MURIEL BOWSER
MAYOR
October 10, 2023
Honorable Phil Mendelson
Chairman
Council of the District of Columbia
John A. Wilson Building
1350 Pennsylvania Avenue, NW, Suite 504
Washington, DC 20004
Dear Chairman Mendelson:
Pursuant to section 451 of the District of Columbia Home Rule Act (D.C. Official Code § 1-
204.51) and section 202 of the Procurement Practices Reform Act of 2010 (D.C. Official Code §
2-352.02), enclosed for consideration and approval by the Council of the District of Columbia is
Modification No. 4 to Contract No. DCAM-20-CS-RFQ-0001F with Advanced Air Mechanical
Systems, Inc. to exercise option year three of the contract in the not-to-exceed amount of
$5,000,000. The modification’s period of performance is from November 16, 2023, to November
15, 2024.
Under the proposed modification, Advanced Air Mechanical Systems, Inc., will continue to
provide on-call construction, repair, and replacement services at schools, parks, recreation
facilities, municipal buildings, fire and police stations, short-term family housing units, and other
public locations under its contract with the Department of General Services (“DGS”).
If you have any questions regarding the proposed contract modification, please contact Delano
Hunter, Acting Director of DGS, or have your staff contact George G. Lewis, DGS’s Chief of
Contracts and Procurement, at (202) 727-2800.
I look forward to the Council’s favorable consideration of this contract.
Sincerely,
Muriel Bowser
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
____________________________________________________________________________________
Pursuant to section 202(c-3) of the Procurement Practices Reform Act of 2010, as amended, D.C.
Official Code § 2-352.02(c-3), the following contract summary is provided:
COUNCIL CONTRACT SUMMARY
(Options)
Proposed Modification No. 4 to Contract No. DCAM-20-CS-RFQ-0001F for On-Call
Construction, Repair and Replacement (“CRR”) Services
Exercise of Option Year 003
(A) Contract Number: DCAM-20-CS-RFQ-0001F
Modification No. 4 to exercise Option Year 003
Proposed Contractor: Advanced Air Mechanical Systems, Inc. (the “Contractor”)
Proposed Contract Amount
(Option Year 003): Guaranteed Minimum: $50
Not-to-Exceed (“NTE”) Amount: $5,000,000
Term of Contract
(Option Year 003): November 16, 2023, through November 15, 2024
Type of Contract: Indefinite Delivery/Indefinite Quantity (“ID/IQ”)
(B) Identifying number of the underlying contract, including the identifiers assigned to the
underlying contract by the Council for the base period and any subsequent option periods:
Contract (Base Year): DCAM-20-CS-RFQ-0001F
Council Approval: CA23-0723, November 12, 2020
Contract Amount: Guaranteed Minimum: $50; Aggregate NTE: $5,000,000
Partial Exercise of Option Year 001: Modification No. 1
Option Year 001 Amount: Guaranteed Minimum: $50; Aggregate NTE: $990,000
Full Exercise of Option Year 001: Modification No. 2
Council Approval: PR24-0728, May 3, 2022
Option Year 001 Amount: Guaranteed Minimum: $50; Aggregate NTE: $5,000,000
Exercise of Option Year 002: Modification No. 3
Council Approval: CA24-0698, November 7, 2022
Option Year 002 Amount: Guaranteed Minimum: $50; NTE: $5,000,000
Exercise of Option Year 003: Proposed Modification No. 4
Proposed Option Year 003 Amount: Guaranteed Minimum: $50; NTE: $5,000,000
(C) A statement that Citywide Clean Hands database indicates that the proposed contractor is
current with its District taxes. If the Citywide Clean Hands Database indicates that the
proposed contractor is not current with its District taxes, either: (1) a certification that the
contractor has worked out and is current with a payment schedule approved by the District;
or (2) a certification that the contractor will be current with its District taxes after the District
recovers any outstanding debt as provided under D.C. Official Code § 2-353.01(b):
The Citywide Clean Hands database indicates that the Contractor is current with its District taxes.
