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: