MURIEL BOWSER
MAYOR
November 20, 2024
The Honorable Phil Mendelson
Chairman, Council ofthe District of Columbia
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 202ofthe 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. M0018 to Contract No. CW95848 with Maximus, Inc. to exercise
option year three in the not-to-exceed amount of $7,473.148.32. The period of performance is from
December 6, 2024, through December 5, 2025.
Under the proposed modification, Maximus, Inc. will continue to staff and operate a full-service
center of excellence tier one customer service center supporting individuals who are applying for
and enrolling into health and human services programs through the District of Columbia Access
System.
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
yourstaff contact Mare Scott, Chief Operating Officer, Office of Contracting and Procurement, at
(202) 724-8759.
I look forward to the Council’s favorable considerationof this contract modification.
Sincggly.
Murigl BowSgr
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
(OPTION)
(A) Contract Number: CW95848
Proposed Contractor: Maximus US Services, Inc.
Contract Amount (Option Period Three): Not-to-exceed (NTE) $7,473,148.32
Unit and Method of Compensation: Fixed Hourly Rates
Term of Contract: December 6, 2024 through December 5, 2025
Type of Contract: Labor Hour
Source Selection Method: Information for Bid (IFB) Open Market
(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 Year Amount: NTE $4,660,713.84
(December 6, 2021 through December 5, 2022)
(Council Approval A24-0474)
Option Period One Amount: NTE $5,649,082.17
(December 6, 2022 through December 5, 2023)
(Council Approval CA24-0743)
Explanation of difference from base year (if applicable): The amount for option period one is
more than the base period, because additional Customer Service Representative positions were
added in option period one.
Option Period Two Amount: NTE $6,940,769.62
Partial of Option Period Two Amount: NTE $3,138,979.56
(December 6, 2023 through June 5, 2024)
(Council Approval CA25-0525)
1
Remainder of Option Period Two Amount: NTE $3,801,790.06
(July 16, 2024 through December 5, 2024)
(Council Approval CA25-0937)
Explanation of difference from base year (if applicable): The amount for option period two is
more than the base period because additional Customer Service Representative positions were
added, and an equitable adjustment was applied in option period two.
Option Period Three Amount: NTE $7,473,148.32
(December 6, 2024 through December 5, 2025)
Explanation of difference from base year (if applicable): The amount for option period three is
higher than the base period due to the inflationary factors. Also, additional Customer Service
Representative positions were added.
Option Period Four Amount: NTE $5,105,416.32
(December 6, 2025 through December 5, 2026)
Explanation of difference from base period (if applicable): The amount for option period four is
higher than the base period due to the inflationary factors. Also, additional Customer Service
Representative positions were added.
(C) 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):
On October 29, 2024, the Citywide Clean Hands database certified that the contractor is current with
its District taxes.
(D) 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:
The Department of Health Care Finance Agency Fiscal Officer certified that funding in the amount
NTE $7,473,148.32 is available to support the contract.
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: October 29, 2024 Notice Number: L0012863332
MAXIMUS INC FEIN: **-***0588
1600 TYSONS BLVD STE 1400 Case ID: 18297293
MCLEAN VA 22102-4893
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
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Department of Health Care Finance
Office of the Chief Financial Officer
MEMORANDUM
TO: Nancy Hapeman
Acting Chief Procurement Officer
Office of Contracting and Procurement
THRU: Delicia V. Moore
Associate Chief Financial Officer
Human Support Services Cluster
FROM: Darrin Shaffer
Agency Fiscal Officer
Department of Health Care Finance
DATE: 11/5/2024
SUBJECT: Certification of Funding for DCAS – Maximus US Services – Option Period Three
The Office of the Chief Financial Officer hereby certifies that the sum of $7,473,148.32 is included in the District’s
Local Budget and Financial Plan for Fiscal Year 2025 to fund the costs associated with the Department of Health Care
Finance’s (DHCF) Maximus US Services contract to staff and operate a Center of Excellence Tier 1 Customer Service
Center to support the District of Columbia Access System (DCAS). This certification supports the Contact Center
contract beginning December 6, 2024, through December 5, 2025. The fund allocation is as follows:
Vendor: Maximus US Services Contract# CW95848
Fiscal Year 2025 Funding: 12/6/24 - 09/30/24
DIFS DIFS Cost DIFS DIFS
Agency Project Award Sub Task Allocation Total
Fund Center Program Account
HT0 4025002 70154 100201 7132001 200881 2001984 25.45 20.69% $1,159,567.33
HT0 1010001 70154 100201 7132001 - - - 8.31% $465,842.44
JA0 4020002 70321 100071 7132001 400553 2002085 23.01 22.00% $1,233,069.47
HT0 1010001 70154 100201 7132001 - - - 22.00% $1,233,069.47
HT0 1010001 70154 100201 7132001 - - - 27.00% $1,513,312.53
FY25 Maximus US Services - Parent ID - 10360 Total $5,604,861.24
Fiscal Year 2026 Funding: 10/1/2025 – 12/5/2025
DIFS DIFS Cost DIFS DIFS
Agency Project Award Sub Task Allocation Total
Fund Center Program Account
HT0 4025002 70154 100201 7132001 200881 2001984 25.45 20.69% $386,522.44
HT0 1010001 70154 100201 7132001 - - - 8.31% $155,280.81
JA0 4020002 70321 100071 7132001 400553 2002085 23.01 22.00% $411,023.16
HT0 1010001 70154 100201 7132001 - - - 22.00% $411,023.16
HT0 1010001 70154 100201 7132001 - - - 27.00% $504,437.51
FY26 Maximus US Services - Parent ID - 10360 Total $1,868,287.08
441 4th St. NW, Suite 900 South, Washington, D.C. 20001 (202) 442-5988 FAX (202) 478-1373
Upon approval of the District’s Local Budget and Financial Plan by the Council and the Mayor and completion of the
thirty-day Congressional layover, funds will be sufficient to pay for fees and costs associated with the contract. There is
no fiscal impact associated with the contract.
