MURIEL BOWSER
MAYOR
September 24, 2024
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
proposed definitive Contract No. DCKA-2022-T-0046 with EXP US Services, Inc. (EXP) in the
not-to-exceed amount of $1,525,586.76. The period of performance is from May 13, 2024, through
May 12, 2025.
Under the proposed contract, EXP will continue to provide construction management and
inspection services for citywide alley restoration projects.
My administration is available to discuss any questions you may have regarding the proposed
contract. In order to facilitate a response to any questions you may have, please have your staff
contact Marc Scott, Chief Operating Officer, Office of Contracting and Procurement, at (202) 724-
8759.
I look forward to the Council’s favorable consideration of this contract.
Sincerely,
Muriel Bowser
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of Contracting and Procurement
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
(Letter Contract)
(A) Contract Number: DCKA-2022-T-0046
Proposed Contractor: EXP US Services, Inc. (EXP)
Contract Amount: Not-to-Exceed (NTE) $1,525,586.76
Unit and Method of Compensation: Specific Rates of Compensation & Unburdened Cost
Reimbursement
Term of Contract: May 13, 2024 thru May 12, 2025
Type of Contract: Indefinite Delivery/Indefinite Quantity; Fixed Unit Price
Task Order
(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:
Base Period Amount: NTE $1,525,586.76
(C) The date on which the letter contract or emergency contract was executed:
May 13, 2024
(D) The number of times the letter contract or emergency contract has been extended:
Contract Modification No. M001 to the letter task order extended the Letter Contract thru October
13, 2024.
(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:
1
NTE $762,793.38
(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 proposed contractor will be required to perform construction management and inspection
services for citywide alley restoration projects.
(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:
This procurement was conducted pursuant to the architect and engineering procedures set forth in
27 DCMR § 2620-2627. Three firms were solicited, and submitted Statements of Qualifications
(SOQ) in response to the Request for Qualifications (RFQ). Each was evaluated according to the
below evaluation criteria in accordance with the RFQ.
Factor Evaluation Criteria
Factor 1 Professional Qualifications
Factor 2 Specialized Experience
Factor 3 Capacity
Factor 4 Past Performance
SOQs were evaluated in accordance with the solicitation evaluation criteria. On February 12, 2024,
the technical evaluation panel chairperson provided a source selection recommendation report to the
contracting officer (CO) identifying EXP as the most highly qualified offeror and recommending it
for award.
The CO conducted a contracting officer’s independent assessment, in which the CO reviewed the
solicitation requirements, the SOQs, and the panel’s evaluation procedures to include consensus
comments and ratings, and source selection recommendation. The CO concurred with the panel’s
rankings and determined EXP to be the most highly qualified offeror. Thereafter, the CO, in
coordination with program personnel, negotiated a fair and reasonable price for the required
services.
(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:
None
(I) 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:
2
EXP is a full-service engineering and design firm with extensive experience providing a wide range
of services, including construction management and inspection services, roadway and traffic design,
and safety improvements throughout the United States. EXP has successfully performed the same
or similar services for the District. EXP is currently performing DCKA-2021-C-0004 Citywide
Open End Bridge Design Consultant Services Contract (Option Year 2).
(J) 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 proposed contractor will utilize two certified business enterprise (CBE), subcontractors, to
fulfill the 35% CBE subcontracting requirement. The total contract value is $1,525,586.76, and the
CBE subcontracting requirement is $533,955.36. The proposed contract includes $616,702.36 or
40.56% of CBE subcontracting work meeting the subcontracting requirement.
(K) Performance standards and the expected outcome of the proposed contract:
At the oversight of the District Department of Transportation contract administrator, the proposed
contractor will perform the required construction management and inspection services in
accordance with the terms of the contract.
(L) 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 District entered into a letter task order on May 13, 2024 in the NTE amount of $762,793.38
(M) 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:
On September 16, 2024 the Agency Fiscal Officer certified that the contract funding (local capital)
is consistent with the applicable financial plan and budget.
(N) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The Office of the Attorney General has reviewed and approved the proposed contract for legal
sufficiency. The proposed contractor has no pending legal claims against the District.
(O) 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;
3
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 contractor is current with its District taxes per the Clean Hands certification dated September
11, 2024.
(P) 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 is current with its federal taxes per the System for Award Management validation
performed February 23, 2024.
(Q) 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.:
EXP is not a CBE.
(R) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
The Contracting Officer has certified that the proposed contractor has not been in violation and has
been determined not to be in violation of D.C. Official Code § 1-1163.34a; and, a certification from
the proposed contractor that it currently is not and will not be in violation of D.C. Official Code
D.C. Official Code § 1-1163.34 have been received.
(S) 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 proposed contractor is not debarred or an excluded party on the District or federal listings per
the validations dated April 17, 2024, and February 23, 2024, respectively.
