MURIEL BOWSER
MAYOR
June 17, 2021
The 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 the Procurement Practices Reform Act (D.C. Official Code 2-351.01 et seq.),
enclosed for consideration and approval by the Council of the District of Columbia is the
attached basic ordering agreement for on-call construction, repair, and replacement ("CRR")
services - Contract No. DCAM-20-CS-RFQ-0001 Y (the "Contract"), between the Department of
General Services ("DGS" or the "Department") and Janey Construction Management DC, Inc.
(the "Contractor"). The Contract is an indefinite delivery and indefinite quantity type contract,
and any work under the Contract will be awarded through task order agreements issued on a
competitive basis.
If approved, the proposed Contract would authorize the Contractor to provide on-call
construction, repair, and replacement services, as awarded via task order agreements, at various
facilities within DGS's real estate portfolio (the "Project"). The Project locations include
schools, parks, recreation facilities, municipal buildings, fire and police stations, short-term
family housing locations, small park/playground work, pools, and other public locations.
The Contract contains a guaranteed minimum value of $50 and an aggregate not-to-exceed
amount of $5,000,000 for the base year and each option year. As the proposed amount of the
Contract exceeds $1 million, Council approval is required for this contract action.
Ifyou have any questions regarding this proposed action, please feel free to contact Keith A.
Anderson, the Department's Director, or George G. Lewis, the Departments Chief of Contracts
and Procurement, at (202) 727-2800.
Sincerely,
lurid Bowser
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
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 and multiyear)
Contract for On-Call Construction, Repair & Replacement (CRR) Services
(A) Contract Number: DCAM-20-CS-RFQ-0001Y (the Contract)
Proposed Contractor: Janey Construction Management DC, Inc. (the
Contractor)
Proposed Guaranteed Minimum
Value (Per Base and Option Year): $50
Proposed Contract Not to Exceed
(NTE) Amount (Per Base and
Option Year): $5,000,000
Unit and Method of Compensation: Monthly progress payments based on lump sum
pricing pursuant to competitively-awarded task order
agreements
Term of Contract: From date of execution of the Contract (Basic
Ordering Agreement (BOA)) by the Department
through 1 year thereafter (Base Year Term).
Note: Council approval is requested on or before July
5, 2021 in order to execute the BOA and authorize
DGS to issue Task Order Agreements (Task Order
Agreements) for On-Call Construction, Repair &
Replacement Services on a competitive basis in a
timely fashion as they arise.
Type of Contract: Indefinite Delivery/Indefinite Quantity (IDIQ)
Source Selection Method: Request for Qualifications (RFQ)
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:
For the Base Year and each Option Year:
Guaranteed Minimum Value: $50
Maximum Not-to-Exceed Amount: $5,000,000
(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:
Under the proposed Contract, the Contractor will provide On-Call Construction, Repair, and
Replacement (CRR) services as competitively awarded via Task Order Agreements at various
facilities within DGS real estate portfolio (the Project).
In general this work includes general construction and facility maintenance projects, including but
not limited to electrical, mechanical and plumbing service, concrete and masonry services, painting
services, fire, life safety, and other miscellaneous work as may be necessary and shall be performed
on an as needed basis. The contract work may also include, from time to time, small construction
projects that need to be completed quickly; these projects would primarily be in response to
emergency situations such as vandalism, structural failures, or other life safety issues.
The proposed Contract does not authorize any specific work to the Contractor. All work will be
awarded and released on competitive basis through individual Project task order agreements, as
set forth in the Contract. Since the aggregate NTE amount of proposed Contract for the Base Year
and 4 one-year Option Years exceeds $1 million, Council approval is required for this contract
action.
(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:
On March 17, 2020, the Department issued a RFQ to solicit Statements of Qualifications
(SOQs) from those entities (Offerors) interested in performing On-Call CRR services at various
facilities within DGS real estate portfolio. In general this work includes general construction and
facility maintenance projects, including but not limited to electrical, mechanical and plumbing
service, concrete and masonry services, painting services, fire, life safety, and other miscellaneous
work as may be necessary and shall be performed on an as needed basis. The RFQ was posted on
the Departments website.
A project information meeting was held on April 2, 2020. Five (5) Addenda were issued as follows:
Addendum No. 1, issued on March 30, 2020, scheduled a conference call on April 2,
2020 in lieu of the in-person project information meeting; and revised Section E.1 of the
RFQ (Delivery or Mailing of SOQ Submission).
2
Addendum No. 2, issued on April 15, 2020, extended the SOQs due date to April 30,
2020 at 2:00 pm.
Addendum No. 3, issued on April 17, 2020, provided Departments responses to
questions; revised Section E.4.1.4 of the RFQ (Project Management Plan); revised Section
D.4.2 of the RFQ (Key Personnel); revised Section E.4.1.2(C) of the RFQ (General Team
Information and Firm(s) Data); and revised Section E.4.1.5 of the RFQ (Capacity).
Addendum No. 4, issued on April 21, 2020, required Offerors to generate and include the
Certificate of Clean Hands (CCH) with their SOQs submission.
Addendum No. 5, issued on April 27, 2020, revised Section E.4.1.3 (C) of the RFQ; and
provided the Departments response to question number 26.
Forty firms (collectively, the "Offerors" and each individually, an "Offeror") submitted SOQs in
a timely manner on April 30, 2020, the SOQs due date.
