MURIEL BOWSER
Mayor
November 13, 2024
The Honorable Phil Mendelson
Chairman, Councilofthe District of Columbia
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 202ofthe 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-24-CS-RFP-0003 with GCS, Inc. dba GCS-SIGAL, in the not-to-exceed
amount of $3,990,000 (including an existing letter contract amount of $990,000). The not-to-
exceed amount is an early release of funds for the initial phase ofthe expansion of the Southeast
‘Tennis and Learning Center South Campus.
A part of the initial phase of the project, GCS, Inc. dba GCS-SIGAL will provide the preliminary
scopeofwork, including the demolition, earthwork, and special foundation related scopes, while
the District and GCS, Inc. dba GCS-SIGAL finalize the full scope and guaranteed maximum price
for the project.
If you have any questions regarding this contract, please contact Delano Hunter, Director,
Department of General Services (“DGS”), or have yourstaff contact George G. Lewis, Chiefof
Contracts and Procurement, DGS, at (202) 727-2800.
J look forward to the Council’s favorable consideration of this contract.
Sincerely,
Murél Bower
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
Pursuant to Section 202(c-1) 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
Proposed Contract for Early Start Agreement (“ESA”) No. 1 to Construction Management At-
Risk (“CMAR”) Services for Southeast Tennis & Learning Center South Campus
(A) Contract Number: DCAM-24-CS-RFP-0003 (the “Contract”)
Proposed Contractor: GCS, Inc dba GCS-SIGAL (the “Contractor”)
Contractor’s Principals: Gabe Oliver
Partner & Senior Vice President
GCS, Inc. dba GCS-SIGAL
goliver@gcs-sigal.com
202.437.6771
Letter Contract: $990,000.00
Aggregate Amount of Letter
Contract and Proposed Contract: $3,990,000.00
Total Proposed Contract Amount:
(“Not-to-Exceed Amount” or “NTE
Amount”) $3,990,000.00
Unit and Method of Compensation: Progress payments on a monthly basis
Term of Contract: From May 14, 2024 (date of execution of the Letter
Contract by the Department) through February 16,
2026 (Administrative Term Date) with a Substantial
Completion Date of September 18, 2025, and Final
Completion Date of November 18, 2025.
Type of Contract: Construction Management At-Risk with GMP
Source Selection Method: Competitive Request for Proposals (“RFP”)
1
(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:
A letter contract with the Contractor was executed by the Department of General Services (the
“Department”) on May 14, 2024 (the “Letter Contract”).
(D) The number of times the letter contract or emergency contract has been extended:
Modification No. 1 to the Letter Contract, executed on June 12, 2024, was an administrative
correction of the Letter Contract.
Modification No. 2 to the Letter Contract, executed on August 23, 2024, extended the duration of
the Letter Contract to April 25, 2025.
(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 under the Letter Contract is $990,000.00, which
represents the 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:
The existing Southeast Tennis & Learning Center South Campus (“SETLC”) facility is located at
701 Mississippi Avenue SE, Washington, DC 20032. The space includes a 48,000 square-foot
indoor facility that houses six (6) indoor tennis hard courts with spectator seating and general use
areas such as a fitness room, computer room, library, multi-purpose room, and kitchen.
Additionally, the center includes six (6) outdoor hard courts, one (1) outdoor clay-tech court, a
playground, and a parking area.
The new proposed expansion site consists of approximately 4.5 acres and is located to the south
of the existing SETLC. It is situated between Oxon Run and Valley Avenue SE to the north and
south and Wheeler Road SE and 9th Street SE to the east and west. The new expansion will include
an indoor tennis facility housing three (3) indoor tennis hardcourts along with general-use areas
such as restrooms, locker rooms, office space, and multi-purpose rooms. Outdoor amenities will
include five (5) tennis hardcourts, eight (8) pickleball courts, and a parking area. The existing clay-
tech tennis court at the existing SETLC facility will be demolished for an additional two (2) new
pickleball courts. A pedestrian bridge will be required to span Oxon Run and link the existing
SETLC to the new expansion site.
The Contractor will be required to provide a full range of services required to selectively demolish
existing features as necessary and construct a new expansion facility to meet the Department’s
programmatic requirements (the “Project”).
2
The Project has an approved budget of $15,500,000.00. The proposed NTE amount of
$3,990,000.00 is an early release of funds to complete the preliminary scope of work including the
demolition, earthwork and special foundation related scopes prior to finalizing a GMP package for
the Project. As the proposed amount of the Contract exceeds $1 million, Council approval is
required for this contract action.
(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 January 9, 2024, the District of Columbia Department of General Services (“District”,
“Department” or “DGS”) posted RFP No. DCAM-24-CS-RFP-0003-CMAR Services for
Southeast Tennis & Learning Center South Campus to engage a contractor to provide CMAR
services for the Project on the Department’s website.
