District of Columbia Housing Authority
300 7" Street, SW, 10" Floor, Washington, DC 20024
202-535-1000
Brenda Donald, Executive Director
July 3. 2023
The Honorable Phil Mendelson
Chairman
Councilof 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), 1 have enclosed for consideration by the Councilofthe
Distriet of Columbia (*Couneil”), the Council Contract Summary for a proposed contract, in the
amount of One Million Seven Hundred Forty-Three Thousand Twenty-hree and 20/00 Dollars
($1,743,023.20) between the District of Columbia Housing Authority (“DCHA") and Irteno
Construction Co., Ine. (“Irreno”). This proposed contract is Jor the roof replacement and
building exterior wall repair at the Kenilworth project located at 4500 Quarles Street in the
Northeast quadrant of Washington, D.C(the “Project’)
DCHA plans to enter into the contract with Irrono and finance the Project using an allocation of
$1.743,023.20 in capital funds appropriated by the Council of the District of Columbia in the
District of Columbia FY 2023 Approved Budget and Financial Plan,
DCHA procured Irrene pursuant 10 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 Irreno a one-year contract with four additional one-year options.
Pending approval by the Council, DCHA proposes to award to Irreno a contract to comnplete the
Project.
www.dehousing.org
‘As always, I am available to discuss any questions you may have regarding the proposed contract. In
order 10 facilitate a response to any questions concerning this action, please have your staff contact
Jenna Cevasco, ChiefofStaff (202) 384-0385.
Tlook forward to your favorable consideration of this proposed contract.
Sincerely,
Brenda Donald
Executive Director
Enclosures
NB/inm,
ce: Nyasha Smith, Secretary to the Council
www.dehousing.org
cou CONTRACT SUMMARY
Pursuant to D.C. Official Code § 2-352.02(c). as amended, the following is provided:
(1) The nameofthe proposed contractor, the contract/loan amount, and the term of
the proposed contract:
Contractor: Irrenv Construction Co., Inc.
Contract Principals: Guadalupe rreno and
Jairo Itreno. Sr.
Contract Amount: $1,743,023.20
Contract Term(s): 240 day
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, I have enclosed for
consideration the Job Order Contract ("JOC") for the Roof Replacement and Building
Exterior Wall Repairs at Kenilworth, located at 4500 Quarles Street in the Northeast
quadrant of Washington, DC (the “Project”).
@) 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 contrac! meets the procurement and
selection requirements applicable to DCHA.
The JOC procurement is a duly recognized procurement method that allows DCHA to
select numerous construction contractors for multi-year contracts. This method allows
DCHA to undertake a wide variety of renovation, repair and construction projects
throughoul! its portfolio without having to specily the projects on which a particular
contractor will work. Under the JOC, the contractor receives ftom DCHAan approved
Detailed Scope of Work and the contractor prepares cost proposal using a construction
catalog which conlains a range of construction and construction-related tasks and prices.
Each task has a 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 April 15, 2019, DCHA issued “Solicitation Numbers, 0007-2019 and 0019-2019, a
Request for Job Order Contractors.” The procurement solicited bids from qualified
constuction companies who had the capacity. experience, staff, and ability to
undertake numerous projects. In addition, the soticilation stated that DCHA would
award a one-year base contract with options to award four additional one-year
contracts, based on satisfactory performance.
{0030164 -}
In response to the 2019 solicitation, DCHA received bids from eleven (11) firms and.
made five (5) awards.’ Among those selected. DCHA awarded a JOC to lireno
Construction Co. Inc. (“reno”) under Solicitation Number 0011-20144 tor a one-
base contract. Subsequently, DCHA has exercised its contractual option and awarded
one-year contracts to breno.
Accordingly. DCHA has an existing JOC with Irreno and has provided Irreno with a
Delailed Scope of Work for the Project. Irreno has evaluated the scope of work and has
submitted a price of $1,743,023.20 to construct the Project.
‘The initiation and completionofthe required work are clearly within the scope of the
services to be provided by the procured contractor. The seape of work for the Project
contains sufficient details and plans, DCHA will payfor such services with proceeds
from the District of Columbia Public Housing Rehabilitation Fusd.
4) Background and qualificationsofthe proposed contractor:
Since awardofthe JOC to Inreno on May 30, 2019, DCHA has awarded 13 individual
task orders with a total value of $9.330,121.48. Itreno has successfully completed this
work on time and within budget for these projects.
&) Performance standards and expected outcomes of the proposed contract:
DCHA expects that the Project will be constructed according to approved construction
documents and consistent with all District code and building regulations. The contractor
is also responsible for meeting LSBDE subcontracting goals and employment goals as
required by DCHA and the District.
@). Descriptionofthe funding source for the proposed agreement and a
certification that the proposed agreement is consistent with the
Di ‘5 financial plan and budget:
“The funding source for the proposed agreement will be capital funds appropriated
by the Council of the District of Columbia in the FY 2023 Approved Budget and
Financial Plan.
