MURIEL BOWSER
MAYOR
March 29, 2021
The Honorable Phil Mendelson
Chairman
Councilofthe 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 the Procurement Practices Reform Act (D.C. Official Code 2-351.01 et seq.),
enclosed for consideration and approval by the Council of the District of Columbia is proposed
Modification No. M0009 to Contract No. CW68868 with Unity Health Care, Inc. to exercise
option year two in the not-to-exceed amount of $32,476,540.00. The periodofperformance is from
April 15, 2021 to April 14, 2022.
Under the proposed modification, Unity Health Care, Inc shall continue providing essential
health care services for a population of 1,500 inmates housed in the DepartmentofCorrections"
Central Detention Facility, 1901 D Street, S.E. and the Correctional Treatment Facility, 1901 E
Street, S.E., located in the District of Columbia.
Lam available to discuss any questions you have regarding the proposed contract. In order to
facilitate a response to any questions you may have, please have your staff contact Mare Scott,
Chief Operating Officer of the Office of Contracting and Procurement, at (202) 724-8759.
I look forward to the Councils favorable considerationofthis contract.
Sincery
Encloqure
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
(A) Contract Number: CW68868
Proposed Contractor: Unity Health Care, Inc.
Contract Amount (Option Amount): Not-To-Exceed (NTE) $32,476,540.00
Term of Contract: 04/15/2021 04/14/2022
Type of Contract: Requirements
(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:
Base Period Amount: NTE $ 32,384,332.00 Council Approval CA23-0054
Option Period 1 Amount: NTE $ 33,468,707.00 Council Approval CA23-0417
Explanation of difference from base period (if applicable): Option Year 1 price is 3.3% higher
than the price of the Base Year, reflecting cost increase estimates in prescription drugs and labor.
Option Period 2 Amount: NTE $ 32,476,540.00
Explanation of difference from base period (if applicable): Option Year 2 price reduces the
inmates served estimate from 1,500-2,000 to 1,200-1,499, with the $92,208.00 increase from base
period to Option Year 2, less than one third of one percent, reflecting upward movement in
prescription drugs and labor costs.
Option Period 3 Amount: NTE $ 36,271,403.00
Explanation of difference from base period (if applicable): Option Year 3 price is 4.1% higher
than the price of the Base Year, reflecting cost increase estimates in prescription drugs and labor.
1
Option Period 4 Amount: NTE $ 37,799,029.00
Explanation of difference from base period (if applicable): Option Year 4 price is 4.2% higher
than the price of the Base Year, reflecting cost increase estimates in prescription drugs and labor.
(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):
As of February 11, 2021, Unity Health Care, Inc.is compliant in the Citywide Clean Hands
database which indicates the company has no outstanding liability with the District of Columbia.
(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 Chief Financial Officer has provided a certification of the availability of funding for
the proposed modification.
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 11, 2021 Notice Number: L0004827006
UNITY HEALTH CARE INC FEIN: **-***2431
1100 NEW JERSEY AVE SE Case ID: 698986
WASHINGTON DC 20003-3302
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 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 ASSOCIATE CHIEF FINANCIAL OFFICER
PUBLIC SAFETY & JUSTICE CLUSTER
MEMORANDUM
TO: George A. Schutter, Chief Procurement Officer
Office of Contracting and Procurement
FROM: David Garner, Associate Chief Financial Officer
Public Safety and Justice Cluster
DATE: March 1, 2021
SUBJECT: Certification of Funding Availability for Unity Health Care, Inc. Contract #
CW68868 Inmate Comprehensive Health Care.
The Office of the Chief Financial Officer (OCFO) certifies available funding in the Department
of Corrections operating budget in the amount of $32,476,540.00, for Inmate Comprehensive
Health Care for 4/15/2021 through 4/14/2022.
Funding for Current Fiscal Year 2021 in the amount of $17,726,788.08 is available. Fiscal Year
2022 in the amount of $14,749,761.92 is contingent on an approved budget.
Future orders above the funds available are contingent upon the identification of additional
funding.
If you have any questions concerning this certification, please contact Delwyn Kamara, Budget
Analyst, at (202) 671-2107.
Attachment
cc: Quincy L. Booth, Director, Department of Corrections
1100 Fourth Street, N.W. SUITE E730 WASHINGTON, D.C. 20024
DEPARTMENT OF CORRECTIONS (FL0)
Inmate Health Services (2530)
FY 2021
NPS Operating Budget
Fund Comp Org Program Project FY 2021
FY Detail CSG Object Code Code Index PCA Project Phase Approved Budget
2021 100 41 409 2530 530P A2530 2530P - 29,876,540.00
2021 600 41 409 2530 530P S2530 2530P USMS21 21 2,600,000.00
$32,476,540.00
DEPARTMENT OF CORRECTIONS (FL0)
FY 2021 NPS Operating Budget
Inmate Health Services (2530)
FUND 0100:
FUND 0600:
t -.. t' ,_ .
