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. M0005 to Contract No. CW96065 with L.S. Caldwell & Associates, Inc. to exercise option year two in the not-to-exceed amount of $10,000,000. The period of performance is from July 1, 2024, through June 30, 2025. Under the proposed modification, L.S. Caldwell & Associates, Inc. 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: CW96065 Modification No. M0005 Proposed Contractor: L.S. Caldwell & Associates, Inc. Contract Amount (Option Period): Minimum: $10 Maximum: $10,000,000 Term of Contract: July 1, 2024, through June 30, 2025 (Option Year Two) 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 Year: CA24-0546 Minimum: $10 Maximum: $10,000,000 Option Year One: CA25-0253 Minimum: $10 Maximum $10,000,000 Option Year Two: Minimum: $10 Maximum: $10,000,000 Option Year Three: Minimum: $10 Maximum: $10,000,000 1 Option Year Four: Minimum: $10 Maximum: $10,000,000 (C) A statement that the Citywide Clean Hands database indicates that the proposed contractor is current with its District taxes. If the Citywide Clean Hands Database indicates that the proposed contractor is not current with its District taxes, either: (1) a certification that the contractor has worked out and is current with a payment schedule approved by the District; or (2) a certification that the contractor will be current with its District taxes after the District recovers any outstanding debt as provided under D.C. Official Code § 2-353.01(b): The Citywide Clean Hands database report indicates L.S. Caldwell & Associates, Inc. is current with its District taxes dated April 29, 2024. (D) A statement that the proposed contract is within the appropriated budget authority for the agency for the fiscal year and is consistent with the financial plan and budget adopted in accordance with D.C. Official Code §§ 47-392.01 and 47-392.02: The Agency Fiscal Officer has certified that funds are available for FY2024 and for FY2025 have been budgeted by the agency. 2 :;87<84ÿ=ÿ458ÿ 47>4ÿ=ÿ?@8ÿ=ÿ458ÿ58=ÿ/> ?ÿB==>87 0010ÿ345ÿ6478849ÿ6 B==>8ÿ=ÿCDÿEÿF8;8@8ÿ 549ÿÿ113 ÿÿ  !"ÿ#$%ÿ#&#' ÿ,-.!(&&))*')+## GH6HÿIG 0GGÿJÿI66BHÿ12H /0123ÿ4454440667 638ÿ03CKÿ6Cÿ2  8ÿ13ÿ3778016 I6K12:CB2ÿÿÿ11005L70L ÿ ÿ `abcded`fcaÿheÿ̀iafjÿkfjlm I ÿ78Y748Eÿÿ458ÿ?8ÿK Eÿ[48<9ÿ458ÿA;8ÿ78=878>8EÿE;E@?n844[ÿ5 ÿÿ@44E ?A?4[ÿo45ÿ458ÿ 47>4ÿ=ÿ?@8ÿ=ÿCDÿEÿF8;8@8ÿ7ÿ458ÿ8Y74<84ÿ=ÿ08HÿI ÿ=ÿ458ÿE48ÿA;89ÿ458ÿE;E@?n844[ÿ5 ÿ>48ÿ=ÿ?8ÿK Eÿÿ @8EH C1CG0ÿ38HÿCIrIC1B29ÿG102612:9ÿs0FZ1C69ÿI66066Z02C69ÿI2ÿ/006 KIsC0Fÿqÿ:020FIGÿG10260 6tuKIsC0Fÿ11HÿG0I2ÿKI26ÿu0/BF0ÿF001^12:ÿIÿG10260ÿBFÿs0FZ1C HHÿB0ÿpÿ385q7ÿv117w pÿ385q7ÿsFBK1u1C1B2ÿI:I126Cÿ166tI20ÿB/ÿG10260ÿBFÿs0FZ1C ,O!TQÿMUÿV"NQÿWNXNS M!NOÿPO%ÿP""NÿNQÿRN!-NÿQ-NS!N Cÿ;?E48ÿ45 ÿ>874=>489ÿY?8 8ÿ; 4ÿZ[CDHH;HÿBÿ458ÿZ[CDÿÿ5<8Y89ÿ>?>\ÿ458 ]^ ?E48ÿÿ874=>48ÿ=ÿ?8ÿK E_ÿ5[Y87?\ÿ@E87ÿ458ÿ?8ÿK Eÿ8>4H xxyxÿz{|ÿm{}~~{ÿm€ÿm‚{~ÿƒ„y€ÿ †|‚‡ˆ{‰‡€ÿl`ÿƒyyƒzŠ‹|‰‡~ŒÿƒyƒŽÿ„ƒzyzŠ‘’c “”l`”ˆ‰• ÿ 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: April 30, 2024 SUBJECT: Certification of Funding Availability for DCSS Contracts VENDOR: CW82410 - The Excalibur Group CW96065 - L.S Caldwell & Associates, Inc. CW106474 - Public Performance Management, LLC 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 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: April 30, 2024 SUBJECT: Certification of Funding Availability for DCSS Contracts VENDOR: CW82410 - The Excalibur Group CW96065 - L.S Caldwell & Associates, Inc. CW106474 - Public Performance Management, LLC 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 1. Contract Number Page of Pages AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT CW96065 1 1 2. Amendment/Modification 3. Effective Date 4. Requisition/Purchase 5. Solicitation Caption Number Request No. M0005 7/7/24 Temporary Support Services 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 330 South 441 4th Street, NW, Suite 330 South 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 (See Item 11) L.S. Caldwell & Associates, Inc. 5427 14th Street, NW 10A. Modification of Contract/Order No. Washington DC 20011 X CW96065 10B. Dated (See Item 13) Code Facility 7/7/22 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 __________ 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 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 (If required) 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTORS/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 data etc.) set forth in item 14, pursuant to the authority of 27 DCMR, C. This supplemental agreement is entered into pursuant to authority of 27 DCMR, Chapter 36, Section 3601.2 X D. Other (Specify type of modification and authority) Exercise of Option, 27 DCMR, Chapter 20, Section 2008, Exercise of Option E. IMPORTANT: Contractor is not is required to sign this document and return one copy to the issuing office. 14. Description of Amendment/Modification (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.) Pursuant to section 3.2, Option to Extend the Term of the Contract, Contract Number CW96065 is hereby modified as follows: A. The District of Columbia Office of Contracting and Procurement hereby exercises its option to extend the term of the contract for the period of July 1, 2024, through June 30, 2025 (Option Year 2). The maximum contract amount is $10,000.000. B. The contractor is bound by Wage Determination No. 2015-4281, rev. 28, dated December 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)