Logosm.gif (1927 bytes)
navlinks.gif (4688 bytes)
Hruler04.gif (5511 bytes)

Back to DCPS Performance AuditBack to schools home page

Appendices

Report by Cotton & Company, LLP, Certified Public Accountants to
The District of Columbia Financial Responsibility and Management Assistance Authority on the
District of Columbia Public Schools Performance Audit: Fiscal Year 1997 Capital Improvement Program Procurement Process
January 12, 1998

Home

Bibliography

Calendar

Columns
Dorothy Brizill
Bonnie Cain
Jim Dougherty
Gary Imhoff
Phil Mendelson
Mark David Richards
Sandra Seegars

DCPSWatch

DCWatch Archives
Council Period 12
Council Period 13
Council Period 14

Election 1998
Election 2000
Election 2002

Elections
Election 2004
Election 2006

Government and People
ANC's
Anacostia Waterfront Corporation
Auditor
Boards and Com
BusRegRefCom
Campaign Finance
Chief Financial Officer
Chief Management Officer
City Council
Congress
Control Board
Corporation Counsel
Courts
DC2000
DC Agenda
Elections and Ethics
Fire Department
FOI Officers
Inspector General
Health
Housing and Community Dev.
Human Services
Legislation
Mayor's Office
Mental Health
Motor Vehicles
Neighborhood Action
National Capital Revitalization Corp.
Planning and Econ. Dev.
Planning, Office of
Police Department
Property Management
Public Advocate
Public Libraries
Public Schools
Public Service Commission
Public Works
Regional Mobility Panel
Sports and Entertainment Com.
Taxi Commission
Telephone Directory
University of DC
Water and Sewer Administration
Youth Rehabilitation Services
Zoning Commission

Issues in DC Politics

Budget issues
DC Flag
DC General, PBC
Gun issues
Health issues
Housing initiatives
Mayor’s mansion
Public Benefit Corporation
Regional Mobility
Reservation 13
Tax Rev Comm
Term limits repeal
Voting rights, statehood
Williams’s Fundraising Scandals

Links

Organizations
Appleseed Center
Cardozo Shaw Neigh.Assoc.
Committee of 100
Fed of Citizens Assocs
League of Women Voters
Parents United
Shaw Coalition

Photos

Search

What Is DCWatch?

themail archives

Table 1: Information in Contract Files
Appendix I: Detailed Audit Objectives
Appendix II: Contract Information Summary
Appendix III: DCPS's Statement Describing Noteworthy Accomplishments
Appendix IV: DCPS Comments
Appendix V: Written Representations Not Provided by the DCPS Chief Executive Officer
Appendix VI: Written Representations Not Provided by the DCPS Chief Operating Officer
Appendix VII: Written Representations Not Provided by the DCPS General Counsel
Appendix VIII: Written Representations Not Provided by the DCPS Chief Financial Officer
Appendix IX: Written Representations Not Provided by the DCPS Chief of Capital Projects
Appendix X: Written Representations Not Provided by the DCPS Former Chief of Contract Administration

Table 1: Information in Contract Files

Attribute of Interest In Contract File Not in Contract File
Government's estimate 27 4
Evidence of advertisements of the procurement (or manner of potential contractor selection) 13 18
Evidence of certification of funds available for base contract 26 5
Evidence of certification of funds available for change orders 0 14
Evidence of evaluation criteria to be used 2 29
Completed bid forms attached to DCPS Form 0076 for winning bidder 12 19
All required representations and certifications for winning bidder 14 17
Bid bond forms for winning bidder 7 17
Performance and payment bond forms for winning bidder 19 5
Required declarations for winning bidder 14 17
Summary of bid opening results 14 19
Evaluation of winning bidder responsibility 2 29
Evidence of all evaluation results 1 30
Clear evidence of cost and price analysis 1 30
Evidence of all negotiations and discussions with offerors 2 29
Evidence of award justification and approval by procurement official 28 3
Lists of all subcontractors used and evidence of DCPS approval of all contractors 1 23
Complete contract and all modifications 8 23
Invoices and evidence of approvals and payments 15 16
Progress monitoring and inspection reports 0 31
Evidence of technical evaluations of modifications/change orders 3 11
Evidence of procurement evaluations of modifications/change orders 0 14
Evidence of DCPS determinations that contractors complied with the Davis-Bacon Act and all other applicable laws and regulations 0 31

Back to place in auditBack to top of page

Appendix I: Detailed Audit Objectives

Our contract with the District of Columbia Financial Responsibility Management Assistance Authority requested an assessment of the following procurement process elements.

Planning Assess whether DCPS's CIP workload for Fiscal Year 1997 was accurately projected and that sufficient emphasis was given to enhancing competition.

Staffing Assess whether DCPS contracting staff responsible for awarding CIP contracts possessed a suitable skill mix (experience, education level, training, etc.) to handle requirements.

Policies and Procedures Assess whether DCPS (1) provided effective policies and procedural guidance to those involved in CIP contracts; and (2) required its contracting officers to document contract actions and provide specific guidance and direction to project officers to help them carry out their responsibilities.

Specifications Assess whether (1) DCPS had a formal and effective method for defining its minimum needs with realistic delivery dates and budgeting for the systems, supplies, and services needed to carry out the CIP; (2) specifications and statements of work were complete and accurate and contained only what was needed to meet DCPS's mission; (3) the statements of work and specifications unnecessarily restricted competition; and (4) prior to issuing solicitations, adverse market conditions, time constraints, and personnel resource constraints were properly considered.

Procurement Requests Assess whether (1) procurement requests contained the specifications, approvals, and other information essential for effective procurement of required construction needs; and (2) certification of funding availability was obtained prior to solicitation and/or contract award.

Solicitation Process Assess whether (1) proposed CIP requirements were advertised as required; (2) a standardized solicitation format was consistently used to procure CIP requirements; (3) realistic delivery schedules were used and sufficient bid preparation times were allowed; and (4) evaluation criteria were limited to those essential to evaluate proposals.

Evaluation/Source Selection Assess whether (1) DCPS used an effective evaluation and source selection process that ensured that the bids/offers of awardees selected were most advantageous to the District of Columbia, and that DCPS gave fair and equitable treatment to all potential bidders/offerors; (2) for negotiated procurements, DCPS established and properly followed policies and procedures for:

  • composition of the evaluation team,
  • development of evaluation procedures (including independent evaluation of cost and technical proposals, evaluation methods, delineation of relative importance of criteria, and scoring of proposals,
  • meaningful written/oral discussions with offerors and adequate evaluation of revised proposals,
  • designation of a source selection official,
  • documentation to support the conclusions reached by the evaluating team (including a written selection decision document sufficient to serve as a basis for debriefing unsuccessful offerors), and
  • evaluating potential awardees' responsibility; and

(3) for sealed bidding, DCPS established policies and properly followed procedures for:

  • determining the responsiveness of bids and documenting determinations in the procurement file,
  • determining the responsibility of potential awardees and adequately documenting determinations in the pre-award file,
  • resolving mistakes in bids, late bids, and requests for bid withdrawals and properly documenting their resolution in the pre-award file,
  • considering factors such as discounts, single award versus multiple award, records of previous performance, etc.,
  • publicly opening and disclosing bids at the prescribed times, and
  • ensuring that bidders who took exception to salient features of the invitation for bids (i.e. mandatory wage determinations, etc.) were not awarded contracts of given notices to proceed.

Pricing Assess whether DCPS (1) provided for adequate cost and price analysis to determine the reasonableness and fairness of the price to be paid; (2) used independent cost estimates of, or most probable cost to the District of Columbia, in its analysis for major procurements and whether the assumptions used in its cost evaluation process were reasonable; and (3) paid consistently comparable prices for similar type work.

Negotiations Assess whether negotiations were carried out in accordance with applicable regulations and policies so as to provide fair and reasonable treatment to offerors and to arrive at equitable terms and conditions.

Award. Review. and Approval Assess whether (1) the DCPS's procurement policies and procedures ensured that awards were made in the best interest of the District of Columbia and whether they complied with applicable laws, regulations, and policies; (2) letter contracts or notices to proceed were properly used and definitized within required timeframes; (3) unsuccessful bidders were notified and that bid guarantees were promptly returned; (4) DCPS provided an appropriate and timely response to protests; and (5) noncompetitive contracts were reviewed as required and the reason(s) for the lack of competition were determined and documented.

Performance Monitoring/Measurement Assess whether (1) DCPS had a process which effectively monitored and measured contractor performance against the terms of the contract and ensured that the contractor performed in accordance with all terms and conditions of the contract; (2) DCPS performed periodic evaluation and documentation of contractor performance; (3) DCPS had a system for inspection and acceptance of contract deliverables and other contractual documents; (4) DCPS ensured that the contractors were applying adequate skills and resources to the contract for successful performance; (5) adequate and appropriate resources and management attention were assigned to the contract administration function; (6) DCPS staff obtained adequate (or any) consideration when contractors failed without proper cause to meet delivery schedules; (7) DCPS had a process to ensure that the District was receiving products and services which met contract specifications; (8) claims and disputes were processed in a timely manner; and (9) guaranties/warranties for the quality of work required were employed, offered, and were the standard for the industry.

Contract Modification Assess whether (1) the DCPS procurement system provided for the proper use, control, documentation, pricing, negotiation, and award of contract modifications and change orders and that change orders/contract modifications were not employed as a methodology to avoid competitive procurement; (2) change orders and modifications contained cost limitations as appropriate and were definitized as promptly as possible; (3) change orders and modifications violated the basic integrity of the contract type, risk allocation, or performance requirements; (4) each contract modification was properly documented including (a) a determination that the modification was the proper instrument, (b) a cost or price analysis was performed, (c) funds were determined to be available, and (d) negotiations were conducted and documented; (5) modifications for work were supported by (a) justifications for other than full and open competition, (b) a statement of work, appropriate approvals, and (d) a synopsis, when appropriate; and (6) DCPS documented the reasonableness of any requests for contract modifications which were approved.

