MURIEL BOWSER
MAYOR
December 21, 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
proposed definitized Contract No. DCAM-22-CS-IFB-0009 with Winmar, Inc. in the not-to-
exceed amount of $1,151,040 (including an existing letter contract amount of $990,000). The
contract’s period of performance is from August 9, 2023, through June 28, 2024.
Under the proposed contract, Winmar, Inc. will replace the roof and provide other upgrades to the
Department of Youth Rehabilitation Services’ Youth Services Center.
My administration is available to discuss any questions you may have regarding the proposed
contract. In order to facilitate a response to any questions you may have, please contact Delano
Hunter, Director, Department of General Services (“DGS”), or have your staff contact George G.
Lewis, Chief of Contracts and Procurement, DGS, 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-1) of the Procurement Practices Reform Act of 2010, as amended, D.C.
Official Code § 2-352.02(c), the following Contract summary is provided:
COUNCIL CONTRACT SUMMARY
(Letter Contract)
Proposed Contract for Construction Services for Department of Youth Rehabilitation Services’
(DYRS)Youth Services Center Roof Replacement and Upgrades
(A) Contract Number: DCAM-22-CS-IFB-0009 (the “Contract”)
Proposed Contractor: Winmar, Inc. (the “Contractor”)
Contract Amount: $1,151,040.00
Term of Contract: The term of the Contract shall be from August 9,
2023, through June 28, 2024 (“Substantial
Completion Date”). Final Completion will be
required no later than thirty days (30) after
Substantial Completion. (“Final Completion Date”).
Type of Contract: Fixed Price Contract
Source Selection Method: Invitation for Bids (“IFB”)
(B) For a contract containing option periods, the contract amount for the base period and for
each option period. If the contract amount for one or more of the option periods differs from
the amount for the base period, provide an explanation of the reason for the difference:
Not applicable.
(C) The date on which the letter contract or emergency contract was executed:
A Letter Contract with the Contractor was executed by the Department of General Services (the
“Department” or “DGS”) on August 9, 2023 (the “Letter Contract”) in the amount of $990,000.
(D) The number of times the letter contract or emergency contract has been extended:
1
The Letter Contract has been extended twice. Modification No. 1 extended the Letter Contract
from November 30, 2023, to December 29, 2023. Modification No. 2 extended the Letter Contract
from December 29, 2023, to January 15, 2024.
(E) The value of the goods and services provided to date under the Letter Contract or emergency
contract, including under each extension of the letter contract or emergency contract:
The total value of the services provided to date under the Letter Contract is $990,000.00, which
represents the not-to-exceed (“NTE”) amount established by the Letter Contract.
(F) The goods or services to be provided, the methods of delivering goods or services, and any
significant program changes reflected in the proposed contract:
The Contractor shall provide construction services for Department of Youth Rehabilitation
Services’ (“DYRS”) Youth Services Center Roof Replacement and Upgrades (the “Project”). The
Contractor will be required provide all necessary services, supervision, permits, labor, supplies,
equipment, and materials to complete the project including removal of the existing roofing.
replacement to match the existing construction, and installation of a fully reinforced coating
system per the drawings and specifications.
(G) The selection process, including the number of offerors, the evaluation criteria, and the
evaluation results, including price, technical or quality, and past performance components:
On November 30, 2022, the Department issued IFB No. DCAM-22-CS-IFB-0009 in the set aside
market to engage a contractor to provide Construction Services for the Project.
Three (3) addenda were issued against this IFB:
Addendum No. 1- Issued on December 28, 2022:
- Extended the due date for questions about the IFB; and
- Provided list of participants from the site visit December 12, 2022.
Addendum No. 2- Issued on January 6, 2023:
- Extended the Bid Submission Date.
Addendum No. 3- Issued on January 13, 2023:
- Extended the Bid Submission Date;
- Provided responses to questions received about the IFB;
- Removed Special Standards of Responsibility; and
- Revised the Offer Letter and Bid Form.
On the Bids due date, January 19, 2023, Six (6) firms submitted bids in a timely manner.
At the virtual bid opening held on March 14, 2023, the Department reviewed each Bidder’s Grand
Total from the Offer Letter and Bid Form. The Bidder’s Grand Total was determined by adding
2
the total price for each line item required by the IFB, plus allowance. Utilizing the Bidder's
preferences as determined by the Department of Small and Local Business Development
(“DSLBD”), each Bidder's Evaluated Bid Price was determined by reducing the Bidder's total
price by the appropriate percentage. The lowest apparent bidder was Winmar, Inc.
