MURIEL BOWSER
MAYOR
June 11, 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
proposed Modification No. M07 to Contract No. DCAM-20-NC-RFP-0013-A7 with Protec
Construction, Inc., to exercise option year four of the contract in the not-to-exceed amount of
$14,000,000. The modification’s period of performance is from June 26, 2024, through June 25,
2025.
Under the proposed modification, Protec Construction, Inc. will continue to provide HVAC system
repairs, general maintenance and repair services related to project-driven work, including
emergency response, routine services, and preventative maintenance services.
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, Department of General Services (“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
Pursuant to Section 202(c-1) of the Procurement Practices Reform Act of 2010, as amended,
D.C. Official Code § 2-352.02(c-1), the following contract summary is provided:
COUNCIL CONTRACT SUMMARY
(Options)
Modification No. M07 to Exercise Option Year Four (“OY4”) of Contract for
On-Call Facility Maintenance and Repair Services – Group A HVAC
(A) Contract Number: DCAM-20-NC-RFP-0013-A7
Modification No. M07 to Exercise Option Year
Four
Proposed Contractor: Protec Construction, Inc.
Contract Amount (Option Period): Guaranteed Minimum: $250
Not-To-Exceed (“NTE”): $14,000,000
Term of Contract (Option Period): June 26, 2024, through June 25, 2025
Type of Contract: Indefinite Delivery Indefinite Quantity to be paid on a
Time and Material Basis
(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:
Base Year: Guaranteed Minimum Value: $250
Aggregate NTE Amount: $950,000
Option Year One: Modification No. M01
Guaranteed Minimum Value: $250
Aggregate NTE Amount: $950,000
Partial Exercise of Option Year Two: Modification Nos. M02 and M03
Option Year Two Amount: Guaranteed Minimum: $250
Aggregate NTE Amount: $950,000
Page 2 of 2
Full Exercise of Option Year Two: Modification No. M04
Council Approval: R24-0694, December 6, 2022
Option Year Two Amount: Guaranteed Minimum: $250
Aggregate NTE Amount: $14,000,000
Option Year Three: Modification No. M05
Council Approval: CA25-0203, June 3, 2023
Option Year Three Amount: Guaranteed Minimum: $250
Aggregate NTE Amount: $14,000,000
Option Year Four: Proposed Modification No. M07
Option Year Four Amount: Guaranteed Minimum: $250
NTE Amount: $14,000,000
(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
applicable Clean Hands certification for the Contractor accompanies this Council Package.
(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 proposed Modification No. M07 is within
the appropriated budget authority for the agency for FY24 and FY25 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.
(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) A description of any other contracts the proposed Contractor is currently seeking or holds
with the District:
DCAM-21-NC-RFQ-0002D – Basic Ordering Agreement – Trade Services
________________________________________________________________________
Department of General Services 3924 Minnesota Avenue NE, Washington DC 20019
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 9, 2024 Notice Number: L0011839078
PROTEC CONSTRUCTION INC FEIN: **-***9064
1314 8TH ST NW Case ID: 5776908
WASHINGTON DC 20001-4206
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
Contracts & Procurement
Memorandum
To: Delano Hunter
Director
From: Antoinette Hudson-Beckham
Agency Fiscal Officer
Reference: Protec Construction, Inc.
Exercise of Option Year Four (OY4) – Proposed Modification No. 07 to Contract
Number: DCAM-20-NC-RFP-0013 A7 | On-Call Facility Maintenance and Repair
Services (Group A HVAC)
Date: March 28, 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 funds for On-Call Facility Maintenance and Repair Services
(Group A HVAC) between the Department of General Services (the “Department”) and Protec
Construction, with a minimum value of $250.00 is consistent with the Department’s current budget
and that adequate funds are available in the budget for the expenditure. The $250.00 minimum
value is hereby certified.
Funds supporting individual task orders to be issued against the Not-To-Exceed Amount of
$14,000,000.00 will be certified at the time of issuance of any such task orders and are subject to
the availability of appropriated funds.
The Department of General Services (DGS) has $250.00 in its current FY24 budget allotment
balance. The PASS information is listed below.
RK/PO SUM
PROGRAM COST
FUND AGENCY PROGRAM ACCOUNT OF
DETAILS CENTER
FY24
FACILITIES-
PUBLIC
1010001 AMO 500058 EDUCATION 50098 7121011 RK273739 $250.00
FY24 TOTAL $250.00
Department of General Services 3924 Minnesota Avenue, NE, Washington D.C. 20019
DCAM-20-NC-RFP-0013 A7 | Fiscal Cert
Page 2 of 2
__________________________________
Antoinette Hudson Beckham
Agency Fiscal Officer
Department of General Services
Department of General Services 3924 Minnesota Avenue, NE, Washington D.C. 20019
Contracts & Procurement
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
Modification No. M07 to Exercise Option Year Four of the Contract for
for On-Call Facility Maintenance and Repair Services – Group A HVAC
Contract Number: DCAM-20-NC-RFP-0013-A7
Contractor: Protec Construction, Inc.