Construction Contracts Assess whether, overall, (1) DCPS had an effective program to ensure that construction projects and contracts were properly planned, designed, specified, estimated, solicited, awarded, and monitored; (2) construction contracts were planned and scheduled to consider contingencies; (3) pre-solicitation notices, where required, were properly issued; (4) data from preliminary studies of conditions were used in preparing government cost estimates and obtaining bids; (5) specifications were accompanied by relevant background studies and reports to provide full knowledge and disclosure to contractors; (6) specifications and drawings were reviewed thoroughly to ensure proper mix of all technologies and to avoid claims resulting from ambiguities; (7) construction projects were provided with appropriate on-site technical and administrative support to avoid delay and cost escalation; (8) all contractors complied with Davis- Bacon Act and other applicable laws and regulations; (9) reports of progress, inspections, performance, Davis-Bacon Act compliance, etc., were timely; (10) changes and modifications were pre-priced to the maximum extent possible; and (11) statutory cost limits were strictly adhered to.

Back to top of page

Appendix II: Contract Information Summary

CONTRACTOR CONTRACT # SCHOOL BASE CONTRACT AMOUNT DESCRIPTION OF WORK
GSA-MANAGED CONTRACTS:        
DMJM GS-11P-94-EGD-0014   $1,133,408 DESIGN SERVICES
M&M WELDING GS-11P-94-EGD-0014   1,135,683 BOILERS
ENVIRONSERV GS-11P-94-EGD-0014   180,000 ASBESTOS ABATEMENT
DMJM GS1\-110-94-EGD-0014   384,000 DESIGN SERVICES
VARIOUS GS-11P-94-EGD-0014   3,963,240 ROOF REPLACEMENT
GTC GS-11P-94-EGD-0014   1,296,655 FIRE RENOVATION
DMJM GS-11P-94-EGD-0014   270,605 DESIGN SERVICES
VARIOUS GS-11P-94-EGD-0014   1,098,687 ROOM REPLACEMENT
GTC GS-11P-94-EGD-0014   296,125 STRUCTURAL REPAIR
ESI GS-11P-94-EGD-0014   221,000 ROOF REPLACEMENT
  TOTAL FOR GSA-MANAGED PROJECTS $9,979,403  
DCPS-MANAGED CONTRACTS        
BETA CONSTRUCTION COMPANY 050-AA-04-0-7-SS ADAMS ES 63,000 ROOF REPLACEMENT
U.S. ROOFING CORPORATION 050-AA-04-0-7-SS AITON ES 540,000 ROOF REPLACEMENT
NORTH AMERICAN TELECOM 050-AA-04- ANACOSTIA SHS 486,750 ROOF REPLACEMENT
NAPA DEVELOPMENT CORPORATION 060-AA-04-0-7-SS BANCROFT ES 269,000 ROOF REPLACEMENT
ROOFERS, INC. 050-AA-04-0-7-SS BARNARD SHS 474.620 ROOF REPLACEMENT
BETA CONSTRUCTION COMPANY 050-AA-04-0-7-SS BEERS ES 610,000 ROOF REPLACEMENT
D. GIBSON RESTORATION, INC. 050-AA-04-0-7-SS BELL MCS 488,000 ROOF REPLACEMENT
NORTH AMERICAN TELECOM 050-AA-04-0-7-SS BENNING ES 635,000 ROOF REFPLACEMENT
NORTH AMERICAN TELECOM 050-AA-04-0-7-SS BIRNEY ES 474,000 ROOF REPLACEMENT
URBAN ORGANIZATION, INC. 050-AA-04-0-7-SS BROWNE JSH 930,000 ROOF REPLACEMENT
BETA CONSTRUCTION COMPANY 050-AA-04-0-7-SS BRUCE-MONROE ES 696,000 ROOF REPLACEMENT
BETA CONSTRUCTION COMPANY 050-AA-04-0-7-SS BUNKER HILL ES 460,000 ROOF REPLACEMENT
NORTH AMERICAN TELECOM 050-AA-04-0-7-SS BURRVILLE ES 1,088,000 ROOF REPLACEMENT
TITO CONTRACTORS, INC. C70068 CLEVELAND ES 16,015 CAFETERIA REPAIR
ROOFERS, INC. 050-AA-04-0-7-SS DEAL JHS 1,150,000 ROOF REPLACEMENT
BETA CONSTRUCTION COMPANY 050-AA-04-0-7-SS DUNBAR SHS 2,380,000 ROOF REPLACEMENT
NAPA DEVELOPMENT CORPORATION 067-AA-04-0-7-SS ELLINGTON SCHOOL OF THE ARTS 247,200 STRUCTURAL REPAIR
TURNER CONSTRUCTION COMPANY 050-AA-04-0-7-SS FLETCHER-JOHNSON EC 592,900 ROOF REPLACEMENT
MTI CONSTRUCTION COMPANY 050-AA-04-0-7-SS FRANCIS JHS 556,255 ROOM REPLACEMENT
ROOFERS, INC. 050-AA-04-0-7-SS GAGE-ECKINGTON ES 687,740 ROOF REPLACEMENT
BETA CONSTRUCTION COMPANY 050-AA-04-0-7-SS GARFIELD ES 670,000 ROOF REPLACEMENT
U.S. ROOFING COMPANY 050-AA-04-0-7-SS GREEN ES 617,500 ROOF REPLACEMENT
BETA CONSTRUCTION COMPANY 050-AA-04-0-7-SS JEFFERSON JHS 544,000 ROOF REPLACEMENT
ROOFERS, INC. 050-AA-04-0-7-SS JF COOK ES 646,432 ROOF REPLACEMENT
MAJOR CONSTRUCTION, INC. 071-AA-04-0-7-SS JOHNSON/BALLOU HS 31,590 LAB INSTALLATION
NAPA DEVELOPMENT CORPORATION 05\9-AA-04-0-7-SS KETCHAM ES 189,000 ROOF REPLACEMENT
AMERICAN COMBUSTION 066-AA-04-0-7-WC LANGDON ES 165,950 HEAT PUMP
BOTECH, INC. 056-AA-04-0-7-WC LANGDON ES 382,500 RELOCATION OF PROGRAM
A&T ASSOCIATES C70079 LECKIE ES 108,000 ROOF REPLACEMENT
PIONEER ROOFING SYSTEMS C70080 LECKIE/HART/ CARDOZA 52,000 ROOF REPLACEMENT
ROOFERS, INC. 050-AA-04-0-7-SS LUDLOW-TAYLOR ES 525,851 ROOF REPLACEMENT
INRECON 074-AA-04-0-7-WC LAFAYETTE ES 316,000 RENOVATION
BETA CONSTRUCTION COMPANY 050-AA-04-0-7-SS LAFAYETTE ES 520,000 ROOF REPLACEMENT
ENHANCERS FLOOR COVERINGS 069-AA-04-0-7-WC LASALLE ES 12,250 FLOOR TILES
DIVERSIFIED ENVIRONMENTAL 064-AA-04-0-7-WC LASALLE ES 18,369 ASBESTOS ABATEMENT
BETA CONSTRUCTION COMPANY 050-AA-04-0-7-SS M.D. LEE SCHOOL 909,000 ROOF REPLACEMENT
BETA CONSTRUCTION COMPANY 050-AA-04-0-7-SS M.M. WASHINGTON ACADEMY 411,000 ROOF REPLACEMENT
BETA CONSTRUCTION COMPANY 050-AA-04-0-7-SS MACFARLAND MS 727,000 ROOF REPLACEMENT
BETA CONSTRUCTION COMPANY 050-AA-04-0-7-SS MAURY ES 413,000 ROOF REPLACEMENT
NAPA DEVELOPMENT CORPORATION 062-AA-04-0-7-WC NALLE ES 269,000 ROOF REPLACEMENT
NORTH AMERICAN TELECOM 050-AA-04-0-7-SS ORR ES 488,300 ROOF REPLACEMENT
ROOFERS, INC. 050-AA-04-0-7-SS PARK VIEW ES 838,458 ROOF REPLACEMENT
URBAN ORGANIZATION, INC. 050-AA-04-0-7-SS PHELPS CHSC 1,339,700 ROOF REPLACEMENT
NORTH AMERICAN TELECOM 050-AA-04-0-7-SS RANDLE HIGHLANDS ES 596,700 ROOF REPLACEMENT
ROOF DEPOT OF VIRGINIA 050-AA-04-0-7-SS ROOSEVELT HS 1,921,000 ROOF REPLACEMENT
D. GIBSON RESTORATION, INC. 061-AA-04-0-7-SS ROSS ES 119,069 ROOF REPLACEMENT
N&N CONTRACTORS, INC. 065-AA-04-0-7-WC SCHOOL W.O. WALLS SHS 26,636 STRUCTURAL SHORING
BETA CONSTRUCTION COMPANY 050-AA-04-0-7-SS SHAED ES 393,000 ROOF REPLACEMENT
CITY GENERAL, INC. C714788 SIX SCHOOLS 16,216 ELECTRICAL INSTALLATION
ROOFERS, INC. 050-AA-04-0-7-SS SPINGARN SHS 1,300,000 ROOF REPLACEMENT
MAJOR CONSTRUCTION COMPANY 075-AA-04-0-7-SS STANTON ES 46,600 RENOVATION
BETA CONSTRUCTION COMPANY 050-AA-04-0-7-SS STUART-HOBSON MS 637,000 ROOF REPLACEMENT
ROOFERS, INC. 050-AA-04-0-7-SS TRUESDELL ES 697,810 ROOF REPLACEMENT
BUILT-UP ROOFING SYSTEMS 047-AA-04-0-7-SS WEST ES 596,850 ROOF REPAIR
NAPA DEVELOPMENT CORPORATION 058-AA-04-0-7-SS WILSON HS 433,040 ROOF REPLACEMENT
AREA ACCESS, INC. 068-AA-04-0-7-SS WILSON HS 64,750 ADA WORK
MTI CONSTRUCTION COMPANY 050-AA-04-0-7-SS YOUNG ES 621,687 ROOF REPLACEMENT
  TOTAL FOR DCPS-MANAGED PROJECTS $30,011,738  
  TOTAL FOR ALL FISCAL YEAR 1997 PROJECTS $39,991,141  