OFFICE OF CONTRACT! G
& PROCUREMENT
TO: Delwyn Kamara
Budget Analyst
REQUESTING: Funding Certification
DATE REQUESTED: 01/28/Qo21
DATE NEEDED: 02/04/2021
REQUESTED BY: Peter Kern. Contract Specialist
Contract Numiber Contractor Description of Service Period of Contract Cost
Performance
CW68868 Unity Health Care, Comprehensive April 15, 2021 - April $32,476,540.00
Inc. Medical and Dental 14, 2022, Option Year
Care, Behavioral 2
Health Services, and
Pharmacv :Services
In \the Funding Certt:1please include the contractor's name, the contract number and this line: "Futlllre orders above the available fwnding are
contingent upon the identification of additional fLU1ding." Please mote that the fulilding certificate must fund the contract for the entire period of
performance
1. Contract Number Page of Pages
AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT CW68868 1 3
2. Amendment/Modification Number 3. Effective Date 4. Requisition/Purchase Request No.
Comprehensive Medical
M0007 April 15, 2020 Services for DOC
6. Issued by: Peter Kern Code 7. Administered by (If other than line 6)
Office of Contracting and Procurement Department of Corrections
441 4th Street, NW Suite 330 South 2000 14th St. NW 7th Floor
Washington, DC 20001 Washington, DC 20009
8. Name and Address of Contractor (No. street, city, county, state and zip code) 9A. Amendment of Solicitation No.
Unity Health Care, Inc.
1100 New Jersey Ave SE, Suite 500 9B. Dated (See Item 11)
Washington DC 20003 10A. Modification of Contract/Order No.
Office: 202-715-7900 X CW68868
Attn.: Vincent A. Keane
vkeane@unityhealthcare.org
10B. Dated (See Item 13)
Code Facility 04/05/2019
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 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 (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): 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:
x D. Other (Specify type of modification and authority) ) 27 DCMR, Chapter 36 Sections 3601(a) negotiated adjustment and f3603.1 change
order clause.
E. IMPORTANT: Contractor is not is required to sign this document
14. Description of Amendment/Modification (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.)
Contract Modification M0007 is in response to the COVID-19 caused reduction in the number of inmates requiring
medical services under Contract CW68868, effective April 15, 2020 through April 14, 2021, during the Option Year 1
(OY1) of the contract. The Economic Adjustment is necessary to correct the current imbalance where the Contract
costs are inappropriately allocated to a number of inmates below the minimum contract level, thereby ending in
economic damage to the Contractor.
The following parts are added to Schedule B of the Contract CW68868:
B.3.2 Option Year One
B.3.2.1 Requirements
Contract Line Item Description Average Fixed Price Per Estimated Total Annual
Item No. Monthly Unit Monthly Price** Estimated Price
(CLIN) Population
Ranges
CLIN 1000 Comprehensive Medical,
C.3.36 Behavioral Health, Pharmacy 1,200 1,499 $47.93 $1,967,396.69** $23,608,760.28
and Dental Services Inmates per Inmate per
1,349.5* day
*Average
**$23,608,760.28/12 months at 365 days per year.
1. Contract Number Page of Pages
AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT CW68868 2 3
2. Amendment/Modification Number 3. Effective Date 4. Requisition/Purchase Request No.
Comprehensive Medical Services
M0007 for DOC
B.3.3 Option Year Two
B.3.3.1 Requirements
Contract Line Item Description Average Fixed Price Per Estimated Total Annual
Item No. Monthly Unit Monthly Price** Estimated Price
(CLIN) Population
Ranges
CLIN 2000 Comprehensive Medical,
C.3.36 Behavioral Health, Pharmacy 1,200 1,499 $49.41 $2,028,146.68 $24,337,760.18
and Dental Services Inmates per Inmate per
1,349.5* day
*Average
**$24,.337,760.18/12 months at 365 days per year.
B.3.4 Option Year Three
B.3.4.1 Requirements
Contract Line Item Description Average Fixed Price Per Estimated Total Annual
Item No. Monthly Unit Monthly Price** Estimated Price
(CLIN) Population
Ranges
CLIN 3000 Comprehensive Medical,
C.3.36 Behavioral Health, Pharmacy 1,200 1,499 $50.94 $2,090,949.04 $25,091,388.45
and Dental Services Inmates per Inmate per
1,349.5* day
*Average
**$25,091,388.45/12 months at 365 days per year.
B.3.5 Option Year Four
B.3.5.1 Requirements
Contract Line Item Description Average Fixed Price Per Estimated Total Annual
Item No. Monthly Unit Monthly Price** Estimated Price
(CLIN) Population
Ranges
CLIN 4000 Comprehensive Medical,
C.3.36 Behavioral Health, Pharmacy 1,200 1,499 $52./38 $2,155,947.71 $25,871,372.46
and Dental Services Inmates per Inmate per
1,349.5* day
*Average
**$25,871,372.46.28/12 months at 366 days per year.
All other terms and conditions remain unchanged.
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
Vincetn A. Keane, President/CEO Deborah J. White
15B. 15C. Date Signed 16B. District of Columbia 16C. Date
Vincent A Keane 09/16/2020