There were four (4) Addenda issued to this RFP.
Addendum No. 1- Issued on January 18, 2024:
- Provided list of pr-proposal conference and site visit participants
- Provided the updated site plan
Addendum No. 2- Issued on January 29, 2024:
- Provided the Questions and Answers Spreadsheet
- Provided MEP Design Narrative
- Provided Changes in Section 1.2 Project Budget and Funding Limitation
Addendum No. 3- Issued on January 31, 2024:
- Provided New Proposal Submission Date February 14, 2024, at 4:00PM
Addendum No. 4- Issued on February 1, 2024:
- Disregarded the SBE set-aside language indicated on the cover of the RFP
Proposal Submissions:
On the Proposals’ due date, February 14, 2024, three (3) firms (collectively, the "Offerors" and
each individually, an "Offeror") submitted Proposals in a timely manner.
Technical Evaluations Process:
Each Offeror’s technical proposal was independently evaluated by a Technical Evaluation Panel
(“TEP” or “Panel”). A kick-off meeting was held and established a schedule for the evaluation of
proposals and discussed in detail the roles and responsibilities of the TEP. In addition, each TEP
member completed the required Disclosure Agreement and Confidentiality Agreement. Prior to
convening the evaluation meeting, each member of the Panel individually completed an
evaluation of the proposals.
3
Consensus Meeting:
After the Panel members had completed their individual evaluations of the proposals, the Panel
met on March 12, 2024, to develop the consensus technical score for each Offeror.
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.
The Contractor received 12 preference points or a 12 percent reduction in price.
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:
On May 14, 2024, the Department awarded Letter Contract No. DCAM-24-CS-RFP-0003 to the
Contractor as such award was determined to 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) The description of any other contracts the proposed contractor is currently seeking or holds
with the District:
Ongoing Projects:
1. DCAM-20-CS-RFP-0020_Stead Park Recreation Center
2. DCAM-21-CS-RFP-0010_Dorothy Height Elementary School
3. DCAM-20-CSRFQ-0002B_Texas Avenue Dog Park
4
4. DCAM-23-CS-RFP-0004_Congress Heights Recreation Center
5. DCAM-20-CSRFQ-0002B_DOC Temp Boiler
6. DCAM-20-CSRFQ-0020_DOC- New Boiler Plant
7. DCAM-23-CS-RFP-0005_Green Elementary School – Modernization
8. DCAM-20-CSRFQ-0002B_Deanwood Recreation Center IT Room Upgrade
9. DCAM-23-CS-RFP-0027_Barnard Elementary School - Addition
Bids submitted:
1. DCAM-24-CS-RFP-0016_Fletcher Johnson Demo
2. DCAM-24-CS-RFP-0024_Jelleff Recreation Center
3. DCAM-24-CS-RFP-0014_Langdon Recreation Center
(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:
GCS-SIGAL is a Certified Business Enterprise (CBE) In the District of Columbia and is a
Longtime and Resident-Owned Business with decades of experience throughout the region. The
GCS-SIGAL team has extensive experience managing parks and recreation construction in urban
settings and has completed numerous projects that have included, fields, pools, multi-
purpose/office space, playgrounds, sports courts, gymnasiums, locker rooms, and computer rooms.
(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 will meet the SBE Subcontracting Requirements at the time of GMP.
(L) Performance standards and the expected outcome of the proposed contract:
The Contractor will be required to provide a full range of services required to selectively demolish
existing features as necessary and construct a new expansion facility to meet the Department’s
programmatic requirements. and complete the project no later than September 18, 2025
(Substantial Completion Date). The Contractor’s performance will be monitored by DGS staff and
DGS’ designated Program Manager. Additionally, the Contractor must adhere to the terms and
conditions of the Standard Contract Provisions for Construction Contracts.
(M) 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:
The Letter Contract executed by the Department on May 14, 2024, provides for an initial NTE
Amount of $990,000.00, which represents 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 amount is
consistent with the Department’s budget and that adequate funds are available in the Department’s
budget in accordance with D.C. Official Code §§ 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 Letter Contract and proposed Contract have been deemed legally sufficient by the
Department’s Office of the General Counsel, and the Contractor does not appear to have any
current pending legal claims against the District.
(P) A certification that 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 taxes.
(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. The
Contractor’s CBE Number is LZXR28836012025, with an expiration date of January 19, 2025.
(S) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
None.
(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:
6
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 and 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):
Not applicable.
(V) Where the contract, and any amendments or modifications, if executed, will be made
available online:
Contract award information is available on the Department’s website. Copies of contract
documents will be made available on the Department’s website, if approved.
(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 § 1-1163.34a; and will not be in violation of D.C. Official Code
§ 1-1163.34a.
7
Government of the District of Columbia
Office of the Chief Financial Officer