MURIEL BOWSER
MAYOR
June 26, 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-0002T with
Capital Business Solutions, LLC, to exercise option year threeofthe contract in the not-to-exceed
amountof $5,000,000. The contract modification’s periodofperformance is from October 1, 2024,
through September 30, 2025.
Under the proposed modification, Capital Business Solutions, LLC, 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 ofContracts and Procurement, DGS, at (202) 727-2800.
I look forward to the Council’s favorable consideration of this contract modification.
Sincerely,
Miriel Bawser_
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-0002T
Modification No. M03 to Exercise Option Year
Proposed Contractor: Capital Business Solutions, LLC
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:
CW102844 – DCHR Career Pathways - Competency Based Training
DCHBX-2023-C-0003 – DC Health BenExc MIPO-Eligibility and Enrollment
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: L0011931494
CAPITAL BUSINESS SOLUTIONS, LLC FEIN: **-***8474
3364 ERIE ST SE Case ID: 8661908
WASHINGTON DC 20020-1228
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-0002T), Capital Business
Solutions, LLC
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-0002T, for DGS Services Schedule Pre-qualification of General
Contractors, Skilled/Unskilled Trade Subcontractors & Related Facility Maintenance, Repair &
Other Specialized Service Contractors Capital Business Solutions, LLC (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 Capital Business Solutions, LLC 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-0002T
Contractor: Capital Business Solutions, LLC
DATE: June 13, 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-21-NC-RFQ-0002T 1 2
2. Modification Number 3. Effective Date 4. Requisition/Purchase Request No. 5. Contract Caption
DGS Services Schedule Pre-qualification of General
Contractors, Skilled/Unskilled Trade Subcontractors &
M03 1-Oct-2024 NA
Related Facility Maintenance, Repair & Other Specialized
Service Contractors
6. Issued By: 7. Administered By (If other than line 6)
Department of General Services Department of General Services
Contracting and Procurement Division Facilities Management Division
3924 Minnesota Avenue, NE, 5th Floor 3924 Minnesota Avenue, NE, 5th Floor
Washington, DC 20019 Washington, DC 20019
Attention: Benjamin Kassa kokou.kassa@dc.gov Attention: Sean Link PH: 202-698-1184 EMAIL: sean.link@dc.gov
8. Name and Address of Contractor (No. Street, city, country, state and ZIP Code) 9A. Amendment of Solicitation No.
Tamieka Jameson 9B. Dated (See Item 11)
Capital Business Solutions, LLC
3364 Erie Street, S.E. 10A. Modification of Contract/Order No.
Washington, D.C. 20020 DCAM-21-NC-RFQ-0002T
X
Phone:(202) 577-8533 | tjameson@capitalbusinesssolutionsllc.com 10B. Dated (See Item 13)
July 15, 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 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-21-NC-RFQ-0002T 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.)
DGS Services Schedule Pre-qualification of General Contractors, Skilled/Unskilled Trade
Contract No. DCAM-21-NC-RFQ-0002T
Subcontractors & Related Facility Maintenance, Repair & Other Specialized Service Contractors
is hereby modified as follows:
1. In accordance with Section 1.6 Option Year, the District hereby exercises Option Year Three (OY3). The Contract Period of Performance is
October 1, 2024 through September 30, 2025.
2. The Department will order and the Contractor shall deliver at least the minimum of $50.00 and a maximum non-guaranteed of $5,000,000.00 in
Contract services during the Option Year Three (OY3).
3. CONTRACT RECAP: The total Contract ceiling for all Task Orders issued against this Contract during OY3 shall Not-Exceed the Non-
Guaranteed ordering ceiling of $5,000,000.00
4. The US Department of Labor Wage Determination Schedule No.2015-4281 Rev No. 29 dated April 11, 2024 is hereby incorporated as Exhibit A
by this Modification No. M03.
5. The Contractor agrees and acknowledges that it 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 – 2-220.11, that are applicable on the effective date of the Contract. The current requirements are
hereby incorporated as Exhibit B to this Modification No. M03. The Contractor further agrees and acknowledges that the requirements of the
Living Wage Act of 2006 may be updated from time to time, and time shall be incorporated into the Contract via a subsequent modification.
6. All other Terms and Conditions of Contract DCAM-21-NC-RFQ-0002T remain unchanged.
7. 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 consequ