MURIEL BOWSER
MAYOR
July 1, 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-0002R with
Blue Skye 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 ofperformance is from October 1, 2024,
through September 30, 2025.
Under the proposed modification, Blue Skye 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.
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-0002R
Modification No. M03 to Exercise Option Year Three
Proposed Contractor: Blue Skye Construction, 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:
DCAM-18-CS-0055 – Hearst Pool and Park Construction
DCAM-23-CS-IFB-0013A - Engine 17 Generator Replacement
DCAM-23-CS-IFB-0013B - Engine 23 Generator Replacement
DCAM-23-CS-IFB-0013D - Engine 32 Generator Replacement
DCAM-23-CS-IFB-0013C - Engine 31 Generator Replacement
DCAM-20-NC-RFP-0013-C1 – Citywide On-call Plumbing Maintenance Services
DCAM-20-NC-RFP-0013-A4 – Citywide On-call HVAC Technician Services
DCAM-20-CS-RFQ-0001S – Construction Services Basic Ordering Agreement
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: L0011927797
BLUE SKYE CONSTRUCTION LLC FEIN: **-***8810
4910 MASSACHUSETTS AVE NW STE 214 Case ID: 8607806
WASHINGTON DC 20016-4382
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-0002R), Blue Skye
Construction, 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-0002R, for DGS Services Schedule Pre-qualification of General
Contractors, Skilled/Unskilled Trade Subcontractors & Related Facility Maintenance, Repair &
Other Specialized Service Contractors Blue Skye Construction, 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 Blue Skye Construction, 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-0002R
Contractor: Blue Skye Construction 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
een ee a
fe Modteaton Number [s-ElociveDate [F- RequsionPuchase
Reaves No. [5 Cava Capion
DGS Sanvicos Schadule Pre-quaifcalionof Gonoral
Contractors, SkiledlUnekiled Trade Subcontractors &
= seen} e Related Feclty Maintenance, Repo &Other Speclatred
‘Service Contactors
ead of General Sevces
Deparment [Farad
‘Department Byof (aterRan re)
Genera Sondces
Contacting and Procurement Oision Faces Manogement Divsion
3624 Minnesota Avenue, NE, Sth lor 3624 Minnesota Avenue, NE, Sth Floor
‘Washington, 0¢ 20010 Washington, D¢ 20018
Atrio: BenominKassa ‘Aeron: SeanLink PH: 202.608-1104 EMANL: seantnk@degos
|
fi-NameanaaesofCoracora Sot cou, stand ZPCote) oa Anendont a SotatonNo.
‘cory Mawes 58Datd (So em Ty
lve Skye Constucton, LL
ls Sam Soot NW, Suite 12 Fo deatan of Cras Was
lWashingtn,0.c, 20016 x JOcaMarNc-RFooonzR
Prone: 202-392-1125 | gmavekostbiveskyeconsiutn com os, 15,2022
uy Date(Senem 13)
TCHSTEMONLY APPLESTOAVENOMENTS OF SOUGTATONS
|“Tie tovenbs soklatonmaneniedsoll tom 4. Th ouoeaa pena recat frre [_]soendod|_ Tootoan
‘termea saeowedgerecattsomexnorpreha an aeape nt scan eaamendedby raat
‘own mates) 8yconn Ns 8an 1, an esting ‘opin lesend)Byaot rc
‘amendment on eachcopyfe flesuited () By separatelater orfawRETncudes areference othesfcaon and
“amendmentnumber. FALURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OFOFFERS
PRIOR TO THE HOUR AND DATE SPECFIED MAY RESULTIN REJECTION OF YOUR OFFER, ibyveofhis amendmentyoudeseto change
‘an ofr akeady submited, suchchange maybe madeby lta fo, provided each later or ogram makes feteterce ore
solctatonand is amendinenlandiecelved portotbe opening houron datospeci
[= Aesouning and Appropriation Dots Required)
"THIS ITEM APPLIESONLY TO MODIFICATIONS
ITMOOIFIES THE CONTRACTIOROER NO. AS OFCONTRRCTSIORDERS,
DESCRIBED N TEM 14
[ATs change oars ase pra: SpealyAun)
ne changes setfort in hm 14ee made inthe conractodar no, 108,
Jb. The stovenumberedcontaclordesmdeio reflect he edie changos (suchas changes pang ce, apwopiaton
aot, et) etoth nar
Jc. This supplementalsreementisalred no pursuantioauriyok
| Oe Spec pea odicatonandaahorR) Goniract OCAMATNGRFGAOOAR and Tie77 OCMR Section SAT
TE PORTANT Gonvacor | [nat [Ts roqured oon isdosent and oun copy oeang
a, Deseripton of modifiaton (Organized by UCF Section headings, including solctaton/coniadlsubjed matter where feasible.)
[Contract No. DCAM-21-NC-RF‘ ‘6SSenvice1RentedFocity
SchaduaFre qualicatonofGenera Convactrs,Stiled/Unstled
Movonanc, Repo & Oar SpelledSeniceCanc Trade Subcontacors is hereby modified as follows:
tors
41. 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 minimumof$50.00 and a maximum non-guaranteed of $5,000,000.00 in Contract
services duringtheOption Year Three (OY3).
3. CONTRACT RECAP: The total Contract coling forall Task Orders issued against this Contract during OYS shall Not-Exceed the Non-Guaranteed
‘ordering ceiling of$5,000,000.00
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
‘Moaiication No. MO3.
5. The Contractor agrees and acknowledges that it shall be in compliance withthe most current requirementsofthe DistrictofColumbia Living WageActof
2006, 0.C, Oficial Code §§2-220.01 ~2-220.11, that are applicable on the elective date ofthe Contract. The current requirements are hereby
incorporated as Exhibit Bo this Modification No. MO3. The Contractor further agrees and acknowledges thatthe requirements ofthe Living Wage Act of
2008maybeupdated from time to ime, and time shall be incorporated into the Contract via a subsequent modification.
6. Allother Terms and Conditions of Contract DCAM-21-NC-RFQ-0002R remain unchanged.
7. RELEASE: It is mutually agreed that in exchange fr his Modification andotherconsideration, the Contractor hereby releases, waives, settles, and holds
the Department harmless fromany and all actual or potential claims or demands for delays, disruptions, additional work, additional time, additional costs,
Contract extensions, compensation, or lablly under any theory, whether known or unknown, that the Contractor may havenowor inthe future against the
Department arising rom or aut of, as a consequences or result of, relating to or in any mannerconnected with this Modification, the above-referenced
‘Services, and the work provided pursuant to the Agreement.
[excepts provid hrain, a ee and condins ath docamantreferenced nem(GAo 0A)remain unchanged and in al force odor
5A Name andTiteof Signer (Type oxpint) [16A. Name
ofContracting Off