MURIEL BOWSER
MAYOR
June 25, 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-21-NC-RFQ-0002D with
Protec Construction, Inc., to exercise option year three of the contract in the not-to-exceed amount
of $5,000,000. The contract modification’s period of performance is from October 1, 2024,
through September 30, 2025.
Under the proposed contract modification, Protec Construction, Inc., will continue to provide
various interior and exterior general maintenance and repair services related to concentrated work
order reduction efforts including emergency response, routine services, preventative maintenance
services, and project-driven work.
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
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
(Options)
Modification No. M03 to Exercise Option Year Three (OY3) of Contract for
DGS Services Schedule Pre-qualification of General Contractors, Skilled/Unskilled Trade
Subcontractors & Related Facility Maintenance, Repair & Other Specialized Service Contractors
(A) Contract Number: DCAM-21-NC-RFQ-0002D
Modification No. M03 to Exercise Option Year
Proposed Contractor: Protec Construction, Inc.
Contract Amount (OY3): Guaranteed Minimum: $50
Not-To-Exceed (“NTE”): $5,000,000
Term of Contract (OY3): October 1, 2024, through September 30, 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 Amount: Guaranteed Minimum: $50
Aggregate NTE Amount: $995,000
Option Year One: Modification No. M01
Guaranteed Minimum: $50
Aggregate NTE Amount: $995,000
Option Year Two: Modification No. M02
Council Approval: CA25-0419, September 29, 2023
Option Year Two Amount: Guaranteed Minimum: $50
Aggregate NTE Amount: $5,000,000
Option Year Three: Proposed Modification No. M03
Option Year Three Amount: Guaranteed Minimum: $50
Aggregate NTE Amount: $5,000,000
1
(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 acknowledged that proposed Modification No. M03
is within the appropriated budget authority for the agency for 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) (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.
(F) A description of any other contracts the proposed Contractor is currently seeking or holds
with the District:
DCAM-22-CS-RFQ-0001M – Capital Construction Basic Ordering Agreement
DCAM-20-NC-RFP-0013 A7 – Citywide On-call HVAC Technician Services
CW79116 – Maintenance and Repair of HVAC Equipment
2
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 12, 2024 Notice Number: L0011952498
PROTEC CONSTRUCTION INC FEIN: **-***9064
1314 8TH ST NW Case ID: 8607495
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
Department of General Services
From: Antoinette Hudson Beckham
Agency Fiscal Officer
Department of General Services
Reference: DGS Services Schedule Pre-qualification of General Contractors, Skilled/Unskilled
Trade Subcontractors & Related Facility Maintenance, Repair & Other Specialized
Service Contractors (Contract No.: DCAM-21-NC-RFQ-0002D), Protec
Construction, Inc.
Date: June 6, 2024
Subject: Fiscal Sufficiency Review
The proposed Modification No. M03 to the Indefinite Delivery, Indefinite Quantity (“ID/IQ”)
Contract DCAM-21-NC-RFQ-0002D, for DGS Services Schedule Pre-qualification of General
Contractors, Skilled/Unskilled Trade Subcontractors & Related Facility Maintenance, Repair &
Other Specialized Service Contractors Protec Construction, Inc. (the “Contractor”) has an annual
guaranteed ordering minimum of $50.00 and non-guaranteed maximum Not-To-Exceed (“NTE”)
ordering ceiling of $5,000,000.00 for Fiscal Year 2025. The Contractor will provide Services
pursuant to the issuance of individual Task Orders during the period of 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 Skilled/Unskilled Trade Subcontractors & Related Facility Maintenance,
Repair & Other Specialized Service Contractors includes funds for the proposed modification to
the Contract with Protec Construction, Inc. in the amount of $50.00, and funds supporting
individual Task Orders, if any, will be subject to the availability of funding during Fiscal Year
2025. The Fiscal Year 2025 budget is in the process of being approved and will require approval
of the Mayor and Congress.
However, I am unable to certify these funds until final approval of the District’s Fiscal Year 2025
Budget and Financial Plan.
__________________________________
Antoinette Hudson Beckham
Agency Fiscal Officer
Department of General Services 3924 Minnesota Avenue, NE, Washington D.C. 20019
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 Basic Ordering Agreement for DGS Services
Scheule Pre-qualification of General Contractors, Skilled/Unskilled Trade
Subcontractors & Related Facility Maintenance, Repair, and Other Specialized Services
Contract Number: DCAM-21-NC-RFQ-0002D
Contractor: Protec Construction, 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
rerun bmecn usc Fania War Peo
ModtesionMabe fretecheOa fe ResustenPurhaseReaues Ne ICoreadCapon
GSSenvicosSchedule Pre-quaiicatonof General
Contractors, Sileg/Unskited Trade Subcanactors &
“os ocvzmne we Reise Facity Msintonance, Repa&OtterSpecializes
‘Sence Conractrs
[races [Raised
Deparmentof ooan re 6)
Deparment of General Serves General Sercees
Contacting and Procurement Dion Facile Management Divsion
3824Mennaaola Avene, NE, SthFoot 3924 Rennes Avenue,
‘Washington, ¢ 20018 ‘Washington,DC 20018 NE,StFloor
“Atentlon: Bejan Kases kokouskaseaGide.gov| Aten: SeanLink PH: _202.690:1184 EMAIL: _sean nic gov
Name arAdes ofContact (Ne Sue Ay,cut,ateandZIP Coe) JosArendt otSicatonNo
“AmatSingh 6: Diea SootonTy
[Protec Consructon, ne
r314 9m Steet.nw FORWosicatan aCorea Na
fashington,0.C. 20001 x focateztcstro0020
Prone:2022320080 | amitasroteccontctonnenet 06, DatesSeetom13)
wren 10,2022
77THIEWOWLYAPPLES TOAMENDMENTS OF SOUCTATIONS
|“Tits asoverornaredsicaion sandedareto inam TheherealspeedforrecutOfers——[_Jeared |__Jenotre
‘Ofer:mtacrowiepe ecoleaerate Nand Slepected nasllason oarade,byono!
