MURIEL BOWSER
MAYOR
May 23, 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 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
Modification No. 6 to Contract No. DCAM-20-CS-RFQ-0002D with Harvey W. Hottel, Inc. to
exercise option year four in the not-to-exceed amount of $10,000,000. The period of performance
is from June 5, 2024 through June 4, 2025.
Under the proposed modification, Harvey W. Hottel, Inc. will continue to provide HVAC systems
maintenance, replacement, and installation 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. To facilitate a response to any questions you may have, please contact
Delano Hunter, Director, DGS, or have your staff contact George G. Lewis, DGS’s Chief of
Contracts and Procurement, 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-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. 6 to Contract No. DCAM-20-CS-RFQ-0002D for HVAC Systems
Maintenance, Replacement & Installation (“MRI”) Services
Exercise of Option Year 004
(A) Contract Number: DCAM-20-CS-RFQ-0002D
Modification No. 6 to exercise Option Year 004
Proposed Contractor: Harvey W. Hottel, Inc. (the “Contractor”)
Proposed Contract Amount
(Option Year 004): Guaranteed Minimum: $50
Not-to-Exceed (“NTE”) Amount: $10,000,000
Term of Contract
(Option Year 004): June 5, 2024, through June 4, 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-0002D
Council Approval: CA23-0539, June 5, 2020
Contract Amount: Guaranteed Minimum: $50; NTE Amount: $10,000,000
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
Council Approval: R24-0148, June 29, 2021
Option Year 001 Amount: Guaranteed Minimum: $50; Aggregate NTE: $10,000,000
Partial Exercise of Option Year 002: Modification No. 3
Option Year 002 Amount: Guaranteed Minimum: $50; Aggregate NTE: $990,000
Full Exercise of Option Year 002: Modification No. 4
Council Approval: R24-0523, June 28, 2022
Option Year 002 Amount: Guaranteed Minimum: $50; Aggregate NTE: $10,000,000
Exercise of Option Year 003: Proposed Modification No. 5
Council Approval: CA25-0215, June 4, 2023
Option Year 003 Amount: Guaranteed Minimum: $50; NTE Amount: $10,000,000
Exercise of Option Year 004: Proposed Modification No. 6
Option Year 004 Amount: Guaranteed Minimum: $50; NTE Amount: $10,000,000
(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 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. 6 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.
(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.
rent
PO700291 -MPD-008602-HVAC MPD-Fleet Maintenance - HVAC replacement $798,520
PO704444 -MPD-008602-HVAC MPD-Fleet Maintenance - HVAC replacement CO-1 $38,750
PO663809-FEMS-006146-HVAC - EC 13 HVAC Systems Upgrades $496,720.00
PO705665-FEMS-010344-HVAC FEMS Engine 14 HVAC upgrades $446,104.75
He HK HK — Government
oftheDistrictofColumbia
fmm —_Olliceofthe ChiefFinancial Officer 1101 4 Street, SW
[mmm «(Office of Tax and Revenue Washington, DC 20024
Date of Notice: April 30, 2024 ‘Notice Number: 10011834408
HARVEY W HOTTEL INC FEIN: **-**7053
18900 WOODFIELD RD Case ID: 4852156
GAITHERSBURG MD 20879-6703,
‘ERTIFI¢ CLEAN HANDS
As reported in the Clean Hands system, the above referenced individual/entity has no outstanding
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)
§ 47-2862 PROHIBITION AGAINST ISSUANCE OF LICENSE OR PERMIT
wwe —
‘AuthorizedByMelindaJenkins
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-S048/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: HVAC Systems Maintenance, Replacement and Installation (MRI) Services
Proposed Modification No. 6 to Contract No. DCAM-20-CS-RFQ-0002D with
Harvey W. Hottel, Inc.
Full Exercise of Option Year 004
Date: April 30, 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. 6 to Contract No. DCAM-20-CS-RFQ-
0002D for HVAC Systems Maintenance, Replacement Services between the Department and
Harvey W. Hottel, Inc. (the “Contractor”) with a Not-To-Exceed (“NTE”) value of $10,000,000.00,
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 $10,000,000.00, 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-Implementing AGY) has $50.00 in DC Public Schools
(DCPS -Owner AGY) capital budget authority balance.
Fiscal Sufficiency Review
HVAC Systems Maintenance, Replacement Services
Contract Number: DCAM-20-CS-RFQ-00002D
Modification No. 6 – Exercise of Option Year 004
The PASS information is attached/ below:
Project Number/ Fund Imp. Owner RK/PO Amount Comments
Name Subtask AY Detail Agency Agency
100065 - 04.01(MJMND.95101.MA N/A 3030300 AM0 GA0 RK275718 $50.00
AM0.GM121C.MAJ JOR
OR REPAIRS/MAINTENAN
REPAIRS/MAINTE CE.CAP PROJ -
NANCE - 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. 6 to Basic Ordering Agreement for HVAC Systems
Maintenance, Replacement & Installation (“MRI”) Services
Contract Number: DCAM-20-CS-RFQ-0002D
Contractor: Harvey W. Hottel, Inc.
