MURIEL BOWSER
MAYOR
April 26, 2023
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:
Enclosed for consideration and approval by the Council ofthe District of Columbia is proposed
emergency resolution, the “Contract No. DCKA-2022-C-0071 with American Traffic Solutions,
Inc. d/b/a Verra Mobility Emergency Approval Resolution of 2023”, to approve multiyear
Contract No. DCKA-2022-C-0071 to provide to provide leased portable and stationary traffic
enforcement systems. The term of this contract is two years from the date of award at a not-to-
exceed price of $27,228,000.
Council approval is required by section 451(c)(3) of the District of Columbia Home Rule Act,
approved December 24, 1973, 87 Stat. 803, Pub. L. 93-198; D.C. Official Code § 1-204.51(c)(3).
Approval is necessary to allow the District to receive these vital goods and services, and the critical
requirementsofthe District can only be met through an awardofthe proposed multiyear contract
to American Traffic Solutions, Inc. d/b/a Verra Mobility.
As always, I am available to discuss any questions you may have regarding this contract. In order
to facilitate a response to any questions, please have yourstaff contact Mare Scott, ChiefOperating
Offficer at the Office of Contracting and Procurement at (202) 724-8759.
T urge you to take prompt and favorable action regarding the enclosed resolution.
Sincerely,
Murid! Bor
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of Contracting and Procurement
Pursuant to section 202(c) of the Procurement Practices Reform Act of 2010, as amended, D.C.
Official Code § 2-352.02(c), the following contract summary is provided:
COUNCIL CONTRACT SUMMARY
(Multiyear)
(A) Contract Number: DCKA-2022-C-0071
Proposed Contractor: American Traffic Solutions, Inc dba Verra Mobility (ATSI)
Contract Amount: Not-to-Exceed (NTE) $27,228,000
Unit and Method of Compensation: Fixed Unit Prices
Term of Contract: Twenty-Four (24) months from date of award.
Type of Contract: Indefinite Delivery Indefinite Quantity
Source Selection Method: Request for Proposals (RFP)
(B) For a contract containing option periods, the contract amount for the base period and for
each option period. If the contract amount for one or more of the option periods differs from
the amount for the base period, provide an explanation of the reason for the difference:
Base Period Amount: NTE $27,228,000
Option Year One Amount: NTE $14,217,000
Explanation of difference from base period (if applicable): The base period is two years and the
option periods are one year. In addition, the option periods include progressively higher quantities.
Option Year Two Amount: NTE $14,820,000
Explanation of difference from base period (if applicable): The base period is two years and the
option periods are one year. In addition, the option periods include progressively higher quantities.
Option Year Three Amount: NTE $15,033,000
Explanation of difference from base period (if applicable): The base period is two years and the
option periods are one year. In addition, the option periods include progressively higher quantities.
1
(C) The goods or services to be provided, the methods of delivering goods or services, and any
significant program changes reflected in the proposed contract:
The proposed contractor shall provide leased traffic enforcement systems for red-light, speeding,
and school bus arm violations. The systems shall be a turn-key operation to include full-service
support, installation, maintenance, and auxiliary services (the required services).
(D) The selection process, including the number of offerors, the evaluation criteria, and the
evaluation results, including price, technical or quality, and past performance components:
The District solicited proposals using full-and-open competition for a contractor to provide the
required services. Offerors were required to submit a proposal for each traffic enforcement system.
Four proposals were received for the red-light system, but only one was responsive. Two proposals
were received for the speeding system, and both were responsive. One proposal was received for
the school bus arm violation system, and it was responsive. All responsive proposals were evaluated
by the technical evaluation panel based solely on the evaluation criteria established in the RFP as
follows.
Factor Evaluation Criteria
Factor A Technical Approach
Factor B Key Personnel
Factor C Past Performance
Factor D Price
The technical evaluation panel identified ATSI as the most highly qualified offeror for all three
enforcement systems. The contracting officer (CO) independently reviewed the panel’s evaluation
procedures, consensus comments and ratings, and the technical and price proposals. The CO
concurred with the panel’s rankings and determined ATSI to be the most advantageous offeror to
the District for the red-light, speed, and school bus arm violation systems. The RFP afforded the
District the flexibility to make a single award for multiple enforcement systems. Given that ATSI is
the selected awardee for three systems, the proposed contract includes the red-light, speed, and
school bus arm violation systems.