The relevant certification is attached.
(D) A statement that the proposed contract is within the appropriated budget authority for the
agency for the fiscal year and is consistent with the financial plan and budget adopted in
accordance with D.C. Official Code §§ 47-392.01 and 47-392.02:
The Office of the Chief Financial Officer has certified that the guaranteed minimum value of $50 of
proposed Modification No. 4 is within the appropriated budget authority for the agency and is
consistent with the financial plan and budget adopted in accordance with D.C. Official Code §§ 47-
392.01 and 47-392.02. The applicable Fiscal Sufficiency certification accompanies this Council
Package.
(E) A certification that the proposed contractor has not been determined to be in violation of D.C.
Official Code § 1-1163.34a:
Based upon a certification from the Contractor, the Contractor has not been determined to be in
violation of D.C. Official Code § 1-1163.34a.
Government of the District of Columbia
Office of the Chief Financial Officer 1101 4th Street, SW
Office of Tax and Revenue Washington, DC 20024
Date of Notice: September 21, 2023 Notice Number: L0010259072
ADVANCED AIR MECHANICAL SYSTEMS INC FEIN: **-***3488
2316 RHODE ISLAND AVE NE Case ID: 1664177
WASHINGTON DC 20018-2829
CERTIFICATE OF CLEAN HANDS
As reported in the Clean Hands system, the above referenced individual/entity has no outstanding
CO
liability with the District of Columbia Office of Tax and Revenue or the Department of Employment
Services. As of the date above, the individual/entity has complied with DC Code § 47-2862, therefore
this Certificate of Clean Hands is issued.
TITLE 47. TAXATION, LICENSING, PERMITS, ASSESSMENTS, AND FEES
CHAPTER 28 GENERAL LICENSE
SUBCHAPTER II. CLEAN HANDS BEFORE RECEIVING A LICENSE OR PERMIT
D.C. CODE § 47-2862 (2006)
PY
§ 47-2862 PROHIBITION AGAINST ISSUANCE OF LICENSE OR PERMIT
Authorized By Melinda Jenkins
Branch Chief, Collection and Enforcement Administration
To validate this certificate, please visit MyTax.DC.gov. On the MyTax DC homepage, click the
“Validate a Certificate of Clean Hands” hyperlink under the Clean Hands section.
1101 4th Street SW, Suite W270, Washington, DC 20024/Phone: (202) 724-5045/MyTax.DC.gov
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
Memorandum
To: Delano Hunter
Acting Director
From: Antoinette Hudson Beckham
Agency Fiscal Officer
Department of General Services
Reference: On-Call Construction, Repair & Replacement (CRR) Services
Modification No. 4 to Contract No. DCAM-20-CS-RFQ-0001F with Advanced Air
Mechanical System, Inc.
Full Exercise of Option Year 003
Date: September 21, 2023
Subject: Fiscal Sufficiency Review
In my capacity as the Agency Fiscal Officer of the Department of General Services (the
“Department”), I hereby certify that Modification No. 4 to Contract No. DCAM-20-CS-RFQ-0001F
for On-Call Construction, Repair & Replacement Services between the Department and Advanced
Air Mechanical System, Inc. (the “Contractor”) with a Not-To-Exceed (“NTE”) value of
$5,000,000.00 has a guaranteed minimum value of $50.00 that is consistent with the Department’s
current budget and that adequate funds are available in the budget for the expenditure. The $50.00
minimum value is hereby certified.
Funds supporting individual task order agreements, above the minimum amount certified of $50.00,
to be issued against the base period (“Base Period”) and four (4) one-year option periods (“Option
Years”) aggregate NTE value of $5,000,000.00, will be reviewed for certification and approval at
the time of issuance of any such task order agreements. Each task order is subject to availability of
appropriated funds. Task orders, ineligible for capital expenditure, will be funded under the
Department of General Services (DGS) operating budget, if funding is available.
