MURIEL BOWSER
MAYOR
December 6, 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 202ofthe Procurement Practices Reform Act of 2010 (D.C. Official Code §
2-352.02), enclosed for consideration and approval by the Council of the District of Columbia is
proposed Modification No. 4 to Contract No. DCAM-20-CS-RFQ-0001C with Allstate Floors of
DC, LLC, to exercise option year three in the not-to-exceed amount of $5,000,000. The period of
performance is from December 31, 2023, through December 30, 2024.
Under the proposed modification, Allstate Floors of DC, LLC, 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.
My administration is available to discuss any questions you may have regarding the proposed
contract modification. To facilitate a response to any questions you may have, please contact
Delano Hunter, Acting Director, DGS, or have your staff contact George G. Lewis, Chief of
Contracts and Procurement, DGS, at (202) 727-2800.
Took forward to the Council’s favorable considerationofthis contract modification.
Sincerely,
Mur! Boxser_
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)
Modification No. 4 to Contract No. DCAM-20-CS-RFQ-0001C for On-Call Construction, Repair
and Replacement (“CRR”) Services
Exercise of Option Year 003
(A) Contract Number: DCAM-20-CS-RFQ-0001C
Modification No. 4 to exercise Option Year 003
Proposed Contractor: Allstate Floors of DC, LLC (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): December 31, 2023, through December 30, 2024
Type of Contract: Indefinite Delivery/Indefinite Quantity (“IDIQ”)
(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-0001C
Council Approval: CA23-0775, December 20, 2020
Contract Amount: Guaranteed Minimum: $50; 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
Option Year 001 Amount: Guaranteed Minimum: $50; Aggregate NTE: $990,000
Exercise of Option Year 002: Modification No. 3
Council Approval: CA24-0715, November 11, 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 the 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: November 22, 2023 Notice Number: L0010519937
ALLSTATE FLOORS OF DC, LLC FEIN: **-***0878
3389 STEPHENSON PL NW Case ID: 1725392
WASHINGTON DC 20015-2451
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-0001C with Allstate
Floors of DC, LLC
Exercise of Option Year 003
Date: November 9, 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-
0001C for On-Call Construction, Repair & Replacement Services between the Department and
Allstate Floors of DC, LLC (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-00001C
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 RK258253 $50.00
(AM0.PL902C.CR ENTATIVE/CRITICAL
ITICAL 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-0001C
Contractor: Allstate Floors of DC, LLC
DATE: November 22, 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
CONTRACT
NO Page 10ofofRaat Pages
MODIFICATION OF CONTRACT DCAM.20-08-RFO-00016 1 2
IZ HODIFICATION NOWBER EFFECTIVEDATE PURCHASE REQUISITION N IS-CAPTION
On-Call Construction, Repair &
Medication No.4 See Block 166 x256253 Replacement (CRR’) Services
is TSSUEDEY: 17-AONINISTERED BY (fotertan Ram 6)
Department of General Services Department ofGeneral Services
Contracting and Procurement Division Captal Construction Division
£3824 Minnesota Avenue NE, Sth Flor 13824 Minnesota Avenue NE, Sth Floor
‘Washington, D¢ 20019 Wiashingion, D¢ 20019
[&- NAME AND ADDRESS OF CONTRACTOR (Nuriber,sreet counly. Sale and ZIP Gode) | 8A AMENOMENT OF SOLICITATION NUMBER
Alsiate Floors of DC, LLC [98 DATED (SEE TTEM 11)
6031 Kansas Avenue NW, Unit 200
Washington Dc, 20011 FOX MODIFIGATION OF CONTRACTIOROER NUMBER
‘Ain: Jacelyn M Greenwell x lbcaw.20-cs.RFO-00016.
mal: jacslyngreenwel@alstatetioors com FOB, DATED (SEE ITEM 13)
December 31, 2020,
"T1-THIS ITEM ONLY APPLIES TO AVENDMENTS OF SOLICITATIONS:
| JT above numberedsaation e amendedas satforth intem 14,The hou and daespecified or receiptofOfers [Js edendea [__JJs notextended
[Ofiers must acknowledge receicofthis amendment prior tothe hourand date specified in the solicitation or as amended, by one ofthe folowing methods:
(a) By completing items 8 and 15, and returning ‘copies ofthe amendment; (b) By acknowledging receipt ofthis amendment on each copy of
the offer submited: or (c) By separate letter or electronic communication which includes a reference to the solctation and amendment numbers. FAILURE
JOF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE
|SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. Ifby vitue ofthis amendment you desire to change an offer already submited, such change
may be made by letter orelectroniccommunication, provided each letter or electronic communication makes reference tothe solictation and this
Jamendment, and is received prior tothe opening hour and date specified.
