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) Modification No. 5 to the Design-Build Agreement for 801 East Single Mens Shelter (A) Contract Number: DCAM-19-CS-RFP-0057 (the Contract) Contractor: Blue Skye Construction-Coakley Williams Construction 801 East JV, LLC (the Contractor) Proposed Lump Sum/Contract Amount: $56,662,471.22 Proposed Modification No. 5: $9,600,291.34 Unit and Method of Compensation: Progress payments based on a Schedule of Values Term of Contract: Date of execution of the Contract by the Department, with a project substantial completion date of December 10, 2021, and final completion date of January 24, 2022 Note: Council approval is requested on or before November 15, 2021 to timely complete the project. Type of Contract: Lump Sum Price with an NTE amount 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: N/A 1 (C) The goods or services to be provided, the methods of delivering goods or services, and any significant program changes reflected in the Contract and proposed modification: The Contractor shall build a new shelter, which will replace a smaller facility that presently exists at 2700 Martin Luther King Jr. Ave SE, Washington, DC 20032 on the St. Elizabeths East Campus (the Project). The new shelter is envisioned as a 375-bed facility to house five discrete programs: 1) Working/Employment; 2) Seniors/Medically Frail/Medical Respite; 3) Health Clinic; 4) Low Barrier; and 5) Daytime Service Center. Shared program space as well as building maintenance and environmental services spaces will also be a part of the facility. Client dormitories within the 801 East Single Mens Shelter will be arranged in modular pods based upon the specific needs of the designated populations to be accommodated, and to maximize operational efficiency. On July 8, 2019, the Contracts initial NTE amount of $14,000,000 was deemed approved by the Council under CA23-0229. The Department subsequently issued Modification No. 1 on August 26, 2019. Modification No. 1 did not increase the NTE amount of the Contract but accepted a three-tower design that increased the overall project budget and agreed-upon Lump Sum Price to $38,500,000. Modification No. 2, a no cost modification issued on December 22, 2020, revised the projects substantial and final completion dates. The previously approved Substantial Completion date of December 23, 2020 was extended to November 24, 2021, due to the fact that the WMATA foundation permitting process resulted in major changes to the proposed foundation design. The design changed from shallow foundations to a deep pile foundations system with grade beams bridging the deep WMATA metro tunnels. As a result, there was an initial loss of time due to WMATAs lengthy review of proposed foundation changes, extending the permitting process beyond the usual 6 months. In addition, additional time was required in the project schedule to account for the additional work including a longer pile driving operation period, soil excavation period, and concrete placement resulting from the permitting process. Cumulatively, the impact on the project schedule will be an additional 11 months. As neither Modification No. 1 nor Modification No. 2 increased the Contracts approved NTE amount, Council approval was not required. Modification No. 3 was deemed approved by the Council under CA24-0036 on February 27, 2021 and increased the approved NTE amount by $26,000,000, from $14,000,000 to $40,000,000. Modification No. 4 was deemed approved by the Council under CA24-0196 on July 10, 2021 and increased the approved NTE amount by $7,062,179.88, from $40,000,000 to $47,062,179.88. The Department is now seeking approval of Modification No. 5 in the amount of $9,600,291.34, which includes additional services to address contaminated soil, import of suitable soil, a security fence, as well as interior construction, security equipment, exterior finishes, and other services required to complete the Project. Modification No. 5, if approved, will establish a Lump Sum Price of $56,662,471.22 with a Not to Exceed amount of $56,240,840.17, and will increase the Contract value by $9,600,291.34, from $47,062,179.88 to $56,662,471.22. Modification No. 5 will alter the Projects substantial completion date to December 10, 2021 with a final completion date of January 24, 2022. 