The Department of General Services (AM0-Owner/Implementing AGY) has $50.00 in its
cumulative capital budget allotment balance.
Fiscal Sufficiency Review
On-Call Construction, Repair & Replacement (CRR) Services
Contract Number: DCAM-20-CS-RFQ-00001F
Modification No. 4 – Exercise of Option Year 003
The PASS information is attached/ below:
Project Number/ Fund Imp. Owner RK/PO Amount Comments
Name Subtask AY Detail Agency Agency
100144 04.01(A9034.A9034.PREV N/A 3030300 AM0 AM0 RK258263 $50.00
(AM0.PL902C.CRIT ENTATIVE/CRITICAL
ICAL SYSTEM CAPITAL POOL
REPLACEMENT) CNSTR.PREVENTATIVE/
CRITICAL CAPITAL
POOL CNSTN)
Total $50.00
for AHB
_____________________________
Antoinette Hudson Beckham
Agency Fiscal Officer
Department of General Services
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
___________________________________________________________________________
OFFICE OF THE GENERAL COUNSEL
MEMORANDUM
TO: Thomas Wells
Director, Office of Policy and Legislative Affairs
FROM: Kristen Walp
Senior Assistant General Counsel
SUBJECT: Legal Sufficiency Certification
Proposed Modification No. 4 to Basic Ordering Agreement for On-Call Construction,
Repair & Replacement Services
Contract Number: DCAM-20-CS-RFQ-0001F
Contractor: Advanced Air Mechanical Systems, Inc.
DATE: September 29, 2023
_____________________________________________________________________________
This is to certify that this Office has reviewed the above-referenced proposed Modification No. 4
and has found it to be legally sufficient, subject to submission of: (i) any required materials and
Council approval; (ii) Council’s approval of the same; and (iii) a Fiscal Certification issued by the
Department of General Services’ Agency Fiscal Officer.
Please feel free to contact me at (202) 727-2800 with any questions.
____________________________
Kristen Walp
Senior Assistant General Counsel
3924 Minnesota Avenue NE, 6th Floor Washington DC 20019 | Telephone (202) 727-2800 | Fax (202) 727-7283
MODIFICATION OF CONTRACT BCONTR AGT0001F
NO Page of Paes 2
lz MODFICRTION NOWBER EFFECTIVE DATE DoAM20.
PURCHASE REGUSTION NO c8-RFO. A
CAPTION
On-Call Consist, Ropar &
[eTSSUEDEYMoeaton No.4 S00 sock 160 rekase2 6
[7-AOWINISTERED BY (Wath an Tam Gy Replacem ent CORR") Sonfees
Deparment of GeneraServices Deparmen of Generalt Senicas
Contactin g and Procurement Division Capital Constuet on Dison
3824 Minnesota Avene NE.
Washington, D¢ 200t8 Sth Flor 3824 MinnesctaAvenvo
Washingto n, Be 20018
NE, Sth Foor
IF NAME AND ADDRESS OF CONTRACTOR (Numba, aoa coin, Sats and ZIP Goda)" — [BX AMENDMENT OF SOUIGTIATION WONGER
‘Advanced Air Mechaical 8ystoms,
2316 Rhode Ilan Avonue NE ne 56, DATED (SEETIEMTV
Washington, 06 20018 0K. ODIFIGATIONOF CONTRAGTIORSER WOWEER
‘at: Kata Kang OSAM20. c8-Reo-
Ema: Keangaams@gmal.com 0B. DATED GEE 0001FITEM 3p
“17. THIS ITEMONLYAPPLIES TO AMENDME November 16,2020
[alte above numbered sotaion amended asstforth in fem 14. The hour and date specfed NTS OF SOLICITATIONS:
for receipt of Ofers|—Joonded [Je rat ertnded
[Ofers must acknowledge receipt ofthis amendment prior othe hourand date specified in the sofotation
|completing items 8 and 15, and rturing copiesofth e amendmen or as amended, by ane othe following matheds @) By
t (b) By acknowled ging receipt
submitoc oF (c) By separate letr or electronic communication which includes a rference tothe solctaton andofthis amendment on each copy of the offer
[ACKNOWLEDGMENT TO BE RECEIVEDATTHE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THEt numbers. amendmen FAILURE Ot YOUR
RESULT IN REJECTION OF YOUR OFFER. ify viru ofthis amendment you desire to change an offer already submitod, such HOUR AND DATE SPECIFIED MAY
electronic communication, provided each lett
lopening hour and date specified orelectro
ernic communication makes reference tothe solicitation and this amendment,change may be madeby eto or
and ie recaived prot tthe
[12 Accounting andAppropriationData (¥ Required)
‘1S. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTSIOROERS.
