MURIEL BOWSER
MAYOR
April 22, 2022
The 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 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 DCKA-2017-T-0040 Task Order 003 with Dewberry Engineers Inc. (Dewberry). The
proposed contract is in the not-to-exceed amount of $1,668,703.18 for the period of 27 months
from the date of the award.
Under the proposed contract, Dewberry shall provide project management, construction
inspection and compliance, and hand-over services for the St. Elizabeths East Campus stage 2
phases 3, 4, and 8.
I am available to discuss any questions you have regarding the proposed contract. In order to
facilitate a response to any questions you may have, please have your staff contact Marc Scott,
Chief Operating Officer of the Office of Contracting and Procurement, at (202) 724-8759.
I look forward to the Councils favorable consideration of this contract.
Sincerely,
Muriel Bowser
Enclosure
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of Contracting and Procurement
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
(Letter Contract)
(A) Contract Number: DCKA-2017-T-0040 Task Order 003
Proposed Contractor: Dewberry Engineers Inc.
Contract Amount: Not-to-Exceed (NTE) $1,668,703.18 Funded by Local
Capital Funds
Unit and Method of Compensation: Fixed Unit Prices & Reimbursable Costs
Term of Contract: 27 Months from date of award
Type of Contract: Indefinite Delivery Indefinite Quantity; Fixed-Price Task
Order
Source Selection Method: Architect-Engineer Services; Request for Qualifications
(RFQ)
(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:
Task Order Base Period Amount: NTE $1,668,703.18
(C) The date on which the letter contract or emergency contract was executed:
July 9, 2021
(D) The number of times the letter contract or emergency contract has been extended:
M001 was issued on October 4, 2021 to extend the letter task order through December 8, 2021.
M002 was issued on December 2, 2021 to extend the letter task order through February 8, 2022.
M003 was issued on February 3, 2022 to extend the letter task order through April 8, 2022.
1
M004 was issued on April 1, 2022 to extend the letter task order through May 8, 2022.
(E) The value of the goods and services provided to date under the letter contract or emergency
contract, including under each extension of the letter contract or emergency contract:
NTE $834,351.59
(F) The goods or services to be provided, the methods of delivering goods or services, and any
significant program changes reflected in the proposed contract:
The proposed contractor will be required to perform project management, construction inspection
and compliance, and hand-over services for the St. Elizabeths East Campus stage 2 construction
project. Stage 2 includes phases 3, 4, and 8 and will construct roadway and utility infrastructure
within the District Department of Transportations future public right-of-way.
(G) The selection process, including the number of offerors, the evaluation criteria, and the
evaluation results, including price, technical or quality, and past performance components:
This procurement was conducted pursuant to the Architect and Engineering procedures set forth in
27 DCMR 2620-2627. Three firms were solicited, and submitted Statements of Qualifications
(SOQ) in response to the RFQ. Each was evaluated according to the below evaluation criteria in
accordance with the RFQ.
Factor Evaluation Criteria
Factor 1 Professional qualifications necessary for satisfactory performance of
required services.
Factor 2 Specialized experience and technical competence in the type of work
required.
Factor 3 Capacity to accomplish the work in the required time.
Factor 4 Past performance on contracts with Government agencies and private
industry in terms of cost control, quality of work, and compliance with
performance schedules.
The evaluation panel documented the strengths and weaknesses for each offeror and assigned a
score for each factor. The contracting officer (CO) conducted a Contracting Officers Independent
Assessment (COIA), in which the CO reviewed the solicitation requirements, the SOQs, the panels
evaluation procedures, consensus comments, and ratings.
Once the COIA was completed, the CO and the evaluation panel jointly selected Dewberry as the
most highly qualified offeror. Thereafter, the CO, in coordination with program personnel,
negotiated a fair and reasonable price for the required services.
(H) 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
2
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:
None
(I) 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:
Dewberry is an internationally recognized engineering and professional services firm that has been
in business for over 65 years, and has successfully performed many contracts for the same or
similar services in scope and magnitude for the District and other jurisdictions. The firm has a
satisfactory credit rating from Dun & Bradstreet.
(J) 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:
The proposed contractor will utilize three Certified Business Enterprise (CBE) subcontractors to
fulfill the 50% CBE subcontracting requirement. The total contract value is $1,668,703.18, and the
minimum CBE subcontracting requirement is $834,351.59. The proposed contract includes
$907,757.83 or 54.4% of CBE subcontracting work meeting the mandatory subcontracting
requirement.
(K) Performance standards and the expected outcome of the proposed contract:
At the direction of the District Department of Transportation Contract Administrator, the proposed
contractor will perform the required project management, construction inspection and compliance,
and hand-over services for St. Elizabeths East Campus stage 2 phases 3, 4, and 8 in accordance with
the terms of the contract.
(L) 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:
The District entered into a letter task order on July 9, 2021 in the NTE amount of $834,351.59.
(M) 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 task order ceiling is NTE $1,668,703.18. The District will fund the contract using local capital
dollars. The Agency Fiscal Officer certified on March 21, 2022 that the contract is consistent with
the applicable financial plan.
3
(N) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The Office of the Attorney General has reviewed and approved the proposed contract for legal
sufficiency. The proposed contractor has no pending legal claims against the District.
(O) 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 contractor is current with its District taxes per the Clean Hands certification dated February 9,
2022.
(P) 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 awardee is current with its federal taxes per the System for Award Management validation
performed on February 10, 2022.
(Q) 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.:
Dewberry is not a CBE.
