MURIEL BOWSER
MAYOR
January 5, 2023
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
Modification No. 1 to Contract No. DCAM-20-CS-RFQ-0001AE with Paige Industrial Services,
Inc., to exercise option year one of the contract in the not-to-exceed amount of $5,000,000. The
modification’s period of performance is from February 28, 2023 through February 27, 2024.
Under the proposed modification, Paige Industrial Services, Inc., will continue to provide on-call
construction, repair, and replacement services at schools, parks, recreation facilities, municipal
buildings, fire and police stations, short-term family housing units, and other public locations.
If you have any questions regarding the proposed contract modification, please contact Keith A.
Anderson, Director of the Department of General Services (“DGS”), or have your staff contact
George G. Lewis, DGS’s Chief of Contracts and Procurement, 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. 1 to Contract No. DCAM-20-CS-RFQ-0001AE for On-Call Construction, Repair
and Replacement (“CRR”) Services
Exercise of Option Year 001
(A) Contract Number: DCAM-20-CS-RFQ-0001AE
Modification No. 1 to exercise Option Year 001
Proposed Contractor: Paige Industrial Services, Inc. (the “Contractor”)
Proposed Contract Amount
(Option Year 001): Guaranteed Minimum: $50
Aggregate Not-to-Exceed (“NTE”): $5,000,000
Term of Contract
(Option Year 001): February 28, 2023 through February 27, 2024
Type of Contract: Indefinite Delivery/Indefinite Quantity (“ID/IQ”)
(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:
Contract (Base Year): DCAM-20-CS-RFQ-0001AE
Council Approval: CA24-0399, February 26, 2022
Contract Amount: Guaranteed Minimum: $50; Aggregate NTE: $5,000,000
Exercise of Option Year 001: Proposed Modification No. 1
Option Year 001 Amount: Guaranteed Minimum: $50; Aggregate NTE: $5,000,000
(C) A statement that 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 Office of the Chief Financial Officer has certified that the guaranteed minimum value of $50 of
proposed Modification No. 1 is within the appropriated budget authority for the agency 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 notation identifying: (i) whether the Contractor is a covered contractor, as that term is
defined in D.C. Official Code § 1-1161.01; and (ii) to which prohibited recipients, as that term
is defined in D.C. Official Code § 1-1161.01(45D), the Contractor is prohibited from making
campaign contributions and during what prohibited period, as that term is defined in § 1-
1161.01(45C).
The Contractor is a covered contractor per D.C. Official Code § 1-1161.01, and is prohibited from
making campaign contributions to the Mayor; any candidate for Mayor; any political committee
affiliated with the Mayor or a candidate for Mayor; any constituent-service program affiliated with
the Mayor; any Councilmember; any candidate for Councilmember; any political committee
affiliated with a Councilmember or a candidate for Councilmember; or any constituent-service
program affiliated with a Councilmember from November 9, 2022 through one year after
termination of the Contract. The Contractor has self-certified that it is compliant with the provisions
of D.C. Official Code § 1-1161.01.
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: December 14, 2022 Notice Number: L0008485900
PAIGE INDUSTRIAL SERVICES, INC FEIN: **-***5409
2828 10TH ST NE Case ID: 1362019
WASHINGTON DC 20017-2416
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 Marc Aronin
Chief, Collection Division
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: Keith A. Anderson
Director
From: Antoinette Hudson Beckham
Agency Fiscal Officer
Department of General Services
Reference: On-Call Construction, Repair & Replacement (“CRR”) Services
Modification No. 1 to Contract No. DCAM-20-CS-RFQ-0001AE with
Paige Industrial Services, Inc.
Exercise of Option Year 001
Date: December 15, 2022
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. 1 to Contract No. DCAM-20-CS-RFQ-
0001AE for On-Call Construction, Repair & Replacement Services between the Department and
Paige Industrial Services, Inc. (the “Contractor”) with a Not-To-Exceed (“NTE”) value of
$5,000,000.00 has a guaranteed minimum value of $50.00 that 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 the base period (“Base Period”) and four (4) one-year option periods (“Option
Years”) aggregate NTE value of $5,000,000.00, 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’s operating budget, if funding is available.
The Department’s (AM0-Implementing AGY) has $50.00 in its cumulative capital budget allotment
balance.
