MURIEL BOWSER
MAYOR
June 26, 2024
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 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 Councilofthe District of
Columbia is proposed Modification No. M03 to Contract No. DCAM-21-NC-RFQ-0002 with
Chiaramonte Construction Co., to exercise option year three of the 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 contract modification, Chiaramonte Construction Co. 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 pursuantto 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 considerationofthis contract modification.
Sincely,
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. 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-0002S
Modification No. M03 to Exercise Option Year 3
Proposed Contractor: Chiaramonte Construction Company
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: CA25-0448, September 30, 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-RFP-0026 – PSCC Renovation
DCAM-22-CS-RFQ-0001C – Construction Services Basic Ordering Agreement
DCAM-22-CS-RFP-0008 – Old Miner Early Childhood Center Modernization
DCAM-22-CS-RFP-0010 - Deal Middle School Modernization
DCAM-21-CS-RFP-0015 - Anacostia Recreation Center - New Construction
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: L0011968338
CHIARAMONTE CONSTRUCTION COMPANY FEIN: **-***6336
2260 MINNESOTA AVE SE Case ID: 8507603
WASHINGTON DC 20020-5324
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-0002S), Chiaramonte
Construction Company
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-0002S, for DGS Services Schedule Pre-qualification of General
Contractors, Skilled/Unskilled Trade Subcontractors & Related Facility Maintenance, Repair &
Other Specialized Service Contractors Chiaramonte Construction Company. (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 Chiaramonte Construction Co. 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-0002S
Contractor: Chiaramonte Construction Co.
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
reriarauekemccn ines Fanaa No aga Panes
can.a.Ne Fa.00025 z I z
Pewoohesion Niner Petectveae [-ReqvsiowPurchae Rocuet No. [5 Conraet Capon
(008 Services SchoduleProquaticaonof General
Contactors, SiledMUnskited Trade Subcontractors&
“= focn70o8 “ Related Facliy Molnienance, Repair& Other Specialved|
‘Sandee Conaclors
ea Rane Byor an eB)
‘Department of General Sevicas DDoparimantef Ganrsl Senvicos
Contracting and Procurement Diision Feces Management Dison
3024 Minnesota Avonuo, NE, 5h Floor 3024 Narmosota Avenue, NE th Floor
‘Washingon, 06 20019 Washington, ¢ 20018
Attention: Bonnin ees totoutessoaeacs] Alleniion: Sean Link PH: 202-690-1184 EMAIL: _seanJnkgtsego¥
i Namea AdiosofConnecter No, Svenly county saeaedZIP Ce) [osAmandratofSaicalen No
Frank Chisarenta [a Date See an Ty
|onaramonte Consinucton Co
[2260winnosotaAvanve, SE Tok oaaton ofCorrado
|Weshington,0.c. 20020 ocamanncieracodes
Phone: (202) 682.0027| ankhenbuldarcomn 8, ate(Seo tom 13)
Loy 15,2022
TTL THR TEN ONLY APPLES TOAMENDMENTS OF SOLBTATIONS
| Tineaboveranted
‘erm aconvolcanisamend
cnt!tha sndarealrin
pro om Tohorospesoapelican
ahann thsatan ofte [_Jsenonaa|Do Toto
8 orenteByae
feoigmats:2)
Sinenan oneach copy5camping
tesa oyspa
bo rot 15nd ening ntTETWnIncn
copsfeonennent) Byaekronieagreco!bs
erentosleaonons
trverer maar FALUREOFYOURNORNOWLEDOCMENT TOBERECEWED AT THE PLAGE DESKONATED FORTHE RECEIPT OF OFFERS
ROR ToTHEHOURANDOATE SPECEED MAY RESULT
‘teoentysatedscchrge ay mods tt lax, pod acaWREJECTIONOF YOUROFFER.Kyvio
a Woy ttasaca i mena ou eacheo8
elaion nd Wis onenton anaes prt peng howar i pct
a Accong end Anon Del FReasod),
TS: THSTEN
IEMOOMFIESAPPLES ONLYTOWOGTFCATIONS
THE CONTRACTIORDER NO. AS OFCONTRACTSIORDERS,
DESCRIBED NITEM 1
[>Tis tang ater Tosued pron paar)
|change ot rthintam1 roadentcontacter nie 104
J. Th stoverumbaredcanzacndr Imoe io obecte acmtatvechoger ich bs angen Fajagaes,opropmaon
ste)storiatom 14
[This sueremental arementeelroe Wapursue subatyok
[0 Or eRe eon and aa) Conivacl BERING RFGOGOES andTs 27 BWR Seaton AT
EMPORTANT: —Convocor| [nat [eventos tapasdocumentana aan copy tig t
Fi. Description of modiicaton (OrGanied by UCF Secon headings, ncudng soltalnlconvelsikjedt matlerwhere feast.)
ntact No,DGAM.25.NO-RFO.00028 DGS Sonica Schedule Prsquaitison ofGanaralContact, ShibdtUetied Tad Is horeby modified asfolows:
[ContractNo, DGAM:24:NOREGD0028 mractr RoodFolly Maisenance, Repl&Ole’Spectre SenviceCartacirs (8Fabymodifiedas f
4. In accordance with Section 1.8 Option Year, the Distict hereby exercises Option Year Three (OS). The Contract Period of Performance is
October 1, 2024 through Saptember 30, 2026,
2, Tho Department will order and the Contractor shal! deliver at lest the minimum of $60.00 and a maximum non-quarantaed of $6,000,000.00 in
Contract services during the Option Year Three (OY)
3. CONTRACT RECAP: The foal Contract celng forall Task Orders issued against this Contact during OY shall Not-Exceed the Non-
Guaranteed ordering calling of $8,000,000.00
4. The US Department ofLabor Wage Determination Schedule No.2015-4281 Rev No, 28 dated April 11, 2024 is hereby incorporated as Exhibit A
bythis Modif\cation No. M03.
'5. The Contractor agrees and acknowledges that t shal be in compliance ith the most curent requirements of te Distct of Columbia Living Wage
‘Actof2008, D.C. Oficial Code §§ 2-220.01 - 2-220.11, thal are applicable on the effective date ofthe Contract. The current requirements are
hereby incorporated as ExhibitB to this Modification No. M03, The Contractor furtheragrees and acknowledges that the requirements ofthe
LUving Wage Actof2006 may be updated from time te ime, and imoshalbe Incorporated into the Contract via a subsequent modiicaion.
6, Allothor Torms andConditions of Contract DCAM-21-NC-RFQ-0002S remain unchanged.
7. RELEASE: Its mutually agreed that in exchango fr this Modification and other consideration, the Contractor hereby releases, waives, sels,
‘and holds the Department harmlossfrem any and all actual or potential claims or demands for delays, disruptions, addtional work, additional time,
additonal costs, contract extensions, compensation, orlablilyunder any theory, whether knownorunknown, tha the Contractormay have now or
Inthe future against tho Department ar'sing from or out of, as a consequences or result of, relating lo or in sny mannerconnected with his
Moditcaton, the above-referenced Services, and the work provided pursuant to the Agreement.
sc onde aadcnol oma din tr Aieaange odi accao
peepee men tek Nano of Contacing Ofcor
rank Chraramonte, PresrlelrimeDowontauE
oI. L. Bank® cont spa
Nene
ofConracor 6.ban Sigel 6, att ofColina FDSorat
Det hh)
(Signatue ofersan authorizes ton) lefpy (Signature
of Contacting Offn}
(Continuation)
(Contract Number Modification No. Page of Pages
DCAM-21-NC-RFO-00028