MURIEL BOWSER MAYOR March 2, 2022 The Honorable Phil Mendelson Chairman Council of the District of Columbia John A. Wilson Building 1350 Pennsylvania Avenue, N.W., Suite 504 Washington, D.C. 20004 Dear Chairman Mendelson: Pursuant to section 451 of the District of Columbia Home Rule Act (D.C. Official Code 1- 204.51) and the Procurement Practices Reform Act (D.C. Official Code 2-351.01 et seq.), enclosed for consideration and approval by the Council of the District of Columbia is proposed contract DCAM-21-CS-RFP-0008H with Jacobs Project Management Company. The contract provides for a guaranteed minimum payment of $50.00 and a not-to-exceed amount of $3,000,000 annually, with a term of 365 calendar days from the date of execution. Under the proposed contract, Jacobs Project Management Company will provide construction management services, as awarded through task order agreements, at various facilities within DGSs real estate portfolio. Project locations may include schools, parks, recreation facilities, municipal buildings, fire and police stations, short-term family housing locations, playgrounds, pools, and other public locations. The work includes construction management services from project inception through planning, bidding, design, preconstruction, construction, and post construction phases for awarded projects. If you have any questions regarding this matter, please contact Keith A. Anderson, Director of the Department of General Services (DGS), or George G. Lewis, DGSs Chief of Contracts and Procurement, at (202) 727-2800. I look forward to the Councils favorable consideration of this contract. Sincerely, Muriel Bowser 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 (Standard and multiyear) Construction Management Services (A) Contract Number: DCAM-21-CS-RFP-0008H (the Contract) Proposed Contractor: Jacobs Project Management Company (the Contractor) Proposed Guaranteed Minimum Value (Per Base and Option Year): $50 Proposed Contract Not to Exceed (NTE) Amount (Per Base and Option Year): $3,000,000 Unit and Method of Compensation: Monthly progress payments based on lump sum pricing pursuant to competitively-awarded task orders Term of Contract: From date of execution of the Contract by the Department through 1 year thereafter (Base Year). Type of Contract: Indefinite Delivery/Indefinite Quantity (IDIQ) Source Selection Method: Request for Proposal (RFP) (B) For a contract containing option periods, the Contract amount for the base period and for each option period. If the Contract amount for one or more of the option periods differs from the amount for the base period, provide an explanation of the reason for the difference: For the Base Year and each Option Year: Guaranteed Minimum Value: $50 Maximum Not-to-Exceed (NTE) Amount: $3,000,000 1 (C) The goods or services to be provided, the methods of delivering goods or services, and any significant program changes reflected in the proposed Contract: Under the proposed IDIQ Contract, the Contractor will provide construction management services as competitively awarded via task orders at various facilities within DGS real estate portfolio (the Project). The Contractor shall provide construction/project management services to aid the Departments Capital Construction Division in the execution of its portfolio of construction projects. Projects may include schools, parks and recreation facilities, municipal buildings, fire and police stations, tenant improvement projects and other construction projects at District facilities. The Contractor shall provide construction management services support throughout the life cycle of projects from project inception through planning, bidding, design, preconstruction, construction and post construction and turnover phases. The proposed Contract does not authorize any specific work to the Contractor. All work will be awarded and released on competitive basis through individual Project task orders, as set forth in the Contract. Since the aggregate NTE amount of the proposed Contract for the Base Year and four (4) one-year option years (Option Year(s)) exceeds $1 million, Council approval is required for this Contract action. (D) The selection process, including the number of offerors, the evaluation criteria, and the evaluation results, including price, technical or quality, and past performance components: On March 8, 2021, the Department issued the Request for Proposal (RFP) to engage multiple construction/project management firms to provide construction/project management services to aid the Departments Capital Construction Division in the execution of its portfolio of construction projects. Projects may include schools, parks and recreation facilities, municipal buildings, fire and police stations, tenant improvement projects and other District facilities. The RFP was posted on the Departments website on March 8, 2021, and sent to a group of potential offerors including contractors who have previously provided construction management services in the past as well as firms who have responded to similar solicitations in the past. A pre-proposal conference was held on March 11, 2021. There were six (6) amendments issued to this RFP: - Amendment No. 1, issued on March 9, 2021, provided updated information on the Pre-proposal Conference. - Amendment No. 2, issued on March 25, 2021, provided a revised price schedule, revised an evaluation factor for Project Management, responded to questions about the solicitation, and extended the due date for proposals from March 29, 2021, to March 31, 2021. 