MURIEL BOWSER
MAYOR
October 9, 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
proposed contract DCKA-2024-C-0001 with Sheladia Associates, Inc., in the not-to-exceed
amount of $10,000,000. The contract’s period of performance is one year from the date of the
award.
Under the proposed contract, Sheladia Associates, Inc., shall provide construction management
services for all activities required for the completion of citywide local sidewalk restoration
projects.
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 have your staff
contact Marc Scott, Chief Operating Officer, Office of Contracting and Procurement, at (202) 724-
8759.
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
(Standard)
(A) Contract Number: DCKA-2024-C-0001
Proposed Contractor: Sheladia Associates, Inc.
Contract Amount: Not-to-Exceed (“NTE”) $10,000,000
$50,000 Minimum
Unit and Method of Compensation: Specific Rates of Compensation & Unburdened
Cost Reimbursement
Term of Contract: One year from the date of the award
Type of Contract: Indefinite Delivery/Indefinite Quantity
Source Selection Method: 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:
Base Period Amount: NTE $10,000,000/ $50,000 Minimum
Option Year One Amount: NTE $10,000,000/ $50,000 Minimum
Explanation of difference from base period (if applicable): Not Applicable
Option Year Two Amount: NTE $10,000,000/ $50,000 Minimum
Explanation of difference from base period (if applicable): Not Applicable
Option Year Three Amount: NTE $10,000,000/ $50,000 Minimum
Explanation of difference from base period (if applicable): Not Applicable
Option Year Four Amount: NTE $10,000,000/ $50,000 Minimum
1
Explanation of difference from base period (if applicable): Not Applicable
(C) 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 providing construction management services for managing all
activities required for the completion of citywide local sidewalk restoration projects.
(D) 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. The RFQ was solicited using full and open competition. The District
received six 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
Factor 2 Specialized Experience and Technical Expertise
Factor 3 Capacity
Factor 4 Past Performance
SOQs were evaluated in accordance with the solicitation evaluation criteria. On January 29, 2024,
the technical evaluation panel chairperson provided a preliminary source selection recommendation
report to the contracting officer (“CO”) recommending three firms, including Sheladia, to be invited
to participate in oral presentations.
After the oral presentations were conducted, the technical evaluation panel chairperson provided a
final source selection recommendation report to the CO identifying Sheladia as the most highly
qualified offeror. The CO conducted a contracting officer’s independent assessment, in which the
CO reviewed the solicitation requirements, the SOQs, and the panel’s evaluation procedures to
include consensus comments and ratings, and source selection recommendation. The CO concurred
with the panel’s rankings and determined Sheladia to be the most highly qualified offeror.
Thereafter, the CO, in coordination with program personnel, negotiated a fair and reasonable price
for the required services.
(E) 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:
None
2
(F) 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:
Sheladia is a global engineering firm with extensive experience in providing construction
management services for sidewalk restoration projects with a wide range of complexities
throughout the world. Sheladia has successfully performed the same or similar services for the
District. Sheladia is currently performing DCKA-2021-C-0036 CM Guardrails and attenuation
Citywide, DCKA-2019-C-0024 FY19 CM & Inspection Services for Local Sidewalk Restoration
Citywide and DCKA-2022-T-0053 A&E RFQ 2023 Category A & D.
(G) 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 subcontractors to fulfill the
35% certified business enterprise subcontracting requirement at the task order level.
(H) Performance standards and the expected outcome of the proposed contract:
As the oversight of the District Department of Transportation contract administrator, the proposed
contractor will perform the required services in accordance with the terms of the contract.
(I) 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:
None
(J) 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:
On September 3, 2024, the Agency Fiscal Officer certified that the contract funding (local) is
consistent with the applicable financial plan and budget.
(K) 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.
(L) 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
3
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 September 4,
2024.
(M) 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 is current with its federal taxes per the System for Award Management validation
performed September 4, 2024.
(N) 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.:
Sheladia is not a CBE.
(O) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
Contracting Officer certification that the proposed contractor has not been in violation and has been
determined not to be in violation of D.C. Official Code § 1-1163.34a; and, a certification from the
proposed contractor that it currently is not and will not be in violation of D.C. Official Code D.C.
Official Code § 1-1163.34 have been received.
(P) 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 proposed contractor is not debarred or an excluded party on the District or federal listings per
the validations dated September 4, 2024.
