MURIEL BOWSER
MAYOR
February 15, 2023
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-22-CS-IFB-0001 with DC General Construction, Inc., in the not-to-exceed
amount of $3,225,874.22 (including an existing letter contract amount of $950,000).
Under the contract, DC General Construction, Inc. will provide all labor, tools, equipment,
materials, and professional services necessary to complete the construction services for a generator
replacement and power upgrade at the Unified Communications Center, located at 2720 Martin
Luther King Avenue SE. The substantial completion date for the project is July 22, 2023.
If you have any questions regarding this contract, please contact Keith A. Anderson, Director of
the Department of General Services (“DGS”), or have your staff contact George G. Lewis, DGS’s
Chief of Contracts and Procurement, 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
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)
Contract No. DCAM-22 -CS-IFB-0001 Construction Services for UCC Generator Replacement
and Power Upgrade
(A) Contract Number: DCAM-22-CS-IFB-0001 (the “Contract”)
Proposed Contractor: DC General Construction, Inc. (the “Contractor”)
Letter Contract: $950,000.00
Proposed Contract Amount/
NTE Amount: $3,225,874.22 (includes $950,000.00 Letter
Contract amount)
Unit and Method of Compensation: Progress payments based on Fixed Unit Prices
Term of Contract: From November 22, 2022 (the date of execution of
the Contract by the Department) through January 22,
2024 (the Administrative Term) with a Substantial
Completion Date of July 22, 2023
Type of Contract: Lump Sum Price
Source Selection Method: Competitive Sealed Bid (Invitation for Bids)
(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.
1
(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:
If approved, the proposed Contract will authorize the Contractor to provide Construction Services
for Generator Replacement and Power Upgrade at the Unified Communications Center (“UCC”),
located at 2720 Martin Luther King Avenue SE (the “Project”). The Contractor is required to
provide all labor, tools, equipment, and materials necessary to complete the Project. The Project
must achieve substantial completion by July 22, 2023.
(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 February 25, 2022, the Department issued the IFB to engage a contractor to provide
construction services for the Project. A pre-bid conference was held on March 3, 2022 at 2:00
p.m., and the site visit was held on March 10, 2022 at 11:00 a.m. Two (2) addenda were issued to
the solicitation as follows:
Addendum No. 1, issued on March 22, 2022
• Provided Responses to the Questions
• Provided Site Visit Signing Sheet
• Added P-101 Plumbing Phase Three – New Work Plan
Addendum No. 2, issued on March 28, 2022
• Second Site Visit was held on March 30, 2022, at 11 a.m.
• Extended Bid Due Date to April 6, 2022, at 4:00 p.m.
• Extended Bid Opening Date to April 6, 2022, at 4:00 p.m.
Bids’ Submissions:
On the bids’ due date, five (5) firms (collectively, the "Bidders" and each individually, a "Bidder")
submitted bids in a timely manner.
Bid Responsiveness
At the virtual public bid opening, the Department reviewed each Bidder’s Offer Letter and Bid
Form and reported each Bidder’s total price to complete the Project. Each Bidder’s price was
determined by adding the total price for each line item required by the IFB. Each bid package was
also reviewed to determine responsiveness and each bid was determined responsive.
Evaluated Pricing
Utilizing the Bidder's preferences as determined by the Department of Small and Local Business
Development (“DSLBD”), each Bidder’s Evaluated Bid Price was determined by reducing the
Bidder’s total price by the appropriate percentage.
2
Contractor Responsibility
In accordance with the IFB, the Department determined that the Bidders were responsible and
responsive to the IFB as they met the Standards of Responsibility described in 27 DCMR Section
4706.
Contract Award
Pursuant to the IFB, having found: (i) the Contractor responsible; (ii) the Contractor’s bid
responsive; and (iii) the Contractor’s bid having the lowest evaluated price, the Contracting
Officer, by award memorandum executed on June 2, 2022, concluded that it was most
advantageous to the District to award Contract No. DCAM-22-CS-IFB-0001 to the Contractor.
(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 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:
DC General Construction, Inc. is a District of Columbia based Small and Certified Business
Enterprise (CBE) that is also certified as a minority owned business. DC General Construction,
Inc. is certified by the District of Columbia Department of Small and Local Business Development
(“DSLBD”) as a Certified Small Business Enterprise (“SBE”), Certificate No.
LSDZ80307062025. DC General Construction, Inc. is a professionally managed company
providing general contracting work, including drywall, framing, plumbing, electrical, roofing,
flooring, and design-build and construction management services. The DC General team brings
together a collective experience of over eighty-five (85) years in the building industry, including
extensive experience managing contracts with local metropolitan municipal agencies.
