MURIEL BOWSER
MAYOR
February 7, 2024
‘The Honorable Phil Mendelson
Chairman
Council of the Districtof Columbia
John A. Wilson Building
1350 Pennsylvania Avenue, NW, Suite 504
Washington, DC 20004
Dear Chairman Mendelson:
Pursuant to section 451 of the Districtof 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 bythe Council ofthe District ofColumbia is Modification No. 2 to Contract No.
DCAM-20-CS-RFQ-0001AE with Paige Industrial Services, Inc. to exercise option year two in the not-to-
exceed amountof $5,000,000.00. The periodofperformance is from February 28, 2024, through February 27,
2025.
Under the proposed modification, Paige Industrial Services, Inc. will continuetoprovide 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”).
My administration is available to discuss any questions you may have regarding the proposed contract
‘modification. In order to facilitate a response to any questions you may have, please contact Delano Hunter,
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.
Sincefly,
Muri Bow:
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. 2 to Contract No. DCAM-20-CS-RFQ-0001AE for On-Call
Construction, Repair and Replacement (“CRR”) Services
Exercise of Option Year 002
(A) Contract Number: DCAM-20-CS-RFQ-0001AE
Modification No. 2 to exercise Option Year 002
Proposed Contractor: Paige Industrial Services, Inc. (the “Contractor”)
Proposed Contractor’s Principals: Devroux Paige
devroux@paige-inc.com
Proposed Contract Amount
(Option Year 002): Guaranteed Minimum: $50
Not-to-Exceed (“NTE”) Amount: $5,000,000
Term of Contract
(Option Year 002): February 28, 2024, through February 27, 2025
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-0001AE
Council Approval: CA24-0399, February 26, 2022
Contract Amount: Guaranteed Minimum: $50; Aggregate NTE: $5,000,000
Full Exercise of Option Year 001: Modification No. 1
Council Approval: CA25-0002, January 16, 2023
Option Year 001 Amount: Guaranteed Minimum: $50; Aggregate NTE: $5,000,000
Exercise of Option Year 002: Proposed Modification No. 2
Proposed Option Year 002 Amount: Guaranteed Minimum: $50; NTE: $5,000,000
(C) A description of any other contracts the proposed contractor is currently seeking or holds
with the District:
The Contractor is currently involved in several District projects and is in pursuit of many other
District projects. The list of projects is provided as Exhibit A.
(D) 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, dated January 24, 2024, is attached.
(E) 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. 2 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, dated January 23, 2024,
accompanies this Council Package.
(F) (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.
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: January 24, 2024 Notice Number: L0010809215
PAIGE INDUSTRIAL SERVICES, INC FEIN: **-***5409
2828 10TH ST NE Case ID: 1817062
WASHINGTON DC 20017-2416
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
___________________________________________________________________________
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. 2 to Basic Ordering Agreement for On-Call Construction,
Repair & Replacement Services
Contract Number: DCAM-20-CS-RFQ-0001AE
Contractor: Paige Industrial Services, Inc.
DATE: January 29, 2024
_____________________________________________________________________________
This is to certify that this Office has reviewed the above-referenced proposed Modification No. 2
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
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
Memorandum
To: Delano Hunter
Director
From: Antoinette Hudson Beckham
Agency Fiscal Officer
Department of General Services
Reference: On-Call Construction, Repair & Replacement (CRR) Services
Modification No. 2 to Contract No. DCAM-20-CS-RFQ-0001AE Paige Industrial
Services, Inc.
Full Exercise of Option Year 002
Date: January 23, 2024
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. 2 to Contract No. DCAM-20-CS-RFQ-
0001AE for On-Call Construction, Repair & Replacement Services between the Department and
Paige Industrial Services, 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.