(Q) 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):
Determination and Findings for Price Reasonableness
Determination and Findings for Contractor Responsibility
(R) Where the contract, and any amendments or modifications, if executed, will be made
available online:
OCP.DC.GOV
4
(S) 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: September 4, 2024 Notice Number: L0012475641
SHELADIA ASSOCIATES INC FEIN: **-***0485
2099 GAITHER ROAD STE 410 Case ID: 15971812
ROCKVILLE MD 20850-4034
CERTIFICATE OF CLEAN HANDS
As reported in the Clean Hands system, the above referenced individual/entity has no outstanding
CO
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)
PY
§ 47-2862 PROHIBITION AGAINST ISSUANCE OF LICENSE OR PERMIT
Authorized By Melinda Jenkins
Branch Chief, Collection and Enforcement Administration
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
Government Services Cluster
FINANCIAL PLAN AND BUDGET CERTIFICATION
Contract No.: DCKA-2024-C-0001
Contract Name: Local Sidewalk Restoration CM
Contractor: Sheladia Associates, Inc.
Contract Ceiling Amount: $10,000,000.00
Current Available Amount: $50,000.00
PASS RK#: RK276784
Organization Code: KA0
==============================================================================
I, Calvin Skinner, Agency Fiscal Officer, OCFO, hereby certify that the amount of $50,000.00 is
available for the above referenced contract and that the service is within the appropriate budget
authority for the agency for FY 2024 and is consistent with the applicable approved financial plan
and budget. Future orders above the available funding are contingent upon the identification of
additional funding.
____________________________________ 09/03/24
_________________
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
BRIAN L. SCHWALB
Commercial Division
MEMORANDUM
TO: Sarina Loy
Deputy Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Section Chief
Government Contracts Section
DATE: October 4, 2024
SUBJECT: Legal Sufficiency Review of DDOT IDIQ CM Services
Contract No. DCKA-2024-C-0001
Contractor: Sheladia Associates, Inc.
Proposed Contract Not-to-Exceed (NTE) Amount: $10,000,000
--------------------------------------------------------------------------------------------------------------------
This is to Certify that this Office has reviewed the above-referenced Contract and that we have
found it to be legally sufficient. If you have any questions in this regard, please do not hesitate to
call me at 724-4018.
______________________________
Robert Schildkraut
400 6th Street, NW, Suite 79100, Washington, DC 20001 (202) 727-3400 Fax (202) 347-8922
1 captions PageofPages
A. Contract Construction Management Services for Local Sidewalk
Restoration Citywide tot 60
2, Contract Number 3. Solicitation Number 4. Type ofsolicitation 5. ate ssued | 6. Type of Market
Sealed id (FB) x] open
Sealed Proposal (RF) Set Aside
Sole Source ‘Open with ub
HK] Request for Qualifications Contracting Set Aside
DCKA-2024-C-0001 Emergency
7, sued By: 8 Address Offer to:
District Department of Transportation Departmentof Transportation
Office of Contracting and Procurement Office of Contracting and Procurement
55 MStreet, SE~Sulte 7008, 55 MStreet, SE Suite 7005,
‘Washington, 0¢20003 Washington, OC 20003,
NOTE: In sealed bid solmRations “offer and offeror means OW ond der
“CAUTION: Late Submissions, Modificationsand Withdrawals: See 27 DCMR chapters 15 & 16as applicable. Al offers ae subject to al terms & conltions contained i
this solicitation.
Name B Telephone Ema Adare
10.Forinformation | Mohammad Mohib Siddqt (area Code) (wamber) | (ex)
Contact Contractingofficer Mohammadsia dea
Tis Table of Contente
i Description Lrageno [00 [section Deseripion [eagens,
PARTI“THESCHEDULE PARTI=CONTRACTCLAUSES
x A Salctation/contract Form Z xt |contract causes =
Contract Type,Supplies orServices and
x a_ | rricescose 2 _|parr must oF DOCUMENTS, EXHIBITS ANDOTHER ATTACHMENTS,
x C_ | Speciicatons/work Statement 5 xT __[ustof attachments [a
x 1D] Packaging andMarking [17_ | PARTIV REPRESENTATIONS AND INSTRUCTIONS
x | inspection and Acceptance 18 Representations, Certifications, and Other