District of Columbia Housing Authority
300 7th Street, SW, 10th Floor, Washington, DC 20024
202-535-1000
__________________________________________________________________________________
Brenda Donald, Executive Director
July 3, 2023
The Honorable Phil Mendelson
Chairman
Council of the District of Columbia
1350 Pennsylvania Avenue, N.W., Suite 504
Washington, DC 20004
Dear Chairman Mendelson:
Pursuant to D.C. Code §2-352.02 (b)(2), I have enclosed for consideration by the Council of the
District of Columbia (“Council”), the Council Contract Summary for a proposed contract, in the
amount of One Million Nine Hundred Fifty-Nine Thousand Eight Hundred Twenty-Three and
62/00 Dollars ($1,959,823.62) between the District of Columbia Housing Authority (“DCHA”)
and The Matthews Group, Inc. (“TMG”). This proposed contract is for a parking garage
structural repair and ramp replacement at the James Apartments project located at 1425 N.
Street in the Northwest quadrant of Washington, D.C (the “Project”).
DCHA plans to enter into the contract with Centennial and finance the Project using an
allocation of $1,959,823.62 in funds from the District of Columbia Public Housing
Rehabilitation Fund set forth in the District of Columbia FY 2023 Approved Budget and
Financial Plan.
DCHA procured TMG pursuant to DCHA Solicitation Number 0007-2019, a Request for Job
Order Contractors. Under a Job Order Contracting (“JOC”) contract, DCHA awards an
approved contractor a Detailed Scope of Work and the contractor prepares a cost proposal using
a construction catalog, which contains a range of construction and construction related tasks and
prices. DCHA awarded TMG a one-year contract with four additional one-year options.
Pending approval by the Council, DCHA proposes to award to TMG a contract to complete the
Project.
www.dchousing.org
As always, I am available to discuss any questions you may have regarding the proposed contract. In
order to facilitate a response to any questions concerning this action, please have your staff contact
Jenna Cevasco, Chief of Staff (202) 384-0385.
I look forward to your favorable consideration of this proposed contract.
Sincerely,
Brenda Donald
Executive Director
Enclosures
NB/mm
cc: Nyasha Smith, Secretary to the Council
www.dchousing.org
COUNCIL CONTRACT SUMMARY
Pursuant to D.C. Official Code § 2-352.02(c), as amended, the following is provided:
(1) The name of the proposed contractor, the contract/loan amount, and the term of
the proposed contract:
Contractor: The Matthews Group. Ine
Contractor Principal: Joseph N. Matthews
Contract Amount: $1,959,823.62
Contract Term(s): 300 days
Source Selection Method: Job Order Contracting Procurement
(2) Description of the Goods and Services to be provided:
Pursuant to D.C. Official Code § 2-352.02(b)(2), as amended, | have enclosed for
consideration the Job Order Contract ("JOC") for the Parking Garage Structural Repairs
and Ramp Replacement at Jarnes Apartments Street, 1425 N Street, Northwest quadrant
of Washington, DC (the “Project”.
(3) A description of the selection process, including the number of offerors, the
evaluation criteria, the evaluation results, and the basis for selecting the
proposed contractor:
DCHA has determined that the proposed contract meets the procurement and
selection requirements applicable to DCTLA.
The JOC procurement is a duly recognized procurement method that allows DCIIA to
select numerous construction contractors for multi-year contracts. This method allows.
DCHA to undertake a wide variety of renovation, repair and construction projects
throughoutits portfolio without having to specify the projects on whicha particular
contractor will work. Under the JOC, the contractor receives from DCHA an approved
Detailed Scope of Work and the contractor prepares a cost proposal using a consituetion
catalog which contains a range ofconstruction and construction-related tasks and prices,
Fach task has a complete and detailed description, an established unit of measure, and an
established unit price. The unit price includes the direct cost of labor, materials, and
equipment.
On Sunday, April 14, 2019, DCHA advertised an Invitation for Bid (“TFB") with
Solicitation Number, IFB-2019, a Request for Job Order Contractors in the Washington
Post, Afro American, The Current Newspaper, The Washington Informer, Hill Rag. El
Tiempo Latino, and East of the River. Copies were mailed to all District Government
Certified Business Entity members and all District of Columbia Department ofHousing
and Community Development ("DHCD") Section 3 vendors.
