District Of Columbia 2023 2023-2024 Regular Session

District Of Columbia Council Bill B25-0406 Introduced / Bill

Filed 07/03/2023

                    MURIEL BOWSER 
MAYOR 
July 3, 2023 
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: 
Enclosed for consideration and enactment by the Council 
of the District of Columbia is an emergency bill, the 
"Modification Nos. 3, 5, 8, and 10 to Contract 
No. DCAM-21-CS-IFB-0002 with Consys, Inc. Approval and 
Payment Authorization Emergency Act 
of 2023", and the accompanying emergency declaration resolution. 
The legislation will approve current and proposed modifications to a contract with Consys, Inc. for 
construction services for the new W Street, 
NE bus terminal for the Office 	of the State Superintendent's 
Division 
of Transportation and will authorize payment to Consys, Inc. for goods and services received and to 
be received under the modifications. 
If you have any questions regarding this legislation, please contact Delano Hunter, Acting Director, 
Department 
of General Services ("	DGS"), or have your staff contact George G. Lewis, DGS's 	Chief of 
Contracts and Procurement, at (202) 727-2800.  1 
2 
3 
4 
5 
6 
7 
8 
9 
10 
11 
12 
13 
14 
15 
16 
17 
18 
19 
20 
21 
22 
23 
24 
25 
26 
27 
28 
29 
30 
31 
32 
A BILL 
:;#~a 
'chairmanPhil Mendelson 
at the request 
of the Mayor 
IN THE COUNCIL OF THE DISTRICT OF COLUMBIA 
To approve, on an emergency basis, Modification Nos. 3, 5, and 8 and proposed 
Modification NolO to Contract No. DCAM-21-CS-IFB-0002 with Consys, Inc. to 
provide construction services for the new 
W Street, NE bus terminal, and to 
authorize payment for the goods and services received and to be received under 
the modifications. 
BE IT ENACTED BY THE COUNCIL OF THE DISTRICT OF COLUMBIA, 
That this act may 
be cited as "Modification Nos. 3, 5, 8 and 10 to Contract No. DCAM-
21-CS-IFB-0002 with Consys, Inc. Approval and Payment Authorization Emergency Act 
of 2023". 
Sec. 
2. Pursuant to section 451 	of the District of Columbia Home Rule Act, 
approved December 24, 1973 (87 Stat. 803; D.C. Official 
Code§ 1-204.51), and in 
accordance with the requirements 
of section 202(a) of the Procurement Practices Reform 
Act 
of 2010, effective April 8, 2011 (D.C. Law 18-371; D.C. Official 	Code§ 2-
352.02(a)), the Council approves Modification Nos. 3, 5, and 8 and proposed 
modification No. 
10 to Contract No. DCAM-21-CS-IFB-0002, with Consys, Inc. to 
provide construction services for the new W Street, 
NE bus terminal for the Office 	of the 
State Superintendent 
of Education's Division of Student Transportation, and authorizes  33 payment in the amount of $3,771,505.81 for the goods and services received and to be 
34 received under the modifications. 
35 Sec. 3. Fiscal impact statement. 
36 The Council adopts the fiscal statement 
of the Chief Financial Officer 	as the fiscal 
37 impact statement required by section 4(a) 
of the General Legislative Procedures Act 	of 
38 1975, approved October 	16, 2006 (120 Stat. 2038; D.	C. Official Code§ 1-301.47(a)). 
39 Sec. 
4. Effective date. 
40 This act shall take effect following approval by the Mayor ( or 
in the event of veto 
41 by the Mayor, action by the Council to override the veto), and shall remain in effect for 
42 no longer than 90 days, as provided for emergency acts 
of the Council of the District of 
43 Columbia in section 412(a) 	of the District of Columbia Home Rule Act, approved 
44 December 24, 1973 (87 Stat. 788; D.C. Official 
Code§ 1-204.12(a)). 
2  DGS 
DEPARTMENT OF 
GENERAL SE RVICES 
BUILD=: 
MAINTAIN 
SUSTAIN 
Pursuant to Section 202( c-1) of the Procurement Practices Reform Act of 2010, as amended, 
D.C. Official Code§ 2-352.02(c-1), the following contract summary is provided: 
COUNCIL CONTRACT SUMMARY 
(Tipping) 
Contract No. DCAM-21-CS-IFB-0002, Modification Nos. 3, 5 	and 8, and Proposed 
Modification No. 10 	for Construction Services for the New W Street, NE Bus Terminal for the 
OSSEDOT 
(A) Contract Number: 
Proposed Contractor: 
Contract Amount: 
Modification Nos. 3, 5 	and 8 Amount: 
Aggregated Amount of Contract 
and Modification Nos. 3, 5 	and 8: 
Proposed Modification No. 10: 
Total Proposed Contract Amount: 
Term of Contract: 
Type of Contract: 
Source Selection Method: 
DCAM-2 l-CS-IFB-0002 (the "Contract") 
Consys, Inc. (the "Contractor") 
$16,809,610.00 
$974,091.91 
$17,783,701.91 
$2,797,413.90 
$20,
581,115.81 
July 
21, 2022 ( date of execution of the Contract 
by the Department) through April 30, 2024 
(Administrative Term Date). 
Lump Sum Price 
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. 
Government of the District of Columbia 4'I 
Department of General ~rvices I dgs.dc.gov 
2000 14
11
