MURIEL BOWSER
MAYOR
November 12, 2024
The Honorable Phil Mendelson
Chairman, Council of the District of Columbia
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
proposed Modification No. 1 to Contract No. DCAM-22-CS-RFQ-0016S with Blue Skye
Construction, LLC, to exercise option year one in the not-to-exceed amount of $10,000,000. The
contract’s period of performance is from December 12, 2024, through December 11, 2025.
Under the proposed modification, Blue Skye Construction, LLC, will continue to provide
Maintenance & Repairs of Government Facilities (“MRGF”) Services at schools, parks, recreation
facilities, municipal buildings, fire stations, police stations, short-term family housing units, and
other public locations under 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. 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 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)
Proposed Modification No. 1 to Contract No. DCAM-22-CS-RFQ-0016S for Maintenance &
Repairs of Government Facilities (“MRGF”) Services
Exercise of Option Year 001
(A) Contract Number: DCAM-22-CS-RFQ-0016S
Modification No. 1 to exercise Option Year 001
Proposed Contractor: Blue Skye Construction, LLC
Proposed Contract Amount
(Option Year 001): Guaranteed Minimum: $50
Not-to-Exceed (“NTE”) Amount: $10,000,000
Term of Contract
(Option Year 001): December 12, 2024, through December 11, 2025
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-22-CS-RFQ-0016S
Council Approval: CA25-0475, November 11, 2023
Contract Amount: Guaranteed Minimum: $50; NTE: $10,000,000
Full Exercise of Option Year 001: Proposed Modification No. 1
Proposed Option Year 001 Amount: Guaranteed Minimum: $50; NTE: $10,000,000
(C) A description of any other contracts the proposed contractor is currently seeking or holds
with the District:
The Contractor is currently involved in the below District projects:
• Kenilworth HVAC Upgrades
• Emery Turf Field Replacement
• HVAC ITM
• Generator Replacement at Engine 23, 32, 31, and 17
• Summer Readiness
• Sliding Gate Repair
• Hearst Rec
(D) 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 relevant certification is attached.
(E) 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.
(F) (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.
nt ofthe District ofColumbia
*
*
*
EE —_Ofice ofthe ChiefFinancial Officer 110140Street,
SW
Mmmm Office of Tax andRevenue Washington,
DC20024
Date
ofNotice: October
16, 2024 Notice Number: 10012732410
BLUE SKYE CONSTRUCTION LLC 7 9048810
4910 MASSACHUSETTS AVE NWSTE 214 Case : 18252570
WASHINGTON DC 20016-4382
CERTIFICATE
OFCLEANHANDS:
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 ofClean Hands is issued.
TITLE 47, TAXATION, LICENSING, PERMITS, ASSESSMENTS, AND Ss
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
we
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 Ath Street SW, Suite W270, Washington, DC 20024/Phone: (202) 724-5045/MyTax.DCgor
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
Memorandum
To: Delano Hunter
Director, Department of General Services
From: Antoinette Hudson Beckham
Agency Fiscal Officer
Department of General Services
Reference: Maintenance & Repairs of Government Facilities (“MRGF”) Services
Proposed Modification No. 1 to Contract No. DCAM-22-CS-RFQ-0016S with
Blue Skye Construction, LLC
Full Exercise of Option Year 001
Date: September 24, 2024
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-22-CS-RFQ-0016S
for Maintenance & Repairs of Government Facilities (“MRGF”) Services between the Department
and Blue Skye Construction, LLC (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 base period (“Base Period”) and four (4) one-year option periods (“Option
Years”) aggregate 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 of General Services (“DGS”) operating budget, if funding is available.
The Department of General Services (AM0-Owner AGY/Implementing AGY) has $50.00 in its
cumulative capital budget allotment balance.
