MURIEL BOWSER
MAYOR
January 5, 2021
The Honorable Phil Mendelson
Chairman
Council of the District of Columbia
John A. Wilson Building
1350 Pennsylvania Avenue, NW I Suite 504
Washington, DC 20004
Reference: Department of General Services
Modification No. 04 to Exercise Option Year Three (3) of Contract
for Snow & Ice Removal and Snow Melt Services
Contract Number: DCAM-17-NC-0003E
Contractor: Community Bridge, Inc.
Dear Chairman Mendelson:
Pursuant to D.C. Official Code 1-204.51(b), the Department of General Services ("DGS" or the
"Department") hereby submits to the Council of the District of Columbia for its review and
approval the attached proposed Modification No. 04 ("Modification") for the exercise of Option
Year Three (3) of the Contract for Snow & Ice Removal and Snow Melt Services (DCAM-17-NC-
0003E) (the "Contract") with Community Bridge, Inc. (the "Contractor").
If approved, the Modification will exercise Option Year Three (3) of the Indefinite-
Delivery/Indefinite Quantity ("IDIQ") Contract, extending the term of the Contract from January
26, 2021 through January 25, 2022. The Modification will authorize the Contractor to continue
providing snow and ice removal and snow melt services for DGS at targeted District of Columbia
properties and targeted roadways to enable travel to and from District properties during the coming
winter as DGS may direct. As an IDIQ, the Contract does not authorize specific work or constitute
a guarantee that any work will be assigned to the Contractor. All work will be awarded and released
through individual project task orders issued against the proposed $5,000,000 maximum order
amount for Option Year Three (3), based on fixed fully loaded flat rates on a per pass basis, with
a minimum order amount of $250. As the maximum order amount of the proposed Modification
exceeds $1,000,000, Council approval is required.
In addition to the partially executed Modification, attached are (i) a contract summary, (ii) a fiscal
certification, (iii) a legal sufficiency review and certification, and (iv) a Citywide Clean Hands
certificate for the Contractor.
If you have any questions regarding this proposed action, please feel free to contact Keith Anderson,
the Department's Director, or George G. Lewis, the Department's Chief of Contracts and
Procurement, at (202) 727-2800.
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
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)
Contract for Snow & Ice Removal and Snow Melt Services
Modification No. 04 to Exercise Option Year Three (OY3)
(A) Contract Number: DCAM-17-NC-0003E
Proposed Contractor: Community Bridge, Inc.
Contract Amount (Option Period): Minimum: $250; Not-to-Exceed: $5,000,000
Term of Contract (Option Period): January 26, 2021 through January 25, 2022
Please note: Council approval is needed by January 18,
2021, in order to timely authorize performance of necessary
services.
Type of Contract: Indefinite Delivery/Indefinite Quantity (IDIQ) based on
Fixed Unit 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:
Underlying Contract: DCAM-17-NC-0003E
Deemed Approved: CA22-0334, December 14, 2017
Not-To-Exceed: $5,000,000; Minimum Order Amount: $250
Option Year One (1): Modification No. 02
Deemed Approved: CA23-0006, January 20, 2019
Not-To-Exceed: $5,000,000; Minimum Order Amount: $250
1
Option Year Two (2): Modification No. 03
Deemed Approved: CA23-0404, January 25, 2020
Not-To-Exceed: $5,000,000; Minimum Order Amount: $250
Option Year Three (3): Proposed Modification No. 04
Not-To-Exceed: $5,000,000; Minimum order Amount: $250
(C) A statement 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 and is current with its District taxes.
A copy of the applicable Clean Hands Certificate accompanies this Council Package.
(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 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 applicable Fiscal Sufficiency certification accompanies this
Council Package.
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: December 1, 2020 Notice Number: L0004534398
COMMUNITY BRIDGE INC FEIN: **-***4355
400 MASSACHUSETTS AVE NW APT 111 Case ID: 582922
WASHINGTON DC 20001-6800
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 Marc Aronin
Chief, Collection Division
To validate this certificate, please visit MyTax.DC.gov. On the MyTax homepage, click Clean Hands
and then the Validate a Certificate of Clean Hands hyperlink.
1101 4th Street SW, Suite W270, Washington, DC 20024/Phone: (202) 724-5045/MyTax.DC.gov
Memorandum
To: Keith A. Anderson
Director
Department of General Services
From: Antoinette Hudson Beckham Henry Wong for AHB
Agency Fiscal Officer
Department of General Services
Reference: Indefinite Delivery Indefinite Quantity (IDIQ) Snow and Ice Removal & Snow
Melt Services- Modification No. 4 - Option Year Three - (Contract Number:
DCAM-17-NC-0003E) Area Group E-Wards 7 & 8
Date: December 9, 2020
Subject: Fiscal Sufficiency Review
In my capacity as the Agency Fiscal Officer of the Department of General Services (the
Department), I hereby certify that funds for snow and ice removal and snow melt services
between the Department of General Services and Community Bridge Inc. (CBI) with a minimum
value of $250.00 is consistent with the Departments current budget and that adequate funds are
available in the budget for the expenditure. The $250.00 minimum value is hereby certified.
Funds supporting individual task orders to be issued against the Not-To-Exceed Amount of
$5,000,000 will be certified at the time of issuance of any such task orders and are subject to the
availability of appropriated funds.
The Department of General Services (DGS) has $250.00 in its current FY21 budget balance. The
SOAR/PASS information is listed below.