Should you have any questions, please contact me at (202) 442-9079.
441 4th St. NW, Suite 900 South, Washington, D.C. 20001 (202) 442-5988 FAX (202) 478-1373
1. Contract Number Page of Pages
AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT CW95848 1 2
2. Amendment/Modification Number 3. Effective Date 4. Requisition/Purchase Request No. 5. Solicitation Caption
DCAS Tier 1 Customer Service
M0018 December 6, 2024 Center
6. Issued by: Code 7. Administered by (If other than line 6)
Office of Contracting and Procurement Department of Healthcare Finance
441 4th Street NW, Suite 330S 441 4th Street, N.W. Suite 900S
Washington, DC 20001 Washington, DC 20001
8. Name and Address of Contractor (No. street, city, county, 9A. Amendment of Solicitation No.
state and zip code)
9B. Dated (See Item 11)
Maximus US Services, Inc. 10A. Modification of Contract/Order No.
1600 Tysons Blvd, Suite 1400
McLean VA, 22102 X Contract No. CW95848
Eric Rubin
Phone: (215) 840-4243
Email: EricRubin@maximus.com
10B. Dated (See Item 13)
Code Facility December 6, 2021
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 CONTRACT/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
X 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:
D. Other (Specify type of modification and authority)
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 No. CW95848 is hereby modified as follows:
1. Pursuant to Section F.2 of the contract, the District hereby exercises Option Period Three for the period of
performance from December 6, 2024 through December 5, 2025 in the amount not-to-exceed $7,473,148.32.
2. “DELETE” Section B.3.4 and “REPLACE” with Section B.3.4 the revised price schedule as per
Attachment A.
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
Kaila Iglehart- Sr. Counsel Latora Davis
15B. Name of Contractor 15C. Date Signed 16B. District of Columbia 16C. Date Signed
11/6/2024
(Signature of person authorized to sign) (Signature of Contracting Officer)
ATTACHMENT A
Revised Price Schedule
Option Period Three
Contract No.: CW95848
Contractor: Maximus US Services, Inc
Caption: Center of Excellent Tier 1 Customer Service (COECSC)
B.3.4 OPTION YEAR THREE - LABOR HOUR
(December 6, 2024 through December 5, 2025)
Annual
Hourly Labor Hourly Labor Estimated Total
CLIN Labor Category Estimated Labor
Rate* Rate Increase* Amount
Hours
Customer Service
Representative (CSR) (Up
3001 $ 34.95 $ 36.16 8,160 $ 295,065.60
to 60 staff) 12/6/24-
12/31/24
Customer Service
Representative (CSR) (Up
3001A $ 36.71 111,360 $ 4,088,025.60
to 60 staff) 1/1/25-
12/5/25
Customer Service
3002 Representative Supervisor $ 49.43 $ 49.90 9,960 $ 497,004.00
(Up to 5 staff)
3003 Project Manager (1 staff) $ 99.13 $ 101.76 1,992 $ 202,705.92
Customer Service
Representative (CSR)
3004 $ 34.95 $ 36.16 2,448 $ 88,519.68
(Additional 18 staff)
12/6/24-12/31/24
Customer Service
Representative (CSR)
3004A $ 36.71 33,408 $ 1,226,407.68
(Additional 18 staff)
1/1/25-12/5/25
3005 RESERVED
Customer Service
3006 Representative Supervisor $ 49.43 $ 49.90 1,992 $ 99,400.80
(Additional 1 staff)
Customer Service
3007 Representative Supervisor $ 49.43 $ 49.90 1,992 $ 99,400.80
(Additional 1 staff)
Customer Service
Representative (CSR)
3008 $ 34.95 $ 36.16 1,632 $ 59,013.12
(Additional 12 staff)
12/6/24-12/31/24
Customer Service
Representative (CSR)
3008A $ 36.71 22,272 $ 817,605.12
(Additional 12 staff)
1/1/25-12/5/25
Not-to-Exceed
Grand Total for B.3.4 Amount