Back to top of page

Appendix III: DCPS'S Statement Describing Noteworthy Accomplishments

For the first time in the history of the D. C. Public Schools, a major capital improvement plan was funded and implemented which ensures a safe and conducive environment for children s learning. In less than six months, DCPS repaired or replaced roofs on 61 schools. Ten (10) mechanical/boiler projects have been completed. These capital projects totaled approximately $40 million. This work was accomplished with a minimal staff of twelve people. All work will be fully warranted for contractor workmanship and manufacturer materials, guaranteeing a substantially improved school facility. This accomplishment cannot be understated given that previous school capital projects annually numbered ten (10), at a cost of $12 million with a full compliment of 40 or more staff. Additionally. this work was completed during the Court matter involving Parents United. The Court's involvement required emergency actions which precluded the implementation of a normal capital improvement programs (sic). In a nutshell, the mandates of the Superior Court inflamed the already emergency situation. All available staff worked seven days a week supporting and documenting this effort.

Back to top of page

Appendix IV: DCPS Comments

Set forth below is the response of D.C. Public Schools (DCPS) to the Cotton draft audit results, dated December 12, 1997. The comments address the emergency that faced the school system as well as specific responses to particular statements or findings found in the report.

A. General Comments

DCPS concurs with the findings of the draft audit results that refer to the need for additional documentation and which are critical to the maintenance of contract files. Steps have already been taken to resolve these problems. These actions are described in the report.

There are serious problems with the remaining findings and recommendations of the draft audit results. Many of the findings are not based on the facts and/or a thorough understanding of applicable laws, regulations, and/or Authority orders. The report is fundamentally flawed because it: (a) is factually inaccurate; (b) is premature, in that it was conducted prior to the closing out of the projects and the contract files; (c) does not reflect the emergency, especially the impact of Parents United, et al. v. Barry, et al.,  the fire code case; (d) does not take into consideration the relationship between the Financial Responsibility and Management Assistance Authority (Authority) and the Emergency Transitional Education Board of Trustees (Trustees); and, (e) misunderstands and ultimately rejects the emergency procurement procedures that were followed as a process. In addition, assumptions; that have been conclusively rebutted by senior managers' statements were excluded from the report, while statements attributed to these managers. but which were not made, were included. Further, a critical finding of law (i.e., that the FAR was a statutory requirement for these procurements) is in error.

Another significant problem with the audit is its failure to consider DCPS as an instrumentality of the Authority as well as the broad authority granted to the Trustees as agents of the Authority. In order to complete the roofing projects as expeditiously as possible, emergency procurement procedures were required and utilized. These procedures were clearly authorized by the Order of November 15, 1996, that created the Trustees and which provided relief from existing procurement requirements. However, when presented with the use of the Board of Education Procurement Rules and the DCPS Procurement Manual as the basis of the process utilized in this emergency, the audit concludes that no procurement process was followed. This is erroneous and simply not true. Instead, Cotton makes the erroneous conclusion of law that the FAR was a legal requirement.

The audit is premature in that it reviews contract files for projects that remain open. It was begun in October – prior to the close out of projects (most of which were completed in September) and the contract files. It must be remembered that, out of necessity, the same staff that would have been available to respond and assist the auditors with materials and explanations concerning this matter were occupied with extensive court documentation and preparation for court hearings.

It is a departure from commonly accepted audit practices to audit contract files which are still open. As a result of the contract files remaining open in order to be fully documented, Cotton asserts that the contract files lack documentation. Clearly, a finding that there is insufficient documentation at this time is inevitable if documents remain to be placed in the file. The impact of this is evidenced by the comment of Cotton's auditor, Mr. Ed Fritz, who stated in a briefing held Wednesday, December 10, 1997, that never in his professional experience had he audited open contract files.

1. Emergency Circumstances

On November 15, 1996, the Authority declared DCPS to be in a state of emergency and issued an order that established a nine member Emergency Transitional Education Board of Trustees (Trustees) and named Julius W. Becton, Jr, as Trustee and Chief Executive Officer-Superintendent (CEO). The authority of the existing Board of Education was limited to charter schools and advising the Trustees. The incumbent Superintendent was removed.

As noted in the draft report, the Trustees assumed responsibility for a school system that had about 150 facilities. Most were old (some dating from the 1800's) and in a worsening state of deterioration and disrepair. Conditions had reached the point where many buildings were unsafe. Preventative and routine maintenance had been neglected for years. Further, capital funds were needed to respond to the repairs required by the Parents United. et al. v Barry. et al. litigation. Fifty-two (52) roofs were replaced or repaired during a seven (7) week period. (An additional eight (8) roofs, including West and Tyler, were replaced by GSA.) The significance of this unprecedented achievement cannot be ignored. No more than ten (10) roofs had been replaced in prior years. The 1997 work was permanent and protected through warranties.

The November Order included broad procurement authority exempting the Trustees from the D.C. Code procurement requirements and those of the D.C. Municipal Regulations (which include the Board of Education regulations). The CEO was granted broad authority to enter into such contracts which he deemed "necessary or appropriate."

As the Authority is aware, DCPS had to repair/replace roofs on 61 school buildings. The roof projects were completed in a seven-week period because of the restraints placed on the school system by the Court in the Parents United case, particularly the requirement that the buildings be evacuated during any roof repair or replacement. An understanding of the unusual and extreme crisis situation faced by DCPS during the summer of 1997 is the essential starting point for any competent audit; however, this audit fails to appropriately assess the impact of the emergency.

The emergency produced a planning period that was extremely short. During the period from January through April of 1997, several activities were underway simultaneously: the Long Range Facilities Master Plan was developed and the proposal for school closings was developed. The initial capital staff was built during the time frame of April through July, 1997. Full funding for FY 1997 was made available during that same period.

The impact of the Parents United lawsuit cannot be overstimulated: it was as a direct result of this litigation that the emergency conditions existed that affected the procurement actions that are the subject of this audit. The Parents United lawsuit began in 1994 in the D.C. Superior Court as an action to require the Fire Department to inspect school facilities on a regular basis and the Mayor and Council of the District of Columbia to adequately fund the DCPS capital budget to eliminate fire code violations. When the lawsuit began, there were in excess of 18,000 fire code violations found in the schools. Some were minor, others (if not abated) could have resulted in closure of the building. This litigation eventually became the entire focus of, and budget related to, facilities.

Court orders in Parents United totally disrupted the planning and procurement processes. Twice yearly inspections and Court review became daily and unplanned inspections resulting from Court orders arid Fire Department responses to (sometimes anonymous) citizen complaints. Over a four-month period from July, 1997 through October, 1997, the Court issued forty-two (42) orders, most of which dealt with efforts by DCPS to get school buildings opened which had been closed by the Court or Fire Department.

This effect of Parents United was most evident when the Court held on July 11, 1997, that no work could be done on a school roof while the building was occupied. This action could nut have been anticipated. There was no way that the planning and procurement processes could continue as planned. This situation was further exacerbated when the Fire Department and Court began to close individual schools that were not included in the roof replacement plan.

Not only did work cease as a result of the July 11 order, but the major roof replacements could not begin until the buildings that housed summer school and other programs were evacuated. In addition, the Court directed new completion dates for roof repairs and, in fact, imposed fines where DCPS was unable to meet these Court ordered completion dates.

For the first time in DCPS history, the school system opened three weeks late. This was a direct result of the extraordinary actions taken by the Court. The opening of school did not end the emergency. Schools began to be closed on an almost daily basis. There was no way to predict which school would be targeted next. The closures, in most instances, were not as a result of fire code violations. However, with each, several emergency actions were required: (1) the relocation of students, staff, and program, (2) the preparation of buildings (such as Douglass JHS and the University of the District of Columbia) to receive the dislocated program, and (3) the repair of the vacated buildings as quickly as possible to return the students and staff. None of this was planned and could not have been planned. Each was a new emergency that required immediate emergency action. Contracts had to be put in place immediately. The school system was in a deeper state of emergency.

DCPS did not take its actions in a vacuum. The Authority recognized the severity of the situation when it directed the Trustees to take whatever steps were necessary to correct the fire code violations and to open the buildings as boon as possible. The Authority was beefed on several occasions regarding the status of the fire code repairs, the replacement roofs, the Court action and the steps being taken to get the buildings open. In several meetings, the Authority repeatedly stated its support for the actions of the Trustees during this period and literally exhorted the Trustees to do whatever was necessary to get the job done and to open schools Authority staff aided the school system to resolve issues related to the emergency, particularly the procurement actions that were necessary. (An example, as noted in the report, authorization of post-contract review.)

2. Unavailability of Full Funding.

The lack of funding affected the reestablishment capital improvements office which had been substantially reduced by the previous administration. The report states on page 6 [Final report: page 16] of the Results that "[w]e were unable to gain access to records needed to assess accurately when funds became available to DCPS and the Authority; consequently, we cannot conclude that this factor was the underlying cause of the emergency mode of operation " DCPS challenges this since the funding (or lack thereof) history was provided to the auditors in the document entitled "Frequently Asked Questions." As described in that document, full funding was not available until mid-July 1997. This, coupled with the rebuilding of the capital projects office, were the reasons that the procurement process could not begin any earlier.

II. Comments on Specific Report Language

A. Results in Brief

1. Paragraph 4 (page 1) - The audit concludes that "the procurement system did not meet the statutory and regulatory needs of DCPS."