fotoing mato)8camping ts8and 15aetairg pis he arent (Byacknowlep is
tmrenaeron eachayofthe of samited ()8yeepar eteraRTes a eterence ihestation an
tienen umber. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED ATTHE PLAGE DESIGNATED FOR THE RECEDPT OF OFFERS
PRIORTOTHE HOURANO OATE SPECIFIED MAY RESULT IN REJECTION OF YOUROFFER
att gabyaa vn fhe
ner akon suri,schchargnmayonmaceby ete of,pveoch lero aencman
a be youde change
niin nd reeraac ger iopengho nd especies
[= Acconin na appropri Olaf Reed) TEC THS ENAPPLES ONLY TO MODIFICATIONS OFCONTRACTSORDERS
oT stove narewredcracrtr i modeloee wernstabve urge uch6Changes pang Eee
IcTh sucemena areeneriis aed vo recatauboriyoh
XPOber pec pe eacaon aaa Conia DCAM NCRFGOIED andTie 27 DOWR Secon A727
TEMPORTANT—— Conese| [erat —[X [oregiredagaoearent ardeu apetemo
72 Description of medication (Organized by UCF Secton headings, nuding soictatonconad Sbjed aterwhee feasble.)
contract No. BCAM.21-NC-RFC-99020 205SeesSohal “Sout Fety Prequenon ofGaara Contacts,kd
lastonance,Ropar& nsiedConacore
GrSpcotandSow Tae Sitcoms 'shereby modified asfollows:
1. In accordance with Section 1.6 Option Yea, the Distct hereby exercises Option Year Three (OY3). The Contract Period of Performance is October 1,
2024 through September 30, 2025,
2, The Department wil order and the Contractor shall deliver at least the minimumof$50.00 and @ maximum non-guaranteed of$5,000,000.00 in Contract
services during the Option Year Three (O¥3).
3. CONTRACT RECAP: The total Contract celing forall Task Orders issued agains his Contract during OY shall NotExceed theNon-Guaranteed.
‘gedering ceilingof$5,000,000.00
4, The US Department of Labor Wage Determination Schedule No.2015-4281 Rev No, 29 dated Apri 11, 2024 hereby incorporated as ExhibitA by this
Modification No. MOS.
'5. The Contractor agrees and acknowledges that it shall bein compliance with the most curent requirements of the District ofColumbia Living Wage Act of
2006, D.C.Oficial Code§§ 2-220.01 - 2-220.11, that are applicable on the effective date ofthe Contract. The current requirements are hereby
incorporated as ExhibitB to this Modification No. M03. The Contractorfurther agrees and acknowledges tha the requirements ofthe Living Wage Act of
£2006 may be updated from time fo ime, and time shall be incorporated into the Contract va a subsequent modification.
6. Alother Terms and ConditionsofContract, DCAM.21-NC-RFQ-0002D remain unchanged.
7. RELEASE: Its mutually agreed that in exchange for his Modification and other consideration, the Contractor hereby releases, waives, settle, and holds
the Department harmiess for any and all actual or potent claims or demands for delays, cisruptions, adaional work, addlional te, additonal costs,
contract extensions, compensation, or Hably under any theory, whether known or unknown, that te Contractor may have noworin the future against the
‘Department arising romorout of, as @ consequences or resul of, relating to orn any manner connected with this Modification, the above-referenced
‘Services, and the work provided pursuant to the Agreement.
tedocu treedaan GA. OArenaunchanged anda rcadoat
HEA. NameofConrecing Onoer
f
Amarjit Singh, President loowonaue
BoMONGUE anne
BANKS Contac Speci
faa taper [Oa Sad fee BarcoCaon Ta a Sa
V\\
(Serature
ofprson autocad
osign
verte (Signature
ofContractingOfce
(Continuation)
Contract Number Modification No. Page of Pages
DCAM-21-NC-RFQ-0002D M03 2 2
1. Base Year Term March 10, 2022 through September 30, 2022
a. IDIQ Contract Minimum of $50.00 up to a Non-Guaranteed