AY Index PCA Aobj Fund RK/PO Amount
21 A3002 30002 0310 0100 $250.00
TOTAL $250.00
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
OFFICE OF THE GENERAL COUNSEL
MEMORANDUM
TO: Ronan Gulstone
Director, Office of Policy and Legislative Affairs
FROM: Kristen Walp
Senior Assistant General Counsel
SUBJECT: Legal Sufficiency Certification
Modification No. 04 to Exercise Option Year Three of Contract for Snow & Ice
Removal and Snow Melt Services
Contract Number: DCAM-17-NC-0003E
Contractor: Community Bridge Inc.
DATE: December 14, 2020
_____________________________________________________________________________
This is to certify that this Office has reviewed the above-referenced proposed Contract
Modification and has found it to be legally sufficient, subject to submission of: (i) any required
materials to Council for approval; (ii) Councils 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
2000 14th St. NW, 8th Floor Washington DC 20009 | Telephone (202) 7272800 | Fax (202) 7277283
1. Contract Number Page of Pages
MODIFICATION OF CONTRACT DCAM-17-NC-0003E 1 2
2. Modification Number 3. Effective Date 4. Requisition/Purchase Request No. 5. Contract Caption
M04 26-Jan-2021 TBD SNOW AND ICE REMOVAL & ICE MELT SERVICES
6. Issued By: 7. Administered By (If other than line 6)
Department of General Services Department of General Services
Contracting and Procurement Division Facilities Division
2000 14th Street, 8th Floor 2000 14th Street NW, 8th Floor
Washington, DC 20009 Washington, DC 20009
Attention: Domonique L. Banks (202) 365-6721 domonique.banks@dc.gov Attention: Vaughn Wallace PH: (202) 365-4508 EMAIL: vaughn.wallace@dc.gov
8. Name and Address of Contractor (No. Street, city, country, state and ZIP Code) 9A. Amendment of Solicitation No.
COMMUNITY BRIDGE, INC. 9B. Dated (See Item 11)
400 Massachusetts Avenue, N.W. | Suite 11
Washington, DC 20001-6800 10A. Modification of Contract/Order No.
DCAM-17-NC-0003E
X
10B. Dated (See Item 13)
ATTN: Shawna Nance (202) 483-9339 snance@community-bridge.com January 26, 2018
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 1 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 ACKNOWLEDGEMENT 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 change 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 CONTRACTS/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
date, etc.) set forth in item 14.
C. This supplemental agreement is entered into pursuant to authority of:
D. Other (Specify type of modification and authority) Contract DCAM-17-NC-0003E and Title 27 DCMR Sections 4727
X
E. IMPORTANT: Contractor is not, X is required to sign this document and return 1 copy to the issuing office.
14. Description of modification (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.)
Contract No. DCAM-17-NC-0003E SNOW AND ICE REMOVAL & ICE MELT SERVICES is hereby modified as follows:
In accordance with Section 3.2 Option Year(s) and 3.2.1 Option Year Pricing, the District hereby fully exercises Option Year Three (3). The Contract
1.
Period of Performance is January 26, 2021 through January 25, 2022.
In accordance with Section 2.1 Contract Price/Compensation, the Department will order and the Contractor shall deliver at least the minimum of $250.00
2. and the maximum of $5,000,000.00 in goods and services during the Option Year Three (OY3) period of performance, in accordance with the firm-fixed,
fully loaded flat rates on a per-pass basis and firm-fixed, fully loaded hourly rates established in Exhibit A - OY3 Contract Pricing.
CONTRACT RECAP: The total aggregate, Contract ceiling for all Task Orders issued against this IDIQ Contract during Option Year Three (OY3) shall
3.
Not-Exceed $5,000,000.00 .
The US Department of Labor Wage Determination Schedule No. 2015-4281, Revision No. 16 dated, 23-April-2020 is hereby incorporated as Exhibit B to
4.
this Modification No. 04.
The Contractor Agrees and acknowledges that it shall be in compliance with the most current requirements of the District of Columbia Living Wage Action
5. of 2006, D.C. Official Code 2-220.01 2-220.11, that are applicable on the effective date of the Contract. Thus, the Contractor agrees and
acknowledges that the most current requirements of the Living Wage Act of 2006 shall be incorporated into the Contract via a subsequent modification.
6. The Continuation of services under this Contract beyond September 30, 2021 are subject to the availability of appropriated FY22 budgets.
RELEASE: It is 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 all actual or potential claims or demands for delays, disruptions, additional work, additional time, additional costs,
7. contract extensions, compensation, or liability under any theory, whether known or unknown, that the Contractor may have now or in the future against the
Department arising from or out of, as a consequences or result of, relating to or in any manner connected with this Modification, the above-referenced
services, and the work provided pursuant to the Agreement.
8. ALL OTHER TERMS AND CONDITIONS UNDER THIS CONTRACT DCAM-17-NC-0003E REMAIN UNCHANGED.
Except as provided herein, all terms and conditions of the document 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
GEORGE G. LEWIS, CPPO
Carla Haynes, Accounting Manager
Chief of Contracts & Procurement, Chief Procurement Officer
15B. Name of Contractor 15C. Date Signed 16B. District of Columbia 16C. Date Signed
12.09.20
(Signature of person authorized to sign) (Signature of Contracting Officer)
(Continuation)
Contract Number Modification No. Page of Pages
DCAM-17-NC-0003E M04 2 2
1. Base Year January 26, 2018 thru January 25, 2019
IDIQ Contract $250.00 Minimum, up to $5,000,000.00 Maximum $ 5,000,000.00
$ 5,000,000.00
2. Administrative Change
Modification No. 01 a. Add Incorporate Section 1.2.1 Locations $ -
b. Delete and Replace Section 2.2.2