Response:
As discussed above, this conclusion is legally incorrect. DCPS operated pursuant to the authority granted by the Authority and by federal law.

2. Paragraph 5 (page 1) - "The emergency procedures followed did not comply with any established procurement policies, rules, or regulations."

Response:
As discussed above, this is incorrect.

3. Paragraph 1 (page 2) [Final report: paragraph 4 (page 2)] -- "Because DCPS did not adopt or consistently follow generally recognized procurement policies and procedures, we concluded that management controls were not adequate to protect against misappropriation of assets, errors, waste, or abuse."

Response:
See discussion under "C 1", page 6, of this response.

B. BACKGROUND

1. Paragraph 1 (page 2) [Final report: paragraph 1 (page 3)] -

Response:
The discussion of Parents United. et al. v. Barry, et al. is incorrect. The civil action was brought in an effort to increase Fire Department inspections of the schools and to obtain a mandatory capital funding stream from the Mayor and the Council of the District of Columbia. DCPS was not a defendant in the case. The defendants were the District of Columbia, the Mayor, and the Chief of the Fire Department. The Court did not order school closings for the first 1 1/2 years of the case. Between July 11, 1997 (when the Court ordered that repairs/replacements could be done only after buildings were evacuated), and the settlement four months later, November 4, 1997, 42 orders were issued by the court (sometimes 2-3 a day). Most of these orders closed schools or imposed requirements which resulted in school closing or the cessation of words (such as room conversions).

2. Paragraph 1 (page 3) [Final report: paragraph 4 (page3)] - "A 'Long Range Facilities Master Plan' was drafted by February 1997...."

Response: The Long Range Facilities Master Plan was finalized on April 25, 1997, not February, 1997. It could not be used until after the April date.

3. Paragraph 2 (page 3) [Final report: paragraph 5 (page 3)] - "By February, the window for executing a normal and sound contracting process had begun to close....[b]y this time, the window of opportunity to conduct procurement and contracting following normal and sound contracting practices was essentially shut."

Response:
The report fails, again, to acknowledge that the ability to use flexible and emergency procurement was exactly what the Authority anticipated, the law permitted, and DCPS had advised the Authority it would do.

4. Paragraph 3 (page 3) [Final report: paragraph 1 (page 4)] - "The contracts awarded by DCPS during 1997 were, for the most part, awarded under emergency or 'fast track' procurement procedures, which are
inherently high risk and high cost procedures."

Response:
As discussed above, these were legitimate, legal, and anticipated practices. The replacement of 52 roofs within 7 weeks could not have been accomplished otherwise.

D. AUDIT RESULTS [There is no paragraph C in the response]

1. Paragraph 5 (page 6) [Final report: paragraph 5 (page 8)] - "We found no evidence that the Board of Trustees (1) formulated its own policies, procedures, rules and regulations as the Authority's Order directed, (2) adopted the Board of Education's policies, procedures, rules and regulations, or (3) was aware of the Public Law 104-194 requirement to follow or intended to follow Federal procurement rules. . . . In our opinion, however, Public Law 104-196 required Federal procurement rules and regulations to be used until the Authority prescribed new rules and regulations."

Response: None of this is accurate. Further, the auditor's statement that they agree with the literal interpretation of the Chief Contract Administration that "until the Trustees adopt new procedures none apply" is inconsistent with the next statement that in the auditors' "opinion Federal procurement rules and regulations" apply.

There is no "confusion" regarding the procurement policies arid procedures that DCPS followed and should be following. DCPS properly utilized the DCPS Procurement Manual, which is based upon the Board of Education Regulations governing procurement, 5 DCMR §3700. The recommendation regarding the "undefined concept of emergency procurement procedures should be revised or deleted.

The audit is incorrect when it concludes that DCPS was required to apply the Federal Acquisition Regulations (FAR). The federal legislation cited, Title V of the FY 1997 Appropriations Act, section 5201, provides that:

The Authority shall have the authority to contract with a private entity (or entities) to carry out a program of school facility repair of public schools and public charter schools located in public school facilities in the District of Columbia, in consultation pith the General Services Administration ... provided . . . [t]hat contracts authorized under this section shall be conducted in accordance with Federal procurement rules and regulations and guidelines or such guidelines as prescribed by the Authority.

Thus, the Authority could prescribe, or authorize, guidelines other than the FAR. The guidelines issued was the Order of November 15, 1996, establishing the Trustees which provides that:

The provisions of the D.C. Code and Municipal Regulations governing procurement shall not apply to the Board of Trustees or the CEO-Superintendent. The Board of Trustees shall adopt such policies, procedures, rules and regulations with regard to procurement was will carry out this Order. The Board of Trustees may incorporate in its policies, procedures, rules and regulations of the Board of Education as it considers necessary or appropriate to enable it to carry out its activities under this provision of the Order. The CEO-Superintendent may enter into such contracts as he or she considers necessary or appropriate, subject to the approval of the Board of Trustees, to carry out the functions, duties and responsibilities of the Board and the CEO, Superintendent.

Acting pursuant to the broad authority granted by this provision, DCPS relied upon the Board of Education rules. This was wholly appropriate and legal. As noted in the Audit Report, the DCPS Procurement Manual defines emergencies are "unforeseen conditions that threaten the health, welfare, and safety of the public, such as by floods, equipment failure, strikes, etc." The FAR allows for "other than full and open competition" in situations referred to as unusual and compelling urgency" in which the Government would be seriously injured unless the agency is permitted to limit the number of sources from which it solicits bids or proposals. The emergency created by the replacement of roofs in time to open school on September 2, 1997, that was exacerbated by the actions of the Parents United Court would clearly qualify under either category.

The fact that the Trustees were exempt from particular procurement procedures established by the D.C. Code and the D.C. Municipal Regulations did not preclude DCPS from utilizing the Board procurement procedures (including the DCPS Procurement Manual) as the applicable process. This is, in fact, what happened.

The Trustees have consistently taken the position that the existing Board rules remain in place until replaced by action of the Trustees, Thus, the statement on page 2 [Final report: page 8] of the Results, that the auditors "found no evidence that the Board of Trustees (1) formulated its own policies, procedures, rules and regulations as the Authority's Order directed, (2) adopted the Board of Education's policies, procedures, rules and regulations" is inaccurate. The Trustees may take additional action in this area; but, they are not required to do so. In any case, there is no legal requirement that the FAR be adopted as the governing procedure.

2. Paragraph 1 (page 11) [Final report: paragraph l (page 14)] - ". . . DCPS reissued the IFB on July 11....

Response:
DCPS did not "reissue the bids, but issued an addendum to the bid, breaking the original package up into separate packages: six for roofs and two for mechanical work; i.e., the boilers and chillers. The bid submission date was extended to July 21, 1997, giving the bidders twenty-one (21) days - not ten (10) days as stated by the auditors - from bid issuance to submit their first bid" No bids, were accepted until July 21, 1997.

3. Paragraph 4 (page 13) [Final report: paragraph 5 (page 16)] - "Although we found no direct evidence of fraud...."

Response:
Unless, and until, there is indirect or direct evidence of fraud, this reference should be eliminated. The statement should be factual and precise: the auditors found no evidence of fraud.

4. Paragraph 5 (page 13) [Final report: paragraph 1 (page 17)] - "For these procurements, Capital. Projects Office (CPO) personnel performed essential functions such as preparing work specifications, developing estimates, soliciting potential contractors, opening responses to price requests, negotiating with potential contractors. and selecting contractors."

Response:
The statement that Capital staff performed essential functions is incorrect.

a. Scope of work - This is a function that capital staff would routinely perform. Capital staff, not procurement, develops the scope for a Capital roof project.
b. Estimates - Either the capital. staff or (as in this instance), a contracted estimator (DMJM) would develop project estimates, This is not a procurement function.
c. Opening responses to price requests - There was a single formal bid opening which required a public opening, and that was conducted by the procurement staff. As permitted under emergency procurement procedures, informal price solicitation was utilized with prices being submitted to the procurement office.
d. Negotiating with potential contractors - Capital staff negotiations was limited to the scope of. work to be performed.
e. Selecting contractors - The award of the contract wax made by the procurement officer based upon the lowest responsive, responsible bid. Capital staff did not select a contractor although, as permitted in procuring capital services, they may have recommended one.

5. Paragraph 4 (page 14) [Final report: paragraph 4 (page 18)] - "Most (if not all) of the 31 DCPS-managed contracts were finalized after notices to proceed had been issued to the contractors and work had begun "

Response:
This is a legal and acceptable procurement practice. For example, the FAR authorizes the issuance of an award notice to proceed and allow the execution of the formal contract to follow as soon as possible (48 CFR §14.408 (c)(2)).

6. Paragraph 4 (page 14) [Final report: paragraph 4 (page 18)] - "For these 28 contracts, the delay from notice to proceed date to the contract award date ranged from one to 76 days and averaged 35.5 days." (Emphasis added.)

Response:
The use of the word "award" is incorrect. It in illustrative of the difficulty the auditors had in understanding the procurement process itself. The notice to proceed constituted the contract award notice This is authorized by the DCPS procurement rules and the FAR. The contracts had been awarded in a timely fashion – when the work was begun. The "execution" of the formal contract document occurred later. Even in that case, the timing was not excessive given emergency circumstances; i.e., the number of projects, the unanticipated projects created by the Court and the compressed timeframe.

7. Paragraph 4 (page 14) [Final report: paragraph 4 (page 18)] - "Not only was this risky for DCPS, but the rush to get contractors started quickly caused confusion about contract terms".

Response:
This statement is false There was only one instance where there was any confusion regarding the contract terms, and that was in the case Built Up Roofers and the West ES roof repair project. There were no other instances where contractors were "confused" by contractual terms'

8. Paragraph 5 (page 14) [Final report: paragraph 3 (page 19)] - "In addition to the fact that in some instances individual project managers selected potential bidders, received their bids, and determined the winning bidders, these same project managers may also have prepared at least some of the cost estimates."

