MURIEL BOWSER
MAYOR
June 21, 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 proposed Modification No. M03 to Contract No. DCAM-23-NC-RFP-0007 with
AAA Complete Building Services, Inc., to exercise option year one of the contract in the not-to-
exceed amount of $2,184,597.40. The modification’s period of performance is from October 1,
2024, through September 30, 2025.
Under the proposed modification, AAA Complete Building Services, Inc., will continue to provide
comprehensive property management services, including the management, supervision, labor,
materials, supplies, and equipment to ensure effective performance of operations, maintenance,
and repair services at the John A. Wilson Building 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. 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
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
(Options)
Proposed Modification No. M03 to Exercise Option Year One of Contract No. DCAM-23-
NC-RFP-0007 for Property Management Services at John A. Wilson Building
(A) Contract Number: DCAM-23-NC-RFP-0007
Modification No. M03 to Exercise Option Year One
Proposed Contractor: AAA Complete Building Services, Inc.
Contract Amount (Option Period): Not-to-Exceed (“NTE”) $2,184,597.40
Term of Contract (Option Period): October 1, 2024, through September 30, 2025
Type of Contract: Firm Fixed Price with a Time and Materials
Component
(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:
Underlying Contract: DCAM-23-NC-RFP-0007
Deemed Approved: CA25-0514, November 27, 2023
Base Period Amount: NTE Amount: $1,851,672.00
Base Period Increase: Modification No. M01
Aggregate NTE Amount: $2,001,672.00
(increase by $150,000)
Modification No. M02
Aggregate NTE Amount: $2,239,255.57
(increase by $237,583.57)
Exercise of Option Year One: Proposed Modification No. M03
Option Year One Amount: NTE Amount: $2,184,597.40
(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
Page 2 of 2
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 acknowledged that proposed Modification No.
M03 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 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.
________________________________________________________________________
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: June 11, 2024 Notice Number: L0011955324
AAA COMPLETE BUILDING SERVICES INC FEIN: **-***6083
5100 WISCONSIN AVE NW STE 500 Case ID: 8595117
WASHINGTON DC 20016-4131
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
Memorandum
To: Delano Hunter
Director
From: Antoinette Hudson Beckham
Agency Fiscal Officer
Reference: AAA Complete Building Services, Inc.
Exercise of Option Year One (OY1) – Proposed Modification No. M03 to
Contract Number: DCAM-23-NC-RFP-0007
Property Management Services at John A. Wilson Building
Date: June 10, 2024
Subject: Fiscal Sufficiency Review
The proposed Modification No. M03 to the Contract for Property Management Services at John
A. Wilson Building (thereafter, the “Services”) with AAA Complete Building Services, Inc. (the
“Contractor”) has a Not-to-Exceed (“NTE) value of $2,184,597.40 for Fiscal Year 2025 (a total
NTE of $1,934,597.40 for basic services and a $250,000 ordering ceiling for supplemental repair
and replacement services). The Contractor will provide the Services covering the period from
October 1, 2024 through September 30, 2025.
As the Agency Fiscal Officer of the Department, I hereby acknowledge that the Mayor’s Proposed
FY 2025 Budget for the Department includes funds for the proposed modification to the Contract
with AAA Complete Building Services, Inc. in the amount of $2,184,597.40.
These funds are included in the Mayor's Proposed FY 2025 Budget and Financial Plan and are pending
approval from the Council and Congress.
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. M03 to the Contract for Property Management Services at
John A. Wilson Building
Contract Number: DCAM-23-NC-RFP-0007
Contractor: AAA Complete Building Services, Inc.
DATE: June 12, 2024
_____________________________________________________________________________
This is to certify that this Office has reviewed the above-referenced proposed Modification No.
M03 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 DCAM-23-NC-RFP-0007 1 2
2. Modification Number 3. Effective Date 4. Requisition/Purchase Request No. 5. Contract Caption
Property Management Services at John A. Wilson Building
M03 1-Oct-2024 TBD
6. Issued By: 7. Administered By:
Department of General Services Department of General Services
Contracts and Procurement Division Contracts and Procurement Division
3924 Minnesota Avenue NE, 5th Floor 3924 Minnesota Avenue NE, 5th Floor
Washington, DC 20019 Washington, DC 20019
Attention: Domonique Banks | domonique.banks@dc.gov Attention: Karen Araujo | karen.araujo@dc.gov
8. Name and Address of Contractor (No. Street, city, country, state and ZIP Code) 9A. Amendment of Solicitation No.
AAA COMPLETE BUILDING SERVICES, INC. 9B. Dated (See Item 11)
5100 Wisconsin Avenue NW, Suite 500
Washington, DC 20016 10A. Modification of Contract/Order No.
ATTN: John Neville, VP of Facilities DCAM-23-NC-RFP-0007
X
Tel: (202) 302-1048 | Email: JohnN@donohoe.com 10B. Dated (See Item 13)
December 1, 2023
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) Contract DCAM-23-NC-RFP-0007 and Title 27 DCMR Section 4727
X
E. IMPORTANT: Contractor is not, 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-23-NC-RFP-0007 Property Management Services at John A. Wilson Building
are hereby modified as follows:
1. In accordance with Section F.2 Option to Extend the Term of the Contract , the District hereby fully exercises Option Year One (1). The Contract Period of
Performance during Option Year 1 is from October 1, 2024 through September 30, 2025, in accordance with Option Year 1 Cost Schedule Summary, Exhibit
A
2. CONTRACT RECAP: The Total Firm-Fixed, Fully Loaded Price for Basic Services is $1,934,597.40 The Time and Material NTE Owner-Directed Allowance
remains at $250,000. The Total Contract Not-to-Exceed Ceiling for Option Year 1 is $2,184,597.40 .
3. The US Department of Labor Wage Determination Schedule No. 2015-4282 Rev No. 29 dated April 11, 2024 is hereby incorporated Exhibit B to Modification
No. M03. The Contractor agrees and acknowledges that it shall be in compliance with the most current requirements of the US Department of Labor Wage
Determination Schedule which is applicable on the effective date of the modification. Thus, the Contractor agrees and acknowledges that the most current
requirements of the US Department of Labor Wage Determination Schedule shall be incorporated into the Contract via a subsequent modification.
4. The Contractor agrees and acknowledges that is shall be in compliance with the most current requirements of the District of Columbia Living Wage Act of
2006, D.C. Official Code §§ 2-220.01 – 2-220.1, 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 (Exhibit C) .
5. 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.
6. All other Terms and Conditions under Contract No. DCAM-23-NC-RFP-0007, remain unchanged.
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
BEN VANDERHOOF DIRECTOR OF BUSINESS DEVELOPMENT Domonique Banks | Contracting Officer, Supervisory Contract Specialist
15B. Name of Contractor 15C. Date Signed 16B. District of Columbia 16C. Date Signed
6/12/24
(Signature of person authorized to sign) (Signature of Contracting Officer)
(Continuation)
Contract Number Modification No. Page of Pages
DCAM-23-NC-RFP-0007 M03 1 2
1. Base Period December 1, 2023 - September 30, 2024
a. Monthly Basic Services $ 1,601,672.00
b. Time and Material NTE Owner-Directed Allowance $ 250,000.00
$ 1,851,672.00
2. Equitable Adjustment
Modification No. M01 a. Equitable Adjustment for increase in custodial / janitorial staffing for a period
starting on December 1, 2023 through March 29, 2024, for a total of: $ 150,000.00
3. Equitable Adjustment
Modification No. M02 a. Equitable Adjustment for increase in custodial / janitorial staffing for a period
starting on Apri