MURIEL BOWSER
MAYOR
June 14, 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-21-CS-RFP-0008R with Rummel,
Klepper, and Kahl, LLP, to exercise option year two in the not-to-exceed amount of $3,000,000.
The modification’s period of performance is from April 12, 2024, through April 11, 2025.
Under the proposed modification, Rummel, Klepper, and Kahl, LLP, will continue to provide
construction management services from inception to post-construction as awarded via task order
agreements for various facilities within the Department of General Services’ (“DGS”) real estate
portfolio under its agreement with 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-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)
Modification No. 3 to Contract No. DCAM-21-CS-RFP-0008R
Construction Management Services
Full Exercise of Option Year 2
(A) Contract Number: DCAM-21-CS-RFP-0008R
Modification No. 3 to fully exercise Option Year 2
Proposed Contractor: Rummel, Klepper, and Kahl, LLP
Proposed Contract Amount
(Option Year 2): Not-to-Exceed (“NTE”) $3,000,000
Term of Contract
(Option Year 2): April 12, 2024, through April 11, 2025
Type of Contract: Indefinite Delivery/Indefinite Quantity
(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
Contract No. DCAM-21-CS-RFP-0008R
Contract Amount: $3,000,000
Council Approval: CA24-0442, April 2, 2022
Option Year 1
Exercise of Option Year 1 Modification No. 1
Proposed Option Year 1 Amount $3,000,000
Council Approval: CA25-0101 March 31, 2023
Option Year 2
Partial Exercise of Option Year 002: Modification No. 2
Contract Amount: $0 Administrative Modification
Partial Exercise of Option Year 002: Modification No. 2.5
Contract Amount: $0 Administrative Modification
Full Exercise of Option Year 002: Proposed Modification No. 3
Contract Amount: Guaranteed Minimum: $50
Aggregate NTE $3,000,000.00
(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 Agency Fiscal Officer has certified that the proposed Contract Modification No. 3 is within the
Department’s appropriated budget authority 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
relevant certification accompanies this Council Package.
(E) A certification that the proposed contractor has not been determined to be in violation of D.C.
Official Code § 1-1163.34a:
Based upon a certification from the Contractor, the Contractor has not been determined to 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 currently has the following contracts with DC Water (“WASA”) and the District
Department of Transportation (“DDOT”):
Agency Contract No. Description Services
WASA DCFA #532 Steel Water Main Rehabilitation PM Services
WASA DCFA #539-WSA DC Water Permit Support Services PM Services
WASA DCFA #539-WSA Permitting Support - DCW2427067 PM Services
DDOT DCKA-2017-T-0092 DDOT A-E Task 5 - Connecticut Ave AE services
DDOT DCKA-2017-T-0092 DDOT A-E Task 13 - Broad Branch AE services
DDOT DCKA-2018-C-0107 DC PLUG PMC Option Yr. 2 (Year 4) PM Services
DDOT DCKA-2018-C-0107 DC PLUG PMC Option Yr. 3 (Year 5) PM Services
DDOT DCKA-2022-T-0026 DDOT A/E Schedule AE services
DDOT DCKA-2022-T-0026 Garfield Park – Canal Park Connector Engineer of Record
DDOT DCKA-2022-T-0026 DC Annual Report 2023 and Survey PM Services
DDOT DCKA-2022-T-0026 Connecticut Ave Engineer of Record
In addition, the Contractor is pursuing the following opportunities with WASA and DDOT:
Agency Project
WASA CM/CI DC Water's Clean Rivers Program for Green Infrastructure Installations
WASA Construction Management Services for Rock Creek Green Infrastructure Project B
WASA Steel Water Mains Rehabilitation
DDOT A/E Schedule, Category A - Roadway Design Services
DDOT A/E Schedule Contract for Florida Avenue and 9th Street Reconstruction
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 31, 2024 Notice Number: L0011902205
RUMMEL KLEPPER AND KAHL LLP FEIN: **-***9112
700 E PRATT ST STE 500 Case ID: 7701001
BALTIMORE MD 21202
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
From: Antoinette Hudson Beckham
Agency Fiscal Officer
Department of General Services
Reference: DCAM-21-CS-RFP-0008R
Construction Management Services
Date: May 10, 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-21-CS-RFP-
0008R for Construction Management Services between the Department and Rummell Klepper &
Kahl, LLP (the “Contractor”) with a Not-To-Exceed (“NTE”) value of $3,000,000.00 and a
guaranteed minimum value of $50.00 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 Option Year Two (“Option Year Two”) with an annual aggregate NTE value
of 3,000,000.00, 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.
The PASS information follows.
Fiscal Sufficiency Review
Construction Management Services
Contract Number: DCAM-21-CS-RFP-0008R
Project Number/ Subtask AY Fund Imp. Owner RK Amount Comments
Name Detail Agency Agency
100072 - 03.03(EMCPC.951 N/A 3030300 AM0 GA0 RK271292 $50.00
AM0.GM312C. 01.ES/MS
ES/MS MODERNIZATIO
MODERNIZATION N CAPITAL
CAPITAL LABOR - LABOR -
PROG) PROG.CAP PROJ -
PHYSICAL
PLANT (GA0))
Total $50.00
for AHB
_________________________
Antoinette Hudson Beckham
Agency Fiscal Officer
Department of General Services
Page 2 of 4
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 Construction Management Services
Contract Number: DCAM-21-CS-RFP-0008R
Contractor: Rummel Klepper & Kahl, LLP
DATE: June 3, 2024
_____________________________________________________________________________
This is to certify that this Office has reviewed the above-referenced Modification 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 Number Page of Pages
MODIFICATION OF CONTRACT 1 2
DCAM-21-CS-RFP-0008R
2. Modification Number 3. Effective Date 4. Requisition/Purchase Request No. 5. Caption
Modification No. 2 See Block 16C RK271292 Construction Management Services
6. Issued By: 7. Administered By (If other than line 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 (No. Street, city, country, state and ZIP Code) 9A. Amendment of Solicitation No.
Rummel Klepper & Kahl, LLP 9B. Dated (See Item 11)
100 M Street SE Suite 950
Washington, DC 20003 10a Modification or Contract Number
DCAM-21-CS-RFP-0008R
10B. Dated (See Item 13)
April 12, 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 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 made 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 paying office, appropriation
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) Title 27 DCMR Sections 4727 and Section F.2 of Contract DCAM-21-CS-RFP-0008R
X
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.)
Contract No. DCAM-21-CS-RFP-0008R- Construction Management Services is hereby modified as follows:
1 In accordance with Section F.2 Option to Extend the Term of the Contract, DGS hereby exercises a portion of Option Year 2
extending the contract's period of performance from April 12, 2024, 2024 to May 30, 2024.
2 Section H.2. The US Department of Labor Wage Determination Schedule No. 2015-4281 Rev No. 28 dated December 26, 2023 is
hereby incorporated into the contract and provided as Attachment A to Modification 2.
3 The Living Wage Act of 2006, effective January 1, 2024, is hereby incorporated into the contract and provided as Attachment
B to Modification 2.
4 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 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 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 this agreement.
Except as provided herein, all terms and conditions of the document referenced in Item (9A or 10A) remain unchanged and in full force and effect
15A. Name and Title of Signer (Type or print) 16A. Name of Contracting Officer
Melinda B Peters, Partner James H. Marshall
15B. Name of Contractor 15C. Date Signed 16B. District of Columbia 16C. Date Signed
April 11, 2024