Response:
This sentence, again, is misleading. Capital staff, given the emergency, could properly solicit potential contractors to get the work done to reopen schools as soon as possible Capital staff did not receive "bids" but informal "price quotes" which, in most instances, were also faxed to the procurement office. Capital staff did not select winning bidders, since contract award was based on low price and the award was made by the procurement officer.

9. Paragraph 6 (pages 14-15) [Final report: paragraph 5 (page 19)] - "We noted 17 instances (out of 24 contracts requiring bonds) in which, according to documentation in the contract files, bids were accepted without bid bonds and 21 instances (out of 24 contracts requiring bonds) in which contractors were instructed to proceed with work before they had obtained the required performance and payment bonds, potentially placing DCPS at considerable financial risk."

Response:
The auditors incorrectly state that 24 contracts required bid bonds Bid bonds were required only for the formal July 2Ist bid submission. Bid bonds, thereafter, were not required for the informal solicitations and the emergency contracts.

Performance and payment bonds are always submitted after contract award. The notices to proceed were the contract awards There was no "considerable financial risk" to the school system because DCPS was protected where it had "bid bonds" i.e., bid bond requires contractor to execute contract. Performance and payment bonds were obtained for all projects unless waived because of $50,000 dollar threshold amount. Further if the contractor could not obtain bonds DCPS could have exercised its '`termination for convenience" authority.

10. Paragraphs 1 and 2 (page 15) [Final report: paragraphs 3 and 4 (page 20)] - The auditors cite in these paragraphs memoranda regarding two proposed change order requests as the bases for the conclusion that these change orders were not executed.

Response:
There is no basis in fact for this conclusion. The auditors reference the statement of the Chief of Contract Administration that he did not approve these requests. It should be clear that this was the case since formal contracts were issued for these projects. There would have been no need to execute a change order where a contract was issued for the work. These paragraphs should be deleted.

11. Paragraph 3 (page 15) [Final report: paragraph 5 (page 21)] - "[The] lack of management control and accountability creates the possibility for DCPS to commit more funds than it has available. The resulting confusion about availability of funds may also contribute to DCPS's [sic] reported history of slow payments to contractors."

Response:
As discussed above, DCPS was aware of what funds were available as early as April, 1997. Moreover, any alleged deficiencies in the 1997 Capital Improvement Projects (CIP) contracts cannot be the basis for any insinuations regarding DCPS with other contractors since Cotton has not reviewed any other contracts besides the CIP contracts. This is an example of the type of unsupported conclusions contained throughout the draft audit results While DCPS has experienced some problem in paying vendors in a timely manner, nearly all of the 1997 capital contractors were paid within 3- 5 days after receipt of invoice.

12. Paragraph 8 (page 15) [Final report: paragraph 7 (page 22)] - "Sound contracting management procedures dictate that projects be closed as expeditiously as possible. Delays in closing contracts and making final contract payments may result in DCPS prolonged disputes with contractor and may make it more difficult for DCPS to contract with qualified contractors at reasonable prices in the future."

Response:
The auditors offer no indication of what would be an expeditious timeframe for closing out contracts. However, given the emergency already described herein (e.g., the Court's orders and the number of schools involved or which could have been closed)? surely the closing of 62 contract files must take more than the few weeks that have elapsed since the majority of the projects were ended and this audit begun.

Based on the COO's thirty-five years of contract management experience and a verification with several governmental agencies in the area (including a school district), it is not unusual for a capital project file (such as a roof replacement project) to be open for six months after completion. This is the case under normal conditions; an emergency of the scope that [aced DCPS would certainly increase the tune;

Most significant is the FAR's guidance in this area. Section 4.804-1, "Close Out by the Office Administering the Contract", Paragraph 2 provides that "[f]iles for firm fixed price contracts, other than those using simplified acquisition procedures should be closed out within six months after the date on which the contracting officer receives evidence of physical completion."

13. Paragraph 1 (page 16) [Final report: paragraph 3 (page 21)] - ". . . [W]e [noted noted a consistent pattern of contractors being instructed to proceed with the basic contract work prior to DCPS obtaining a certification that funds were available."

Response:
The Chief Financial Officer (CFO) provided a written response to the auditors that said funds availability was monitored by the CFO. This has been ignored or deliberately omitted. Specifically, CFO staff entered obligations and expenditures in the Financial Management System (FMS). This information, along with a separate spreadsheet monitored funds availability and ensured that contractual obligations did not exceed available funds.

The CEO also pointed out to the auditors that he has a technical problem certifying the availability of capital funds. As required by appropriation law, the Authority maintains capital funds for DCPS. Although the CFO has specifically requested this information in writing, the Authority has not provided either the exact amount of funds available or documentation supporting the funds available. As a result, in the interim, the CFO entered "available" funds in the FMS that were based on verbal and press release information from the Authority.

14. Paragraph 3 (page 17) [Final report: paragraph 4 (page 23)] - According to Cotton, contractors were required to comply with a number of laws. Further, the audit states that "[c]ontract files lack evidence that DCPS assured that these compliance requirements have been met."

Response:
The audit fails to note that there was a federal law exempting these projects from the standard contract provisions. Congress recognized the substantial state of disrepair of public school facilities and enacted special legislation to waive normal procurement procedures. Section 2661 of P.L.104-134, Omnibus Consolidated Rescissions and Appropriations Act of 1996, provides that all requirements, except for Davis-Bacon, contained in the "D.C. Public Schools Standard Contract Provisions" for use with construction or maintenance projects were waived for purposes of repair and improvement of D.C. schools for a period of twenty-four (24) months from the date of enactment of the appropriation act, i.e., until April 24, 1998.

15. Paragraph 2 (page 18) [Final report: paragraph 1 (page 25)] -- "Because DCPS did not adhere to a single set of established procurement policies and procedures in carrying out the Fiscal Year 1997 CIP procurements, no system of management controls was placed in operation. Consequently, we concluded that controls were inadequate to protest assets and prevent errors and irregularities."

Response:
As stated above, DCPS properly followed emergency procurement procedures based upon the Board of Education rules and the DCPS Procurement Manual. There were, in fact, controls cited by the auditors. With regard to procurement financial procedures DCPS personnel adhered to policies promulgated both by the DCPS CFO, as well as the District of Columbia's overall financial procedures stipulated by the District's CFO.

16. Paragraph 3 (page 18) [Final report: paragraph 2 (page 25)] - "As described elsewhere in this report, DCPS did not follow any established procurement policies and procedures in carrying out the Fiscal Year 1997 CIP procurements, and DCPS did not monitor (during contract performance) contractor compliance with applicable laws, rules, and regulations that were incorporated into the contracts."

Response:
As noted above, DCPS did follow appropriate, established procurement policies and procedures. Further, with the exception of Davis-Bacon, the standard contract requirements did not apply to these contracts by operation of federal law.

17. Paragraph 4 (page 18) [Final report: paragraph 3 (page 25)] -- "Because of our audit, we concluded that DCPS did not have an effective procurement system in place during Fiscal Year 1997 for the CIP projects, and the procurement system did not meet the statutory or regulatory needs of DCPS."

Response:
As noted above, DCPS did have an effective procurement system which met the statutory and regulatory needs of the agency.

18. Paragraph 5 (page 18) [Final report: paragraph 4 (page 25)] - Matters that the auditors were "unable to fully evaluate and resolve . that were noted during the audit" have been conveyed to the Authority via a separate communication.

Response:
This document must be shared with DCPS.

Back to top of page

For an explanation of what appendices V through X represent, see the audit.

Appendix V: Written Representations Not Provided by the DCPS Chief Executive Officer

DCPS LETTERHEAD

December 15, 1997

Cotton & Company, LLP
333 North Fairfax Street, Suite 401
Alexandria, Virginia 22314

In connection with your performance audit of the District of Columbia Public Schools (DCPS) Fiscal Year 1997 Capital Improvement Program (CIP) contracts for the purpose of evaluating the economy, efficiency, and results of the contracting and procurement process, I confirm, to the best of my knowledge and belief, the following representations made to you during your audit.

1. As DCPS's Chief Executive Officer-Superintendent, I was responsible for the planning, management, and administration of the contracting and procurement process related to the Fiscal Year 1997 CIP contracts.

2. DCPS has made available to you all –

a, Contract and procurement files, records, and related data.
b. Bids and proposals.
c. Documentation of contractor qualifications, negotiations, and evaluations.
d. Lists and supporting records related to the prequalification of potential contractors.
e. Documentation of contractor performance and completion.
f. Protests and disputes.

3. There have been no –

a. Irregularities or evidence of fraud involving management or employees who have significant roles in the Fiscal Year 1997 CIP procurement and contracting process.
b. Irregularities or evidence of fraud involving other employees that could have a material effect on the CIP procurement and contracting process.
c. Communications from regulatory or law enforcement agencies concerning noncompliance with, or deficiencies in, the CIP contracting and procurement process that could have a material effect on economy, efficiency, or results of the process.

4. There are no –

a. Violations or possible violations of laws or regulations whose effects on the economy, efficiency, or results of the CIP procurement and contracting process should be considered for disclosure.
b. Related party transactions or conflict of interest situations associated with the Fiscal Year 1997 CIP projects that should be considered for disclosure.

5. There are no actual or alleged procurement or contracting improprieties, irregularities, conflicts of interest, or evidence of fraud that our general counsel or outside counsel have advised us of in connection with the Fiscal Year 1997 CIP projects.

6. There are no material transactions related to the Fiscal Year 1997 CIP projects that have not been properly recorded in DCPS's accounting records.