(E) A description of any bid protest related to the award of the contract, including whether the
protest was resolved through litigation, withdrawal of the protest by the protestor, or
voluntary corrective action by the District. Include the identity of the protestor, the grounds
alleged in the protest, and any deficiencies identified by the District as a result of the protest:
On July 6, 2022, a protest was filed by Conduent State & Local Solutions, Inc. (Conduent) under
solicitation number DCKA-2022-D-0007. Conduent challenged the District’s rejection of its
proposal for failing to submit a subcontracting plan complying with D.C. Code § 2–218.46 (d)(1).
The protest was resolved by the District taking voluntary corrective action.
2
On November 18, 2022, a protest was filed by ATSI under solicitation number DCKA-2022-D-
0007. ATSI challenged the District’s rejection of its proposal for failing to submit a subcontracting
plan complying with D.C. Code § 2–218.46 (d)(1). Due to programmatic needs, the District made
material changes to the requirements which necessitated a reopening of the solicitation and thus
rendered the protest moot.
(F) The background and qualifications of the proposed contractor, including its organization,
financial stability, personnel, and performance on past or current government or private
sector contracts with requirements similar to those of the proposed contract:
ATSI has extensive experience in developing, implementing, and managing automated traffic
enforcement systems in multiple cities and states. In addition, ATSI has successfully provided the
same or similar services to the District.
(G) A summary of the subcontracting plan required under section 2346 of the Small, Local, and
Disadvantaged Business Enterprise Development and Assistance Act of 2005, as amended,
D.C. Official Code § 2-218.01 et seq. (Act), including a certification that the subcontracting
plan meets the minimum requirements of the Act and the dollar volume of the portion of the
contract to be subcontracted, expressed both in total dollars and as a percentage of the total
contract amount:
The proposed contractor will utilize three certified business enterprise (CBE) subcontractor to fulfill
the 35% CBE subcontracting requirement. The total contract value is $27,228,000, and the
minimum CBE subcontracting requirement is $9,529,800. The proposed contract meets the
subcontracting requirement.
(H) Performance standards and the expected outcome of the proposed contract:
At the oversight of the District Department of Transportation contract administrator, the proposed
contractor will provide the required services in accordance with the terms of the contract.
(I) The amount and date of any expenditure of funds by the District pursuant to the contract
prior to its submission to the Council for approval:
$0
(J) A certification 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:
On February 16, 2023, the Agency Fiscal Officer certified that the contract funding is consistent
with the applicable financial plan and budget.
(K) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
3
The Office of the Attorney General has reviewed and approved the proposed contract for legal
sufficiency. The proposed contractor has no pending legal claims against the District.
(L) A certification 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 contractor is current with its District taxes per the Clean Hands certification dated January 23,
2023.
(M) A certification from the proposed contractor that it is current with its federal taxes, or has
worked out and is current with a payment schedule approved by the federal government:
The contractor is current with its federal taxes per the System for Award Management validation
performed February 14, 2023.
(N) The status of the proposed contractor as a certified local, small, or disadvantaged business
enterprise as defined in the Small, Local, and Disadvantaged Business Enterprise
Development and Assistance Act of 2005, as amended; D.C. Official Code § 2-218.01 et seq.:
ATSI is not a certified business enterprise.
(O) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
None
(P) A statement indicating whether the proposed contractor is currently debarred from providing
services or goods to the District or federal government, the dates of the debarment, and the
reasons for debarment:
The contractor is not debarred or an excluded party on the District or federal listings per the
validations dated February 14, 2023.
(Q) Any determination and findings issues relating to the contract’s formation, including any
determination and findings made under D.C. Official Code § 2-352.05 (privatization
contracts):
Determination and Findings for Price Reasonableness
Determination and Findings for Contractor Responsibility
Determination and Findings for Multiyear Contract
4
(R) Where the contract, and any amendments or modifications, if executed, will be made
available online:
https://ocp.dc.gov
(S) Where the original solicitation, and any amendments or modifications, will be made available
online:
https://ocp.dc.gov
5
ke He HC Government
oftheDistrictofColumbia
ME Office oftheChief Financial Officer 1101 4% Street, SW
[mm Office ofTax and Revenue ‘Washington, DC 20024
Date of Notice: April 20, 2023, Notice Number: 10009530074 =
AMERICAN TRAFFIC SOLUTIONS, INC FEIN: **-*##4931
1150 N ALMA SCHOOL RD Case ID: 1485995
MESA AZ 85201-3000
CERTIFICATE
OFCLEANHANDS
As reported in the Clean Hands system, the above referenced individual/entity has no outstanding
liability with the District of Columbia Office of Tax and Revenue or the Department of Employment
Services. Asofthe date above, the individual/entity has complied with DC Code § 47-2862, therefore
this Certificate ofClean 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)
§ 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 ofClean Hands” hyperlink under the Clean Hands section.
