MURIEL BOWSER
MAYOR
June 17, 2024
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 section 202 of the Procurement Practices Reform Act of 2010 (D.C. Official Code §
2-352.02), enclosed for consideration and approval by the Council of the District of Columbia is
Contract No. DCAM-23-CS-RFP-0006 with The Keystone Plus Construction Corporation, in the
not-to-exceed amount of $2,828,036 (including an existing letter contract amount of $995,000).
The not-to-exceed amount is an early release of funds for the initial phase of the construction of
an addition to the Leckie Education Campus.
As part of the initial phase of the project, The Keystone Plus Construction Corporation will provide
design-build services, including playground construction, sediment control, site demolition, and
site assessments, while the District and The Keystone Plus Construction Corporation finalize the
full scope and guaranteed maximum price for the project.
My administration is available to discuss any questions you may have regarding the proposed
contract. In order to facilitate a response to any questions you may have, please contact Delano
Hunter, Director, Department of General Services (“DGS”), or have your staff contact George G.
Lewis, Chief of Contracts and Procurement, DGS, at (202) 727-2800.
I look forward to the Council’s favorable consideration of this contract.
Sincerely,
Muriel Bowser
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 or Emergency Contract)
(A) Contract Number: DCAM-23-CS-RFP-0006
Proposed Contractor: The Keystone Plus Construction
Corporation
Proposed Contract Amount: Not-to-Exceed (“NTE”) Amount:
$2,828,036.00 (includes $995,000,00 Letter
Contract amount)
Unit and Method of Compensation: Progress payments on a monthly basis
Term of Contract: September 25, 2023 (date of execution of the
Letter Contract by the Department) through
July 15, 2025 (“Substantial Completion
Date”) with an Administrative Term of July
15, 2026.
Type of Contract: Cost Plus Fixed Fee with a Guaranteed
Maximum Price (“GMP”)
Source Selection Method: Competitive Request for Proposals
(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:
Not applicable.
(C) The date on which the letter contract or emergency contract was executed:
The Notice to Proceed & Letter Contract (“Letter Contract”) was executed on September 25, 2023.
1
(D) The number of times the letter contract or emergency contract has been extended:
The Letter Contract has been extended one time. Modification No. 1 to the Letter Contract, executed
on February 7, 2024, extended the term of the Letter Contract to August 29, 2024.
(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:
The total value of the services provided to date is $995,000.00, which represents the initial not-to
exceed (“NTE”) amount established by the Letter Contract.
(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:
If approved, the Contract will authorize The Keystone Plus Construction Corporation (the
“Contractor”) to provide Design-Build Services for the Leckie Education Campus Addition project,
located at 4201 Martin Luther King Jr. Avenue,kk SW, Washington, DC 20032 (the “Project”). The
Project will be completed in two phases: (i) the Design and Preconstruction Phase; and (ii) the
Construction Phase. The substantial completion of the Project shall occur on or by July 15, 2025.
The proposed Contract’s NTE amount of $2,828,036.00 is for an early start agreement submission
and is based on several preliminary anticipated costs for the Project as determined by the Contractor.
Costs included in this early start agreement includes: (i) a portion of the design fee; (ii) general
conditions; and (iii) allowances for various early start activities, including playground construction,
sediment control, site demolition, site assessments, and other activities that will commence in this
summer with the completion of school year.
(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:
On April 24, 2023, the Department issued a Request for Proposals (“RFP”) to engage a design-
builder for the Project.
The RFP was posted on the Department’s website on April 24, 2023, and a Pre-Proposal Conference
and site walk were held on April 27, 2023, at 4201 Martin Luther King Jr. Avenue, SW, Washington,
DC 20032. The Proposal Due Date was initially set for May 29, 2023, and was extended to June 14,
2023. There were eight (8) addenda issued to this RFP.
Addendum No. 1, issued on April 27, 2023:
1. Provided the sign-in sheet and business cards from the pre-proposal conference and site
visit held on April 27, 2023, at 4201 Martin Luther King Jr. Avenue, SW, Washington,
DC 20032.
