MURIEL BOWSER
MAYOR
June 6, 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-3) of the Procurement Practices Reform Act of 2010 (D.C. Official
Code § 2-352.02(c-3)), enclosed for consideration and approval by the Council of the District of
Columbia is Modification No. 3 to Contract No. DCAM-20-CS-RFQ-0001Z with KADCON
Corporation to exercise option year 3 in the not-to-exceed amount of $5,000,000. The period of
performance is from August 12, 2024, through August 11, 2025.
Under the proposed modification, KADCON Corporation will continue to provide 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. 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-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. 3 to Contract No. DCAM-20-CS-RFQ-0001Z for On-Call
Construction, Repair and Replacement (“CRR”) Services
Exercise of Option Year 003
(A) Contract Number: DCAM-20-CS-RFQ-0001Z
Modification No. 3 to exercise Option Year 003
Proposed Contractor: KADCON Corporation
Proposed Contract Amount
(Option Year 003): Guaranteed Minimum: $50
Not-to-Exceed (“NTE”) Amount: $5,000,000
Term of Contract
(Option Year 003): August 12, 2024, through August 11, 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-0001Z
Council Approval: CA24-0194, July 10, 2021
Contract Amount: Guaranteed Minimum: $50; NTE Amount: $5,000,000
Exercise of Option Year 001: Modification No. 1
Council Approval: CA24-0524, June 11, 2022
Option Year 001 Amount: Guaranteed Minimum: $50; NTE Amount: $5,000,000
Exercise of Option Year 002: Proposed Modification No. 2
Council Approval: CA25-0296, July 9, 2023
Option Year 002 Amount: Guaranteed Minimum: $50; NTE Amount: $5,000,000
Exercise of Option Year 003: Proposed Modification No. 3
Option Year 003 Amount: Guaranteed Minimum: $50; NTE Amount: $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 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.
(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. 3 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.
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: May 16, 2024 Notice Number: L0011867567
KADCON CORPORATION FEIN: **-***7040
1053 31ST ST NW STE A Case ID: 6296803
WASHINGTON DC 20007-4428
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: On-Call Construction, Repair & Replacement (CRR) Services
Modification No. 3 to Contract No. DCAM-20-CS-RFQ-0001Z with Kadcon
Corporation
Full Exercise of Option Year 003
Date: May 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. 3 to Contract No. DCAM-20-CS-RFQ-
0001Z for On-Call Construction, Repair & Replacement Services between the Department and
Kadcon Corporation. (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.
The Department of General Services (AM0-Implementing AGY) has $50.00 the DC Public Schools
(Owner AGY) cumulative capital budget authority balance.
Fiscal Sufficiency Review
On-Call Construction, Repair & Replacement (“CRR”) Services
Contract Number: DCAM-20-CS-RFQ-00001Z
Modification No. 3 – Exercise of Option Year 003
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. N/A 3030300 AM0 GA0 RK275703 $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. 3 to Basic Ordering Agreement for On-Call Construction,
Repair & Replacement Services
Contract Number: DCAM-20-CS-RFQ-0001Z
Contractor: Kadcon Corporation
DATE: May 17, 2024
_____________________________________________________________________________
This is to certify that this Office has reviewed the above-referenced proposed Modification No. 3
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
DocuSign Envelope ID: 5D87A3ED-A019-4785-AD23-3E011214A88C
1. CONTRACT NO Page of Pages
MODIFICATION OF CONTRACT
DCAM-20-CS-RFQ-0001Z 1 2
2. MODIFICATION NUMBER 3. EFFECTIVE DATE 4. PURCHASE REQUISITION NO. 5. CAPTION
On-Call Construction, Repair &
Modification No. 3 See Block 16C RK275703 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 Avenue NE, 5th Floor 3924 Minnesota Avenue 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
KADCON Corporation 9B. DATED (SEE ITEM 11)
1053 31st Street, NW
Washington, DC 20007 10A. MODIFICATION OF CONTRACT/ORDER NUMBER
Attn: Raed Kolaghassi DCAM-20-CS-RFQ-0001Z
X
Email: rkolaghassi@kadcon.com 10B. DATED (SEE ITEM 13)
August 12, 2021
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 x 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:
one
(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 hour and date specified.
12. Accounting and Appropriation Data (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
ONE
CONTRACT 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-20-CS-RFQ-0001Z
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 (BOA) No. DCAM-20-CS-RFQ-0001Z for On-Call Construction, Repair & Replacement ("CRR") Services is hereby modified as
follows:
1 Exercise of Option Year 003: In accordance with Section 1.6 of the Contract (Basic Ordering Agreement, or "BOA"), the Department hereby exercises
Option Year 003 and extends the term of the BOA through August 11, 2025. The full term of Option Year 003 is from August 12, 2024 through August
11, 2025. The continuation of services beyond September 30, 2024 is subject to the availability of appropriated FY25 budget funding.
2 Minimum Guaranteed & Not-to-Exceed ("NTE") Value of Agreement. In accordance with Section Nos. 1.8 & 1.9 of the BOA, the Contractor shall be
entitled to receive a minimum of $50.00. The Contract has an aggregate NTE amount of $5,000,000.00 for Option Year 003 for all services to be
provided under this BOA. All work will be awarded and released on a competitive basis through individual task order agreements.
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)
Raed Kolaghassi, Executive Vice-President Obaidullah Ranjbar, Contracting Officer
15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. DISTRICT OF COLUMBIA