The Contractor has performed satisfactorily based on their past performance records. 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:
The Contractor’s subcontracting plan meets the minimum requirements of the Act as follows:
Contract Dollar Value $3,225,874.22
Contractor Self-Performing Amount $1,676,874.22
Total Available for Subcontracting $1,549,000.00
Subcontracting Requirement % 35%
Subcontracting Plan Required Dollar Value $1,129,055.98
Subcontracting Plan Actual Dollar Value $1,549,000.00
(H) Performance standards and the expected outcome of the proposed contract:
The Contractor is required to provide all of the labor, tools, equipment, and materials and other
services necessary for the completion of the Project. The Project must be substantially completed
by July 22, 2023. The Contractor is subject to liquidated damages of $2,000.00 per workday of
delay for failure to timely complete the work for the Project. Additionally, the Department may
withhold payments to the Contractor based on defects in any application for payment or
performance on the Project. In general, the Contractor must perform the requirements contained
in the Contract and meet or exceed the performance standards therein. The Contractor’s
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:
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 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.
4
(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 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.
(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 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.
(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 current with its federal taxes.
(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 DSLBD’s website, the Contractor is a certified Local, and Resident Owned
Business Enterprise. The Contractor’s CBE Number is LSDZ80307062025 with an expiration date
of June 29, 2025.
(O) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
Not Applicable.
(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 Procurement’s
Excluded Parties List and the Federal Government’s Excluded Parties List.
5
(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):
On June 2, 2022, the Contracting Officer issued a Determination and Findings that the Contractor
is responsible as it met both the Standards of Responsibility described in 27 DCMR Section 4706
and the Special Standards of Responsibility provided in the IFB. In addition, the Contracting
Officer also issued a Determination and Findings on June 2, 2022, in which he determined that the
Contractor’s price as fair and reasonable based on a comparison of the prices received from a
competitive solicitation and the Department's independent government estimate.
(R) 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.
(S) 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, at
https://dgs.dc.gov/event/dcam-22-cs-ifb-0001-construction-services-ucc-generator-replacement-
and-power-upgrade.
(T) A certification that the proposed contractor has not been determined to be in violation of
D.C. Official Code § 1-1163.34a:
N/A - this Contract was executed prior to the D.C. Official Code § 1-1163.34a effective date.
6
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: January 31, 2023 Notice Number: L0008710703
DC GENERAL CONSTRUCTION, INC FEIN: **-***5316
1208 9TH ST NW Case ID: 1402431
WASHINGTON DC 20001-4202
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 ASSOCIATE CHIEF FINANCIAL OFFICER
PUBLIC SAFETY & JUSTICE CLUSTER
MEMORANDUM
TO: George A. Schutter, Chief Procurement Officer
Office of Contracting and Procurement
1.18.2023
FROM: David Garner, Associate Chief Financial Officer
Public Safety and Justice Cluster
DATE: January 10 22, 2023
SUBJECT: Funding Certification – IFB #DCAM-22-CS-IFB-0001 Construction Services
for the UCC Generator Replacement and Power Upgrade
The Office of the Chief Financial Officer (OCFO) certifies funding in the Office of Unified
Communication’s FY 2023 thru FY 2028 Capital Improvements Plan in the amount of
$3,225,874.22 (Three million two hundred twenty-five thousand eight hundred seventy-four and
22/100) for construction services for the UCC generator replacement and power upgrade is
available. Funds in the amount of $2,275,874.22 have been identified in its FY 2023 thru
FY2028 Capital Improvement Plan (CIP) budget and are in PASS Requisition Number
#RK223657. The balance of $950,000.00 is in its FY 2023 thru FY2028 Capital Improvement
Plan (CIP) budget in PASS Purchase Order Number #PO677714.
If you have any questions concerning this certification, please contact Douglas A. Kemp, Agency
Fiscal Officer at (202) 730-0519.
CC: Karima Holmes, Acting Director, Office of Unified Communications
Kipling Ross, Program Manager, Office of Unified Communications
Teddy Kavaleri, CIO, Office of Unified Communications
Douglas A. Kemp, Agency Fiscal Officer, Office of Unified Communications
1100 4th STREET SW SUITE 730E • WASHINGTON, D.C. 20024
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
OFFICE OF THE GENERAL COUNSEL
MEMORANDUM
TO: Ronan Gulstone
Director, Office of Policy and Legislative Affairs
FROM: Kristen Walp
Senior Assistant General Counsel
SUBJECT: Legal Sufficiency Certification
Proposed Contract for Construction Services for Generator Replacement and Power
Upgrade at the Unified Communications Center (“UCC”)
Contract Number: DCAM-22-CS-IFB-0001
Contractor: DC General Construction, Inc.
DATE: February 3, 2023
_______________________________________________________________________