After the bid opening, a comprehensive review of the bid submitted by Winmar, Inc., was
conducted and the bidder was determined responsive. Having met the Standards of Responsibility
as described in 27 DCMR Section 4706, the Contracting Officer, by written determination, found
the Bidder responsible.
Pursuant to the IFB, having found: (i) the Contractor’s bid responsive; (ii) the Contractor’s bid to
be the lowest evaluated price; and (iii) the Contractor responsible, the Contracting Officer, by
award memorandum executed on February 16, 2023, concluded that it was advantageous to award
Contract No. DCAM-21-CS-IFB-0009 to the Contractor.
(H) A description of any bid protest related to the award of the contract, including whether the
protest was resolved through litigation, withdrawal of the protest by the protestor, or
voluntary corrective action by the District. Include the identity of the protestor, the grounds
alleged in the protest, and any deficiencies identified by the District as a result of the protest:
The award of the Contract was not protested.
(I) A description of any other contracts the proposed contractor is currently seeking or holds
with the District:
Other contracts that the proposed contractor is currently seeking with the District:
o Solicitation No. DCAM-22-CS-RFQ-0016 Request For Qualifications – Maintenance &
Repairs of Government Facilities Performing maintenance and repair services for various
District of Columbia owned properties within the DGS construction portfolio and maintenance
facility locations.
o Solicitation No. DCAM-23-CS-IFB-0012 Design Build Services for Engine House 3 Kitchen
Renovation and House Upgrades Provide full design and construction services to renovate and
upgrade specific rooms and areas.
o Solicitation No. DCAM-23-CS-IFB-0011 Design Build Services for Engine House 12 Kitchen
Renovation and House Upgrades Provide full design and construction services to renovate and
upgrade specific rooms and areas.
o Solicitation No. DCAM-23-CS-IFB-0010 Design Build Services for Engine House 19 Kitchen
Renovation and House Upgrades Provide full design and construction services to renovate and
upgrade specific rooms and areas.
3
o Solicitation No. DCAM-24-CS-IFB-0003-Youth Services Center Shower and Ventilation
Upgrade for DYRS Provide construction services for the existing shower and ventilation of the
Youth Services Center (“YSC”) Shower and Ventilation Upgrades for the Department of
Youth Rehabilitation Services (“DYRS”)
o Solicitation No. DCAM-23-CS-IFB-0013-FEMS Engine Houses - Various Generator
Replacement Projects Provide design-build services to replace the generator system and
Automatic Transfer Switch (“ATS”) systems at various Engine Houses.
Other contracts that the proposed contractor currently holds with the District:
o Contract No. DCAM-23-CS-IFB-0002-A - FEMS - Engine 4 Roofing Upgrades
Roof replacement with a new UL Class A, 60 mil TPO / PVC insulated roof system on all
low sloped roof areas, A, B C and D.
o Contract No. DCAM-23-CS-IFB-0002-B - FEMS - Engine 5 Roofing Upgrades
Roof replacement with a new UL Class A, 60 mil TPO / PVC insulated roof system on all
low sloped roof areas A and B.
o Contract No. DCAM-23-CS-IFB-0002C - FEMS - Engine 8 Roofing Upgrades
Recovery of the existing roof system on Roof Area A; Furnish and install a new 60 mil,
TPO membrane roof recover system.
o Contract No. DCAM-23-CS-IFB-0002E - FEMS - Engine 24 Roofing Upgrades
Roof replacement at Areas A, C, D and F with the 80 mil fully adhered PVC membrane
assembly. Work also includes capital roof refurbishment of clay tile as well as repair of
gutters and downspouts at Areas B and E.
(J) The background and qualifications of the proposed contractor, including its organization,
financial stability, personnel, and performance on past or current government or private
sector contracts with requirements similar to those of the proposed contract:
According to Winmar, Inc.’s website, Winmar, Inc., is a certified Small Business Enterprise
(“SBE”) and was founded in 2003 as a general contractor with a focus on innovation and
progressive building methods to best serve every client for every project. Winmar, Inc., has
successfully completed contracts for the District beginning in 2013 and has successfully completed
contracts for similar requirements in the DC metropolitan area. In addition, Winmar Inc., has
provided information concerning the Contractor’s approach to fulfilling the Project’s requirements
including the slate of potential subcontractors to be used and additional information on the
Contractor’s key personnel. The Contractor has therefore been determined responsible in
accordance with 27 DCMR 4706.1.