Fiscal Sufficiency Review
On-Call Construction, Repair & Replacement (“CRR”) Services
Contract Number: DCAM-20-CS-RFQ-0001AE
Modification No. 1 – Exercise of Option Year 001
The PASS information is attached/ below:
Project Number/ Fund Imp. Owner RK/PO Amount Comments
Name Subtask AY Detail Agency Agency
100144 04.01(A9034.A9034.PREV 2023 3030300 AM0 AM0 RK234531 $50.00
(AM0.PL902C.CR ENTATIVE/CRITICAL
ITICAL SYSTEM CAPITAL POOL
REPLACEMENT) CNSTR.PREVENTATIVE/
CRITICAL CAPITAL
POOL CNSTN)
Total $50.00
for AHB
_____________________________
Antoinette Hudson Beckham
Agency Fiscal Officer
Department of General Services
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
___________________________________________________________________________
OFFICE OF THE GENERAL COUNSEL
MEMORANDUM
TO: Ronan Gulstone
Director, Office of Policy and Legislative Affairs
FROM: Kristen Walp
Senior Assistant General Counsel
SUBJECT: Legal Sufficiency Certification
Proposed Modification No. 1 to Basic Ordering Agreement for On-Call Construction,
Repair & Replacement Services
Contract Number: DCAM-20-CS-RFQ-0001AE
Contractor: Paige Industrial Services, Inc.
DATE: December 19, 2022
_____________________________________________________________________________
This is to certify that this Office has reviewed the above-referenced proposed Modification No. 1
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
2000 14th St. NW, 8th Floor Washington DC 20009 | Telephone (202) 727‐2800 | Fax (202) 727‐7283
1. CONTRACT NO Page of Pages
MODIFICATION OF CONTRACT
DCAM-20-CS-RFQ-0001AE 1 2
2. MODIFICATION NUMBER 3. EFFECTIVE DATE 4. PURCHASE REQUISITION NO. 5. CAPTION
On-Call Construction, Repair &
Modification No. 1 See Block 16C RK234531 Replacement ("CRR") Services
6. ISSUED BY: 7. ADMINISTERED BY (If other than Item 6)
Department of General Services Department of General Services
Contracting and Procurement Division Capital Construction Division
2000 14th Street, NW 4th Floor 1250 U Street, NW 4th Floor
Washington, DC 20009 Washington, DC 20009
8. NAME AND ADDRESS OF CONTRACTOR (Number, street, county, State and ZIP Code) 9A. AMENDMENT OF SOLICITATION NUMBER
Paige Industrial Services, Inc. 9B. DATED (SEE ITEM 11)
2828 10th ST, NE
Washington, D.C. 20017-2416 10A. MODIFICATION OF CONTRACT/ORDER NUMBER
Attn: Devroux Paige DCAM-20-CS-RFQ-0001AE
X
Email: devroux@paige-inc.com 10B. DATED (SEE ITEM 13)
February 28, 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 __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer
submitted;
or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR
ACKNOWLEDGMENT 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 electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received
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.
CHECK A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT
ONE
ORDER NUMBER IN ITEM 10A.
B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying
office, appropriation data, 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)
x
Title 27 DCMR Section 4728 and Contract No. DCAM-20-CS-RFQ-0001AE
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.)
Purchase Order Agreement (POA) No. DCAM-20-CS-RFQ-0001AE for On-Call Construction, Repair & Replacement ("CRR") Services is hereby modified as
follows:
1 Exercise of Option Year 001: In accordance with Section 1.6 of the Contract (Basic Ordering Agreement, or "BOA"), the Department hereby exercises
Option Year 001 and extends the term of the BOA through February 27, 2024. The full term of Option Year 001 is from February 28, 2023 through February
27, 2024. The continuation of services beyond September 30, 2023 is subject to the availability of appropriated FY24 budget funding.
2 Minimum Guaranteed & Not-to-Exceed ("NTE") Value of Agreement. In accordance with Section Nos. 1.8 & 1.9 of the BOA, the Contractor shall be
entitled to receive a minimum of $50.00. The Contract has an aggregate NTE amount of $5,000,000.00 for Option Year 001 for all services to be provided
under this BOA. All work will be awarded and released on a competitive basis through individual task order agreements.
3 Terms & Conditions. Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains
unchanged and in full force and effect.
4 Release. It is mutually agreed that in exchange for this Change Order and other considerations, 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 consequence or result of, relating to or in any manner connected with this Change Order, the above-referenced
Project, and the Contract Work.
15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)
Devroux Paige President/CEO
15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. DISTRICT OF COLUMBIA 16C. DATE SIGNED
12-19/2022
(Signature of person authorized to sign) (Signature of Contracting Officer)
(Continuation)
CONTRACT NUMBER Modification Number Page of Pages
DCAM-20-CS-RFQ-0001AE Modification No. 1 2 of 2
5. Agreement RECAP: NTE Amount
Basic Ordering Agreement Executed on 2/28/2022 - Aggregated NTE Amount $ 5,000,000.00
Proposed Modification No.1 Exercise of Option Year 001 - Aggregated NTE Amount $ 5,000,000.00