MURIEL BOWSER
MAYOR
March 22, 2024
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(c) of the Procurement Practices Reform Act of 2010 (D.C. Official Code
§ 2-352.02(c)), enclosed for consideration and approval by the Council of the District of Columbia
is Modification No. 2 to Contract No. DCAM-22-CS-RFQ-0001K with Paige Industrial Services,
Inc., to exercise option year two of the contract in the not-to-exceed amount of $20,000,000. The
modification’s period of performance is from May 2, 2024, through May 1, 2025.
Under the proposed modification, Paige Industrial Services, Inc. will continue to provide
construction 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.
I look forward to the Council’s favorable consideration of this contract modification.
Sincerely,
Muriel Bowser
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
Pursuant to Section 202(c) 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
(Options)
Modification No. 2 to Contract No. DCAM-22-CS-RFQ-0001K for Construction Projects
Exercise of Option Year 002
(A) Contract Number: DCAM-22-CS-RFQ-0001K (the “Contract”)
Modification No. 2 to exercise Option Year 002
Proposed Contractor: Paige Industrial Services, Inc. (the “Contractor”)
Contractor’s Principals: Devroux Paige
Proposed Contract Amount
(Option Year 002): Guaranteed Minimum $50
Not-to-Exceed (“NTE”): $20,000,000.00
Term of Contract
(Option Year 002): May 2, 2024 through May 1, 2025
Type of Contract: Indefinite Delivery/Indefinite Quantity (“ID/IQ”)
1
(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-22-CS-RFQ-0001K
Council Approval: CA24-0459, April 17, 2022
Contract Amount: Guaranteed Minimum: $50; NTE: $15,000,000
Exercise of Option Year 001: Modification No. 1
Council Approval: CA25-0070, March 18, 2023
Option Year 001 Amount: Guaranteed Minimum: $50; NTE: $20,000,000
Exercise of Option Year 002: Proposed Modification No. 2
Option Year 002 Amount: Guaranteed Minimum: $50; NTE: $20,000,000
(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. 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; sufficient funds will be included in the budget proposal for
FY 25 for task orders issued after September 30, 2024, and no task orders will be issued or work
performed in FY 25 unless the financial plan adopted by the Council includes such funds. The
applicable Fiscal Sufficiency certification accompanies this Council Package.
2
(E) 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.
(F) The 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.
3
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: March 18, 2024 Notice Number: L0011500423
PAIGE INDUSTRIAL SERVICES, INC FEIN: **-***5409
2828 10TH ST NE Case ID: 1921003
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
Memorandum
To: Delano Hunter
Director, Department of General Services
From: Antoinette Hudson Beckham
Agency Fiscal Officer
Department of General Services
Reference: Construction Projects
Modification No. 2 to Contract No. DCAM-22-CS-RFQ-0001K with
Paige Industrial Services, Inc.
Exercise of Option Year 002
Date: March 13, 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-22-CS-RFQ-0001K
for Construction Projects between the Department and Paige Industrial Services, Inc. (the
“Contractor”) with a Not-To-Exceed (“NTE”) value of $20,000,000.00 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 $20,000,000.00, will be reviewed for certification and approval at the time of
issuance of any such task order agreements. Each task order is subject to the availability of appropriated
funds. Task orders, ineligible for capital expenditure, will be funded under the Department’s operating
budget if funding is available.
The Department of General Services (AM0-Implementing AGY) has $50.00 in DC Public
Schools (DCPS -Owner AGY) capital budget authority balance.
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
The PASS information follows and is attached/ below.
Project Number/ Fund Imp. Owner RK/PO Amount Comments
Name Subtask AY Detail Agency Agency
100065 - 04.01(MJMND.95101. N/A 3030300 AM0 GA0 RK239619 $50.00
AM0.GM121C.M MAJOR
AJOR REPAIRS/MAINTENA
REPAIRS/MAINT NCE.CAP PROJ -
ENANCE - DCPS PHYSICAL PLANT
(GA0))
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: Tomás Talamante
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 Construction Projects
Contract Number: DCAM-22-CS-RFQ-0001K
Contractor: Paige Industrial Services, Inc.
DATE: March 21, 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
1. CONTRACT NO Page of Pages
MODIFICATION OF CONTRACT
DCAM-22-CS-RFQ-0001K 1 2
2. MODIFICATION NUMBER 3. EFFECTIVE DATE 4. PURCHASE REQUISITION NO. 5. CAPTION
Modification No. 1 See Block 16C RK239619 Construction Projects
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
2000 14th Street, NW 4th Floor 1250 U Street, NW 4th Floor
Washington, DC 20009 Washington, DC 20009
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 Street, NE
Washington, D.C. 20017 10A. MODIFICATION OF CONTRACT/ORDER NUMBER
Attn: Devroux Paige DCAM-22-CS-RFQ-0001K
X
Email: devroux@paige-inc.com 10B. DATED (SEE ITEM 13)
May 2, 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
submitted;
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 amendment, and is received
prior to the opening
12. Accounting hour and dateData
and Appropriation specified.
(If Required)
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS.
IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
CHECK A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT
ONE
ORDER NUMBER IN ITEM 10A.
B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying
office, appropriation data, etc.) SET FORTH IN ITEM 14.
C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
D. OTHER (Specify type of modification and authority)
x
Title 27 DCMR Section 4728 and Contract No. DCAM-22-CS-RFQ-0001B
E. IMPORTANT: Contractor is not, X is required to sign this document and return 1 copy to the issuing office.
14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)
Basic Ordering Agreement No. DCAM-22-CS-RFQ-0001K for Construction Projects is hereby modified as follows:
1 Exercise of Option Year 001: In accordance with Section 1.6 of the Contract (Basic Ordering Agreement, or "BOA"), the Department hereby exercises
Option Year 001 and extends the term of the BOA through May 1, 2024. The full term of Option Year 001 is from May 2, 2023 through May 1, 2024. The
continuation of services beyond September 30, 2023 is subject to the availability of appropriated FY24 budget funding.
2 Minimum Guaranteed & Not-to-Exceed ("NTE") Value of Agreement. In accordance with Section No. 1.8 of the BOA, the Contractor shall be entitled to
receive a minimum of $50.00. Section 1.9 of the BOA is hereby modified to increase the maximum aggregate value for work performed pursuant to all Task
Orders from $15,000,000.00 to $20,000,000.00 for Option Year 001.
3 Terms & Conditions. Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains
unchanged and in full force and effect.
4 Release. It is mutually agreed that in exchange for this 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, additional work, additional time, additional cost,
contract extensions, compensations or liability under any theory, whether known or unknown, that the Contractor may have now or in the future against the
Department arising from or out of, as consequence or result of, relating to or in any manner connected with this Change Order, the above-referenced
Project, and the Contract Work.
15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)
Peter Ghogomu
Devroux Paige President/CEO
15B. Paige Industrial Services, Inc. 15C. DATE SIGNED 16B. DISTRICT OF COLUMBIA 16C. DATE SIGNED
4/28/2023
(Signature of person authorized to sign) 2/24/2023 (Signature of Contracting Officer)
(Continuation)
CONTRACT NUMBER Modification Number Page of Pages
DCAM-22-CS-RFQ-0001K Modification No. 1 2 of 2
5. Agreement