11101 4th Street SW, Sulte W270, Washington, DC 20024/Phone: (202) 724-S045/MyTax.DC.g0v
GOVERNMENT OF THE DISTRICT OF COLUMBIA
OFFICE OF THE CHIEF FINANCIAL OFFICER
Government Services Cluster
FINANCIAL PLAN AND BUDGET CERTIFICATION
Contract No.: DCKA-2022-C-0071
Contract Name: Automatic Traffic Safety Enforcement Services
Contractor: Verra Mobility
Contract Ceiling Amount: $27,228,000.00
Funding Source: Operating – Fund 1010001
Available Amount: $4,250,000.00 – FY23 Approved Budget
Subject to Appropriation Funds: $13,640,000.00 – FY24 Proposed Budget
$9,338,000.00 – FY25 Forecasted Budget
==============================================================================
I, Calvin Skinner, Agency Fiscal Officer, OCFO, hereby certify that the amount of $4,250,000.00 is
available for the above referenced contract. The service is within the appropriate budget
authority for the agency for FY 2023 and is consistent with the applicable approved financial plan
and budget. Future outyear funding needs are contingent upon the appropriation and approval
of funds.
____________________________________ 04/25/23
_________________
Calvin Skinner Date
Agency Fiscal Officer, OCFO
250 M Street, S.E., Washington, DC 20003 Telephone: (202) 671-2300
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
ATTORNEY GENERAL
BRIAN L. SCHWALB
Commercial Division
MEMORANDUM
TO: Tommy Wells
Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Section Chief
Government Contracts Section
DATE: April 20, 2023
SUBJECT: Approval of Multiyear Contract Award over One Million Dollars
Automated Traffic Enforcement; Red-light, speed and school bus
enforcement
Contractor: American Traffic Solutions, Inc. d/b/a Verra Mobility
Contract No.: DCKA-2022-C-0071
Total Maximum Amount: $27,228,000
_____________________________________________________________________________________________
This is to Certify that this Office has reviewed the above-referenced contract and that we have
found it to be legally sufficient. If you have any questions in this regard, please do not hesitate to
call me at 724-4018.
______________________________
Robert Schildkraut
400 6th Street, NW, Suite 79100, Washington, DC 20001 (202) 727-3400 Fax (202) 347-8922
Contract No. DCKA-2022-C-0071
Automated Traffic Enforcement (Award Groups 1, 3, and 5) – Verra Mobility
1. Title/ Caption Page of Pages
AWARD/CONTRACT Automated Traffic Enforcement
(Award Groups 1, 3, and 5)
1 71
2. Contract Number 3. Effective Date 4. Requisition/Purchase Request/Project No.
DCKA-2022-C-0071 See Box 20C
5. Issued By: Code 6. Administered by (If other than line 5)
District Department of Transportation District Department of Transportation
Office of Contracting and Procurement 250 M Street SE, Suite 500
250 M Street SE, 7th Floor Washington, DC 20003
Washington, DC 20003
7. Name and Address of Contractor (No. street, city, county, state and Zip Code) 8. Delivery
FOB Origin Other
9. Discount for prompt payment
American Traffic Solutions, Inc.
d/b/a Verra Mobility 10. Submit invoices to the Address shown in  Item
1150 N. Alma School Road PO
Section G
Mesa, Arizona, 85201
Duns No. 16-567-4149 TIN 48-1114931
11. Ship to/Mark For Code 12. Payment will be made by Code
N/A
13. Reserved for future use 14. Accounting and Appropriation Data
ENCUMBRANCE CODE: N/A
15A. Item 15B. Supplies/Services 15C. Qty. 15D. Unit 15E. Unit Price 15F.