MURIEL BOWSER
MAYOR
June 18, 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 Contract No. DCAM-24-CS-IFB-0006 with WKM Solutions, LLC, in the amount of
$1,189,837.13. The contract has a substantial completion date of December 31, 2024.
Under the proposed contract, WKM Solutions, LLC, will provide construction services for the
Metropolitan Police Department (MPD) 5th District Cell Block Renovations located at 1805
Bladensburg Road, NE, Washington, DC 20002.
My administration is available to discuss any questions you may have regarding the proposed
contract. In order to facilitate a response to any questions you may have, please contact Delano
Hunter, Director, Department of General Services (“DGS”), or 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.
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
(Standard)
Contract No. DCAM-24-CS-IFB-0006 for Construction Services For Metropolitan Police
Department (MPD) 5th District Cell Block Renovations
(A) Contract Number: DCAM-24-CS-IFB-0006
Proposed Contractor: WKM Solutions, LLC
Lump Sum Contract Amount: $1,189,837.13
Unit and Method of Compensation: Monthly progress payments based on lump-
sum pricing
Term of Contract: From the date of execution of the Contract by
the Department through, April 30, 2025
(administrative term) with a substantial
completion date of December 31, 2024.
Type of Contract: Lump sum price
Source Selection Method: Competitive Sealed Bid (Invitation for Bids)
(B) For a contract containing option periods, the contract amount for the base period and
for each option period. If the contract amount for one or more of the option periods
differs from the amount for the base period, provide an explanation of the reason for the
difference:
Not applicable
(C) The goods or services to be provided, the methods of delivering goods or services, and
any significant program changes reflected in the proposed Contract:
If approved, the proposed Contract will authorize the Contractor to provide professional
construction services for the Cell Block Renovation project at the Metropolitan Police
1
Department (“MPD”) 5th District Headquarters Facility is located at 1805 Bladensburg Road,
NE, Washington, DC, 20002. The Contractor is required to provide all labor, tools, equipment,
and materials necessary to complete the Project. The Project must achieve substantial
completion by December 31, 2024.
(D) The selection process, including the number of offerors, the evaluation criteria, and the
evaluation results, including price, technical or quality, and past performance
components:
On March 15, 2024, the Department issued an Invitation for Bids (“IFB”) DCAM-24-CS-
IFB-0006 0007 to engage a Small Business Enterprise (“SBE”) contractor to provide all labor,
materials, and equipment to complete Metropolitan Police Department (MPD) 5th District Cell
Block Renovations. The IFB was posted on the DGS website on March 15, 2024.
There were five (5) addenda to this IFB:
Addendum No. 1 Issued on March 21, 2024
• Provided the sign-in sheet for the pre-proposal conference and site visit held on March
21, 2024, at 1805 Bladensburg Road, NE, Washington, DC.
Addendum No. 2 Issued on April 2, 2024
• Provided questions and answers about the IFB.
• Extended the bid due date from April 10, 2024, to April 15, 2024, at 12.00 PM.
• Extended the bid opening date from rescheduled from April 10, 2024, to April 15, 2024,
at 3.30 PM.
Addendum No. 3 Issued on April 12, 2024
• Provided potential offerors with an opportunity to submit additional questions as there
was an overwhelming number of clarification questions.
• Extended the bid due date from April 15, 2024, to April 23, 2024, at 12.00 PM.
• Extended the bid opening from April 15, 2024, to April 23, 2024, at 3.30 PM.
Addendum No. 4 Issued on April 17, 2024
• Responded to the additional questions about the IFB
Addendum No. 5 Issued on April 23, 2024
• Provided the Teams Meeting link to join the bid opening meeting.
Bid Submission:
On April 23, 2024, the Bid Due Date, the six (6) firms collectively, the “Bidders” and each
individually, a “Bidder”) submitted bids in a timely manner.
Bid Responsiveness
2
A public bid opening was conducted on April 23, 2024, pursuant to 27 DCMR § 5034, in
which the Department reviewed each Bidder’s Offer Letter and Bid Form and reported
each Bidder’s total price to complete the Project. Each Bidder’s price was determined by
adding the total price for each line item required by the IFB. Subsequently, as a result, it
was determined that the ADP Group Inc. bid failed to meet the price range and assurance
to complete the full scope of this project within the proposed price; therefore, pursuant to
27 DCMR Section 1532.6, their bid was deemed unreasonable and thereby removed from
further consideration for contract award.
Evaluated Pricing
Utilizing the Bidder's preferences as determined by the Department of Small and Local
Business Development (“DSLBD”), each Bidder’s Evaluated Bid Price was determined by
reducing the Bidder’s total price by the appropriate percentage.
Contractor Responsibility
In accordance with the IFB, the Department determined that the Bidders were responsible
and responsive to the IFB as they met the Standards of Responsibility described in 27
DCMR Section 4706 as well as the Special Standards of Responsibility included in the
IFB. In accordance with the IFB, the Department determined that all Bidders were
responsible and responsive to the IFB, as they met the Standards of Responsibility
described in 27 DCMR Section 4706 as well as the Special Standard of Responsibility.
Contract Award
Pursuant to the IFB, having found: (i) the Contractor responsible; (ii) the Contractor’s bid
responsive; and (iii) the Contractor’s bid having the lowest evaluated price, the Contracting
Officer, by award memorandum executed on May 15, 2024, concluded that it is the most
advantageous to the District to award Contract No. DCAM-24-CS-IFB-0006 to the
Contractor.
(E) A description of any bid protest related to the award of the Contract, including whether
the protest was resolved through litigation, withdrawal of the protest by the protestor,
or voluntary corrective action by the District. Include the identity of the protestor, the
grounds alleged in the protest, and any deficiencies identified by the District as a result
of the protest:
The Contract award was not protested.
