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-0001L with Parkinson Construction
Company, 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, Parkinson Construction Company, 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-0001L for Construction Projects
Exercise of Option Year 002
(A) Contract Number: DCAM-22-CS-RFQ-0001L
Modification No. 2 to exercise Option Year 002
Proposed Contractor: Parkinson Construction Company, Inc.
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”)
(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-0001L
Council Approval: CA24-0466, April 29, 2022
Contract Amount: Guaranteed Minimum: $50; NTE: $15,000,000
Exercise of Option Year 001: Modification No. 1
Council Approval: CA25-0073, 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
1
(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. 2 is within the appropriated budget authority for the agency
and is consistent with the financial plan and budget adopted for FY 2024 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 2025 for task orders issued after September 30, 2024, and no task orders will
be issued or work performed in FY 2025 unless the financial plan adopted by the Council
includes such funds. The applicable Fiscal Sufficiency certification accompanies this Council
Package.
(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.
2
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 19, 2024 Notice Number: L0011501365
PARKINSON CONSTRUCTION CO INC FEIN: **-***0709
3905 PERRY ST Case ID: 1909790
BRENTWOOD MD 20722-1504
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-0001L with
Parkinson Construction Company, 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-0001L
for Construction Projects between the Department and Parkinson Construction Company, 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 RK239620 $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-0001L
Contractor: Parkinson Construction Company, 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
4/28/2023
CONTRACT NUMBER Modification Number Page of Pages
DAM22-C5-RFO-0001 Mosiseation No.4 2012
{5,Agreement RECAP: INTE Amount
Basic Ordering Agreement Executedon82/2022- NTEAmount 18,000,000.00,
ProposedModification Nos ExerciseofOption Year001- NTE Amount 20,000,000.00
MODIFICATION OF CONTRACT CONTRACT © Pageageofof Pages 2
DCAW.22-C-RFO.0001L 1
TMODFICRTION WOWEER TT EFFECTIVE DATE i PURCHASE REGUISTTTONNO. ETON
Medication No.2 See Block 160 proiasse Construction Projets
IS SSUEDEY: [7-ADMINTSTEREDBY (i oto War oy
Deparment of General Services
Contracting and Procurement Divison
4324 Minnesota Avo, NE, 50 Floor
Washington, D6 20018
I NAME AND ADDRESS OF CONTRAGTOR (Number, avee, Sou, Sas and ZP COB)|— [BX ANENOWENT OF SOLIGHTATION NOWBER
Parkinson
7826 EastomConstucton Company
| Sula 502In ISB-DATED GEE TEN THY
Avenuo NW
Washington, 06 20012 TOK NODIFICATION OF CONTRACTIOROER NOWGER
Zn Nigel Parkinson fOcane22.68-Re0.0001.
Ema Into@parkinsonconstucton com FOB. DATED (SEE ITEM T3)
ay 2, 2022
71 THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS:
|[tie atove numbered solctaion i arended asset fort in iam 14. The hour and date specified for receipt ofOrfrs. [Js @ended|Je nat oxended
[Ofers must acknowledge receipt of his amendmentprior tothe hour and date specied inthe solitation oras armendd, by one ofthe Towing methods: (a)
[By completing tems 8 and 15, and returning copies ofthe amendment; (b) By acknowledging receipt ofthis amendment on each copy ofthe afer
submited;
or (c) By separate letter or electronic communication which includes a reference tothe solictation and amendment numbers. FAILURE OF YOUR
JACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED
IMAY RESULT IN REJECTION OF YOUR OFFER.Ifby vitue ofthis amendment you desire to change an ofer already submitted, such change may be made
by letterorelectronic communication, provided each letter or electronic communication makes reference tothe solictation and this amendment, and is
[12 ecounting and Appropriation Data (Wf Required)
73. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTSIORDERS.
IT MODIFIES THE CONTRACTIORDER NO. AS DESCRIGED IN ITEM 14,
‘GREGK A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify auhoriy) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE
ONE {CONTRACT ORDER NUMBER IN ITEM 10.
IB. THE ABOVE NUMBERED CONTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (auch as changes In paying
lofice, appropriation data, etc.) SET FORTH IN ITEM 14.
IC. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF
BOTHER (Sp
peafacon and aa
i27DOMSecon 728 and Contac No, OCAM22.6SRFO-001L
FEWPORTANT: Contactor [not [Xs equred'o sgn tis document aden 1 copy toe Brag oc
74. DESCRIPTION OF AMENDMENTIMODIFICATION (Organized by UCF section headings, Incudng solciaton/contract subject matter where Tease)
Basic Ordering Agreement No. DCAM-22-CS-RFQ.0001L. for Construction Projects is hereby modified as follows:
1 Exercise of Option Year 002: In accordance with Section 1,6 ofthe Contract (Basic Ordering Agreement, or "BOA, the Department hereby exercises
Option Year 002 and extends the term ofthe BOA through May 1, 2025. The full termof Option Year 002 is from May 2, 2024 through May1, 2028. The
Continuation of services beyond September 30, 2024 is subject tothe avalabilty of appropriated FY2S budget funding,
Minimum Guaranteed & Not-to-Excood ("NTE") Value of Agreement. In accordance with Section No. 1.8 ofthe BOA, the Contractor shall be entitled
to receive a minimum of $50.00.The Contract has an aggregate NTE amount of$20,000,000.00 for Option Year 002 forall services tobeprovided under
{this BOA. All work willbe awarded and released on a competitive basis tough individual task order agreements
‘Torms & Conditions. Except as provided herein,
altermsand conditions ofthe documentreferenced in Hem9A or 10A, heretofore changed, remains
Unchanged and in full force and effec.
4 Release. itis mutually agreed that in exchangeforthis Change Order and other considerations, the Contractor hereby releases, walves,seties, and holds|
the Department harmless from any and all actual or potential claims or demands for delay, disruptions, additonal work, addtional ime, adltional cost,
Contract extensions, compensations or lablty under any theory, whether known or unknown, that the Contractor may have now or inthe future against the|
Department arising from or out of, a consequence or result of, relating to or in any manner connected with this Change Order, the above-referenced
Project and the Contract Work.
TSK. NA AND TITLE OF SIGNER (ypew pny TA HANE ANDTITLE OF CONTRACTING OFFIGER (ype o pry
WE YebattfpAL PeterHenry Lyonga
F58: Parkinsor Construction Company, ne FSC DATE STGNED TOR. DISTRICT
OFCOLOWETA FEC DATE SIGHED
Wesel Pbasertr
(Signature ofperson authorized
to sign)
__|OP4 (Signature of Contracting Officer
(Continuation)
CONTRACT NUMBER, Modification Number Pago of Pages
DOAM.22-CS-RFO-0001L Modification No.2 2ote
5, Agrooment RECAP: NTE Amount
Basle Ordering Agrooment Exocuted on 6/2/2022- NTE Amount 15,000,000.00
Modifcation No.t Exorcigoof Option Year 001 - NTE Amount 20,000,000.00
Modifcation No.2 Exorciso of Option Yoar 002- NTE Amount 20,000,000.00
BASIC ORDERING AGREEMENT
CONSTRUCTION PROJE