% A certification of legal sufficiency:
The Legal Sufficiency Memorandum is attached.
(a) Acertification that the proposed contractor's/proposed owner is in
compliance with District tax laws:
‘The District tax law compliance certification is attached.
ofthe eleven (U1 firms that submitted bids. six (6) fms submitted multiple bids,
{0030164 -}
(9} The status of the proposed contractor as a certified local, small or
disadvantaged business enterprise.
[rreno Construction Co., Inc. is a LBE, DBE, CBE, LSDBE, & WBE
business.
(10) A statement 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 Irreno and has found no evidence of federal or District debarment.
(11) A Certification that the contractor is currently nof, and will not, be
yiolation of District of Columbia Code §1-1163.34a regarding prohibited
contributions,
‘The $1-1163.34a certification is attached.
(12) Where the contract, if executed, wil be made available online:
Available on DCHA website.
{0030164 -}
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 Cieneral Counsel
DATE: July 3, 2023
SUBIECT: Proposed Contract for Roof Replacement and Building Exterior Wall Repairs at
Kenilworth between DCHA and Irreno Construction Co.. Ine. (“Irreno”) to be submnjitad
to the Council for the District of Columbia for approval pursuant to D.C. Official Code
§ 2-352.02{a}(1), as amended
Lh Procurement Process
[have enclosed for consideration by the Council of the District ofColumbia, the Council Contract
Summary for a proposed contract. in the amount of One Million Seven Hundred Forty-Three Thousand
‘Twenty-Three and 20/00 Dollars ($1.743,023.20) between the District of Columbia Housing Authori:y
(DCHA") and irreno. ‘This proposed contract is to provide aroof replacement and conduct building
exterior wall repairs at DCHA’s Kenilworth project. DCIIA plans to enter into the contract with Irreno
for construction, repair and replacement services using capital funds appropriated by the Couneit of the
District of Columbia in the FY23 Approved Budget and Financial Plan,
On April 14, 2029, DCITA 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 slated that DCHA would award a one-year base contract with
options to award four additional one-year contracts, based on satisfactory porformance.
To response to the IFB-2019 solicitation, DCHA received bids from thirteen (13) firms and made
thirteen (13) awards.’ DCHA determined that TMG met the technical requirements and has relevant
experience working on multifamily housing projects similar to the housing developments owned by
DCHA and therefore is qualified and capable ofproviding DCHA’s required construction, repair and
replacement services.
Of the eleven (1 ) firms that submitted bids, six (6) firms submitted muftiple bids.
‘www.dchousing.org
2. Description of Propused Contract
he proposed Job Order Contract (JOC Project Number DJ69-DC 15.01) between DCHA and Inrena
(“Contract”) is for a roof replacement and building exterior wall repairs at DCHA’s Kenilworth project.
The Contract will be up to 4 maximum amount of One Million Seven Hundred Forty-Thtee Thousand
Twenty-Three and 20/00 Dollars ($1.743.023.20). The lengthofthe Contract will be a one year base
contract with four optional annual contract renewals. The scope of work in the Contract contains
sufficient details and plans. DCHA will fund the Contract using capital funds appropriated by the
Councilofthe District of Columbia in the EY 23 Approved Budget and Financial Plan,
Legal Review
‘The DCHA Office of the General Counsel (OGC) has reviewed the proposed Contract with irreno for
legal sufficiency. The review indicates that DCHA followed a competitive process in making the
award to Ineno. OGC’s reviewofthe Contract indicated that it is legally sufficient. In addition. we
are not aware of any pending legal claims of Irreno against DCIIA.
The Contract term is not to exceed one year and the Contract will be funded with an allocation from the
District of Columbia Public Housing Rehabilitation Fund in the FY23 budget from the Council of the
District of Columbia, Accordingly, the Contract must be submitted to the District Council for review
and approval in accordance with D.C. Code § 2-352.02(a)(1).
