MURIEL BOWSER
MAYOR
March 23, 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
Modification No. 4 to Contract No. DCAM-21-CS-RFP-0008P with Mark G. Anderson
Consultants, Inc. to exercise option year one of the contract in the not-to-exceed amount of
$4,000,000. The modification’s period of performance is from April 15, 2023, through April 14,
2024.
Under the proposed modification, Mark G. Anderson, Inc. will continue to provide construction
management services from inception to post-construction, as awarded via task order agreements,
for various facilities within the Department of General Services (“DGS”) real estate portfolio.
If you have any questions regarding the proposed contract modification, please contact Keith A.
Anderson, DGS Director, 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 modification.
Sincerely,
Muriel Bowser
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
ek We'ank
SUE fo
FS bc
Pursuant to section 202(c-3) of the Procurement Practices Reform Actof 2010, as amended, D.C.
Official Code § 2-352.02(c-3), the following contract summary is provided:
COUNCIL CONTRACT SUMMARY
(Options)
Modification No. 4 to Contract No. DCAM-21-CS-RFP-0008P
Construction Management Services
Full Exercise of Option Year 1
(A) Contract Number: DCAM-21-CS-RFP-0008P_
Modification No. 4 to fully exercise Option Year 1
Proposed Contractor: Mark G. Anderson Consultants, Inc. (the “Contractor”)
Proposed Contract Amount
(Option Year 1): Not-to-Exceed (“NTE”): $4,000,000
Term of Contract
(Option Year 1): April 15, 2023 through April 14, 2024
‘Type of Contract: Indefinite Delivery Indefinite Quantity
(B) Identifying number of the underlying contract, including the identifiers assigned to the
underlying contract by the Council for the base period and any subsequent option periods:
Base Year
Contract No. DCAM-21-CS-RFP-0008P
Contract Amount: $4,000,000
Council Approval: CA24-0450. April 15, 2022
Option Year 1
Exercise of Option Year | Proposed Modification No. 4
Proposed Option Year | Amount $4,000,000
The NTE for Option Year 1 has been increased to reflect an increased volume of construction
projects as well as a general increase in market costs due to the profound effect ofrecent inflation
on the construction industry. Since the start of the COVID-19 pandemic in 2020, the economy has
experienced several shocks, oneofwhich is inflation. The Department has observed steep increases
in the cost of construction. These increases mean that the capacity ofa vendor under the indefinite
delivery indefinite quantity contract is exhausted earlier than in previous years, which can limit the
number of vendors that can bid on projects and subsequently prevent the Department from
implementing projects.
(©Astatement that Citywide Clean Hands database indicates that the proposed contractor is
current with its District taxes. If the Citywide Clean Hands Database tes 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 Di
or (2) a certification that the contractor wil be current with its District taxes after the Di
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 certification is attached.
(D)Astatement that the proposed contract is wi the appropriated budget authority for the
agency for the fiscal year and is consistent with the financi jan 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 Modification No. 4 is within the
Department's appropriated budget authority 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
relevant certification accompanies this Council Package.
(©) A certification that the proposed contractor has not been determined to be in violation of D.C.
Official Code § 1-1163.34a:
Based uponacertification from the Contractor, the Contractor has not been determined to be in
violation of D.C. Official Code § 1-1163.34a.
eK HK rnme
oftheDistri
Gove nta
ctofColumbi
mmm Office ofthe ChiefFinancial
Officer 11014"Street,
SW
Timm Officeof Texand Revenue ‘Washington,
DC20024
Date ofNotice: February 20, 2023 Notice Number: 0008982920 if
MARK G ANDERSON CONSULTANTS INC FEIN: 716
730 11TH STNWFL4 CaseID: 1428660
WASHINGTON DC 20001-4510
CERTIFICATE
OFCLEANHANDS
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 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)
§ 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” hyperlinkundertheClean Hands section.