2 (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: The underlying Contract was competitively bid and previously submitted to and approved by the Council as CA23-0229 on July 8, 2019, with subsequent modifications approved as CA24-0036 on February 27, 2021 and CA24-0196 on July 10, 2021. (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 award of the Contract was not protested. (F) The background and qualifications of the 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 Contract: The Contractor is a joint venture between Blue Skye Construction, LLC (Blue Skye) and Coakley & Williams Construction, Inc. (Coakley). Blue Skye is a certified business enterprise and an established government, commercial and residential construction, and development firm in the District of Columbia. Blue Skye has a diverse development portfolio ranging from multiple unit condominium conversions to commercial re- development projects. Over the past several years, Blue Skye has performed satisfactorily on a number of Department projects including school construction, parks and exterior renovations, and carpentry work. Coakley has served as a general contractor, design-builder and construction manager in the Washington, DC Metropolitan area for nearly fifty years. Coakley has also successfully completed a number of projects for the District, including Phase A of the Payne Elementary School, and the recent modernizations of Beers Elementary School and Ketcham Elementary School. 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. 3 (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: Modification No. 5, if approved, would establish a revised Contract amount of $56,662,471.22. The Contractor has submitted a subcontracting plan that meets the minimum requirements of the Act as follows: Contract Dollar Value : $56,662,471.22 Subcontracting Requirement %: 35% Subcontracting Plan Required Dollar Value: $19,831,864.93 Total Amount of all SBE/CBE subcontracts: $23,168,125.50 (H) Performance standards and the expected outcome of the proposed Modification: The Contractor is required to provide all management, personnel, design services, hazardous materials abatement, supervision, labor, materials, equipment, and other services necessary to substantially complete the project no later than December 10, 2021. 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: (i) $5,000.00 plus $500.00 per day of delay for failure to timely submit deliverables; and (ii) $7,500.00 per day of delay for failure to timely achieve substantial completion of the project. The Contract also provides a disincentive of $25,000.00 for replacement of key personnel without the Departments prior approval. The Department may also withhold payments to the Contractor based on defects in any application for payment or performance on the project. The Contractors performance will be monitored by DGS staff and DGS designated Program Manager. (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: N/A (J) A certification that the proposed Modification 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 amount is consistent the Departments budget and that adequate funds are available in the Departments budget in accordance with D.C. Official Code 47-392.01 and 47-392.02. The applicable Fiscal Sufficiency certification accompanies this Council Package. 4 (K) A certification that the proposed Modification is legally sufficient, including whether the Contractor has any pending legal claims against the District: The proposed Modification has been deemed legally sufficient by the Departments Office of the General Counsel and the Contractor does not appear to have any current pending legal claims against the District. (L) A certification that Citywide Clean Hands database indicates that the Contractor is current with its District taxes. If the Citywide Clean Hands Database indicates that the 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 Office of Tax and Revenues web site, https://mytax.dc.gov/ has provided a valid Clean Hands certification. The applicable Clean Hands certification for the Contractor accompanies this Council Package. (M) A certification from the 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. (N) The status of the 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.: The Contractor is not a certified Local, and Resident Owned Business Enterprise. The Contractor has been certified by DSLBD as a joint venture. (O) Other aspects of the Contract that the Chief Procurement Officer considers significant: None. (P) A statement indicating whether the 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 & 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): None. (R) Where the Contract, and any amendments or modifications, if executed, will be made available online: The Contract and its modifications are posted on the DGS web site. If approved, Modification 5 will be posted on the web site. (S) Where the original solicitation, and any amendments or modifications, will be made available online: The original solicitation and any amendments can be found on the Departments web site at https://dgs.dc.gov/ko/node/1375451. 