Addendum No. 2, issued on May 8, 2023:
1. Provided revised Attachment I (SBE Subcontracting Plan).
2. Provided revised Attachment B (Link to the Existing Drawings).
3. Revised the proposal due date to May 30, 2023, at 2:00 P.M.
2
Addendum No. 3, issued on May 18, 2023:
1. Provided revised Attachment A2 (Addition Ed Specs).
2. Provided questions and answers about the RFP.
3. Extended the proposal due date to June 2, 2023, at 2:00 P.M.
Addendum No. 4, issued on May 19, 2023:
1. Provided revised Attachment B (Link to the Existing Drawings).
2. Provided additional questions and answers about the RFP.
3. Extended the proposal due date to June 7, 2023, at 2:00 P.M.
Addendum No. 5, issued on May 25, 2023:
1. Incorporated Attachment M (Form of Contract) into the RFP.
2. Incorporated Attachment N (Form of Notice to Proceed and Letter Contract) into the
RFP.
Addendum No. 6, issued on May 31, 2023:
1. Provided revised Attachment M (Form of Contract).
2. Provided revised Attachment C (Form of Offer Letter).
Addendum No. 7, issued on June 2, 2023:
1. Extended the proposal due date to June 14, 2023, at 2:00 P.M.
Addendum No. 8, issued on June 5, 2023:
1. Provided revised Attachment M (Form of Contract).
2. Provided revised Attachment C (Form of Offer Letter).
Proposal Submissions:
On the proposal due date, June 14, 2023, seven (7) firms collectively submitted proposals, one of
which was a joint venture.
Technical Evaluation Process:
Each Offeror’s technical proposal was independently evaluated by a Technical Evaluation Panel
(“TEP” or “Panel”).
A kick-off meeting was held with the Panel on July 12, 2023. The kick-off meeting established a
schedule for the evaluation of proposals and discussed in detail the roles and responsibilities of the
Panel. In addition, each Panel member completed the required Disclosure Agreement and
Confidentiality Agreement.
Consensus Meeting:
After the Panel members had completed their individual evaluations of the proposals, the Panel
met on August 2, 2023, to develop a consensus technical score and the supporting written narrative
for each Offeror. In developing the consensus score, the Panel discussed the details of each
proposal in light of the evaluation factors and subfactors.
3
Contracting Officer’s Independent Evaluation:
The Department’s Contracting Officer carefully reviewed each of the proposals and independently
rated each Offeror. He further carefully reviewed the evaluation process followed by the Panel, their
notes and scoresheets, and their final consensus technical evaluation and concluded that the Panel’s
technical evaluations of the proposed Offerors were proper and reasonable.
Certified Business Enterprise Preference Points:
In addition to the price and technical scoring, a certain number of points were available for each
Offeror based on its status as a Certified Business Enterprise (“CBE”) as determined by the
Department of Small and Local Business Development (“DSLBD”). The Contractor was so certified
and received points accordingly.
Determination of a Fair and a Reasonable Price:
When the total points for all of the three components (technical, price, and CBE preference) were
combined, the Contractor was the highest-ranked Offeror. The Contracting Officer examined the
fee/price proposal submitted by the Contractor and determined that the overall proposed fees/price
submitted by the Contractor is within the IGE and is fair and reasonable, and accordingly, a mutually
satisfactory Contract was successfully concluded with the Contractor.
Contract Award:
By the award memorandum executed on August 25, 2023, the Department awarded Contract No.
DCAM-23-CS-RFP-0006 to the Contractor, as such award would be most advantageous to the
District.
(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
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 award of the Contract was not protested.
(I) A description of any other contracts the proposed contractor is currently seeking or holds with
the District:
The Contractor is currently involved in several District projects and is in pursuit of many other
District projects. The list of projects is provided as Exhibit A.
(J) 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:
The Contractor is based in Washington, DC, and is a Certified Business Enterprise (“CBE”)
specializing in developments that enhance the community, including transformational projects that
promote economic sustainability, to include community, education, office, retail, healthcare, and
4
institutional spaces, in the District of Columbia, Maryland, and Northern Virginia. The Contractor
provides a range of services, including preconstruction, construction management, general
contracting, and consulting services.