2 - Amendment No. 3, issued on March 26, 2021, provided responses to questions about the RFP. - Amendment No.4, issued on March 27, 2021, provided a revised Bidder/Offeror Certification form. - Amendment No.5, issued on March 29, 2021, extended then due date for proposals to April 7, 2021. - Amendment No.6, issued on April 6, 2021, provided the correct First Source Employment Agreement and Employment Plan. Thirty firms (collectively, the "Offerors" and each individually, an "Offeror") submitted proposals in a timely manner on the Proposal due date of April 7, 2021. Four firms were determined non-responsive due to deficiencies in the offerors price proposal. The remaining 26 proposals were scored on a scale of zero (0) to one hundred twelve (112) points. The 112 points includes a maximum of 70 points for the technical criteria including Relevant Experience and Capabilities (20 points), Project Management Plan (30 Points) and Key Personnel (20 points), 30 points for price and up to 12 preference points based on the Offerors status as a Certified Business Enterprise (CBE). The proposals were split into three groups and evaluated by a Technical Evaluation Panel (Technical Evaluation Panel or Panel or TEP). First, each of the TEP members individually completed an independent evaluation of the proposals. In doing so, each TEP member rated each Offeror with respect to 16 subfactors within the 3 evaluation factors in accordance with the following criteria: Numeric Adjective Description Rating 0 Unacceptable Fails to meet minimum requirements; e.g., no demonstrated capacity, major deficiencies which are not correctable; offeror did not address the factor. 1 Poor Marginally meets minimum requirements; major deficiencies which may be correctable. 2 Minimally Marginally meets minimum requirements; minor Acceptable deficiencies which may be correctable. 3 Acceptable Meets requirements; no deficiencies. 4 Good Meets requirements and exceeds some requirements; no deficiencies. 5 Excellent Exceeds most, if not all requirements; no deficiencies. At the conclusion of the individual assessments, the TEP met to develop a consensus technical rating for each Offeror. The consensus session for Group 1 was conducted on August 18, 2021; Groups 2, August 25, 2021; and Group 3 on September 1, 2021. In developing the consensus rating, the Panel discussed the details of each of the proposals considering the evaluation factors and subfactors. Then, as a group, the Panel arrived at a consensus rating as described in the chart above, for each Offeror with respect to each evaluation factor and subfactor. The ratings were then converted into points relative to the total points available for each evaluation factor. 3 Based on the historical use of previous construction management services as well as additional projects anticipated by the Departments Capital Construction Division, the Department has determined that 20 contractors will be needed to support the Departments construction portfolio. Contract awards are proposed for the 20 highest rated offerors. (E) A description of any bid protest related to the award of the Contract, including whether the protest was resolved through litigation, withdrawal of the protest by the protestor, or voluntary corrective action by the District. Include the identity of the protestor, the grounds alleged in the protest, and any deficiencies identified by the District as a result of the protest: The Contract award was not protested. (F) The background and qualifications of the proposed Contractor, including its organization, financial stability, personnel, and performance on past or current government or private sector contracts with requirements similar to those of the proposed Contract: Jacobs Project Management Company provides full program and construction management services for the complete life cycle of projects. The Contractor reports that Engineering News- Record has rated Jacobs the number 2 rated program management and number 3 rated construction management firms. The Contractor has demonstrated through past performance for the Department and other District agencies to have the financial stability, personnel, and satisfactory performance record to perform the required services. The Contractor has been determined responsible in accordance with 27 DCMR 4706.1. (G) A summary of the subcontracting plan required under section 2346 of the Small, Local, and Disadvantaged Business Enterprise Development and Assistance Act of 2005, as amended, D.C. Official Code 2-218.01 et seq. (Act), including a certification that the subcontracting plan meets the minimum requirements of the Act and the dollar volume of the portion of the Contract to be subcontracted, expressed both in total dollars and as a percentage of the total Contract amount: Pursuant to the Contract, competitive task orders will be awarded