DATE: May 30, 2024
_____________________________________________________________________________
This is to certify that this Office has reviewed the above-referenced proposed Modification
No. M07 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
Department of General Services 3924 Minnesota Avenue, NE, Washington D.C. 20019
1. Contract Number Paoe of Pa□es
MODIFICATION OF CONTRACT
2. Modification Number
DCAM-20-NC-RFP-0013 A7 1 2 I
3. Effective Date 4. Requisition/Purchase Request No. 5. Contract Caption
1 1 On-Call Facility Maintenance and Repair Services -
M07 26-Jun-2024 TBD Group AHVAC
6. Issued By: 7. Administered By (If other than line 6)
Department of General Services Department of General Services
Contracting and Procurement Division DGS Facilities Management Division - BPO
3924 Minnesota Avenue, NE 1325 S Street, NW
Washington, DC 20019 Washington, DC 20009
Attention: Ashley Willis 202.379.8951 ashley.willis@dc.gov Attention: Jameelah Carter PH: 202.545.3027 EMAIL: iameelah.carter@dc.gov
8. Name and Address of Contractor (No. Street, city, country, state and ZIP Code) 9A. Amendment of Solicitation No.
Protec Construction, Inc. 9B. Dated (See Item 11)
1314 8th Street, NW
Washington, D.C. 20001 10A. Modification of Contract/Order No.
DCAM-20-NC-RFP-0013 A7
X
Attention: Amarjit Singh 10B. Dated (See Item 13)
amariitlnlnrotecconstructioninc.net June 29, 2020
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
_jThe above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers LJis extended.L__Jis 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 1 copies of the amendment: (b) By acknowledging receipt of this
amendment on each copy of the offer submitted; or (c) By separate letter or fax which includes a reference to the solicitation and
amendment number. FAILURE OF YOUR ACKNOWLEDGEMENT 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 fax, provided each letter or telegram 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
A. This change order is issued pursuant to: (Specify Authority)
The changes set forth in Item ·14 are inade in the contract/order no. in item 10A. •
B. The above numbered contract/order is modified to reflect the administrative changes (such as changes in payirl9 office, approprfation
date, 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) Contract DCAM-20-NC-RFP..0013 A7 and Title 27 DCMR Section 4727
X
E. IMPORTANT: Contractor I is not, I X is required to sign this document and return 1 copy to the issuing office.
14. Description of modification (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.)
Contract No. DCAM-20-NC-RFP-0013 A7 On-Call Facility Maintenance and Repair Services - Group A HVAC is hereby modified as follows:
1 • In accordance with Section F.2 Option To Extend The Term of the Contract, the District hereby exercises Option Year Four (OY4). The Contract Period of
Performance is June 26, 2024 through June 25, 2025.
2. The Department will order and the Contractor shall deliver at least the minimum of $250.00 in services and a maximum non-guaranteed amount of
$14,000,000.00 in Facility Maintenance Repair Services - HVAC during the Option Year Four (OY4), in accordance with the firm -fixed, fully loaded hourly
rates established in Exhibit A.
3. CONTRACT RECAP: The total Contract ceiling for all Task Orders issued against this Contract during OY4 shall Not-Exceed the Non-Guaranteed
ordering ceiling of $14,000,000.00.
4. The US Department of Labor Wage Determination Schedule No.2015-4282 Rev No. 28 dated December 26, 2023 is hereby incorporated Exhibit B by this
Modification No. M07.
5. The Contractor agrees and acknowledges that it shall be in com pliance with the m ost current requirements of the District of Colum bia Living Wage Act of
2006, D.C. Official Code§§ 2-220.01 - 2-220.11, that are applicable on the effective date of the Contract. Thus, the Contractor agrees and acknowledges
that the most current requirements of the Living Wage Act of 2006 shall be incorporated into the Contract via a subsequent modification.
6. All other Terms and Conditions of Contract DCAM-20-NC-RFP-0013 A7 remain unchanged.
7. RELEASE: It is mutually agreed that in exchange for this Modification and other consideration, 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 costs,
contract extensions, compensation, 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 a consequences or result of, relating to or in any manner connected with this Modification, the above-referenced
Services, and the work provided pursuant to the Agreement.
Exceot as orovided herein, all terms and conditions of the document referenced in Item l9A or 10A) remain unchanaed and in full force and effect
15A. Name and Title of Signer (Type or print) 16A. Name of Con tracting Officer