7. DCPS has complied with all aspects of Congressional and Financial Responsibility and Management Assistance Authority mandates, orders, resolutions, and directives related to the Fiscal Year 1997 CIP projects that would have a material effect on the economy, efficiency, or results of the procurement and contracting process in the event of noncompliance.

8. The November 1996 Control Board Order states that provisions of the DC Code and Municipal Regulations governing procurement "shall not apply" to the Board of Trustees of CEO. The Order states that the Board "shall adopt" policies, procedures, rules and regulations with regard to carrying out the Order; and that the Board of Trustees "may incorporate in its policies, procedures, rules and regulations of the Board of Education as it considers necessary or appropriate ..." To date, the Board of Trustees has not adopted, in writing, any policies, procedures, rules and regulations as the Order stipulated. In lieu of written procurement policies, procedures, rules, and regulations and in view of the emergency nature of the Fiscal Year 1997 CIP projects, we generally followed what we considered to be emergency procedures. Emergency procurement practices were followed ensuring competition and the award of contracts in the best interests of the school system.

9. In view of the emergency nature of the Fiscal Year 1997 CIP projects, DCPS decided to use a negotiated procurement process (wherein contracts were awarded to the most responsive offeror) rather than an advertised procurement process (wherein contracts would be awarded to the lowest responsive, responsible bidder).

10. DCPS did not require contractors under the Fiscal Year 1997 CIP projects to seek advance approval of subcontractors and we did not require contractors to identify all subcontractors they planned to use or did use in carrying out the contracts.

11. Regarding the indictment of two former DCPS officials and a DCPS contractor (in or about June 1997) –

a. I have made available to you all information in DCPS's possession related to the commission of these irregularities and the subsequent convictions.
b. These irregularities did not involve the Fiscal Year 1997 CIP procurements or contracts.
c. The perpetrators of these irregularities had no access to DCPS records related to the Fiscal Year 1997 CIP projects.
d. The perpetrators of these irregularities had no direct or indirect involvement with any of the Fiscal Year 1997 CIP contractors.
e. The internal and management control weaknesses that allowed these irregularities to occur were resolved and corrected so that they could not have affected the Fiscal Year 1997 CIP procurements and contracts.

12. Prior to closing contracts and making final contract payments, I plan to ensure that punch lists are complete, contractor and manufacturer warranties are obtained, all contract compliance requirements are met, any required price adjustments are made, and contract files are complete.

13. All work on the Fiscal Year 1997 CIP contracts was substantially complete by September 18, 1997.

14. Some change orders on the Fiscal Year 1997 CIP contracts are still being negotiated and change order requests will be processed as negotiations are completed.

15. There were no bid protests on any of the Fiscal Year 1997 CIP procurements.

16. The only dispute to date on any of the Fiscal Year 1997 CIP procurements was the situation involving Davis-Bacon Act compliance on the Built-Up Roofing contract for work at West Elementary School.

17. No events have occurred and not been documented for inclusion in the files made available to you that would have a material effect on the economy, efficiency, or results of the procurement and contracting process.

I will inform you immediately of any matters coming to my attention that would materially alter or affect any of the above representations.

Julius W. Becton, Jr.
DCPS Chief Executive Officer-Superintendent

Back to top of page

Appendix VI: Written Representations Not Provided by the DCPS Chief Operating Officer

DCPS LETTERHEAD

December 15, 1997

Cotton & Company, LLP
333 North Fairfax Street, Suite 401
Alexandria, Virginia 22314

In connection with your performance audit of the District of Columbia Public Schools (DCPS) Fiscal Year 1997 Capital Improvement Program (CIP) contracts for the purpose of evaluating the economy, efficiency, and results of the contracting and procurement process, I confirm, to the best of my knowledge and belief, the following representations made to you during your audit.

1. As DCPS's Chief Operating Officer, I was responsible for the planning, management, and administration of the contracting and procurement process related to the Fiscal Year 1997 CIP contracts.

2. DCPS has made available to you all –

a. Contract and procurement files, records, and related data.
b. Bids and proposals.
c. Documentation of contractor qualifications, negotiations, and evaluations.
d. Lists and supporting records related to the prequalification of potential contractors.
e. Documentation of contractor performance and completion.
e. Protests and disputes.

3. There have been no –

a. Irregularities or evidence of fraud involving management or employees who have significant roles in the Fiscal Year 1997 CIP procurement and contracting process.
b. Irregularities or evidence of fraud involving other employees that could have a material effect on the CIP procurement and contracting process.
c. Communications from regulatory or law enforcement agencies concerning noncompliance with, or deficiencies in, the CIP contracting and procurement process that could have a material effect on economy, efficiency, or results of the process.

4. There are no –

a. Violations or possible violations of laws or regulations whose effects on the economy, efficiency, or results of the CIP procurement and contracting process should be considered for disclosure.
b. Related party transactions or conflict of interest situations associated with the Fiscal Year 1997 CIP projects that should be considered for disclosure.

5. There are no actual or alleged procurement or contracting improprieties, irregularities, conflicts of interest, or evidence of fraud that our general counsel or outside counsel have advised us of in connection with the Fiscal Year 1997 CIP projects.

6. There are no material transactions related to the Fiscal Year 1997 CIP projects that have not been properly recorded in DCPS's accounting records.

7. DCPS has complied with all aspects of Congressional and Financial Responsibility and Management Assistance Authority mandates, orders, resolutions, and directives related to the Fiscal Year 1997 CIP projects that would have a material effect on the economy, efficiency, or results of the procurement and contracting process in the event of noncompliance.

8. The November 1996 Control Board Order states that provisions of the DC Code and Municipal Regulations governing procurement "shall not apply" to the Board of Trustees or CEO. The Order states that the Board "shall adopt" policies, procedures, rules and regulations with regard to carrying out the Order; and that the Board of Trustees "may incorporate in its policies, procedures, rules and regulations of the Board of Education as it considers necessary or appropriate ... " To date, the Board of Trustees has not adopted, in writing, any policies, procedures, rules and regulations as the Order stipulated. In lieu of written procurement policies, procedures, rules, and regulations and in view of the emergency nature of the Fiscal Year 1997 CIP projects, we generally followed what we considered to be emergency procedures. Emergency procurement practices were followed ensuring competition and the award of contracts in the best interests of the school system.

9. In view of the emergency nature of the Fiscal Year 1997 CIP projects, DCPS decided to use a negotiated procurement process (wherein contracts were awarded to the most responsive offeror) rather than an advertised procurement process (wherein contracts would be awarded to the lowest responsive, responsible bidder).

10. DCPS did not require contractors under the Fiscal Year 1997 CIP projects to seek advance approval of subcontractors and we did not require contractors to identify all subcontractors they planned to use or did use in carrying out the contracts.

11. Regarding the indictment of two former DCPS officials and a DCPS contractor (in or about June 1997) –

a. I have made available to you all information in DCPS's possession related to the commission of these irregularities and the subsequent convictions.
b. These irregularities did not involve the Fiscal Year 1997 CIP procurements or contracts.
c. The perpetrators of these irregularities had no access to DCPS records related to the Fiscal Year 1997 CIP projects.
d. The perpetrators of these irregularities had no direct or indirect involvement with any of the Fiscal Year 1997 CIP contractors.
e. The internal and management control weaknesses that allowed these irregularities to occur were resolved and corrected so that they could not have affected the Fiscal Year 1997 CIP procurements and contracts.

12. Prior to closing contracts and making final contract payments, I plan to ensure that punch lists are complete, contractor and manufacturer warranties are obtained, all contract compliance requirements are met, any required price adjustments are made, and contract files are complete.

13. I had anticipated that operating under emergency conditions and procedures would increase costs by about 30 percent.

14. All work on the Fiscal Year 1997 CIP contracts was substantially complete by September 18, 1997.

15. Some change orders on the Fiscal Year 1997 CIP contracts are still being negotiated and change order requests will be processed as negotiations are completed.

16. There were no bid protests on any of the Fiscal Year 1997 CIP procurements.

17. The only dispute to date on any of the Fiscal Year 1997 CIP procurements was the situation involving Davis-Bacon Act compliance on the Built-Up Roofing contract for work at West Elementary School.

18. No events have occurred and not been documented for inclusion in the files made available to you that would have a material effect on the economy, efficiency, or results of the procurement and contracting process.

I will inform you immediately of any matters coming to my attention that would materially alter or affect any of the above representations.

Charles E. Williams
DCPS Chief Operating Officer/Director of Facilities

Back to top of page

Appendix VII: Written Representations Not Provided by the DCPS General Counsel

DCPS LETTERHEAD

December 15, 1997

Cotton & Company, LLP
333 North Fairfax Street, Suite 401
Alexandria, Virginia 22314

In connection with your performance audit of the District of Columbia Public Schools (DCPS) Fiscal Year 1997 Capital Improvement Program (CIP) contracts for the purpose of evaluating the economy, efficiency, and results of the contracting and procurement process, I confirm, to the best of my knowledge and belief, the following representations made to you during your audit.

1. As DCPS's General Counsel, I was not directly responsible for the planning, management, and administration of the contracting and procurement process related to the Fiscal Year 1997 CIP contracts, but I was involved in some of these decision-making processes and am knowledgeable about the Fiscal Year 1997 CIP procurement and contracting process.

2. DCPS has made available to you all –

a. Contract and procurement files, records, and related data.
b. Bids and proposals.
c. Documentation of contractor qualifications, negotiations, and evaluations.
d. Lists and supporting records related to the prequalification of potential contractors.
e. Documentation of contractor performance and completion.
f. Protests and disputes.

3. There have been no –

a. Irregularities or evidence of fraud involving management or employees who have significant roles in the Fiscal Year 1997 CIP procurement and contracting process.
b. Irregularities or evidence of fraud involving other employees that could have a material effect on the CIP procurement and contracting process.
c. Communications from regulatory or law enforcement agencies concerning noncompliance with, or deficiencies in, the CIP contracting and procurement process that could have a material effect on economy, efficiency, or results of the process.