for projects on an as needed basis. As appropriate, subcontracting plans will be submitted for review and approval for each task orders with a value of $250,000 or more. 4 (H) Performance standards and the expected outcome of the proposed Contract: In general, the Contractor shall provide construction/project management services to aid the Departments Capital Construction Division in the execution of its portfolio of construction projects for District schools, parks and recreation facilities, municipal buildings, fire and police stations, tenant improvement projects and other construction projects at District facilities. The Contractor shall provide construction management services support throughout the life cycle of projects from project inception through planning, bidding, design, preconstruction, construction, post construction and turnover phases. The Contractor will be required to meet or exceed performance standards in accordance with the Contracts scope of work. DGS staff and the Departments designated project manager will monitor the Contractors performance to ensure consistency with the Contracts terms and conditions, and, more specifically, the established budget and completion dates included in individual task orders. (I) The amount and date of any expenditure of funds by the District pursuant to the Contract prior to its submission to the Council for approval: None. (J) A certification 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 Agency Fiscal Officer has certified that the proposed Contract is within the Departments appropriated budget authority 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 relevant certification accompanies this Council Package. (K) A certification that the Contract is legally sufficient, including whether the proposed Contractor has any pending legal claims against the District: The proposed Contract has been deemed legally sufficient by the Departments Office of the General Counsel. The Contractor does not appear to have any currently pending legal claims against the District. (L) A certification 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 Clean Hands Certificate accompanies this Council Package. 5 (M) A certification from the proposed Contractor that it is current with its federal taxes, or has worked out and is current with a payment schedule approved by the federal government: The Contractor has certified that it is in compliance with federal tax laws. (N) The status of the proposed Contractor as a certified local, small, or disadvantaged business enterprise as defined in the Small, Local, and Disadvantaged Business Enterprise Development and Assistance Act of 2005, as amended; D.C. Official Code 2-218.01 et seq.: The Contractor is not a certified business enterprise. (O) Other aspects of the proposed Contract that the Chief Procurement Officer considers significant: None. (P) A statement indicating whether the proposed Contractor is currently debarred from providing services or goods to the District or federal government, the dates of the debarment, and the reasons for debarment: The Contractor is not debarred from providing services to the Government of the District of Columbia or the Federal Government according to the Office of Contracts and Procurements Excluded Parties List and the Federal Governments Excluded Parties List. (Q) Any determination and findings issues relating to the Contracts formation, including any determination and findings made under D.C. Official Code 2-352.05 (privatization contracts): On December 27, 2021, the Department issued a Determination and Findings for Contractor Responsibility with respect to proposed Contract No. DCAM-21-CS-RFP-0008H with Jacobs Project Management Company, in which DGS Contracting Officer concluded that the Contractor is responsible. (R) Where the Contract, and any amendments or modifications, if executed, will be made available online: The Contract, if approved, will be posted on the Departments website. (S) Where the original solicitation, and any amendments or modifications, will be made available online: The original solicitation and any amendments were posted on the Departments website and can be found at https://dgs.dc.gov/event/dcam-21-cs-rfp-0008-request-proposals-construction- management-services. 6 ()8784458 474* +845858 *+87 001034564788496 +8,-./8)88 549113  4848 88871910 48871110 01+263/+0,411(4,+  ! 0"# 3+2+5%1"3  801$"%$& 316111#001#!%1"3 6789:;:6<97>;6?7<@A<@BC 1 78D748.458*8E .F489458)8788788..).*G844F5 44. **4FH45458 474* +8,-./8)8874588D7484D*F84 687)8I1 458.48)89458.).*G844F5 D*8.H45.8J3%!"94587878 45 87448*8E . 8.I ,,3%I,151,+96(93/4,69166664,6916 E13,/"(/16 6K2E13,/I1E162+//L(16+/3/4, II+J3%!"M11N J3%!"3/+E2,+1(16,66K1+6+/3/4, 1457O8.2F4 717 589**84)  ,)*.4845 874489D*8 8) 44F,-II)I+4584F,-58D89*P458 QL *.4887448*8E .R5FD87*P.87458*8E .84I SSTSUVWCVXYYVCZ[C\]VYZ^_T[Z`aW]bcVdb[B6^TT^UefWdbYgh^T^i_^UjkTUkelm9`noB6ocdp GOVERNMENT OF THE DISTRICT OF COLUMBIA DEPARTMENT OF GENERAL SERVICES Memorandum To: Keith A. Anderson Director From: Antoinette Hudson Beckham Agency Fiscal Officer Department of General Services Reference: DCAM-21-CS-RFP-0008H Construction Management Services Date: February 28, 2022 Subject: