MURIEL BOWSER
MAYOR
August 28, 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. M0l to Contract No. DCAM-23-NC-RFP-0005A with CSI
Corporation of DC, Inc. to exercise option year one in the not-to-exceed amount of $10,000,000.
The modification's period of performance is from October 1, 2024 through September 30, 2025.
Under the proposed modification, CSI Corporation of DC, Inc. will provide security guard services
including management, tools, supplies, equipment, storage, vehicles, and labor to ensure effective
performance at Department of Parks and Recreation facilities located throughout the District of
Columbia under its agreement with the Department of General Services ("DGS").
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 contact Delano
Hunter, Director, 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.
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)
Armed/Unarmed Security Guard Personnel Services - Asset Class A [Parks and Recreation]
Exercise of Option Year 1
(A) Contract Number: DCAM-23-NC-RFP-0005A
Modification No. 1 to Exercise Option Year 1
Proposed Contractor: CSI Corporation of DC, Inc.
Proposed Contract Amount: Guaranteed Minimum: $250
Not-to-Exceed (“NTE”) Amount: $10,000,000.00
Term of Contract: October 1, 2024, through September 30, 2025
Type of Contract: Indefinite Delivery/Indefinite Quantity (“IDIQ”)
(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:
Contract Base Year: DCAM-23-NC-RFP-0005A
Council Approval: CA25-0641, March 29, 2024
Contract Amount: Guaranteed Minimum: $250
NTE Amount: $10,000,000
Exercise of Option Year 1: Proposed Modification No. 1
Proposed Contract Amount: Guaranteed Minimum: $250
NTE Amount: $10,000,000
(C) A statement that the Citywide Clean Hands database indicates that the proposed
contractor is current with District taxes. If the Citywide Clean Hands Database indicates
that the proposed contractor is not current with 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):
Page 2 of 2
The Citywide Clean Hands database indicates that the Contractor is current with its District
taxes. The relevant certification is attached.
(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 guaranteed minimum value of
$250 of proposed Modification No. 4 is within the appropriated budget authority for the agency
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 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 not 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.
________________________________________________________________________
Department of General Services 3924 Minnesota Avenue NE, Washington DC 20019
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: August 27, 2024 Notice Number: L0012497184
CSI CORPORATION OF DC FEIN: **-***5024
633 PENNSYLVANIA AVE NW Case ID: 15287703
WASHINGTON DC 20004-2605
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
Memorandum
To: Delano Hunter
Director
From: Antoinette Hudson Beckham
Agency Fiscal Officer
Reference: Armed/Unarmed Security Guard Personnel Services - Asset Class A [Parks and
Recreation]
Contract Number: DCAM-23-NC-RFP-0005A, Option Year One (OY1)
Contractor: CSI Corporation of DC, Inc. (CSI)
Base Period Value: Guaranteed Minimum Order Amount - $250
Estimated NTE Maximum - $10,000,000
Date: June 7, 2024
Subject: Fiscal Sufficiency Review
In my capacity as the Agency Fiscal Officer of the Department of General Services (the
“Department”), I hereby certify that Contract DCAM-23-NC-RFP-0005A for armed/unarmed
security guard personnel services – Asset Class A - Parks and Recreation (the “Contract”) in the
Option Year One (“OY1”) minimum ordering amount of $250 is consistent with the FY2025 DGS
budge. The funds are 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 2025.
The agreement with CSI Corporation of DC, Inc. will have a guaranteed minimum ordering
amount of $250 and an estimated aggregate OY1 maximum value up-to $10,000,000. Funds
supporting individual task orders, if any, will be certified at the time of task order issuance and
will be subject to availability of funding in the Fiscal Year 2025 approved budget.
Antoinette Hudson-Beckman
Agency Fiscal Officer
Department of General Services
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
OFFICE OF THE GENERAL COUNSEL
MEMORANDUM
TO: Tomás Talamante
Director, Office of Policy and Legislative Affairs
FROM: Kristen Walp
Senior Assistant General Counsel
SUBJECT: Legal Sufficiency Certification
Proposed Modification No. 1 to Armed/Unarmed Security Guard Personnel
Services – Asset Class A [Public Education]
Contract Number: DCAM-23-NC-RFP-0005A
Contractor: CSI Corporation of DC, Inc.
DATE: June 12, 2024
_____________________________________________________________________________
This is to certify that this Office has reviewed the above-referenced proposed Modification No. 1
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 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
3924 Minnesota Avenue NE, Washington, DC 20019 | Telephone (202) 727-2800 | Fax (202) 727-7283
MODIFICATION OF CONTRACT ceere| ae
[ztoareanonrome Etec Dame ean No [5 Contec Capon
‘ArmediUnarmed Security Guard Personnel
ot f-oetanae "Yao BYTASKORDER Services -Asset Class A[Parks and
Recreation)
[enaor [Rained 6 aberBane)
‘DepartmentofGenera Services DeparmentofGeneraServices
‘Cenracing and Procurement Division Protect Sardcos Dison
3824Naess Avenue NE, 5 For 3624Mionescia Avenue NE,3 Floor
Wiastngion,OC20019, Wastingion,
0620018
Attention: Kiana Shepherd (202) 360-7207 anon RosePara__ru coryeesae7e EMA: cosepare@dcc |
[Neeanafaces Corea ho,Stewcy,county, salad ZPCove) [PAAronament ofScetatonNo.
