MURIEL BOWSER
MAYOR
May 22, 2023
Honorable Phil Mendelson
Chairman
Councilof 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 202ofthe 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. 5 to Contract No. DCAM-20-CS-RFQ-0002A with AAA Complete Building
Services, Inc., to exercise option year three of the contract in the not-to-exceed amount of
$10,000,000. The modification’s periodofperformance is from June 5, 2023 through June 4, 2024.
Under the proposed modification, AAA Complete Building Services, Inc. will continue to provide
HVAC systems maintenance, replacement and installation 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 Delano
Hunter, Acting Directorofthe Department ofGeneral Services (“DGS”), or have yourstaffcontact
George G. Lewis, DGS’sChief 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. 5 to Contract No. DCAM-20-CS-RFQ-0002A for HVAC Systems Maintenance,
Replacement & Installation (“MRI”) Services
Exercise of Option Year 003
(A) Contract Number: DCAM-20-CS-RFQ-0002A
Modification No. 5 to exercise Option Year 003
Proposed Contractor: AAA Complete Building Services, Inc. (the “Contractor”)
Proposed Contract Amount
(Option Year 003): Guaranteed Minimum: $50
Not-to-Exceed (“NTE”) Amount: $10,000,000
Term of Contract
(Option Year 003): June 5, 2023 through June 4, 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-0002A
Council Approval: CA23-0520, May 23, 2020
Contract Amount: Guaranteed Minimum: $50; NTE Amount: $10,000,000
Partial Exercise of Option Year 001: Modification No. 1
Option Year 001 Amount: Guaranteed Minimum: $50; Aggregate NTE: $990,000
Full Exercise of Option Year 001: Modification No. 2
Council Approval: R24-0145, June 29, 2021
Option Year 001 Amount: Guaranteed Minimum: $50; Aggregate NTE: $10,000,000
Partial Exercise of Option Year 002: Modification No. 3
Option Year 002 Amount: Guaranteed Minimum: $50; Aggregate NTE: $990,000
Full Exercise of Option Year 002: Modification No. 4
Council Approval: R24-0521, June 28, 2022
Option Year 002 Amount: Guaranteed Minimum: $50; Aggregate NTE: $10,000,000
Exercise of Option Year 003: Proposed Modification No. 5
Option Year 003 Amount: Guaranteed Minimum: $50; NTE Amount: $10,000,000
(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. 5 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; sufficient funds will be included in the budget proposal for FY 24 for task
orders issued after September 30, 2023, and no task orders will be issued or work performed in FY
24 unless the financial plan adopted by the Council includes such funds. The applicable Fiscal
Sufficiency 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.
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 8, 2023 Notice Number: L0009542133
AAA COMPLETE BUILDING SERVICES INC FEIN: **-***6083
5100 WISCONSIN AVE NW STE 500 Case ID: 1505668
WASHINGTON DC 20016-4131
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
Acting Director
From: Antoinette Hudson Beckham
Agency Fiscal Officer
Department of General Services
Reference: Contract for HVAC Systems Maintenance, Replacement and Installation Services,
Proposed Modification No. 5 to Contract No. DCAM-20-CS-RFQ-0002A with
AAA Complete Building Services, Inc.
Exercise of Option Year 003
Date: May 3, 2023
Subject: Fiscal Sufficiency Review
In my capacity as the Agency Fiscal Officer of the Department of General Services (the
“Department”), I hereby certify that proposed Modification No. 5 to Contract No. DCAM-20-CS-
RFQ-0002A for HVAC Systems Maintenance, Replacement & Installation Services between the
Department and AAA Complete Building Services, Inc. (the “Contractor”) with a Not-To-Exceed
(“NTE”) value of $10,000,000.00 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 exercise Option Year 003 NTE value of $10,000,000.00, 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 (AM0-Owner/Implementing AGY) has $50.00 in its cumulative capital budget
allotment balance.
Fiscal Sufficiency Review
Contract for HVAC Systems Maintenance, Replacement and Installation Services
Contract Number: DCAM-20-CS-RFQ-0002A
Proposed Modification No. 5 –Exercise of Option Year 003
The PASS information is attached/ below:
Project Number/ Fund Imp. Owner RK/PO Amount Comments
Name Subtask AY Agency Agency
100144 - 04.01(A9034.A9034.PREV N/A 3030300 AM0 AM0 RK246065 $50.00
AM0.PL902C.CRI ENTATIVE/CRITICAL
TICAL 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: Thomas Wells
Director, Office of Policy and Legislative Affairs
FROM: Kristen Walp
Senior Assistant General Counsel
SUBJECT: Legal Sufficiency Certification
Proposed Modification No. 5 to the Basic Ordering Agreement for HVAC Systems
Maintenance, Replacement & Installation (“MRI”) Services
Contract Number: DCAM-20-CS-RFQ-0002A
Contractor: AAA Complete Building Services, Inc.