The Contractor has successfully completed the following projects for DGS and other organizations:
1. Randle Highlands Early Learning Center Washington, DC, a $14,200,000 project.
2. Peabody Early Childhood Center Washington, DC, a $7,640,749 project.
3. Eastern Market Metro Park Washington, DC, a $13,823,615 project.
The Contractor possesses the financial stability to successfully perform the Project and has provided
a staffing plan for the Project, which has been reviewed and approved by the Department. The
Contractor has been determined responsible in accordance with 27 DCMR 4706.1.
(K) 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 Contractor is a certified business enterprise in accordance with the Act (CBE Number:
LSZX51886022027). Pursuant to D.C. Code § 2-218.46 (d-1), the Contractor shall submit a detailed
subcontracting plan to DSLBD that meets the requirements of D.C. Code § 2-218.46(d), before
entering into a guaranteed maximum price.
Contract’s NTE Dollar Value $2,828,036.00
Subcontracting Requirement % 35%
Subcontracting Plan Required Dollar Value $989,812.6
Subcontracting Plan Actual Dollar Value $1,385,537.24
(L) Performance standards and the expected outcome of the proposed contract:
The Contractor is required to provide all design, preconstruction, and construction services, as well
as all other services necessary to substantially complete the Project no later than: July 15, 2025. In
general, the Contractor must perform the requirements contained in the Contract and meet or exceed
the performance standards therein. The Contractor is subject to liquidated damages of $2,500 per
day of delay for failure to timely achieve substantial completion of the Project. The Contract also
provides a disincentive fee of $25,000 for the replacement of key personnel without the Department’s
prior approval and not as a penalty, to reimburse the Department for its administrative costs arising
from the Contractor’s failure to provide the key personnel.
(M) The amount and date of any expenditure of funds by the District pursuant to the contract
before its submission to the Council for approval:
The Letter Contract executed by the Department on September 25, 2023, provides an initial NTE
amount of $995,000, representing the total expenditure of funds authorized to date.
5
(N) 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 Office of the Chief Financial Officer has certified that the proposed Contract’s NTE amount is
consistent with the Department’s budget and that adequate funds are available in the Department’s
budget in accordance with §§47-392.01 and 47-392.02. The applicable Fiscal Sufficiency
certification accompanies this Council Package.
(O) 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 Department’s Office of the General
Counsel, and the Contractor does not appear to have any currently pending legal claims against the
District.
(P) A certification that the 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 in compliance with the
Government of the District of Columbia tax laws and regulations. The applicable Clean Hands
certification for the Contractor accompanies this Council Package.
(Q) 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 current with its federal tax laws.
(R) 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.:
According to the DSLBD’s website, the Contractor is a certified Local Business Enterprise,
Longtime Resident Business, Small Business Enterprise, and Development Enterprise Zone. The
Contractor’s CBE Number is LSZX51886022027, with an expiration date of February 26, 2027.
(S) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
None.
6
(T) 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 & Procurement’s
Excluded Parties List and the Federal Government’s Excluded Parties List.
(U) Any determination and findings issues relating to the contract’s formation, including any
determination and findings made under D.C. Official Code § 2-352.05 (privatization
contracts):
None.
(V) Where the contract, and any amendments or modifications, if executed, will be made available
online:
The Contract award information is available on the Department’s website. A copy of the contract
will be made available on the DGS website upon approval.
(W) Where the original solicitation, and any amendments or modifications, will be made available
online:
The original solicitation and any amendments were posted on the Department’s website.
(X) (1) A certification that the proposed contractor has been determined not to be in violation of
section 334a of the Board of Ethics and Government Accountability Establishment and
Comprehensive Ethics Reform Amendment Act of 2011, D.C. Official Code § 1-1163.34a; and
(2) A certification from the proposed contractor that it currently is not and will not be in
violation of section 334a of the Board of Ethics and Government Accountability Establishment
and Comprehensive Ethics Reform Amendment Act of 2011, D.C. Official Code § 1-1163.34a:
Based upon a certification from the Contractor, the Contractor has been determined not to be in
violation of D.C. Official Code § 1