lcs! CORPORATION OFDC, INC. fsOna Soe amTy
1533 PENNSYLVANIA AVE Nv
|Washington.0.C. 20006 {ox wosteanona CrwaciraeNo
x [Ocamsa.nc.are-oosa
6, Data Se fam 13)
JATIN: Jonoata Hotand (202)383-1100, Ihalland@esicoroc.com 12026
1 .1 TEMONLYAPPLES TO AMCNOMENTSOF SOURTIATIONS
| sesia moor tcaion a amandndasstoehine 1 The out nd dvspecteafrvecapte ws[_[sanecna| atweno
‘tersmastachrowidgerece fsamerement prot hou ndale spect inteseta ofaaanded yore te
{esoweymaths: (By compa Rms 8a 15a eaing copiesotsmacient(0)Bysckowdadgngrecatol
‘amendmenton ea op feoersuamite:rc)By separate teorazwich nes aefeenc oesokeaonand
“snendmertruber, FALURE OFYOUR ACRNOWLEDGEMENTTO BERECENED AT THEPLACE DESIGNATED FORTHE RECETOFOFFERS
‘PRIOR TOTHEHOUR ANDDATESPECIFIEDMAYRESULT INREJECTION OF YOUROFFER. Hb viool hsamendmen! yeu dese10change
‘oe eadsited suchchange aybe madeby eterora, each otra rakesreference the
soicaton an heamendmentand aolesgeo opnig aurand dlaspecie,
Account onAopropaon Das Reed)
“THIS TEMAPPLIESONLY TO MODFEATIONSOFCONTRACTSIOROERS,
{TMOOHES THECONTRACTIORDER NO.AS DESCRIBEDIVITEM14
[xTiscageorano pra (pectyAstor.
|echanges ot rntom 1 remadeinconsort 106
e.Thesoeneedconractorder modecreel admins stve Chagos (chai ange pa Os, appOpAION
stool torninstn1,
Jc. Thsspleen premiered anpursuantaoryoF
[Pome SPN peot oana aaa, ‘anita tenaartaond Tie HTOCRSections AF
TE MPORTANT Gonads [ered isi issocaad ie __1_cagyo ie ag en,
7a, Deserpionof modiicaton(OrganizedbyUGF Section headings, ncudingsokctatoniconact sibectmater wherefesse)
[contact No, DEAM:23-NC-REP-0905A ™edtinemedSaar Guer Penson!Sones:Ast CleeA/PHAS40d is norebymodified as folows
1. Inaccordancewith Section F.2.1 Option Year, the District herebyexercises Option Year One (OY1) ofthe Contract. The Contract Period
ofPerformanceisOctober1, 2024 throughSeptember30, 2025,
2. in accordance with Section B 4.2 Contract Price/Compensation, theDepartmentwillorder and the Contractor shal deliver atleast the
‘minimum of $250.00 and the maximum of $10,000,000.00 in services during the Option Year One (OY) period of performance, in
‘accordancewith the frm-fxed, fully loaded labor rates established in Exhibit A - OY1 Service Schedule Estimates.
3, TheUSDepartmontofLaborWageDetermination ScheduleNo.2015-4281RevNo. 29 datedApril 11,2024is herebyincorporated8s,
Exhibit B10Modification No.1. TheContractoragrees and acknowledgesthatitshallbeincompllancewiththemostcurrent
‘requirementsofthe USDepartment of Labor WageDetermination Schedulewhichisapplicableonthe affectivedateofthe modification.
Thus, the Contractor agrees andacknowledgesthatthe most current requirements of the USDepartmentofLaborWageDetermination
‘Schedule shal beincorporatedintotheContract via @ subsequentmodification.
4. TheContractoragrees andacknowledgesthatissha beincompliancewiththemost current requirementsoftheDistrict of Columbia
LivingWageActof2008, D.C.OficialCode§§2-220.01 ~2-220.1, that areapplicableontheeffectivedete ofthe ModificationNo. 1and
‘incorporated as Exhibit C. Thus,the Contractor agrees andacknowledgesthatthemostcurrentrequirementsofthe Living WageActof|
2006 shallbeincorporatedinotheContractvia asubsequent modification,
'5. The continuation of services beyond Septomber 30, 2024 is subject tothe availabilty of FY25 appropriated budget funding.
6, RELEASE: itis 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 al actual or potential claims or demands for delays, disruptions, additonal work
additonal time, additional costs, contact extensions, compensation, orKabiltyunder any theory, whether known or unknown, thatthe
Contractor may havenow on the future against the Department arising trom or out of, as a consequences or result of, relating to or in
‘any manner connected with this Modification, the above-elerenced Services, andthework provided pursuant to the Agreement.
7. ALL OTHER TERMS AND CONDITIONS OF THIS CONTRACT NO.: DCAM.23-NC-RFP.0005A REMAIN UNCHANGED.
[zxcvoxrondeararon okaordcoins othadosarearnchd am(9A o TOA)roma anchagodbd mh readteat
Reena aa Tax oneal omeara Ga
|amanasnerneno
Joinetle Holland, “President — |CONTRACTING
— 1 nag EE a OFFICER.
WHEWi
Olen [ent iisoeoticas
(Continuation)
[Contract Number Modification No. Page of Pages
IDCAM-23.NC-REP-0005A Moi 2
1, Base Year ‘Aprit 11,2024through September 30, 2024
8. Notto Exceed Value
‘TOTALBASEYEAR(BY) NOT-TO-EXCEED CONTRACT VALUE
2, Exercise OY1 Exercise of OptiON Year One (O¥1) | October 1, 2024 through September 30, 2025
‘Modification No. 04 ‘a. Notto Exceed Value - OY1 '$10,000,000.00
'$10,000,000.00
“TOTALOPTIONYEARONE(OY!)NOT-TO-EXCEED CONTRACT VALUE