6 )*8784458 474+ ,845858  +,87 001034564788496 ,8-./08*88 549113  4848 684887910 4887111300 16$ '10!26-34 !"##$###%1 %0%5220-67014 6-!0&  8"&30&'3 266")-,110$11 89:;<=<8>;9@=8A9>BC>BDE 2 78748/458+86 /F489458*8788788//*/+G844F5 44/ ++4FH45458 474+ ,8-./08*88745887484!+F84 687*8I2 458/48*89458/*/+G844F5 +8/H45/8J3$'94587878 45 87448+86 / 8/I -"-!3I-2K2-",9"!6")9L!05"-69266!665!-692!!6 62L-!0')!!02"!6! 67162L-!0""I!26261! ,0!0!!"4")2"!6!,0L!05"- II,!J3$'M11N J3$'L0,6"1"-",2)2"6-"6672!, "!6!,0L!05"- 2457O8/1F5 727 589++84*  -*+/4845 874489+8 8* 45F-.II*I,4585F-.5889+P458 Q4 +/4887448+86 /R5F87+P/87458+86 /84I SSTSUVWEVXYYVEZ[E\]VYZ^_T[Z`aW]bcVdb[D8^TT^UefWdbYgh^T^i_^UjkTUkelm;`noD8ocdp GOVERNMENT OF THE DISTRICT OF COLUMBIA DEPARTMENT OF GENERAL SERVICES Memorandum To: Keith A. Anderson Director From: Antoinette Hudson Beckham Agency Fiscal Officer Reference: Agreement for Design-Build Services for 801 East Single Mens Shelter Contract Number: DCAM-19-CS-RFP-0057 Modification 5 Date: October 21, 2021 Subject: Fiscal Sufficiency Certification In my capacity as the Agency Fiscal Officer of the Department of General Services (the Department), I hereby certify Modification No. 5, to the Design-Build Agreement, for 801 East Single Mens Shelter (DCAM-19-CS-RFP-0057), between the Department and Blue Skye Construction-Coakley Williams Construction 801 East JV, LLC, in the amount of $9,600,291.34, for additional services totaling $2,492,747.34(Contaminated soil, network equipment, medical equipment, etc.) and $7,107,544.00 (Interior construction, security equipment, exterior finishes, etc.). These amounts ($2,492,747.34 + $7,107,544.00) are unfunded portions of the contract. The $9,600,291.34 is consistent with the Departments current budget and adequate funds will be available in the budget for expenditure, after Congressional, etc. approval. Per the Department of General Services Contracts and Procurement (C&P) team, the initial not- to-exceed contract amount of $14,000,000.00 was approved by the Council under CA-23-0229. C&P issued Modification 1 to establish the design selection for the project. Modification 1 was a $0 change order. Modification 2 revised the Substantial and Final Completion dates for the project. Modification 2 was a $0 Change Order. Modification 3 was deemed approved by the Council under CA24-0036 on February 27, 2021 raising the Contracts not-to-exceed (NTE) amount to $40,000,000.00 ($14,000,000.00 + $26,000,000.00). Modification No. 4 was deemed approved by the Council under CA24-0196 on July 10, 2021 and increased the Contracts NTE amount by $7,062,179.88 from $40,000,000 to $47,062,179.88 ($40,000,000.00 + $7,062,179.88). If approved, Modification No.5 will increase the Contract value by $9,600,291.34 from $47,062,179.88 to $56,662,471.22 ($47,062,179.88 + $9,600,291.34). While funding in the amount of $9,600,291.34 is being certified for capital eligible items only, a total cost of $421,631.05 ($89,591.65 is part of the $2,492,747.34 and $332,039.40 is part of the $7,107,544.00), for items listed in Exhibit 3 of Modification 5, are ineligible for capital expenditure. The goods/services identified in Exhibit 3 have a projected need by date in FY22. There should be no purchases, commitments or expenditures for items in Exhibit 3, until operating funds are available to do so, via an approved reverse capital paygo to operating reprogramming, and an operating purchase order is created. The Department of General Services (DGS- Implementing AGY) has $9,600,291.34 in the Department of Human Services (DHS - Owner Agency) cumulative capital budget authority balance. There is $132,008.85 funded in FY2021. The remaining $9,468,282.49 is funded in FY22. Per the FY22 -FY27 approved DHS CIP, THK19C Emergency & Temporary Housing for Men project received $9,500,000.00 ($9,468,282.49 of this amount is part of this funding cert) in FY22. The PASS/Soar information follows: Project Fund Imp. Owner Project Name AY RQ/PO # Amount Comments Number