IT MODIFIES THE
Oke [A-THIS CHANGE ORDER IS ISSUED PURSUANTTO:CONTRACTI ORDER NO. AS DESCRIBED IN ITEM 14.
(Specify authonfy) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE GONTRAGT
‘ONE lORDER NUMBER IN ITEM 104,
IB. THE ABOVE NUMBERED CONTRAGTIORDER
lapproprition data, et) SET FORTH IN ITEM 14, IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES [auch as changes ih paying OCS,
|G. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF
ID. OTHER (Speciy ype of modification and authoriy)
[Tite 27 DCMR Section 4728 andContract No. DCAM-20-CS-RFQ-0001F
IMPORTANT. —_Coneacir—_[snot, |X [sr
tosigntisd
oqr ocumentan
ed drum 1_copyto
[4 DESCRIPTION OF AMENDMENTIMODIFICATION (Organized by UGF section headings, incuding solctaton/contradlsubjedttewating mater
ace
where Teast)
Basie Ordering Agreement (BOA) No. DGAM-20-CS-RFQ-0001F for On-Call Construction, Repalr& Replacement ("CRR") Services is hereby modifed as folows
+ Exerolse of Option Year 003:in accordance with Section 1.6ofthe Contract (Basic Ordering Agreement,or °BOA'), the Department hereby exercises Option
‘Year 003 and extends th term ofthe BOA through November 15, 2024. The fll term of Option Year 003 is rom November 16, 2023 through November 15,
£2024, The continuation of services beyond September 30, 2024 is subject tothe avalabilty ofappropriated FY25 budget funding,
2 Minimum Guaranteed & Not-to-Exceed ("NTE") Value of Agreement. Inaccordance with SectionNos, 1.8 & 1.9 ofthe BOA, the Contractor shall be entitled
to receive a minimumof $50.00. The Contract has an aggregate NTE amountof$5,000,000.00
BOA. All workwilbe awarded and released on acompetitive basis through individual task orderforagreements,
Option Year 003foral services to be provided uncer this
3 Changeof Address: The Contractor'scurrentaddressis herebychangedfrom2826 Newton Street, NE, WashingtonDC2001 o2546
8 Rhode Island
‘Avenue NE, Washington DC 20018,
4 Terms & Conditions. Excep asprovided
t herein, al terms and conditions ofthe document referenced in item9A or 10A, as heretofore chenged, remains
‘unchanged and in full force and effect.
5 Release. itis mutualy agreed that in exchange for this Change Order and otherconsiderations, the Contractor hereby releases, waives, settles, and holds the
Department harmless from any and ail actual
{xtonsions, compensations oF lability under anyor potential claims or demands for delays, disruptions, addtional work, aditonal time, adltonal cost. contract
theory, whether known or unknown, thatthe Contractor may have now or inthe future against the Department
arising fromor out of, as consequence or result of, relating toor in anymannerconnected with this Change Order, the above-referenced Project and the