(T) 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):
D&F for Price Reasonableness
D&F for Contractor Responsibility
(U) Where the contract, and any amendments or modifications, if executed, will be made
available online:
OCP.DC.GOV
4
(V) Where the original solicitation, and any amendments or modifications, will be made available
online:
OCP.DC.GOV
5
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: September 11, 2024 Notice Number: L0012604360
EXP US SERVICES INC & SUBSIDIARIES FEIN: **-***3964
1595 CLARK BLVD Case ID: 16636405
CA 66T 4V1 ON L6T 4V1
CANADA
CERTIFICATE OF CLEAN HANDS
CO
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
PY
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
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 CHIEF FINANCIAL OFFICER
Government Services Cluster
FINANCIAL PLAN AND BUDGET CERTIFICATION
Contract No.: DCKA-2022-T-0046
Contract Name: CMIS Citywide Alley Restoration
Contractor: EXP US Services, Inc.
Contract Ceiling Amount: $1,525,586.76
Current Available Amount: $762,793.38
Contract Period of Service: May 13, 2024 to May 12, 2025
Organization Code: KA0
PASS RK#: RK278379
DC/DIFS Project Number: CEL21C/100522
==============================================================================
I, Calvin Skinner, Agency Fiscal Officer, OCFO, hereby certify that the amount of $762,793.38 is
available for the above referenced contract and that the service is within the appropriate budget
authority for the agency for FY 2024 and is consistent with the applicable approved financial plan
and budget. Future orders above the available funding are contingent upon the identification of
additional funding.
____________________________________ 09/16/24
_________________
Calvin Skinner Date
Agency Fiscal Officer, OCFO
250 M Street, S.E., Washington, DC 20003 Telephone: (202) 671-2300
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
ATTORNEY GENERAL
BRIAN L. SCHWALB
Commercial Division
MEMORANDUM
TO: Sarina Loy
Deputy Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Section Chief
Government Contracts Section
DATE: September 17, 2024
SUBJECT: Legal Sufficiency Review of DDOT Task Order One for A/E Services
Contract No. DCKA-2022-T-0046 Task Order One
Contractor: EXP US Services, Inc. (EXP)
Proposed Task Order Not to Exceed (NTE) Amount: $1,525,586.76
--------------------------------------------------------------------------------------------------------------------
This is to Certify that this Office has reviewed the above-referenced Contract and that we have
found it to be legally sufficient. If you have any questions in this regard, please do not hesitate to
call me at 724-4018.
______________________________
Robert Schildkraut
400 6th Street, NW, Suite 79100, Washington, DC 20001 (202) 727-3400 Fax (202) 347-8922
Government of the District of Columbia
Office of Contracting and Procurement
Department of Transportation
Mr. Amir Arab, Principal-in-Charge
Vice President
EXP US Services, Inc. (EXP)
1140 3rd Street NE Suite 335
Washington, D.C. 20002 Subject: Letter Contract
Contract No.: DCKA-2022-T-0046
Cat D: Construction Management and
Inspection Services
Caption: Construction Management and
Inspections Services for Reconstruction
Citywide Alley Restoration
Dear Mr. Arab:
In accordance with 27 DCMR §2425, this is a letter contract between the District of Columbia (the
District) and EXP (the Contractor) wherein the Contractor agrees to provide construction
management services in accordance with the documents incorporated by reference below.
The District intends to definitize this letter contract within ninety (90) days of the date of award of
this letter contract (the date the Contracting Officer signs this letter contract) at which time this letter
contract shall merge with the definitized contract. If the District does not definitize this letter
contract within 90 days of the award of this letter contract or any extensions thereof, this letter
contract shall expire.
The District will pay the Contractor for the services performed under this letter contract in an
amount not-to-exceed (''NTE.") $762,793.38, which is approximately 50% of the estimated contract
NTE of the proposed definitive contract. If the District and the Contractor agree in writing to a
definitive contract, the District will pay the Contractor for the services performed during the
duration of the definitive contract an amount not to exceed $1,525,586.76 for the twelve (12) month
period of the proposed definitive contract.
The contractor shall perform under this letter contract pursuant to the terms of the following
documents, which are hereby incorporated by reference and made a part of this letter contract:
A. This letter contract (including the contractor‘s technical and price proposal dated
March 15, 2024 and Scope of Services and deliverables dated February 12, 2024
(Attachment A)
B. Request for Qualifications dated November 14, 2023. Solicitation No. CPTO230056
C. Qualification submission dated December 20, 2023.
D. Contract DCKA-2022-T-0046
In the event of a conflict among the incorporated documents, the conflict shall be resolved by giving
precedence to the documents in the order listed above.
Page Two.
This Letter Contract shall be subject to the appropriation of funds.
Signature
Digitally signed by Amir Ahmadzadeh
DN: C=US,
E=Amir.Ahmadzadeh@exp.com, O=EXP
Amir Ahmadzadeh US Services Inc, OU=Mid-Atlantic, CN=Amir
5/13/2024
Ahmadzadeh
Contractor________________________________________ Date: __________________
Date: 2024.05.13 13:46:01-04'00'
EXP US Services, Inc.
Amir Ahmadzadeh, Vice President
Typed Name and Title: ______________________________
______________________________
District of Columbia
________________________________________________ Date: ___________________
5/13/2024
Jeralyn Johnson
Contracting Officer