MURIEL BOWSER
MAYOR
May 24, 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 Modification No. M0003 to Contract No. CW107303 with Walton & Green Consultants,
LLP to exercise option year one in the not-to-exceed amount of $10,000,000. The period of
performance is from September 6, 2024 through September 5, 2025.
Under the proposed modification, Walton & Green Consultants, LLP will continue to provide
temporary support services.
My administration is available to discuss any questions you may have regarding the proposed
contract modification. 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 modification.
Sincerely,
Muriel Bowser
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of Contracting and Procurement
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
(Option)
(A) Contract Number: CW107303
Modification No. M0003
Proposed Contractor: Walton & Green Consultants, LLP
Contract Amount (Option Period): Minimum: $10
Maximum: $10,000,000
Term of Contract: September 6, 2024, through September 5, 2025
(Option Year One)
Type of Contract: Indefinite Delivery/Indefinite Quantity with
payment based upon fixed prices.
(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:
The identifying number of the underlying contract is indicated below:
Base Period: CA25-0350 Minimum: $10
Maximum: $10,000,000
Option Period One: Minimum: $10
Maximum: $10,000,000
Option Period Two: Minimum: $10
Maximum: $10,000,000
Option Period Three: Minimum: $10
Maximum: $10,000,000
1
Option Period Four: Minimum: $10
Maximum: $10,000,000
(C) A statement 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):
The Citywide Clean Hands database report indicates Walton & Green Consultants, LLP is current
with its District taxes dated May 2, 2024.
(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 Agency Fiscal Officer has certified that funds for the minimum quantity of ten dollars are
available for FY2024 and the minimum quantity funds for FY2025 have been budgeted.
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: May 2, 2024 Notice Number: L0011805860
WALTON & GREEN CONSULTANTS, L.L.P FEIN: **-***7924
3230 BANNEKER DRIVE NE Case ID: 5221003
WASHINGTON DC 20018
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 THE CHIEF FINANCIAL OFFICER
GOVERNMENT OPERATIONS CLUSTER
OFFICE OF FINANCE AND RESOURCE MANAGEMENT
MEMORANDUM
TO: Nancy Hapeman, Interim Chief Procurement Officer
Office of Contracting and Procurement
FROM: Alemayehu Awas
Agency Fiscal Officer
DATE: May 2, 2024
SUBJECT: Certification of Funding Availability for DCSS Contracts
VENDOR: CW107303 – Walton & Green Consultants, L.L.P.
PERIOD: October 1, 2023, thru September 30, 2024
This is to certify that the Office of Contracting and Procurement has $10,000.00 in its FY2024
budget to cover potential costs that may be incurred if a minimum order is not achieved for the
District of Columbia Supply Schedule (DCSS) contracts.
Each DCSS contract has been established as an indefinite delivery/indefinite quantity (IDIQ)
contract, and agencies may place orders against each contract by means of an individual Task
Order (TO) or delivery order (DO). If no orders are placed against a DCSS contract, pursuant to
the DCSS Terms and Conditions, clause 5, the District guarantees the minimum order for each
contract in the amount of $10.00 for the base year and four option years. Any additional orders
placed on the DCSS contracts will be encumbered by the ordering agency prior to issuance.
There are approximately 420 contractors on the DCSS, and it is estimated that $10,000.00 would
be sufficient to cover the possibility of having to pay $10.00, upon request, to multiple
contractors.
441 4th St, N.W. * Suite 890 North * Washington, D.C. 20001
Phone: (202) 727-0333 * Fax: (202) 727-0659
GOVERNMENT OF THE DISTRICT OF COLUMBIA
OFFICE OF THE CHIEF FINANCIAL OFFICER
GOVERNMENT OPERATIONS CLUSTER
OFFICE OF FINANCE AND RESOURCE MANAGEMENT
MEMORANDUM
TO: Nancy Hapeman, Interim Chief Procurement Officer
Office of Contracting and Procurement
FROM: Alemayehu Awas
Agency Fiscal Officer
DATE: May 2, 2024
SUBJECT: Certification of Funding Availability for DCSS Contracts
VENDOR: CW107303 – Walton & Green Consultants, L.L.P.
PERIOD: October 1, 2024 thru September 30, 2025
This is to certify that the Office of Contracting and Procurement will allocate $10,000.00 in its
FY2025 budget to cover potential costs that may be incurred if a minimum order is not achieved
for the District of Columbia Supply Schedule (DCSS) contracts.
Each DCSS contract has been established as an indefinite delivery/indefinite quantity (IDIQ)
contract, and agencies may place orders against each contract by means of an individual Task
Order (TO) or delivery order (DO). If no orders are placed against a DCSS contract, pursuant to
the DCSS Terms and Conditions, clause 5, the District guarantees the minimum order for each
contract in the amount of $10.00 for the base year and four option years. Any additional orders
placed on the DCSS contracts will be encumbered by the ordering agency prior to issuance.
There are approximately 420 contractors on the DCSS, and it is estimated that $10,000.00 would
be sufficient to cover the possibility of having to pay $10.00, upon request, to multiple
contractors.
Availability of FY 2025 budget is subject to approval of budget by the Council and Congress
441 4th St, N.W. * Suite 890 North * Washington, D.C. 20001
Phone: (202) 727-0333 * Fax: (202) 727-0659
1. Contract Number Page of Pages
AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT CW107303 1 1
2. Amendment/Modification Number 3. Effective Date 4. Requisition/Purchase Request No. 5. Solicitation Caption
Temporary Support Services
M0003 9/6/2024
6. Issued by: Code 7. Administered by (If other than line 6)
Office of Contracting and Procurement Office of Contracting and Procurement
DC Supply Schedule DC Supply Schedule
441 4th Street, NW, Suite 330S 441 4th Street, NW, Suite 330S
Washington, DC 20001 Washington, DC 20001
8. Name and Address of Contractor (No. street, city, county, state and zip code) 9A. Amendment of Solicitation No.
9B. Dated
Walton & Green Consultants, LLP
3230 Banneker Drive NE 10A. Modification of Contract/Order No.
Washington, DC 20018 X
CW107303
10B. Dated (See Item 13)
Code Facility X
9/6/23
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 X 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 __________ 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 ACKNOWLEDGMENT 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 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:
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): 27 DCMR, Chapter 36, Contract Modifications
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 data
etc.) set forth in item 14, pursuant to the authority of 27 DCMR, Chapter 36, Section 3601.2.
C. This supplemental agreement is entered into pursuant to authority of: The Changes Clause
X D. Other (Specify type of modification and authority) 27 DCMR, Chapter 2008, Exercise of Option
E. IMPORTANT: Contractor is __ or is not _X_ is required to sign this document.
14. Description of amendment/modification (Organized by USC Section headings, including solicitation/contract subject matter where
feasible.)
A. Pursuant to section 3.2, Option to Extend the Term of the Contract, Contract Number CW107303 is hereby modified
as follows:
1. The District of Columbia Office of Contracting and Procurement hereby exercises its option to extend the
term of the contract for the period of September 6, 2024, through September 5, 2025 (Option Year 1) with a not
to exceed contract amount of $10,000,000.
B. The contractor is bound by Wage Determination No. 2015-4281, rev. 28 dated 12/26/2023 issued by the
Department of Labor.
Except as provided herein, all terms and conditions of the document is 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
Tornia Harrison
15B. Name of Contractor 15C. Date Signed 16B. District of Columbia 16C. Date Signed
(Signature of person authorized to sign) (Signature of Contracting Officer)