DGS (AM0-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-00001AE
Modification No. 2 – Exercise of Option Year 002
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 RK268569 $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
Fiscal Sufficiency Review
On-Call Construction, Repair & Replacement (“CRR”) Services
Contract Number: DCAM-20-CS-RFQ-00001AE
Modification No. 2 – Exercise of Option Year 002
Requisition No. RK268569
Issued on Fri, 05 Jan, 2024
Created on Fri, 05 Jan, 2024 by Gilberto Gomez on behalf of Allam Al Alami
Supplier:
Ship To: Bill To:
Department of General Services , MS-21 DGS-OCFO
1250 U. St., NW, 4th Floor 2000 14th St., 5th Floor
Washington, DC 20009 Washington, DC 20009
United States United States
Deliver To:
Allam Al Alami
Item Description Part Number Unit Qty Need By Unit Price Extended Amount
1 DCAM-20-CS-RFQ-0001AE - Paige Industrial ... each 50 Fri, 26 Jan, 2024 $1.00 USD $50.00 USD
DCAM-20-CS-RFQ-0001AE - Paige Industrial Services, Inc. - HOLD DO NOT CREATE PO
Total $50.00 USD
Status: Submitted
Approvals
Required Status Reason Approver Approved Date
By
Required Approved Funds must be secured. Funds Commit Funds Fri, 26
Commit Jan,
2024
Required Ready Supervisor Timothy Hatton
Not Ready RequesterWatcher Allam Al Alami
Required
Required Ready On behalf of user must approve Allam Al Alami
Required Ready Budget responsible manager to AM0 Budget
approve purchases against their Responsible
budget Manager
Required Ready Chain Of Command AM0 Agency
Manager
Required Pending The designated OCFO Budget AM0 Budget
Reviewer to approve Reviewer 1
Fiscal Sufficiency Review
On-Call Construction, Repair & Replacement (“CRR”) Services
Contract Number: DCAM-20-CS-RFQ-00001AE
Modification No. 2 – Exercise of Option Year 002
Required Pending The Contracting Officer to approve AM0 Contracting
requisitions before sending Officer 1
purchase order to suppliers
Not Pending The Primary Contracting Officer to AM0 Primary
Required watch requisitions before sending Contracting
purchase order to suppliers Officer
Requisition Comments
• COMMENT by Funds Commit on 01/05/2024
Funds Commit Successful The funds commitment creation was successful. RK268569 (Funds
Commit, Fri, 05 Jan, 2024)
• COMMENT by Funds Commit on 01/26/2024
Funds Commit Successful The funds commitment change was successful. RK268569-1 (Funds
Commit, Fri, 26 Jan, 2024)
• COMMENT by Integration on 01/26/2024
Funds Commit Successful The funds commitment cancellation was successful. RK268569
(Integration, Fri, 26 Jan, 2024)
1. CONTRACT NO Page of Pages
MODIFICATION OF CONTRACT
DCAM-20-CS-RFQ-0001AE 1 2
2. MODIFICATION NUMBER 3. EFFECTIVE DATE 4. PURCHASE REQUISITION NO. 5. CAPTION
On-Call Construction, Repair &
Modification No. 2 See Block 16C RK268569 Replacement ("CRR") Services
6. ISSUED BY: 7. ADMINISTERED BY (If other than Item 6)
Department of General Services Department of General Services
Contracting and Procurement Division Capital Construction Division
3924 Minnesota Ave, NE, 5th Floor 3924 Minnesota Ave, NE, 5th Floor
Washington, DC 20019 Washington, DC 20019
8. NAME AND ADDRESS OF CONTRACTOR (Number, street, county, State and ZIP Code) 9A. AMENDMENT OF SOLICITATION NUMBER
Paige Industrial Services, Inc. 9B. DATED (SEE ITEM 11)
2828 10th ST, NE
Washington, DC 20017-2416 10A. MODIFICATION OF CONTRACT/ORDER NUMBER
Attn: Devroux Paige DCAM-20-CS-RFQ-0001AE
X
Email: devroux@paige-inc.com 10B. DATED (SEE ITEM 13)
February 28, 2022
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers is extended. is not extended.
Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a)
By completing items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer
or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR
ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED
MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made
by letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendmen