District of Columbia Housing Authority
300 7th Street SW I 10th Floor
Washington, DC 20024
[202) 535-1000 I dchousing.org
Keith L. Pettigrew, Executive Director
May 29, 2024
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 Three Million Six Hundred Fifty­
Seven Thousand Nine Hundred Ninety-Three and 16/00 Dollars ($3,657,993.16) between the District of Columbia
Housing Authority ("DCHA") and The Matthews Group, Inc. ("TMG"). This proposed contract is for the repair and
repaint of the exterior of the building of the Garfield Terrace (Senior) project located at 2301 11th Street NW, Washington,
DC (the "Project").
DCHA plans to enter into the contract with TMG to finance the repair of the Project using an allocation of $3,657,993.16
in capital funds appropriated by the Council of the District of Columbia in the District of Columbia FY 2024 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.
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 Alethea McNair, my Chief of Staff, at
(202) 993-8190.
I look forward to your favorable consideration of this proposed contract.
Enclosures
OCHA is committed to providing equal access to this event for all participants 6 residents with disabiiities. If you need a reasonable accommodation, please contact our ADA/504
Department at ADA504@dchousing.org with your complete request. If you need a sign language or foreign language interpreter, please go to dchousing.org/language or call
202-535-1000. Please allow at least 3 business days to make the necessary arrangements
NB/mm
ce: Nyasha Smith, Secretary to the Council
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, Inc.
Contractor Principal: Tanya Matthews
Contract Amount: $3,657,993.16
Contract Term(s): 364 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, I have enclosed for
consideration the Job Order Contract ("JOC") for the Repair/Repoint Exterior of the
Building at Garfield, located at 2301 11th Street, in the 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 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
throughout its portfolio without having to specify the projects on which a 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 construction
catalog which contains a range of construction and construction-related tasks and prices.
Each 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.
April 15, 2029, DCHA advertised an Invitation for Bid (“IFB”) with Solicitation
Number, IFB-2019, 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 of Housing 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 Solicitations, DCHA received bids from eighty-seven (87)
firms and made thirteen (13) awards. Among those selected, DCHA awarded a JOC to
The Matthews Group, Inc. under Solicitation Number 0007-2019 for a one-year base
contract with options to award four (4) additional one (1) year contracts 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, DCHA has an existing JOC with The Matthews Group, Inc. and has
provided The Matthews Group, Inc. with a Detailed Scope of Work for the Project. The
Matthews Group has evaluated the scope of work and has submitted a price of
$3,657,993.16 to construct the Project.
The initiation and completion of the required work are clearly within the scope of the
services to be provided by the procured contractor. The scope of work for the Project
contains sufficient details and plans.
(4) Background and qualifications of the proposed contractor:
Since award of the JOC to The Matthews Group, Inc. on August 29, 2019, DCHA has
awarded 32 individual task orders with a total value of $23,487,896.42 The Matthews
Group, Inc. has successfully completed this work on time and within budget for these
projects.
(5) 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.
(6) Description of the funding source for the proposed agreement and a
certification that the proposed agreement is consistent with the
District's 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 2024 Approved Budget and
Financial Plan.
(7) A certification of legal sufficiency:
The Legal Sufficiency Memorandum is attached.
{0030164 -}
(8) A certification that the proposed contractor's/proposed owner is in
compliance with District tax laws:
The District tax law compliance certification is attached.
(9) The status of the proposed contractor as a certified local, small or
disadvantaged business enterprise.
The Matthews Group, Inc. is a LBE, DBE, SBE & DZE 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 The Matthews Group, Inc. and has found no evidence of federal or
District debarment.
(11) A Certification that the contractor is currently not, and will not, be in
violation of the District of Columbia Code §1-1163.34a regarding
prohibited contributions.
The District of Columbia Code §1-1163.34a certification is attached.
(12) Where the contract, if executed, will be made available online:
Available on DCHA website.
{0030164 -}
Project Manager
03/12/2024
The Matthews Group
t/a TMG Construction Corp.
PO BOX 2099
Purcellville, VA 20134
Certification Regarding No Pending Litigation
The undersigned hereby certifies that the contractor has no pending claims against the District.
President
The Matthews Group Inc.
t/a TMG Construction Corp.
PO BOX 2099
Purcellville, VA 20134
Dat alis/2Yy
Notary
Thereby certify that on this day /S_ of FO. 2024,atiana (Tanya) C. Matthews personally
appeared and signed this document and acknowledged she was a member of the Corporation.
State/County: V2, Koudloun Notary Public
. 1-31 90a7
RHONDA L BENIKAS
Notary Pubi -Regc. #321219
Commonwealth of Virginia
Commision Exes Jan 31,2007
‘The Matthews Group, Ine Telephone 800-610-9005,
PO Box 2099 Facsimile 540-338-9518
= Purcellville, VA20134-2099 wwwtmgworld.net
jigned hereby certifies that The Matthews Group Inc. t/a TMG Construction Corp. is
currently not, and will not be, in violation of District of Columbia Code §1-1163.34a, which provides a
covered contractor shall not contribute to a prohibited recipient during the prohibited period.
oy CL Specks
By: ina C. Matthews.
Title: President
NOTARY: _
ag nd é
Todiena.
Thereby certify that on this_Gl&”” day of April 2024, _C.MaHhcwS
(Tanya)
personally appeared and
signed this document and acknowledged that she was the President of The Matthews Group, Inc., t/a
TMG Construction Corp.