The procurement solicited bids from qualified construction companies who had the
capacity, experience, staff. and ability to undertake numerous projects. In addition. the
{0030164 -}
solicitation stated that DCHA would award a one-year base contract with options to
award four additional one-year contracts, based on satisfactory performance.
In response to the IFB-2019 solicitation, DCHA received bids [rom thirteen (13)firms
and made thirteen (13) awards,’ Among those selected, DCHA awarded aJOC to TMG
under Solicitation Number 0007-2019 for a one-year base contract, with a four (4),
optional Annual contract to renew with a minimum contract amount of $25.000 and a
maximum contract amount of $10,000,000 with a maximum aggregate contract total
amount of $50,000,000,
‘Accordingly, DCIIA has an existing JOC with TMG and has provided TMG with a
Detailed Scope of Work for the Project, TMG bas evaluated the scope of work and has
submitted a priceof $1,959,823.62 to construct the Project.
The initiation and completion of the required work are clearly within the scopeofthe
services to be provided by the procured contractor. The scopeof work for the Project
contains sufficient details and plans. DCHA will pay for such services with proceeds
from the District of Columbia Public Housing Rehabilitation Fund.
(4) Background and qualificationsof the proposed contractor:
Since award of the JOC to TMG on August 29, 2019, DCHA has awarded 24 individual
task orders to TMG with a total value of $21.407,208.60. TMG has successfully
completed this work on time and within budget for these projects
G) Performance standards and expected outcomes of the proposed contract:
DCHA expects thal the Project will be constructed according to approved construction
documents and consistent with all District code and building regufations. The contractor
is also responsible for meeting LSBDE subcontracting goals and employment goals as
required by DCHA and the District.
(6) _Deseription of the funding source for the proposed agreement and
ication that the proposed agreement is consistent with the
's financial plan and budget:
In 2016, the Public Housing Rehabilitation Amendment Actof 2016 (the
“Rehabilitation Amendment Act”) was introduced to amend the District of
Columbia Housing Authority Act of 1999. The Rehabilitation Amendment Act
allows for the transfer of unspent Locai Rent Supplement Funds to the DCHA.
Public Housing Rehabilitation Fund {the “Fund™).
The Fund allows DCHA to conduct necessary repaits, rehabilitation and renovation
ofpublic housing units that are needed to prevent occupied public housing units
from becoming uninhabitable. NCHA is restricted to using the fumds on properties
>Of the efeven (11) firms that submitted bids, six (6) firms submitted nmulriple bids,
40030164 -}
that are planned to remain in DCHA’s inventory.
DCHA has allocated funds for this Project in accordance with the Fund
requirements.
(7) Acertificationof legal sufficiency:
The Legal Sufliciency Memorandum is attached.
(8) Acertification that the proposed contractor's/proposed owner is in
com pliance with District tax law:
The District tax faw compliance certification is attached.
(9) The status of the proposed contractor as a certified local, smail or
disadvantaged business enterprise.
The Matthews Group, Inc. is a LBE, DBE, SBE & DZE business.
(10) Astatement indicating whether the proposed contractor is currently
debarred from providing services or good to the District or federal
government:
DCHA’s Office of Administrative Service has conducted a federal and local
search of The Matthews Group, Inc. and has found no evidence offederal or
District debarment.
(1) A Certification that the contractor is currently not, and will not, be in
violation ofDistriet of Columbia Code §1-1163.34a regarding prohibited
contributions.
The §1-1163.34a certification is attached.
(12) Where the contraet, if executed, will be made available online:
Available on DCHA website.
10030164 -}
District of Columbia Housing Authority
300 7" Street, SW, 10” Floor, Washington, DC 20024
202-535-1000
Brenda Donald, Executive Director
MEMORANDUM
TO: Brenda Donald
Executive Director
FROM: Andrea Powell
Deputy General Counsel
DATE: July 3, 2023
SUBJECT: Proposed Conteact for Parking Garage Structural Repairs and Ramp Replacement at
James Apartments between DCHA and The Matthews Group. Inc. (“TMG”) to be
submitted to the Couneil for the District of Columbia for approval pursuant to D.C.