DATE: May 8, 2023
_____________________________________________________________________________
This is to certify that this Office has reviewed the above-referenced proposed Modification No. 5
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
MODIFICATION OF CONTRACT CONTRACT NO Page of Pages:
DCAM-20-65-RFQ.0002A 4 2
[2 MODIFICATION NUWBER EFFECTIVE DATE [4 PURCHASE REQUISITIONNO, 5. CAPTION.
DIA for HVAC Systems
Maintenance, Replacement and
Modification No. 5 See Block 16C. K246065 Installation (MRM) Services
IS ISSUEDBY: [7- ADMINISTERED Y (\father than Wom 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, NW4th Floor
Washington, DC 20008. ‘Washington, DC 20009
IB. NAME AND ADDRESSOF CONTRACTOR (Number, street, counly, State and ZIP Code)[ 8A. AMENDMENT OF SOLIGITATION NUMBER
AAACompleteBulding Service, ne. [96. DATED (SEE TTEM 11)
5100WISCONSIN AVE NW STE 500
WASHINGTON DC 20016-4131 OR. MODIFICATION OF CONTRACTIOROER NUMBER
‘Attn: Michael A. Polaski x |OCAM-20-68-RFO-00024
malt michaelp@donohoe.com F108. DATED (SEE ITEM 13)
LJune 5, 2020
71. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS:
[Jie above numbered sofataton is amended as set forhin tem 14, The hour and date specie fr receipt ofOrtere| Ils extended|_s not extended
lOfers must acknowledge recent oftis amendment prior tothe hour and date specified inthe soliaton or as amended, by one ofthe following methods: (a)
[By completing tems 8 and 15, and returning copies ofthe amendment; (b) By acknowledging receipt ofthis amendment on each copy ofthe offer
submitted;
or (c) By separate letter or electronic communication which includes a reference tothe 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
IMAY RESULT IN REJECTION OF YOUR OFFER. Ifby virtue ofthis 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 receiver
ptor tothe opening hour and date specified.
2, Accounting and Appropriation Data (Required)
75. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTSIOROERS,
IT MODIFIES THE CONTRACTIORDER NO. AS DESCRIBED IN ITEM 14.
‘GREGK A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE
ICONTRACT ORDER NUMBER IN ITEM 10.
IB. THE ABOVE NUMBERED CONTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying
lofice, appropriation
data,etc.) SET FORTH IN ITEM 14
IC. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
D- OTHER (pci ype of odicaton and saan)
tive 27 DCM Secon 4728 and Convat No, DCAW.20-CS-RFO.00028
FEMPORTANT: Contactor [snot, |x [srequtedto sgn thie document and return 1 copy othe ang ofice
|14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subjectmatter where feasible.)
Basic Ordering Agreement 80K") No. DCAN-20-CS-RFQ.0002A fo DIOfo HVAC Systems Maintenance, Replacement and Instalabon (MR) Serces
(the "Project”) is hereby modified as follows:
1 Exercise of Option Year 003. In accordance with Section 1.6 of the Contract (Basic Ordering Agreement or "BOA"), the Department hereby exercises
Option Year 003 and extends the term of the BOA through June 4, 2024. The term of Option Year003 is from June 5, 2023 through June 4, 2024, The
nounof ses beyond September 20, 2023 subject to he avalaily of appropriated FY24 Budge 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
entitledto receive a minimum of$50.00. The Contract hasa NTE amount of $10,000,000.00 for Option Year 003 forall servicestobe provided under this
BOA. All work will be awarded and released on a competitive basis through individual task order.
Terms &Conditions. Except as provided herein, terms and consitions of the document referenced in item 9A or 10A, as heretofore changed, remains
Unchanged and in fll force and effect.
4 Release. Its mutually agroed 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 claimsof demands for delays, diuptions, additional work, adtional ie, additional cost,
contract extensions, compensations or lability under any theory, whether known or unknawn, thatthe Contractor may have now or inthe future against the
Department arising fromorout of, 8s consequence or result of, relating to or in any manner connected with this Change Order, the above-referenced
Project, and the Contract work
BR NAME AND THLE OF SIGNER (Type or print) [7GA NAME AND TITLE OF CONTRACTING OFFICER (Type or prin
MichaelA. Polaski, Senior Vice President Obaidullah Ranjbar, Contracting Officer
SB. CONTRACTOR ~ 5c. DATE SIGNED| 168, DISTRICT OF COLUMBIA [166 DATE SIGNED]
Gipp——__|s]ap3 to sign)
ofperson authorized
{shinéturl ‘(Signature of Contracting Officer)
(Continuation)
CONTRACT NUMBER Modification Number Page of Pages
DCAM-20-CS-RFQ-0002A Modification No. 5 2 of 2
5. AGREEMENT RECAP: NTE Amount
Basic Ordering Agreement Executed on June 5, 2020 $ 10,000,000.00
Modification No. 1 Modification No. 1 (Partial Exercise of Option Year 001) $ 990,000.00
Modification No. 2 Modification No. 2 (Full Exercise of Option Year 001) $ 10,000,000.00
Modification No. 3 Modification No. 3 (Partial Exercise of Option Ye