4. There are no –

a. Violations or possible violations of laws or regulations whose effects on the economy, efficiency, or results of the CIP procurement and contracting process should be considered for disclosure.
b. Related party transactions or conflict of interest situations associated with the Fiscal Year 1997 CIP projects that should be considered for disclosure.

5. There are no actual or alleged procurement or contracting improprieties, irregularities, conflicts of interest, or evidence of fraud that our outside counsel has advised us of in connection with the Fiscal Year 1997 CIP projects.

6. There are no material transactions related to the Fiscal Year 1997 CIP projects that have not been properly recorded in DCPS's accounting records.

7. DCPS has complied with all aspects of Congressional and Financial Responsibility and Management Assistance Authority mandates, orders, resolutions, and directives related to the Fiscal Year 1997 CIP projects that would have a material effect on the economy, efficiency, or results of the procurement and contracting process in the event of noncompliance.

8. The November 1996 Control Board Order states that provisions of the DC Code and Municipal Regulations governing procurement "shall not apply" to the Board of Trustees or CEO. The Order states that the Board "shall adopt" policies, procedures, rules and regulations with regard to carrying out the Order; and that the Board of Trustees "may incorporate in its policies, procedures, rules and regulations of the Board of Education as it considers necessary or appropriate ..." To date, the Board of Trustees has not adopted, in writing, any policies, procedures, rules and regulations as the Order stipulated. In lieu of written procurement policies, procedures, rules, and regulations and in view of the emergency nature of the Fiscal Year 1997 CIP projects, we generally followed what we considered to be emergency procedures. Emergency procurement practices were followed ensuring competition and the award of contracts in the best interests of the school system.

9. In view of the emergency nature of the Fiscal Year 1997 CIP projects, DCPS decided to use a negotiated procurement process (wherein contracts were awarded to the most responsive offeror) rather than an advertised procurement process (wherein contracts would be awarded to the lowest responsive, responsible bidder).

10. DCPS did not require contractors under the Fiscal Year 1997 CIP projects to seek advance approval of subcontractors and we did not require contractors to identify all subcontractors they planned to use or did use in carrying out the contracts.

11. Regarding the indictment of two former DCPS officials and a DCPS contractor (in or about June 1997 –

a. I have made available to you all information in DCPS's possession related to the commission of these irregularities and the subsequent convictions.
b. These irregularities did not involve the Fiscal Year 1997 CIP procurements or contracts.
c. The perpetrators of these irregularities had no access to DCPS records related to the Fiscal Year 1997 CIP projects.
d. The perpetrators of these irregularities had no direct or indirect involvement with any of the Fiscal Year 1997 CIP contractors.
e. The internal and management control weaknesses that allowed these irregularities to occur were resolved and corrected so that they could not have affected the Fiscal Year 1997 CIP procurements and contracts.

12. Prior to closing contracts and making final contract payments, I plan to ensure that punch lists are complete, contractor and manufacturer warranties are obtained, all contract compliance requirements are met, any required price adjustments are made, and contract files are complete.

13. All work on the Fiscal Year 1997 CIP contracts was substantially complete by September 18, 1997.

14. Some change orders on the Fiscal Year 1997 CIP contracts are still being negotiated and change order requests will be processed as negotiations are completed.

15. There were no bid protests on any of the Fiscal Year 1997 CIP procurements.

16. The only dispute to date on any of the Fiscal Year 1997 CIP procurements was the situation involving Davis-Bacon Act compliance on the Built-Up Roofing contract for work at West Elementary School.

17. No events have occurred and not been documented for inclusion in the files made available to you that would have a material effect on the economy, efficiency, or results of the procurement and contracting process.

I will inform you immediately of any matters coming to my attention that would materially alter or affect any of the above representations.

Cecilia Wirtz, Esquire
DCPS General Counsel

Back to top of page

Appendix VIII: Written Representations Not Provided by the DCPS Chief Financial Officer

DCPS LETTERHEAD

December 15, 1997

Cotton & Company, LLP
333 North Fairfax Street, Suite 401
Alexandria, Virginia 22314

In connection with your performance audit of the District of Columbia Public Schools (DCPS) Fiscal Year 1997 Capital Improvement Program (CIP) contracts for the purpose of evaluating the economy, efficiency, and results of the contracting and procurement process, I confirm, to the best of my knowledge and belief, the following representations made to you during your audit.

1. As DCPS's Chief Financial Officer, I was not directly responsible for the planning, management, and administration of the contracting and procurement process related to the Fiscal Year 1997 CIP contracts, but I am knowledgeable about the Fiscal Year 1997 CIP procurement and contracting process. Since October 1, 1997, I have been responsible for administration of the contracting and procurement process related to the Fiscal Year 1997 CIP contracts.

2. DCPS has made available to you all –

a. Contract and procurement files, records, and related data.
b. Bids and proposals.
c. Documentation of contractor qualifications, negotiations, and evaluations.
d. Lists and supporting records related to the prequalification of potential contractors.
e. Documentation of contractor performance and completion.
f. Protests and disputes.

4. There have been no –

a. Irregularities or evidence of fraud involving management or employees who have significant roles in the Fiscal Year 1997 CIP procurement and contracting process.
b. Irregularities or evidence of fraud involving other employees that could have a material effect on the CIP procurement and contracting process.
c. Communications from regulatory or law enforcement agencies concerning noncompliance with, or deficiencies in, the CIP contracting and procurement process that could have a material effect on economy, efficiency, or results of the process.

4. There are no –

a. Violations or possible violations of laws or regulations whose effects on the economy, efficiency, or results of the CIP procurement and contracting process should be considered for disclosure.
b. Related party transactions or conflict of interest situations associated with the Fiscal Year 1997 CIP projects that should be considered for disclosure.

5. There are no actual or alleged procurement or contracting improprieties, irregularities, conflicts of interest, or evidence of fraud that our general counsel or our outside counsel has advised us of in connection with the Fiscal Year 1997 CIP projects.

6. There are no material transactions related to the Fiscal Year 1997 CIP projects that have not been properly recorded in DCPS's accounting records.

7. DCPS has complied with all aspects of Congressional and Financial Responsibility and Management Assistance Authority mandates, orders, resolutions, and directives related to the Fiscal Year 1997 CIP projects that would have a material effect on the economy, efficiency, or results of the procurement and contracting process in the event of noncompliance.

8. The November 1996 Control Board Order states that provisions of the DC Code and Municipal Regulations governing procurement "shall not apply" to the Board of Trustees or CEO. The Order states that the Board "shall adopt" policies, procedures, rules and  regulations with regard to carrying out the Order; and that the Board of Trustees "may incorporate in its policies, procedures, rules and regulations of the Board of Education as it considers necessary or appropriate " To date, the Board of Trustees has not adopted, in writing, any policies, procedures, rules and regulations as the Order stipulated. In lieu of written procurement policies, procedures, rules, and regulations and in view of the emergency nature of the Fiscal Year 1997 CIP projects, we generally followed what we considered to be emergency procedures. Emergency procurement practices were followed ensuring competition and the award of contracts in the best interests of the school system.

9. In view of the emergency nature of the Fiscal Year 1997 CIP projects, DCPS decided to use a negotiated procurement process (wherein contracts were awarded to the most responsive offeror) rather than an advertised procurement process (wherein contracts would be awarded to the lowest responsive, responsible bidder).

10. DCPS did not require contractors under the Fiscal Year 1997 CIP projects to seek advance approval of subcontractors and we did not require contractors to identify all subcontractors they planned to use or did use in carrying out the contracts.

11. Regarding the indictment of two former DCPS officials and a DCPS contractor (in or about June 1997 –

a. I have made available to you all information in DCPS's possession related to the commission of these irregularities and the subsequent convictions.
b. These irregularities did not involve the Fiscal Year 1997 CIP procurements or contracts.
c. The perpetrators of these irregularities had no access to DCPS records related to the Fiscal Year 1997 CIP projects.
d. The perpetrators of these irregularities had no direct or indirect involvement with any of the Fiscal Year 1997 CIP contractors.
e. The internal and management control weaknesses that allowed these irregularities to occur were resolved and corrected so that they could not have affected the Fiscal Year 1997 CIP procurements and contracts.

12. Prior to closing contracts and making final contract payments, I plan to ensure that punch lists are complete, contractor and manufacturer warranties are obtained, all contract compliance requirements are met, any required price adjustments are made, and contract files are complete.

13. All work on the Fiscal Year 1997 CIP contracts was substantially complete by September 18, 1997.

14. Some change orders on the Fiscal Year 1997 CIP contracts are still being negotiated and change order requests will be processed as negotiations are completed.

15. There were no bid protests on any of the Fiscal Year 1997 CIP procurements.

16. The only dispute to date on any of the Fiscal Year 1997 CIP procurements was the situation involving Davis-Bacon Act compliance on the Built-Up Roofing contract for work at West Elementary School.

17. No events have occurred and not been documented for inclusion in the files made available to you that would have a material effect on the economy, efficiency, or results of the procurement and contracting process.

I will inform you immediately of any matters coming to my attention that would materially alter or affect any of the above representations.

Edward Stephenson
DCPS Chief Financial Officer

Back to top of page

Appendix IX: Written Representations Not Provided by the DCPS Chief of Capital Projects

DCPS LETTERHEAD

December 15, 1997

Cotton & Company, LLP
333 North Fairfax Street, Suite 401
Alexandria, Virginia 22314

In connection with your performance audit of the District of Columbia Public Schools (DCPS) Fiscal Year 1997 Capital Improvement Program (CIP) contracts for the purpose of evaluating the economy, efficiency, and results of the contracting and procurement process, I confirm, to the best of my knowledge and belief, the following representations made to you during your audit.