Official Code § 2-352.02(a)(1), as amended
1. Procurement Process
Ihave enclosed for consideration by the Council ofthe District of Columbia. the Council Contract
Summary for a proposed contract, in the amount of One Million Nine Hundred Fifty-Nine Thousand
Hight Hundred Twenty-Three and 62/00 Dollars ($1,959,823.62) between the District of Columbia
Housing Authority (“DCEIA") and TMG. This proposed contract is to complete parking garage
structural repairs and a tamp replacement at DCHA’s James Apartments project. DCHA plans to enter
into the contract with TMG for construction, repair and replacement services using funds from the
District of Columbia Public Ilousing Rehabilitation Fund that are set forth in the District of Columbia
¥Y 2023 Approved Budget and Financial Plan.
On April 14, 2019, DCHA advertised an Invitation for Bid (“IFB") with Solicitation Number. IFB-
2019, a Request for Job Order Contractors. The DCHA procurement solicited bids from qualified
construction companies who had the capacity, experience. staff, and ability to undertake numerous
projects. In addition, the solicitation stated that DCHA would award a one-year base contraet with
options to award four additional one-year contracts, based on satisfactory performance
In response to the IFB-2019 solicitation, DCHA received bids from thirteen (13) firms and made
thirtecn (13) awards.' DCIIA determined that TMG met the technical requirements and has relevant
experience working on midtilamily housing projects similar to the housing developments owned by
DCHA and therefore is qualified and capable of providing DCHA's required construction. repair and
replacement services.
>Of the eleven ({1) firms that submitted bids, six (6) firms submitted multiple
wwwichousing.org
2. Description of Proposed Contract
“The proposed Job Order Contract (JOC Project Number DJ66-RM21.02) between DCHA and TMC
(“Contract”) is for parking garage structural repairs and a ramp replacement at DCHA’s James
Apartments project. The Contract will be up to a maximum amount of One Million Nine Hundred
Fifty-Nine Thousand Eight Hundred Twenty-Three and 62/00 Dollars ($1,959,823.62). The length of
the Contract will be a one year basc contract with four optional annual contract renewals. The scope of
work in the Contract contains sufficient details and plans, DCHA will fund the Contract with funds
from the District of Columbia Public Housing Rehabilitation Fund that are set forth in the District of
Columbia FY23 Approved Budget and Financial Plan.
3. Legal Review
‘The CHA Officeof the General Counsel (OGC) has reviewed the proposed Contract with TMG for
legal sufficiency. The review indicates that DCIIA followed a competitive process in making the
award to TMG. OGC’s reviewofthe Contract indicated that it is legally sufficient. In addition. we are
not aware of any pending legal claims of TMG against DCHA
The Contract term is not to exceed one yeur and the Contract will be flnded with an allocation from the
District of Columbia Public Housing Rehabilitation Fund set forth in the District of Columbia FY 2023
Approved Budget and Financial Plan. Accordingly, the Contract must be submitted to the District
Council for review and approval in accordance with D.C. Code § 2-352.02(4)(1).
APPROVED AS TO LEGAL SUFFICIENCY:
ALO
AX
Andrea Powell
Deputy General Counsel
District of Columbia Housing Authority
wwwdchousing.org
RESOLUTION 19-20
RESOLUTION 19-20
TO AUTHORIZE THE EXECUTION OF MULTIPLE JOB ORDER CONTRACTING
{JQC) CONTRACTS
WHEREAS, District of Columbia Housing Authority ('DCHA"), its instrumentalities
and affifiates require a large capacity of contracts to accomplish various projects for
repair, alteration, modemization, maintenance, rehabilitation, demolition, construction
and environmental services at various properties;
WHEREAS, on April 14, 2019, DCHA advertised an Invitation for Bid (IFB") in
The Washington Post, Afro American, The Current Newspaper, The Washington
informer, Hill Rag, El Tiempo Latino and East of the River. Capies were emailed to all
District Government Certified Business Entity members and all District of Columbia
Department of Housing and Cammunity Development ("DHCD") Section 3 vendors;