DATE: May 7, 2024
_____________________________________________________________________________
This is to certify that this Office has reviewed the above-referenced proposed Modification No. 6
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
MODIFICATION OF CONTRACT TGONTRAGT NO Page‘908ofof Pages
Pa
DCAM-20-C5-RFO-00020 4 2
Iz: WODIFICGATION NUMBER ‘EFFECTIVEDATE. PURCHASE REQUISITION N IE CAPTION
IDIO forHVAC Systems
Modification No. 8 ‘See Block 16¢ RKQTS716 Maintenance, Replacement and
Installation CMRI) Services
is: TSSUEDBY: [7-ADMINISTERED BY (iother than Ram 6)
Department ofGeneral Services Depariment of General Services
Contracting and Procurement Division Capital Construction Division
3924 Minnesota Avenue, NE, Sth Floor £3824 Minnesota Avenue, NE, 5th Floor
Washington, DG 20019 Washington, DC 20019
IS: NAME ANDADDRESS OF CONTRACTOR (Number, erect, counly, Sto and ZIP Code)| JRA AMENDMENT OF SOLICITATION NUMBER
HarveyW. Hotel, lc [S8. DATED (SEE TEM 71)
+18900-A Woodfeld Road
Gaithersburg, MD 20879 [0A MODIFICATION OF CONTRACTIORDER NUMBER
‘Altn: Joffrey F. Hottl x |PCAM-20-6S-RFO.00020
Ema jottel@harveyhotte.com 08. DATED (SEE ITEM 13)
Liune s,2020
Ti. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
Jieabove numberedeolcfaton is amendedasset forthin lem 14. Thehour and date specified orreceipt ofOfer] Jeeiondod |enot extended,
[ofiers must acknowledgereceiptofthis amendmentprior tothe hour and date specified inthesoiiationor as amended, by one ofthe following methods: (a)
lay competing tems 8 and 16, and returning copies of the amendment; (b) By acknowedging receiptofthis amendment on each copy ofthe offer
lsubmites
lor (c) By separate letter or electronic communication which includes @ 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
IMAY RESULT IN REJECTION OF YOUR OFFER. Ifby vue ofths amendment you desire fo change anofferalready eubmited, such change may be made
ly letter or electronic communication, provided eachletteror elacronic communication makes reference tothe solitation and this amendment, and is receive
lvoe tothe opening hour and date specied
12, Accounting end Appropriation Data (Required)
"5. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTSIOROERS,
IT MODIFIES THE CONTRACTIORDER NO. AS DESCRIBED IN ITEM 14.
‘THERA THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authorty) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRAC
ON _|ORDER NUMBER IN ITEM 108,
|B. THE ABOVE NUMBERED GONTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (auch as changes in paying
ltice, appropriation data, otc.) SET FORTH IN ITEM 14,
IC. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
ID OTHER (Spaaiy wpe amoietan and aaonyy
ite 27 DOM Secton 4728 and Contract No. DCAM-20-CS-REO-00020
JEMPORTANT. —_Conraci Jenot__| X [srequvedto sgn isdocurontandretum 1 copy to honing
of,
Ha. DESCRIPTION OF AMENOMENTIMODIFICATION (Organized by UCF secion headings, including sollator/contract subjectmatter whorefeasible)
[Basic Ordering Agreement (‘BOA’) No, DCAM-20-CS-RFQ-00020 for DIG for HVAC Systems Maintenance, Replacement and installation (‘MRM Services
the "Project? is hereby modified as folows:
1 Exercise of Option Year 004. In accordance with Section 1.8 ofthe Contract (Basic Ordering Agreement oc"BOA’), the Department hereby exercises
‘Option Year 004 and extends the trm of the BOA through June 4, 2026. The term of Option Year O04i from June 6, 2024 trough June 4, 2025, The
Continuation af services beyond September 30, 2024 is subject othe availablityofappropriated FY2S budget funding,
2 Minimum Guaranteed & Not-to-Excoed("NTE") ValueofAgreement.In accordance with Section Nos. 1.8 & 1.9ofthe BOA,the Contractor shallbe
enttieto receive @minimum of $50.00. The Contracthas a NTE amount of $10,000,000.00forOption Year004forall servicesto be provided underthis
BOA. All work will bo awarded and released on a competitive bass through individual task orders
‘Terms & Conditions. Except as provided herein, all terms and conditions ofthe document referenced in Item SAor 10A,as heretofore changed, remains
Unchanged and in ful force and effect.
4 Release. tis mutually agroed that in exchange for this Change Order and other considerations, the Contractor hereby releases, waives, sets, and holds|
the Department harmlass from any and all actual or potential claims or demands for delays, disruptions, addtional work, edetional ime, edltonal cost,
contract extensions, compensations or lability under any theery,whetherknown or un