1. As DCPS's Chief of Capital Projects, I was responsible for the planning, management, and administration of the contracting and procurement process related to the Fiscal Year 1997 CIP contracts.

2. DCPS has made available to you all –

a. Contract and procurement files, records, and related data.
b. Bids and proposals.
c. Documentation of contractor qualifications, negotiations, and evaluations.
d. Lists and supporting records related to the prequalification of potential contractors.
e. Documentation of contractor performance and completion.
f. Protests and disputes.

3. There have been no –

a. Irregularities or evidence of fraud involving management or employees who have significant roles in the Fiscal Year 1997 CIP procurement and contracting process.
b. Irregularities or evidence of fraud involving other employees that could have a material effect on the CIP procurement and contracting process.
c. Communications from regulatory or law enforcement agencies concerning noncompliance with, or deficiencies in, the CIP contracting and procurement process that could have a material effect on economy, efficiency, or results of the process.

4. There are no –

a. Violations or possible violations of laws or regulations whose effects on the economy, efficiency, or results of the CIP procurement and contracting process should be considered for disclosure.
b. Related party transactions or conflict of interest situations associated with the Fiscal Year 1997 CIP projects that should be considered for disclosure.

5. There are no actual or alleged procurement or contracting improprieties, irregularities, conflicts of interest, or evidence of fraud that our general counsel or outside counsel have advised us of in connection with the Fiscal Year 1997 CIP projects.

6. There are no material transactions related to the Fiscal Year 1997 CIP projects that have not been properly recorded in DCPS's accounting records.

7. DCPS has complied with all aspects of Congressional and Financial Responsibility and Management Assistance Authority mandates, orders, resolutions, and directives related to the Fiscal Year 1997 CIP projects that would have a material effect on the economy, efficiency, or results of the procurement and contracting process in the event of noncompliance.

8. The November 1996 Control Board Order states that provisions of the DC Code and Municipal Regulations governing procurement "shall not apply" to the Board of Trustees or CEO. The Order states that the Board "shall adopt" policies, procedures, rules and regulations with regard to carrying out the Order; and that the Board of Trustees "may incorporate in its policies, procedures, rules and regulations of the Board of Education as it considers necessary or appropriate ..." To date, the Board of Trustees has not adopted, in writing, any policies, procedures, rules and regulations as the Order stipulated. In lieu of written procurement policies, procedures, rules, and regulations and in view of the emergency nature of the Fiscal Year 1997 CIP projects, we generally followed what we considered to be emergency procedures. Emergency procurement practices were followed ensuring competition and the award of contracts in the best interests of the school system.

9. On view of the emergency nature of the Fiscal Year 1997 CIP projects, DCPS decided to use a negotiated procurement process (wherein contracts were awarded to the most responsive offeror) rather than an advertised procurement process (wherein contracts would be awarded to the lowest responsive, responsible bidder).

10. DCPS did not require contractors under the Fiscal Year 1997 CIP projects to seek advance approval of subcontractors and we did not require contractors to identify all subcontractors they planned to use or did use in carrying out the contracts.

11. Regarding the indictment of two former DCPS officials and a DCPS contractor (in or about June 1997 –

a. I have made available to you all information in DCPS's possession related to the commission of these irregularities and the subsequent convictions.
b. These irregularities did not involve the Fiscal Year 1997 CIP procurements or contracts.
c. The perpetrators of these irregularities had no access to DCPS records related to the Fiscal Year 1997 CIP projects.
d. The perpetrators of these irregularities had no direct or indirect involvement with any of the Fiscal Year 1997 CIP contractors.
e. The internal and management control weaknesses that allowed these irregularities to occur were resolved and corrected so that they could not have affected the Fiscal Year 1997 CIP procurements and contracts.

12. Prior to closing contracts and making final contract payments, I plan to ensure that punch lists are complete, contractor and manufacturer warranties are obtained, all contract compliance requirements are met, any required price adjustments are made, and contract files are complete.

13. All work on the Fiscal Year 1997 CIP contracts was substantially complete by September 18, 1997.

14. Some change orders on the Fiscal Year 1997 CIP contracts are still being negotiated and change order requests will be processed as negotiations are completed.

15. There were no bid protests on any of the Fiscal Year 1997 CIP procurements.

16. The only dispute to date on any of the Fiscal Year 1997 CIP procurements was the situation involving Davis-Bacon Act compliance on the Built-Up Roofing contract for work at West Elementary School.

17. No events have occurred and not been documented for inclusion in the files made available to you that would have a material effect on the economy, efficiency, or results of the procurement and contracting process.

I will inform you immediately of any matters coming to my attention that would materially alter or affect any of the above representations.

Terry Hernson
Chief, DCPS Capital Projects

Back to top of page

Appendix X: Written Representations Not Provided by the DCPS Former Chief of Contract Administration

DCPS LETTERHEAD

December 15, 1997

Cotton & Company, LLP
333 North Fairfax Street, Suite 401
Alexandria, Virginia 22314

In connection with your performance audit of the District of Columbia Public Schools (DCPS) Fiscal Year 1997 Capital Improvement Program (CIP) contracts for the purpose of evaluating the economy, efficiency, and results of the contracting and procurement process, I confirm, to the best of my knowledge and belief, the following representations made to you during your audit.

1. As DCPS's Chief of Contract Administration during Fiscal Year 1997, I was responsible for the planning, management, and administration of the contracting and procurement process related to the Fiscal Year 1997 CIP contracts.

2. DCPS has made available to you all –

a. Contract and procurement files, records, and related data.
b. Bids and proposals.
c. Documentation of contractor qualifications, negotiations, and evaluations.
d. Lists and supporting records related to the prequalification of potential contractors.
e. Documentation of contractor performance and completion.
f. Protests and disputes.

3. There have been no –

a. Irregularities or evidence of fraud involving management or employees who have significant roles in the Fiscal Year 1997 CIP procurement and contracting process.
b. Irregularities or evidence of fraud involving other employees that could have a material effect on the CIP procurement and contracting process.
c. Communications from regulatory or law enforcement agencies concerning noncompliance with, or deficiencies in, the CIP contracting and procurement process that could have a material effect on economy, efficiency, or results of the process.

4. There are no –

a. Violations or possible violations of laws or regulations whose effects on the economy, efficiency, or results of the CIP procurement and contracting process should be considered for disclosure.
b. Related party transactions or conflict of interest situations associated with the Fiscal Year 1997 CIP projects that should be considered for disclosure.

5. There are no actual or alleged procurement or contracting improprieties, irregularities, conflicts of interest, or evidence of fraud that our general counsel or outside counsel have advised us of in connection with the Fiscal Year 1997 CIP projects.

6. There are no material transactions related to the Fiscal Year 1997 CIP projects that have not been properly recorded in DCPS's accounting records.

7. DCPS has complied with all aspects of Congressional and Financial Responsibility and Management Assistance Authority mandates, orders, resolutions, and directives related to the Fiscal Year 1997 CIP projects that would have a material effect on the economy, efficiency or results of the procurement and contracting process in the event of noncompliance.

8. The November 1996 Control Board Order states that provisions of the DC Code and Municipal Regulations governing procurement "shall not apply" to the Board of Trustees or CEO. The Order states that the Board "shall adopt" policies, procedures, rules and regulations with regard to carrying out the Order; and that the Board of Trustees "may incorporate in its policies, procedures, rules and regulations of the Board of Education as it considers necessary or appropriate ..." To date, the Board of Trustees has not adopted, in writing, any policies, procedures, rules and regulations as the Order stipulated. In lieu of written procurement policies, procedures, rules, and regulations and in view of the emergency nature of the Fiscal Year 1997 CIP projects, we generally followed what we considered to be emergency procedures. Emergency procurement practices were followed ensuring competition and the award of contracts in the best interests of the school system.

9. In view of the emergency nature of the Fiscal Year 1997 CIP projects, DCPS decided to use a negotiated procurement process (wherein contracts were awarded to the most responsive offeror) rather than an advertised procurement process (wherein contracts would be awarded to the lowest responsive, responsible bidder).

10. DCPS did not require contractors under the Fiscal Year 1997 CIP projects to seek advance approval of subcontractors and we did not require contractors to identify all subcontractors they planned to use or did use in carrying out the contracts.

11. Regarding the indictment of two former DCPS officials and a DCPS contractor (in or about June 1997 –

a. I have made available to you all information in DCPS's possession related to the commission of these irregularities and the subsequent convictions.
b.These irregularities did not involve the Fiscal Year 1997 CIP procurements or contracts.
c. The perpetrators of these irregularities had no access to DCPS records related to the Fiscal Year 1997 CIP projects.
d. The perpetrators of these irregularities had no direct or indirect involvement with any of the Fiscal Year 1997 CIP contractors.
e. The internal and management control weaknesses that allowed these irregularities to occur were resolved and corrected so that they could not have affected the Fiscal Year 1997 CIP procurements and contracts.

12. I estimated that operating under emergency conditions and procedures would increase costs by about 25 to 30 percent.

13. All work on the Fiscal Year 1997 CIP contracts was substantially complete by September 18, 1997.

14. Some change orders on the Fiscal Year 1997 CIP contracts are still being negotiated and change order requests will be processed as negotiations are completed.

15. There were no bid protests on any of the Fiscal Year 1997 CIP procurements.

16. The only dispute to date on any of the Fiscal Year 1997 CIP procurements was the situation involving Davis-Bacon Act compliance on the Built-Up Roofing contract for work at West Elementary School.

17. No events have occurred and not been documented for inclusion in the files made available to you that would have a material effect on the economy, efficiency, or results of the procurement and contracting process.

I will inform you immediately of any matters coming to my attention that would materially alter or affect any of the above representations.

Christopher Lipscombe
Former Chief of DCPS Contract Administration

Back to top of page


Send mail with questions or comments to webmaster@dcwatch.com
Web site copyright ©DCWatch (ISSN 1546-4296)