4
(K) A summary of the subcontracting plan required under section 2346 of the Small, Local, and
Disadvantaged Business Enterprise Development and Assistance Act of 2005, as amended,
D.C. Official Code § 2-218.01 et seq. (“Act”), including a certification that the subcontracting
plan meets the minimum requirements of the Act and the dollar volume of the portion of the
contract to be subcontracted, expressed both in total dollars and as a percentage of the total
contract amount:
The Contractor’s subcontracting plan meets the minimum requirements of the Act as follows:
Contract Dollar Value : $1,151,040.00
Contractor Self-Performing Amount: $455,000.00
Total Available for Subcontracting: $696,040.00
Subcontracting Requirement %: 35% of the total available for subcontracting
Subcontracting Plan Required Dollar Value: $243,617.50
Subcontracting Plan Actual Dollar Value: $244,000.00
(L) Performance standards and the expected outcome of the proposed contract:
The Contractor is required to provide all labor, tools, equipment, and materials and other services
necessary for completion of the Project in accordance with the contract’s terms and conditions.
The Project must be Substantially Complete by June 28, 2024, with Final Completion 30 days
following Substantial Completion.
In general, the Contractor must perform the requirements contained in the Contract and meet or
exceed the performance standards therein. The Contractor’s performance will be monitored by
DGS staff and DGS’ designated Program Manager.
(M) The amount and date of any expenditure of funds by the District pursuant to the contract
prior to its submission to the Council for approval:
The Letter Contract executed by the Department on August 9, 2023, provides for an initial NTE
amount of $990,000, which represents the total expenditure of funds authorized to date.
(N) A certification that the proposed contract is within the appropriated budget authority for
the agency for the fiscal year and is consistent with the financial plan and budget adopted in
accordance with D.C. Official Code §§ 47-392.01 and 47-392.02:
The Office of the Chief Financial Officer has certified that the proposed Contract’s amount is
consistent the Department’s budget and that adequate funds are available in the Department’s
budget in accordance with D.C. Official Code §§ 47-392.01 and 47-392.02. The applicable Fiscal
Sufficiency certification accompanies this Council Package.
(O) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
5
The proposed Contract has been deemed legally sufficient by the Department’s Office of the
General Counsel and the Contractor does not appear to have any current pending legal claims
against the District.
(P) A certification 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 in compliance with the
Government of the District of Columbia tax laws and regulations. The applicable Clean Hands
certification for the Contractor accompanies this Council Package.
(Q) A certification from the proposed contractor that it is current with its federal taxes, or has
worked out and is current with a payment schedule approved by the federal government:
The Contractor has certified that it is current with its federal taxes.
(R) The status of the proposed contractor as a certified local, small, or disadvantaged business
enterprise as defined in the Small, Local, and Disadvantaged Business Enterprise
Development and Assistance Act of 2005, as amended; D.C. Official Code § 2-218.01 et seq.:
According to the DSLBD’s website, the Contractor is a certified Local, and Resident Owned
Business Enterprise. The Contractor’s CBE Number is LSDZX70495032025 with an expiration
date of March 17, 2025.
(S) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
None.
(T) A statement indicating whether the proposed contractor is currently debarred from
providing services or goods to the District or federal government, the dates of the debarment,
and the reasons for debarment:
The Contractor is not debarred from providing services to the Government of the District of
Columbia or the Federal Government according to the Office of Contracts and Procurement’s
Excluded Parties List and the Federal Government’s Excluded Parties List.
(U) Any determination and findings issues relating to the contract’s formation, including any
determination and findings made under D.C. Official Code § 2-352.05 (privatization
contracts):
6
Not applicable.
(V) Where the contract, and any amendments or modifications, if executed, will be made
available online:
Contract award information and all modifications will be published on the DGS website.
(W) Where the original solicitation, and any amendments or modifications, will be made
available online:
The original solicitation and any amendments were posted on the Department’s website and can
be accessed at https://dgs.dc.gov/publication/dcam-22-cs-ifb-0009-construction-services-youth-
services-center-roof-replacement-and .
(X) (1) A certification that the proposed contractor has been determined not to be in violation of
section 334a of the Board of Ethics and Government Accountability Establishment and
Comprehensive Ethics Reform Amendment Act of 2011, D.C. Official Code § 1-1163.34a; and
(2) A certification from the proposed contractor that it currently is not and will not be in
violation of section 334a of the Board of Ethics and Government Accountability
Establishment and Comprehensive Ethics Reform Amendment Act of 2011, D.C. Official
Code § 1-1163.34a:
Based upon a certification from the Contractor, the Contractor has been determined not to be in
violation of D.C. Official Code § 1-1163.34a; and will not be in violation of D.C. Official Code §
1-1163.34a.
7
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 29, 2023 Notice Number: L0010500123
WINMAR, INC. FEIN: **-***9461
1010 WISCONSIN AVE NW STE 560 Case ID: 1732951
WASHINGTON DC 20007-3678
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,