1101 4th Street SW, Suite W270, Washington, DC 20024/Phone: (202) 724-S048/MyTaxDC-gov
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
ad
xk * w
‘EGEREREE
Bisaf
Memorandum
To: Keith A. Anderson
Director
From: Antoinette Hudson Beckham
Agency Fiscal Officer
Departmentof General Services
Reference: |DCAM-21-CS-RFP-0008P
Construction Management Services
Date: March 7, 2023
Subject: Fiscal Sufficiency Review
In my capacity as the Agency Fiscal Officer of the Department of General Services (the
“Department”), I hereby certify that Modification No. to 4 Contract No. DCAM-21-CS-RFP-
0008P for Construction Management Services between the Department and Mark G. Anderson
Consultants, Inc. (the “Contractor”) with a Not-To-Exceed (“NTE”) value of $4,000,000.00 and a
m is consistent with the Department’s current budget and that
valueof$50.00
guaranteed minimu
adequate funds are available in the budget for the expenditure. The $50.00 minimum value is hereby
certified.
Funds supporting individual task order agreements, above the minimum amount certifiedof$50.00,
to be issued against Option Year One (“Option Year One”) with an annual aggregate NTE value
of $4,000,000.00, will be reviewed for certification and approval at the time of issuance of any
such task order agreements. Each task order is subject to availability of appropriated funds.
Task orders agreements, ineligible for capital expenditure, will be funded under the Department
ofGeneral Services (DGS) operating budget, if funding is available.
‘The Department of General Services (AMO-Owner/Implementer) has $50.00 in its cumulative
capital budget authority balance.
‘The PASS information follows and is attached/ below.
Fiscal Sufficiency Review
Construction Management Services
Contract Number: DCAM-21-CS-RFP-O008P
‘AMO.PL9OSC. 100145 RK240959 See Attached]
MUNICIPAL
LABOR
PROGRAM
MANAGEME
Total| $50.00
ang Meehd-toras) for AHB
Antoinette Hudson Beckham
Agency Fiscal Officer
Department of General Services
Page 2 of 4
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
@
ane
ARI
2
ER aoe
aA ae
OFFICE OFTHE 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 Modification No. 4 to Construction Management Services
Contract Number: | DCAM-21-CS-RFP-0008P
Contractor: Mark G. Anderson Consultants, Inc.
DATE: March 10, 2023
This is to certify that this Office has reviewed the above-referenced Modification and has found it
to be legally sufficient, subject to submissionof: (i) any required materials and Council approval;
(ii) Council’s approval of the same; and(iii) a Fiscal Certification issued by the Department of
General Services” Agency Fiscal Officer.
Please feel free to contact me at (202) 727-2800 with any questions.
Kristen Walp
Senior Assistant General Counsel
2000 14" St. NW, 8" Floor Washington DC 20009 | Telephone (202) 727-2800 | Fax (202) 727-7283
‘MODIFICATIONOF CONTRACT i
Neeson + SeoBek 160 NotAppeable ensctonManegamen Sees
end GanaServens [Ra ni
ober
by Genera aT
Departnartofand Procurement vison Depa ef rt Srvone
Conacg Capt ConsructonOison
2000tahStet NWatPoor {220 U Stoo,
Washington
rdPoo
OC 20008,
Wasningon,DC 2008
Tass Ba aso Conc By ysBTA CO) PR onan rc
lk.AndersonConstants, In. SaaS RTT
30 11mSeen
Washington,
OC 20011 fan tani oCormac Te
locaw-z1.cs-erP-cooee
* ico ois ue er 3)
[sora 2022
TT TENGRYAPPLESTOMEROUENTSTOFSOUCTATINS
aRSETRIAN Tee fh ny The owad snc ree OT [occa
[Joeman
‘Ono cntsere roubaa uct antwend STEP
‘ston mab)By apg ane Baa,an espn ftarent)Bycondor cal et
tennsnncoy ai cysola ex we loce owstona
tientur.FARUREOF TOBERECENVEDATTHEPLACE DESIONATEDFORTHE RECEIPTOFOFFERS
YOURACRNOMLEOGENENT
[Toteorem sbi,1cane ybmae y eta, vetheta asencenarayoce
Prion ToTHe HOURANDOATESPECIFIEDMAYRESULTINREJECTIONOFYOUROFFERifyrunt chr
he
tsk nls enna caepr pei haaanced.
