp.dc.gov
Page 4 of 4
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: February 15, 2024 Notice Number: L0011138861
BREAD FOR THE CTY & ZACCHAEUS FREE CLN FEIN: **-***8207
1525 7TH ST NW Case ID: 1860929
WASHINGTON DC 20001-3201
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
Office of Contracting and Procurement
Health Services Cluster
Department of Behavioral Health
MEMORANDUM
TO: Habibatu Jalloh
Deputy Chief Contracting Officer
Office of Contracting and Procurement
THRU: Delicia V. Moore
for Associate Chief Financial Officer
Human Support Services Cluster
FROM: Adran Reid
Agency Fiscal Officer
Department of Behavioral Health
DATE February 27, 2024
SUBJECT: Certification of Funding Availability for amount of $1,504,152
Contractor: Bread for the City Inc
Contract CW113568 Representative Payee Program
The Office of the Chief Financial Officer hereby certifies that the sum of $1,504,152 is included in the
District’s Local Budget and Financial Plan submitted to Congress by the Chairman of the Council to the
Speaker of the House of Representatives for Fiscal Year 2024 and Fiscal Year 2025 to fund the costs
associated with the Department of Behavioral Health contract with Bread for the City Inc , relating to the
administration of Representative Payee Program to support up to 1300 consumers enrolled in the
Public Behavioral Health System. This certification supports the contract during the period from January
2, 2024, through January 1, 2025. The fund allocation is as follows:
Vendor: Bread for the City Inc Contract #: CW113568
Fiscal Year 2024 Funding: January 2, 2024, through September 30, 2024
Fund Project Award Task Program Cost Center Account Amount
1010001 202175 1000579 65.07 700283 70420 7132001 $1,128,114
FY 2024 Contract Total: $1,128,114
Fiscal Year 2025 Funding: October 1, 2024, through January 1, 2025
Fund Project Award Task Program Cost Center Account Amount
1010001 202175 TBD 65.07 700283 70420 7132001 $376,038
FY 2025 Contract Total: $376,038
_____________________________________________________________________________________________
The Peoples’ Building | 64 New York Ave NE, 2nd floor West | Washington, DC 20002
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 Adran Reid, Agency Fiscal Officer at (202) 671-3393.
Page 2 of 2
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
ATTORNEY GENERAL
BRIAN L. SCHWALB
Commercial Division
MEMORANDUM
TO: Sarina Loy
Deputy Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Section Chief
Government Contracts Section
DATE: April 15, 2024
SUBJECT: Contractor: Bread for the City, Inc.
Contract No.: CW113568
Total Amount: NTE $1,504,152
______________________________________________________________________________
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 9100, Washington, DC 20001 (202) 727-3400 Fax (202) 347-8922
DocuSign Envelope ID: 47B2D446-71EA-45EF-9146-E8020E7FF923
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of Contracting and Procurement
Health Services Cluster
Department of Behavioral Health
December 28, 2023
Subject: Letter Contract No. CW113568
Caption: Representative Payee Program
Dear Mr. Jones
This is a letter contract between the District of Columbia’s Office of Contracting and Procurement
(OCP) on behalf of the Department of Behavioral Health (DBH) hereinafter referred to as (the
District) and Bread for the City whereinafter referred as (the Provider) to administer a
Representative Payee Program to support up to 1,300 DBH consumers that are enrolled in the
Public Behavioral Health System in accordance with the Scope of Work incorporated herein as
Attachment B.
1. The duration of this letter contract shall be from January 2,2024 through May 1, 2024. This
is an indefinite delivery-indefinite quantity contract in accordance with 27 DCMR, Chapter
24. All prices shall remain fixed- during the contract periods as set forth in the pricing
Schedule (Attachment A). The District shall pay the Provider for services performed during
the duration of the Letter contract in accordance with chapter 2425.7 of 27 District of
Columbia Municipal Regulations (DCMR).
2. The District intends to definitize this contract within 120 days after the execution of the
Letter Contract or before 50% of the work is completed; whichever comes first. The Letter
Contract shall be incorporated into the definitized contract at which time this Letter Contract
shall merge with the definitized contract. Before the expiration of the 120 days, the
Contracting Officer may authorize an additional period in accordance with chapter 2425.8 of
the 27 DCMR. If the District does not definitize this Letter Contract within 120 days of the
date of award of this Letter Contract or any extensions thereof, this Letter Contract shall
expire. In the event of expiration of