APPROVED AS TO LEGAL SUFFICIENCY:
Andrea Powell
Deputy General Counsel
District of Columbia Housing Authority
wwwdehousing.org
RESOLUTION 19-20
RESOLUTION 19-26
TO AUTHORIZE THE EXECUTION OF MULTIPLE JOB ORDER CONTRACTING
(JOC) CONTRACTS
WHEREAS, District of Columbia Housing Authority (‘OCHA’), its instrumentaiittes
and affitiates 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, Ef Tiempo Latino and East of the River. Copies were emailed to all
District Government Certified Business Entity members and all District of Columbia
Depariment of Housing and Community Development (‘DHCD") Section 3 vendors;
WHEREAS, on April 15, 2019, Solicitation No.’s 0007-2019, 6008-2019, 0009-
2019, 0010-2019, 0011-2019, 0012-2019, 0013-2019, 0014-2019, 0015-2019, 0018-
2019, 0017-2019, 0018-2019 and 0019-2019 for Job Order Contract (JOC) General
Construction, Electrical, Mechanical, Asbestos Testing & Abatement and Lead Testing
& Abatement for repair, alteration, modemization, maintenance, rehabilitation,
demolition and construction of infrastructure, buildings and structures by means of Job
Orders Issued under JOC Indefinite Detivery Indefinite Quantity (IDIQ) contracts ("JOC
Contract") 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 Apri! 30, 2018, DCHA hosted 4 mandatory pre-bid conference,
and seventy-one (71) interested firme attended;
WHEREAS, by May 30, 2019, DCHA received elghty-seven (87) bids;
WHEREAS, the solicitation stated that muttiple 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., Padula Construction Company, irreno Construction Co., Inc., Consys, inc., Vigil
Contracting, Inc., Autumn General Contracting, LLC, Montage, Inc, Centenniat
Contractors, Mo Construction, C & A Electric, Inc., RSC Electrical & Mechanical and
ALL. Merton, Ino. met the reasonable and competitive bid requirements of the IFB and
qualified as capable of providing JOC services for the trades bid; and
{0034663 -}
RESOLUTION 19-20
‘70 AUTHORIZE THE EXECUTION
OF MULTIPLE JOB ORDER CONTRACTING
Goc) 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 tisted firms do not appear on that list,
NOW, THEREFORE, BE IT RESOLVED, that the Board of Commissioners of
District of Colurnbla Housing Authority hereby authorizes the Executive Director to
execute thirteen (13) contracts to provide repair, alteration, modernization,
maintenance, rehabilitation, demolition and construction of infrastructure, buildings and
Structures by means of Job Orders issued under JOC indefinite Delivery indefinite
Quantity (IDIQ) 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 Three Hundred Eighty
Million Dollars $380,000,000.00, subject to the availabllity of funding as follows:
Minimum — Maxima
oe Bei Teche
otis Chitteee meletcclote mee couture
el
Dinettes Value Term Vale WValue
0007-2019 | TMG $25,000 $10,000,000 $50,000,000
9007-2019 | Micon Construction Inc. | $28,000 | $10,000,000 " $50,000,000
0007-2019 Padula Construction Company $25,000 $10,000,000 $50,000,000
0008-2019 | Ireno Construction Co., Inc. $26,000 | $7,000,000 $36,000,000
0008-2019 | Coney,Ine, "$28,000 $7,000,000 " $36,000,000
0008-2019 |Vigi Contracting, Inc. 25,000 | $5,000,000 $25,000,000
0003-2018 AutumnGeneral Contracting, LLC $25,000 $5,000,000 $25,000,000
0010-2018 | Montage, Ine. | $28,000 | $3,090,000 | $18,000,000
0010-2019 | Centennial Contractors $25,000 | $3,000,000 | $18,000,000
0011-2018 | Mo Construction | $25,000 | $1,000,000 | $5,000,000
| 0012-2019 G& AElectie, Inc. "$25,000 $5,000,000 $28,000,000
0019-2018 | No Award |$25,000 | s8.000,000 | s1s.00,000
0014-2019 | RSC Electrical & Mechanical $26,000 $5,000,000 $25,000,000
0014-2018 | ALL. Marton, Ino. 26,000 | $5,000,000 | $26,000,000
{0034663 -}
RESOLUTION 19.20
TO AUTHORIZE THE EXECUTION
OF MULTIPLE JOB ORDER CONTRACTING
{Joc} CONTRACTS
inating
errs
IVI aot tersod
0015-2019 |NoAward $25,000 $3,000,000 $15,000,000
9016-2019 |NoAward $25,000 $10,000,000 $50,000,000
0017-2619 No Award $26,000 $6,000,000 $28,000,000
4 t |
0018-2019 | No Award $25,000 | $10,000,000 | $80,000,000
0019-2019 | No Award $25,000 | $5,000,000 | $28,000,000
PROVIDED HOWEVER, that, notwithstanding the Maximum Contract Values set
forth above, the Executive Director shall not initiate any work under any contract
authorized hereunder, unless the cost of such work is fully funded by (i) funds in-hand,
and/or (i) funds committed, in writing by financial institution or governmental authority.
or allocated by public body,and expected to be received before a task order is issued to
initiate such work; and
PROVIDED FURTHER, that DCHA has on-hand, including as a part of its
approved District and Federal Capital Funds Budgets, funds in the aggregate amount of
Fifty-Two Million Thirty-Five Thousand Dallars ($52,035,000.00), from which it expect to
fund work under contracts authorized hereby for the balance of FY 2019: and, in
addition, the Council of the District of Columbia has approved an allocation of Twenty-
Four Million Five Hundred Thousand Doliars ($24,800,000.00), of which, DCHA expects