State/County/District of Columbia Notary Public: Mhorn do hurkig
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF EMPLOYMENT SERVICES
Office of Unemployment Compensation/Tax Division
ORIGINAL
TAX VERIFICATION RESPONSE - DOES
CONTRACT SPECIALIST: Daniel Simmons AGENCY:
DCHA
VENDOR NAME: The Matthews Group Inc. t/a TMG Construction Corp.
D.C.DOES SUI ACCOUNT #:328617 FEDERAL ID #: 54-1659669
TO BE COMPLETED BY THE DEPARTMENT OF EMPLOYMENT SERVICES TAX DIVISION
THE DEPARTMENT OF EMPLOYMENT SERVICES CERTIFIES THAT:
The prospective Contractor is "IN COMPLIANCE" with the tax filing and payment requirements
X
of the District of Columbia Unemployment Tax Laws or is in compliance with an established
payment plan.
The prospective Contractor is "NOT IN COMPLIANCE" with the tax filing and payment
requirements of the District of Columbia Unemployment Tax Laws. The Contractor may obtain
details of the tax deficiency and make arrangements to correct this deficiency by contacting the
tax enforcement officer whose name and telephone number follow:
Tax Enforcement Officer: Candis Chaney Phone #: (202) 698-5053
Comments
C. C.
5/07/2024
SIGNATURE DATE
Tax Examiner, Office of Unemployment (202)-698-5053
TITLE TELEPHONE NUMBER
Compensation
This response/certification is valid for 90 days from the date specified above.
ATT: Compliance Officer
Office of Unemployment Compensation - Tax Division - 4058 Minnesota Avenue, NE, Washington, DC 20019
For more information, please go to the DOES Web Site at http://www.does.dc.gov/
Tax Verification Response DOES Page 1 of 1 Rev: 6/2020
TheMatthewsGroup
t/a TMG Construction Corp.
PO BOX 2099
Purcellville, VA 20134
Certification Regarding Federal Taxes
The undersigned hereby certifies that it is current with the federal taxes, or has worked out and i
current with a payment schedule approvedbythe federal government.
The Matthews Group Inc.
t/a TMG Construction Corp.
PO BOX 2099
Purcellville, VA 20134
Date: [ls Jay
Notary
Thereby certify that on this day_/S_ of fh.JU2/ Tatiana (Tanya) C. Matthews personally
appeared and signed this document and acknowledged she was a memberof the Corporation.
State/County: VA, Loudoun
fp. 1/31/34
RHONDA L BENIKAS
‘Notary Public - Reg.# 321219
Commonwealth of Virginia
Initial File #: 211121
Entity Type: For-ProfitCorporation
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF LICENSING AND CONSUMER PROTECTION
CORPORATIONS DIVISION
CERTIFICATE
THIS IS TO CERTIFY that all applicable provisions of the District of Columbia Business
Organizations Code (Title 29) have been complied with and accordingly, this CERTIFICATE OF
GOOD STANDING is hereby issued to
MATTHEWS GROUP (THE), Inc.
WE FURTHER CERTIFY that the foreign entity is registered to do business in the District on
04/06/2001 ; that all fees, and penalties owed to the District for entity filings collected through the
Mayor have been paid and Payment is reflected in the records of the Mayor; The entity's most
recent biennial report required by § 29-102.11 has been delivered for filing to the Mayor; and the
entry's registration has not been terminated. This office does not have any information about the
entity¶s business practices and financial standing and this certificate shall not be construed as the
entity¶s endorsement.
IN TESTIMONY WHEREOF I have hereunto set my hand and caused the seal of this office to
be affixed as of 2/21/2024 10:52 AM
Business and Professional Licensing Administration
Tracking #: HOHc78SY
District of Columbia Housing Authority
300 7th Street, SW, 10th Floor, Washington, DC 20024
202-535-1000
__________________________________________________________________________________
Keith Pettigrew, Executive Director
MEMORANDUM
TO: Keith Pettigrew
Executive Director
FROM: Andrea Powell
Deputy General Counsel
DATE: May 23, 2024
SUBJECT: Proposed Contract for the services to repair and repoint the exterior of the Garfield
Terrace (Senior) project located at 2301 11th Street, NW, Washington, DC between
DCHA and The Matthews Group, Inc. (“TMG”) to be submitted to the Council for the
District of Columbia for approval pursuant to D.C. Official Code § 2-352.02(a)(1), as
amended.
1. Procurement Process
I have enclosed for consideration by the Council of the District of Columbia, the Council Contract
Summary for a proposed contract, in the amount of Three Million Six Hundred Fifty-Seven Thousand
Nine Hundred Ninety-Three and 16/00 Dollars ($3,657,993.16) between the District of Columbia
Housing Authority (“DCHA”) and TMG.
This proposed contract is for the repair and repointing of the exterior of the Garfield Terrace (Senior)
project located at 2301 11th Street, NW, Washington, DC. DCHA plans to enter into the contract with
TMG using capital funds appropriated by the Council of the District of Columbia in the FY24
Approved Budget and Financial Plan.
On Sunday, April 14, 2019, DCHA advertised an Invitation for Bid in the local newspapers 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 contract 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
thirteen (13) awards 1. 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 of providing DCHA’s required construction, repair and
replacement services.
1
Of the thirteen (13) firms that submitted bids, six (6) firms submitted multiple bids.
www.dchousing.org
2.