Fiscal Sufficiency Review
HVAC Systems Maintenance, Replacement Services
Contract Number: DCAM-22-CS-RFQ-0016S
Modification No. 1 – Exercise of Option Year 001
The PASS information is attached/ below:
Project Fund Imp. Owner RK/PO Amount Comments
Number/ Subtask AY Detail Agency Agency
Name
100144 - 04.01 N/A 3030300 AM0 AM0 RK287320 $50.00
(AM0.PL902C. (A9034.A9034.PREVENTATIVE
CRITICAL /CRITICAL CAPITAL POOL
SYSTEM CNSTR.PREVENTATIVE/CRIT
REPLACEME ICAL CAPITAL POOL CNSTN)
NT)
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: Tomás Talamante
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 Maintenance & Repairs
of Government Facilities (“MRGF”) Services
Contract Number: DCAM-22-CS-RFQ-0016S
Contractor: Blue Skye Construction, LLC
DATE: October 28, 2024
_____________________________________________________________________________
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
3924 Minnesota Avenue NE, 6th Floor Washington DC 20019 | Telephone (202) 727-2800 | Fax (202) 727-7283
T-GONTRAGT NO Page of Pages
MODIFICATION OF CONTRACT DCAM-22-C5-RFO.0016 1 2
[2. MODIFICATION NUMBER ‘3.EFFECTIVE DATE. |4.PURCHASE REQUISITION NO. [5. CAPTION
1DIQfor Maintenance & Repairs
of
Government Facities (MRGF)
Modification No. 1 See Block 16C K207920 Services
Is SSUEDEY: "ADMINISTERED BY (W other tan Tam6)
Department of General Services Department of General Services
Contacting and Procurement Diision Capital Construction Division
3024 Minnesota Avenue, NE, Sth Floor 3924 Minnesota Avenue, NE, Sth Floor
Washington, DC20019 Washington, D¢ 20019
I&- NAME AND ADDRESS OF GONTRAGTOR (Number, sea, Couny, Sato and ZIP Code) | JOA. AMENDMENT OF SOLIGITATION NUMBER
Be Skye Construction, LLC 98, DATED (SEETTEM T7)
3905 Georg Avenue NW
Washington, DC 20011 []0A, MODIFICATION OF GONTRACTIORDER NUMBER
‘tin: Goorge Mavrikes , OCAM-22.C5-RFO.00165
Ema: gmavrkes@blveskyeconstucton.com Fo, DATED (SEE ITEM 13)
lbecember 12,2023
Ti THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
|Jie above numbored salictaion is amended as sot forth in tom 14. The hourand date specified for receipt of Offers. [is exiondod.|_|Jenot ertended,
Joffers must acknowledge receipt ofthis amendment prior to the hour and date specified in the solicitation or as amended, by one ofthe following methods: (a)
ing items 8 and 15, and returning ‘copies ofthe amendment; (b) By acknowledging receipt ofthis amendment on each copyofthe offer
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
IMAY 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 letteror electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is recsived|
F2, Aeoounting and Appropriation Data (if Required)
7 THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS.
IT MODIFIES THE CONTRACTIORDER NO. AS DESCRIBED IN ITEM 14.
‘GHEGK A THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Spealy authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRAC
one _|ORDER NUMBER IN ITEM 10A.
IB. THE ABOVE NUMBERED CONTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (euch as changes in paying
office, appropriation data,etc.) SET FORTH IN ITEM 14.
IG. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF
ID. OTHER (Speciy type of modification and authoriyy
X [rive 27 DCM Section 4728 and Contract No. DCAM-22-CS-RFQ-0016S.
JEMPORTANT: contractor —_snot_[x required io slg thisdocurenand
etm 1 copyto
theang ofc,
F74. DESCRIPTION OF AMENDMENTIMODIFICATION (Organized by UGF section headings, including solictation/contract subject maiter where feasible.)
|Basic Order Agreement ("BOA") No. DCAM.20-CS-RFQ-0016S for Maintenance & Repairs of Government Facilties (MRGF") Services is hereby modified as
tatlows:
1 Exercise of Option Year 001. In accordance with Section 1.6 ofthe Contract (Basic Ordering Agreement or "BOA, the Department hereby exercises
Option Year 001 and extends the term of the BOA through December 11, 2025. The termof Option Year 001 is from December 12, 2024 through
December 11, 2025. The continuation of services beyond September 30, 2025 is subject to the avallabilly of appropriated FY26 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 a NTE amount of $10,000,000.00 for Option Year 001 forall services to be provided under this,
BOA. All work wil be awarded and released on a competitive basis through individual task orders,
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 ful force and effect.
4 Release. itis mutually agread that in exchange for this Change Order and other considerations, the Contractor hereby releases, waives, soltles, and holds
the Department harmless from any and all actual or potential claims or demands for delays, disruptions, additional work, addtional time, additional cost,
contract extensions, compensations or lability under any theory, whether known or unknavin, thatthe Contractor may have now or inthe future against the
Department arising from or out of, as consequence or result of, relating o or in any manner connected with this Change Order, the above-referenced
Project, and the Contract work
FGA. NAME AND TITLE OF SIGNER (Type or print) FGA, NAME AND TITLE OF CONTRACTING OFFICER (Typo or print)
George Mavrikes Erice Njonjo, Contracting Officer
SB. CONTRACTOF ROI FSC. DATE SIGNED| 765, DISTRICT OF COLUMBIA GG. DATE SIGNED
/olé/ey
(Signature
Ofpersonautfiorized to sign) (Signature ofContracting Officer)
(Continuation)
CONTRACT NU