Due to the number of SOQs received, the evaluation process has been broken into groups (Group
1, Group 2, and Group 3). Each group of proposals was disbursed to the Technical Evaluation
Panel (TEP) members with Evaluation score sheets specifically for each group. Four technical
categories were comprised into a 100 point scale as follows: (i) Past Performance, Experience &
References worth, 25 Points; (ii) Key Personnel, worth 25 points; (iii) Project Management Plan,
worth 25 Points; and (iv) Capacity, worth 25 points. In addition, Certified Business Enterprise
Preference Points (up to 12 points) were included.
The groups were prioritized by the needs of the District. TEP Members met to discuss their
respective technical scores for each Offeror within each Group. TEP Members completed
individual evaluations of SOQs. TEP members discussed details of each SOQs, in addition to
evaluation factors and sub-factors as consensus scores were developed. The TEP Panel met often
for group consensus meetings. Offerors that scored 65 points or higher from each group were
selected as qualified contractors for award. The Contracting Officer reviewed TEPs technical
scoring and the SOQs submitted, and determined that thirteen (13) contractors out of fifteen (15)
in Group 3 of 3, including Janey Construction Management DC, Inc., were qualified, responsive,
and responsible and thus selected for award of the proposed BOAs.
(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:
The Contract award was not protested.
3
(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:
Janey Construction Management DC, Inc., is a Certified Business Enterprise (CBE) firm located
in Washington, DC. The firm was founded in 1984, and provides professional services through the
Northeast and has emerged as one of the leading construction management companies in New
England. The firms portfolio includes construction management and consulting services for
commercial and residential projects in Boston, Philadelphia, and Connecticut. The Contractor has
performed satisfactorily based on their past performance records. The Contractor has been
determined responsible in accordance with 27 DCMR 4706.1.
(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:
Pursuant to the Contract, competitive task order agreements will be issued for projects on an as
needed basis. The Contractor is a certified business enterprise in accordance with the Act
(Certification No. LS41695082021). As appropriate, subcontracting plans will be submitted for
review and approval for each task order agreement with a value of $250,000 or more.
(H) Performance standards and the expected outcome of the proposed contract:
In general, the Contractor will provide general construction and facility maintenance projects,
including but not limited to electrical, mechanical and plumbing service, concrete and masonry
services, painting services, fire, life safety, and other miscellaneous work. The Contractor will be
required to meet or exceed performance standards in accordance with the Contracts scope of work.
DGS staff and the Departments designated Project Manager will monitor the Contractors
performance to ensure consistency with the Contracts terms and conditions, and, more
specifically, the established pricing and completion dates included in individual task order
agreements.
(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:
The Agency Fiscal Officer has certified that the proposed Contract is within the Departments
appropriated budget authority for the fiscal year and is consistent with the financial plan and budget
4
adopted in accordance with D.C. Official Code 47-392.01 and 47-392.02. The relevant
certification accompanies this Council Package.
(K) 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 Departments Office of the
General Counsel, and the Contractor does not appear to have any currently pending legal claims
against the District.
(L) 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 current with its District taxes.
The relevant Clean Hands Certificate accompanies this Council Package.
(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 has certified that it is in compliance with federal tax laws.
(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.:
According to the DSLBDs website, the Contractor is a Certified Local, Small, Disadvantaged
Business Enterprise. The Contractors Certification Number is LS41695082021, with an
expiration date of August 15, 2021.
(O) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
None.
(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 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 Procurements
Excluded Parties List and the Federal Governments Excluded Parties List.
5
(Q) Any determination and findings issues relating to the contracts formation, including any
determination and findings made under D.C. Official Code 2-352.05 (privatization
contracts):
On December 31, 2021, the Department issued a Determination and Findings for Contractor
Responsibility with respect to proposed Contract No. DCAM-20-CS-RFQ-0001Y with Janey
Construction Management DC, Inc. in which DGS Contracting Officer concluded that the
Contractor is responsible.
(R) Where the contract, and any amendments or modifications, if executed, will be made
available online:
The Contract, if approved, will be posted on the Departments website.
(S) Where the original solicitation, and any amendments or modifications, will be made
available online:
The original solicitation and any amendments have been posted on the Departments website.
6
ke He He Government oftheDistrictofColumbia
Mu (Office of theChief Financial Officer 1101 4" Street, SW
mmm Officeof Taxand Revenue Washington, DC 20024
Date of Notice: April 25, 2021 Notice Number: 10005549700 =
JANEY CONSTRUCTION MANAGEMENT DC INC
910 17TH
STNWSTE 1090
WASHINGTON DC 20006-2608
As reported in the Clean Hands system, the above referenced individual/entity has no outstanding
liability with the District of Columbia Office of Tax and Revenue or the Department ofEmployment
Services. Asofthe 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)
47-2862 PROHIBITION AGAINST ISSUANCE OF LICENSE OR PERMIT
He
Ruthorized By MareAronin
Chief, Collection Division
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 Strost SW, Suite W270, Washington, DC 20024/Phone: (202) 724-5048/MyTax.DC.g0v
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
Memorandum
To: Keith A. Anderson
Director
Antoinette Hudson Beckham THT
for AHB
From:
Agency Fiscal Officer
Department of General Services
Reference: On-Call Construction, Repair & Replacement (CRR) Services
Contract No. DCAM-20-CS-RFQ-0001Y with Janey Construction Management
DC, LLC
Date: May 14, 2021
Subject: Fiscal Sufficiency Review
In my capacity as the Agency Fiscal Officer of the Department of General Services (the
Department), I hereby certify that Contract No. DCAM-20-CS-RFQ-0001Y for On-Call
Construction, Repair & Replacement Services between the Department and Janey Construction
Management DC, LLC (the Contractor) with a Not-To-Exceed (NTE) value of $5,000,000.00
has a guaranteed minimum value of $50.00 that