WHEREAS, on April 15, 2049, Solicitation No.’s 0007-2019, 0008-2019, 0009-
2019, 0010-2019, 0011-2019, 0012-2019, 0013-2019, 0044-2019, 0045-2019, 0018-
2019, 0017-2049, 0018-2019 and 0019-2019 for Job Order Contract (JOC) General
Construction, Electrical, Mechanical, Asbestos Testing & Abatement and Lead Testing
& Abatement for rapair, alteration, modernization, maintenance, rehabilitation,
demolition and construction of infrastructure, buildings and structures by means of Job
Orders issued under JOC Indefinite Deilvery Indefinite Quantity (IDIQ) contracts ("JOC
Contraci”} was issued to the Department of Small and Local Business Development,
bidders interested in doing business with DCHA, posted to the DCHA Website and
issued directly to thirteen (13) firms;
WHEREAS, on April 30, 2019, DCHA hosted a mandatory pre-bid conference,
and seventy-one (71} interested firms attended:
WHEREAS, by May 20, 2019, DCHA received eighty-seven (87) bids;
WHEREAS, the solicitation stated that multiple awards would be made to the
firms with reasonable and competitively bid adjustment factors in accordance with the
requirements of the solicitation; limited to only one (1) award to any single Contractor;
WHEREAS, based on the bids and the results of the bid review and validation
process, DCHA determined that thirteen (13) Contractors: TMG, Micon Construction
Inc., Paduta Construction Company, lrreno Construction Co., inc., Consys, Inc., Vigil
Contracting, Inc., Autumn General Contracting, LLC, Montage, Inc., Centennial
Contractors, Mo Construction, C 8 A Electric, Inc., RSC Electrical & Mechanical and
ALL. Merton, Inc. met the reasonable and competitive bid requirements of the IFB and
qualified as capable of providing JOC servicesfor the trades bid; and
{0034663 -}
RESOLUTION 19-20
TO AUTHORIZE THE EXECUTION
QF MULTIPLE JOB ORDER CONTRACTING
(loc) CONTRACTS
WHEREAS, DCHA performed a review of the Federal Systems Award
Management and the District's Excluded Parties List on June 18, 2019, and has
determined that above listed firms do not appear on that list.
NOW, THEREFORE, BE IT RESOLVED, that the Board of Commissioners of
District of Columbia Housing Authority hereby authorizes the Executive Director to
execute thirteen (13) contracts to provide repair, alteration, modemization,
maintenance, rehabilitation, demolition and construction of infrastructure, buildings and
structures by means of Job Orders issued under JOC Indefinite Delivery Indefinite
Quantity (I01Q) contracts (‘JOC Contract”) at various properties owned by or done on
behalf of, the Authority or any of its Instrumentalities or affiliates, for a period of up to
five (5) years, based upon one (1) base year with four (4) one-year options, in the
minimum aggregate amount of Three Hundred Twenty-Five Thousand Dollars
$325,000.00 not to exceed the maximum aggregate amount of Thres Hundred Eighty
Million Dollars $380,000,000.00, subject to the availability of funding as follows:
3
Contract
IMac ae i
0007-2019 | TMG $25,000 $10,000,000 $50,000,000
0007-2019 |MiconConstruction Inc. $25,000 $10,000,000 | $60,000,000
4
0007-2019 | Padula Construction Gampany $25,000 $10,000,000 $50,000,000
0008-2019 | Irreno Construction Co., Ina. $26,000 | $7,000,000 | $35,000,000
“ oo0e-2018 | ‘Coneys, Inc, $26,000 $7,000,000 $35,000,000
* 0008-2018 |Viall Contracting, inc. $25,000 | $8,000,000 | $25,000,000
0009-2018 | Autumn General Contracting, LLC $25,000 $5,000,000 $25,000,000
0010-2018 | Montage, In, $26,000 | $3,000,000 | $15,000,000
9010-2019 | Centennial Contractors $25,000 $8,000,000 518,000,000
0041-2019 | Mo Construction $26,000 | $1,000,000 $5,000,000
0012-2018 | G&.AFleatr, Ino. " $25,000 |$5,000,000 $25,000,000
0013-2018 |NoAward | $25,000 | $3,000,000 | $18,000,000
0014-2019 | RSC Electrical & Mechanical "$25,000 $5,000,000 $26,000,000
0014-2018 Tau Merton, Inc. 25,000 $5,000,000 | $25,000,000
10034663 -}
RESOLUTION 19-20
‘To AUTHORIZE THE EXECUTION
(OF MULTIPLE JOB ORDER CONTRACTING
Woe) CONTRACTS:
Cer
irre Cetera
le
0018-2018 | NoAward $26,000 $3,000,000 | $15,000,000
0016-2019 | NoAward $25,000 $40,000,000| $50,000,000
0017-2019| NoAward $25,000 $5,000,000 $26,000,000
0018-2019 | No Award $25,000 $10,000,000 $0,000,000
0019-2019 No Award $25,000 $5,000,000 $25