72 Accounting and Appropriation Data (f Required)
"TS. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTSIOROERS.
IT MODIFIES THE CONTRACTIORDER NO. AS DESCRIBED IN ITEM 14.
THESE A THIS CHANGE ORDER TS ISSUED PURSUANT TO: (Speciy authoriy) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE
NTRACT ORDER NUMBER IN ITEM 108.
IS. THE ABOVE NUMBERED CONTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying
lice, appropriation data, etc)SET FORTH IN ITEM 14
[C. THIS SUPPLEMENTALAGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF
ID- OTHER (Speci type of modification and authoriy)
Tite 27 DCMSection4728 and Contract No. DCAM-20-CS-RFQ-0001C.
lEmiPortant: contactor [snot [x [xrequredtosign his documentandretim 1 _eopytotheeaungoon
Fra, DESCRIPTION OF AMENDMENTIMODIFICATION (Organized by UGF secon Readings, Including solctaton/eoniract subject matte where feasible)
Basic Ordering Agreement (BOA) No. DCAM-20-C$-RFQ-0001C for On-Call Construction, Repair& Replacement "CRR") Services is hereby modified as
fotows:
1. Exercise of Option Year 003: In accordance with Section 1.6 ofthe Contract (Basic Ordering Agreement, or“BOA’), the Department hereby exercises,
‘Option Year 003 and extends the term of the BOA through December 30, 024. The fll term of Option Year 003 is from December 31, 2023, through
December 30, 2024. The continuationofservices beyond September 30, 2024, is subject othe availably of appropriated FY2S budget funding
2. Minimum Guaranteed & Notto-Exceed ("NTE") Value of Agreement. In accordance with Section Nos. 1.8 & 1.9 of the BOA, the Contractor shall
‘entied to receive @ minimum of $50.00. The Contract has an aggregate NTE amountof$5,000,000.00 for Option Year 003 for al services to be
provided under this BOA. Al work willbe awarded and released on a compettve basis through individual task order agreements.
3 Terms & Conditions, Excopt as provided herein, all terms and conditions ofthe document referenced in Item 8A or 10A,as heretofore changed,
remains unchanged and in full force and effect.
4 Release. itis mutually agreed that in exchange fortis Change Order and other considerations, the Contractor hereby releases, waives, settles, and
holds the Department harmless from any and all actual or potential claims or demands for delays, disruptions, adlional work, addtional time, aditonal
cost, contractextensions, compensations or ably under anytheory, whether known or unknown, thatthe Contractor may have now or in the future
‘against the Department arsing from or out of, & consequence or result of, relating to or in any manner connected with this Change Order, the above
referenced Project. and the Contract Work,
FA NAME
ANDTITLE OF SIGNER(Typeor in TA NAME
ANDTITLE OF CONTRACTING OFFIGER Type
oFBn)
fAecolyn MGreenwet_(~\, Obaidullah Ranjbar, Contracting Officer
5S CONTRACTORIPFFEROR [DATE SIGNED |T65_ DISTRICT OF COLUMETA 66 DATE SIGNED)
4 nf fom
‘Signatureof parSon authorized
to sign) (Signature
of Contracting Office
(Continuation)
CONTRACT NUMBER Modification Number Page of Pages
DCAM20.68-RFO.00016 Modication No.4 2012
5. Agroomont RECAP:
Basic Ordering Agreement Executed on Decomber 31, 2020 '$6,000,000.00
Moditetion No. Modifistion No. (Patil Exerise ofOption YearO01) ‘$990,000.00,
Modification No.2 ofOptionYear O01)
Modification No. 2 (Full Exercise $980,000.00
Modiistion No.3 ‘Modifiation No.3 (Gxeresof OptionYear002) 5,000,000.00
Modiiation No.4 Proposed