[PrAecorrgosAspen Da ara)
"STSTEUAPAIES OWL TO NOOMEATONS OFCONTTUCTSOROERS
[MODIFIES
THECONTRACTOROERNO. AS OESCAIBED NITEM 4
Tis geaesFanspat pet)A
[nschangeset eemae aaneactrseP.an 0A
Tass noon areca taeBe reve GH VDHONG PreCFSE
Jn oot
Thssalen nteenat SindFopoRTANBGR)ot Te DOM Salon Ti and CoadDADECSROSE
Dr Sao eS stan OaTAT
aS
[1DaRenSIG GTaraeraS RSET (OTGBTRO By UCFSUCTOARODAPGS,CigSTCTADOACOATS SEC ATTwTTTS]
|ContactDCAM-21-CS-RFP-O008P ishereby modified asfollows:
41 Tre etropotanWastnglonCounc of GovernmentsRiserCauseprovide asAtachertAto Mocietn 1sherbyIcrpratd
33 RELEASE:[tsmutualyagreed thatn exchangeforthis Mastication andother consideration theCorrctorherebyreleases,sees
‘ndhestheDepartment harmles fromanyad ll actualor portalims or demandsfordelay, disruptions,atonalwork
‘alvesaddltonal ime,additonalcost, contractextension,compensationsor labliyunderanytheory,whether knownor unknown,
thatteContractormayhavenowornthefutureagainsttheDeparmentarising fomoroutofas aconsequencesor eeu of,
relating toornanymannerconnected withthisModiicaton the above-referenced Project,andtheContact
work.
4Atoertee adconainsremainuncharged
reer [ixnome canes Oe
[eivse Roeder, vice Present LargesH. Marsh
Omeos euWah 2c
iNeedcones [iSa Sows
DCAM-21-CS-RFP-O008P
Modification 2
K.1 METROPOLITAN WASHINGTON COUNCIL OF GOVERNMENTS RIDER
(CLAUSE USE OF CONTRACT BY MEMBERS COMPRISING THE
METROPOLITAN WASHINGTON COUNCIL OF GOVERNMENTS PURCHASING
OFFICERS' COMMITTEE
K.1.1 CooperativeRider Clause
‘The Mid-Atlantic Purchasing Team (MAPT) is the agreement between the Metropolitan
‘Washington Council ofGovernments (“MWCOG") and the Baltimore Metropolitan Council
(“BM C”)
toaggregatethepublicentityandnon-profit purchasingvolumesintheMaryland,
Virginia and Washington, D.C. region (“region”). A lead agency format is used to accomplish
thiswork.TheLeadAgencyinthisprocurementandhasincludedthisMAPTCooperativeRider
(Clauseinthis solicitation indicating its willingness to allowotherpublic entitiestoparticipate
pursuant to the following Terms and Coriditions:
K.LL1. Terms
a) Participatingentities,throughtheiruseof theCooperativeRiderClause, agreetothe
termsandconditionsof the resultingcontracttotheextentthat theycanbe reasonably
appliedtotheparticipating entity.
b)Participatingentitiesmayalsonegotiateadditional termsandconditionsspecific to their
localrequirementsuponmutual agreementbetweentheparties.
K.1.1.2 Other Conditions-ContractandReporting
a) The contractresultingfromthis solicitation shallbegovernedby and "construedin
accordancewith thelaws ofthe State/jurisdictionin whichtheparticipatingentity
officially
is located;
b)Toprovideto MWCOGand/or BMCcontractusage reportinginformation,includingbut
notlimitedtoquantity,unit pricingandtotalvolumeof salesbyentity, as well reporting
other participatingentities addedonthecontract, ondemandandwithoutfurtherapproval
ofcontractparticipants;
©) Contract obligations rest solelywiththeparticipating entities only;
)Significantchangesintotalcontract valuemay resultinfurthernegotiationsof contract
pricingwiththe leadagencyandparticipatingentities. In pricingandotherconditions,
vendorsareurgedtoconsiderthebroad reachandappeal of MAPTwithpublicandnon-
profitentities
inthisregion.
Alist of theparticipating membersof the Mid-AtlanticPurchasing Team can befoundatthe
followingweb sites,
weblinks www.mwcog.org/purchasing-and-bids/cooperative-purchasing/member-li
hitp://www.baltometro.org/our-work/cooperative-purchasing/brepc-representatives
‘MODIFICATION OF CONTRACT [cone er
Moestcenreooue] 1 Page e Pear
WateenNS [eeose [oReqaanovPucaseRegen |S CHa
Modifcation 2 Seo Block 160 NotApplicable _constrctien Management Sass
oud “erie By aaBano)
‘Deperment ofGaneral Servos Doparmant of GaneralServices
(CorracingandPr