(F) The background and qualifications of the proposed Contractor, including its
organization, financial stability, personnel, and performance on past or current
government or private sector contracts with requirements similar to those of the
proposed Contract:
The Contractor is a Small Business Enterprise (“SBE”) located in Washington, DC. The
3
Contractor was founded in 1989 and provides construction services in the Washington, DC
area. The Contractor has performed satisfactorily based on their past performance records,
having successfully completed multiple renovation projects for the Department. The
Contractor has been determined responsible in accordance with 27 DCMR 4706.1.
(G) A summary of the subcontracting plan required under section 2346 of the Small, Local,
and Disadvantaged Business Enterprise Development and Assistance Act of 2005, as
amended, D.C. Official Code § 2-218.01 et seq. (“Act”), including a certification that the
subcontracting plan meets the minimum requirements of the Act and the dollar volume
of the portion of the Contract to be subcontracted, expressed both in total dollars and
as a percentage of the total Contract amount:
The Contractor’s subcontracting plan meets the minimum requirements of the Act as follows:
Contract Dollar Value $1,189,837.13
Contractor Self-Performing Amount $416,443.00
Subcontracting Requirement % 35%
Subcontracting Plan Required Dollar Value $270,687.95
Subcontracting Plan Actual Dollar Value $417,420.00
(H) Performance standards and the expected outcome of the proposed Contract:
The Contractor is required to provide all of the labor, tools, equipment, materials, and other
services necessary for the completion of the Project. The Project must be substantially
completed by December 31, 2024. The Contractor is subject to liquidated damages of $250,00
per workday of delay for failure to timely complete the work for the Project. Additionally, the
Department may withhold payments to the Contractor based on defects in any application for
payment or performance on the Project. In general, the Contractor must perform the
requirements contained in the Contract and meet or exceed the performance standards therein.
The Contractor’s performance will be monitored by DGS staff and DGS’ designated program
manager.
(I) A description of any other contracts the proposed contractor is currently seeking or holds
with the District:
Contract Description Contract Number DC Gov. Dept
CURRENT/ EXISTING
Small Construction Projects
DCAM-17-CS-0033I
(“IDIQ Contract”) DGS
Maintenance & Repairs of DGS
DCAM-22-ES-RFQ-0016H
Government Facilities
Skilled/Unskilled Trade DGS
Subcontractors & Related DCAM-21-NC-RFQ-0002H
Facility Maintenance, Repair &
4
Other Specialized Service
Contractors
B10 On-Call Electrical DGS
DCAM-20-NC-RFP-0013
Maintenance & Repairs
C10 On-Call Plumbing DGS
DCAM-20-NC-RFP-0013
Maintenance & Repairs
Small Purchase Contract DCAM-24-NC-SP-0026 DGS
CURRENTLY SEEKING
JO Wilson ES at Phelps Trailers DGS
DCAM-22-CS-RFQ-0016
Swing Space Upgrades
Powell ES Playground DCAM-22-CS-RFQ-0016 DGS
William H. Rumsey Aquatic DGS
DCAM-24-CS-RFP-0017
Center Modernization
Wheatley Addition DCAM-22-CS-RFQ-0016 DGS
(J) The amount and date of any expenditure of funds by the District pursuant to the Contract
prior to its submission to the Council for approval:
None.
(K) A certification 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 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 fiscal certification accompanies this Council Package.
(L) A certification that the Contract is legally sufficient, including whether the proposed
Contractor has any pending legal claims against the District:
The proposed Contract has been deemed legally sufficient by the Department’s Office of the
General Counsel, and the Contractor does not appear to have any currently pending legal
claims against the District.
5
(M) A certification 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 Clean Hands Certificate accompanies this Council Package.
(N) A certification from the proposed Contractor that it is current with its federal taxes, or
has worked out and is current with a payment schedule approved by the federal
government:
The Contractor has certified that it is in compliance with federal tax laws.
(O) The status of the proposed Contractor as a certified local, small, or disadvantaged
business enterprise as defined in the Small, Local, and Disadvantaged Business
Enterprise Development and Assistance Act of 2005, as amended; D.C. Official Code §
2-218.01 et seq.:
According to the DSLBD website, the Contractor is a Certified Local, Small, Disadvantaged
Business Enterprise. The Contractor’s Certification Number is LSDZ64973092025, with an
expiration date of September 8, 2025.
(P) Other aspects of the proposed Contract that the Chief Procurement Officer considers
significant:
None.
(Q) A statement indicating whether the proposed Contractor is currently debarred from
providing services or goods to the District or federal government, the dates of the
debarment, and the reasons for debarment:
The Contractor is not debarred from providing services to the Government of the District of
Columbia or the Federal Government according to the Office of Contracts and Procurement’s
Excluded Parties List and the Federal Government’s Excluded Parties List.
(R) Any determination and findings issues relating to the Contract’s formation, including
any determination and findings made under D.C. Official Code § 2-352.05 (privatization
contracts):
Not applicable
6
(S) Where the Contract, and any amendments or modifications, if executed, will be made
available online:
Contract award information is available on the DGS website. The contract will be made
available on the DGS’ website upon approval.
(T) Where the original solicitation, and any amendments or modifications, will be made
available online:
The original solicitation and any amendments have been posted on the Department’s website.
(U) (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.
7
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: June 3, 2024 Notice Number: L0011913477
WKM SOLUTIONS LLC FEIN: **-***1154
1331 F ST NW STE 420 Case ID: 7810901
WASHINGTON DC 20004-1107
CERTIFICATE OF 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
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 Services for Metropolitan Police Department (MPD) 5th District Cell
Block Renovations
Contract No. DCAM-24-CS-IFB-0006 with WKM Solutions LLC
Date: June 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 Contract No. DCAM