(R) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
None
(S) 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 or an excluded party on the District or Federal listings per the
validations dated February 10, 2022.
(T) 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):
Determination and Findings for Price Reasonableness
4
Determination and Findings for Contractor Responsibility
Determination and Findings for Multi-Year Contract
(U) Where the contract, and any amendments or modifications, if executed, will be made
available online:
OCP.DC.GOV
(V) Where the original solicitation, and any amendments or modifications, will be made available
online:
OCP.DC.GOV
5
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: February 9, 2022 Notice Number: L0006823983
DEWBERRY ENGINEERS INC. FEIN: **-***6510
8401 ARLINGTON BLVD Case ID: 1071469
FAIRFAX VA 22031-4619
CERTIFICATE OF CLEAN HANDS
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 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)
47-2862 PROHIBITION AGAINST ISSUANCE OF LICENSE OR PERMIT
Authorized By Marc Aronin
Chief, Collection Division
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
GOVERNMENT OF THE DISTRICT OF COLUMBIA
OFFICE OF THE CHIEF FINANCIAL OFFICER
d * * *
oc :.:.:
WEAR[
District Department of Transportation
FINANCIAL PLAN AND BUDGET CERTIFICATION
Contract No.: DCKA-2017-T-0040, Task Order 003
Contract Name: Construction Inspection Services for St. Elizabeths East
Campus Stage 2 Phase 3, Phase 4 and Phase 8 Infrastructure
Contractor: DEWBERRY ENGINEERS INC.
Contract Amount: $1,668,703.18
Available Funding: $3,169,676.74
Funding Source (Project Fund): 7750 - Capital {Intra-District)
Year of Appropriation: 2020
Contract Year: 2022
I, Calvin Skinner, Agency Fiscal Officer, OCFO, hereby certify that the amount of $1,668,703.18
is available for the above referenced contract and that the service is within the appropriate
budget authority for the agency for Fiscal Year 2022 and is consistent with the applicable
approved financial plan. Future orders above the available funding are contingent upon the
identification of additional funding.
Calvin Skinner Date
Agency Fiscal Officer, OCFO
250 M Street, S.E., Washington, DC 20003 Telephone: (202) 671-2300
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
ATTORNEY GENERAL
KARL A. RACINE
Commercial Division
MEMORANDUM
TO: Ronan Gulstone
Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Section Chief
Government Contracts Section
DATE: April 11, 2022
SUBJECT: Definitized Award for Multi-year Contract (Task Order) exceeding One
Million Dollars Using
Local Capital Funds
Contractor: Dewberry Engineers, Inc.
Contract: DCKA-2017-T-0040 Task Order 003
Caption: Construction Inspection Services for St. Elizabeths East Campus
Stage 2 Phases 3, 4, and 8
Award Amount: NTE $1,668,703.18
Term: Base Period of 27 months
This is to Certify that this Office has reviewed the above-referenced
Contract and we have found it to be legally sufficient.
If you have any questions in this regard, please do not hesitate to call me at (202) 724-4018.
___ .
Robert Schildkraut
400 Sixth Street, N.W., Suite 9100, Washington, D.C. 20001 (202) 727-3400 Fax (202) 347-8922
Government of the District of Columbia
Office of Contracting and Procurement
Department of Transportation
Mr. Robert Victor
Senior Vice President, Operations Unit Manager
Dewberry Engineers Inc.
8401 Arlington Boulevard
Fairfax, VA 22301
Subject: Letter Contract
Contract No.: DCKA-2017-T-0040
Cat D: Construction Engineering and
Management Services
Caption: Construction Inspection Services
for St. Elizabeths East Campus Stage 2
Phase 3, Phase 4, and Phase 8
Infrastructure
Dear Mr.Victor:
In accordance with 27 DCMR 2425, this is a letter contract between the District of Columbia (the
District) and Dewberry Engineers Inc., (the Contractor) wherein the Contractor agrees to provide
construction management services in accordance with the documents incorporated by reference
below.
The District intends to definitize this letter contract within ninety (90) days of the date of award of
this letter contract (the date the Contracting Officer signs this letter contract) at which time this letter
contract shall merge with the definitized contract. If the District does not definitize this letter
contract within 90 days of the award of this letter contract or any extensions thereof, this letter
contract shall expire.
The District will pay the Contractor for the services performed under this letter contract in an
amount not-to-exceed (''NTE.") $834,351.59, which is approximately 50% of the estimated contract
NTE of the proposed definitive contract. If the District and the Contractor agree in writing to a
definitive contract, the District will pay the Contractor for the services performed during the
duration of the definitive contract an amount not to exceed $1,668,703.18 for the twenty-seven
month period of the proposed definitive contract.
The contractor shall perform under this letter contract pursuant to the terms of the following
documents, which are hereby incorporated by reference and made a part of this letter contract:
A. This letter contract (including the contra technical and price proposal dated
June 23, 2021 and Assumptions and Clarifications dated June 23, 2021. (Attachment A)
B. Request for Qualifications dated January 28, 2021. Solicitation No. OCPTO200078
C. Qualification submission dated February 26,2021
D. Contract DCKA-2017-T-0040
In the event of a conflict among the incorporated documents, the conflict shall be resolved by giving
precedence to the documents in the order listed above.
This Letter Contract shall be subject to the appropriation of funds.
Signature
Contractor________________________________________ 7/8/2021
Date: __________________
Dewberry Engineers Inc.
Robert Victor, PE