' Sreet NW, 8
th 
Floor, Washington, DC 	20009  Page 2 of6 
(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 Contract for Construction Services for the New W Street, NE Bus Terminal for the 
OSSE DOT (DCAM-21-CS-IFB-0002) (the "Contract"), the contractor shall provide all 
necessary construction services, supervision, permits, labor, supplies, equipment, materials and 
all other work necessary for the completion 
of the Project in accordance to the attached 
Drawings and Specifications documents. 
The Project shall greatly expand OSSE operations on this currently vacant and abandoned 2.5-
acre site, providing the urban infrastructure required to fulfill the transportation and logistics 
demands 
of an increasing Washington DC student population. OSSE 	is the State Education 
Agency for the District 
of Columbia charged with raising the quality 	of education for all DC 
residents. OSSE serves 
as the District's liaison to the U.S. Department 	of Education and works 
closely with the District's traditional and public charter schools. 
A contract with the Contractor was executed by the Department 
of General Services (the 
"Department") on July 21, 2022 (the "Contract"). 
Modification Nos. 
3, 5 and 8 increased the total contract amount by $974,091.91. 
Modification Nos. 
1, 2, 4, 6, 7 and 9 were executed for administrative purposes. 
The proposed Modification No. 10, 
if approved, will increase the Contract's Not 	to Exceed 
amount by $2,797,413.90. The Contractor's scope 
of work will consist of VE 
Reimplementation Part 1 and Part 
2; Prefabricated Fueling System; Elevator Materials Increase 
and Segmental Wall Geotech Services. Since the aggregate amount 
of the Contract, 
Modification Nos. 3, 5 and 
8, and proposed Modification No. 	10 exceed $1 million, Council 
approval 
is required. 
(D) 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. 
(E) 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: 
Consys, Inc. 
is a certified Small Business Enterprise ("SBE"), Washington, DC based firm and 
has performed satisfactorily on previous projects with the District. The Contractor provides 
complete construction services across a range 
of project types and scales. The Contractor 
------------------------------------~,. * 
:.:.: Department of General Services 3924 Minnesota Ave, NE, Washington D.C. 20019 	~  Page 3 of6 
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. 
(F) The period of performance associated with the proposed change, including date 	as of 
which the proposed change 	is to be made effective: 
The period of performance associated with the Contract No. DCAM-21-CS-IFB-0002 and the 
proposed 
is from July 21, 2022 Through April 30, 2024. The proposed Modification No. 	10 
will become effective upon approval by the Council and execution by the Department. 
(G) The value of any work or services performed pursuant 	to a proposed change for which 
the Council has not provided approval, disaggregated by each proposed change 
if more 
than one proposed change has been aggregated for Council review: 
Contract No. DCAM-21-CS-IFB-0002 was executed by the Department 	of General Services 
(the "Department") on July 21, 2022 (the "Contract"). Modification Nos. 3, 5 and 8 increased 
the total contract amount while Modification Nos. 
1, 2, 4, 6, 7 and 9 were executed for 
administrative purposes. 
The proposed Modification No. 10 will increase the contract amount 
to $20,581,115.81. 
The total value 
of the services provided to date under the Contract is 17,783,701.91, which 
represents the not-to-exceed ("NTE") amount established by the Contract. 
(H) The aggregate dollar value 	of the proposed changes as compared with the amount 	of the 
contract 
as awarded: 
If approved, the aggregate total sum 	of Modification Nos. 3, 5, 8 and 	10 would be 
$3,771,505.81. 
(I) Date on which the contracting officer was notified 	of the proposed change: 
May 5, 2023. 
(J) The reason why the proposed change was sent 	to Council for approval after it 	is intended 
to take effect: 
Modification Nos. 3, 5 and 8 was 	not previously submitted to Council for approval because the 
total value did 
not exceed $1 million. However, proposed Modification No. 	10 would tip the 
amount 
of the Contract No. DCAM-21-CS-IFB-0002 over 	$1 million; thus, Council approval 
of the Contract and the modifications is required. 
(K) The reason for the proposed change: 
The proposed Modification No. 	10, if approved, will increase the Contract's 	Not to Exceed 
amount by $2,797,413.90. The Contractor's scope 
of work will consist of VE 
* * .-------------------------------------.,.W .... EARf' == Department of General Services 3924 Minnesota Ave, 	NE, Washington D.C. 20019 	OC  Page 4 of6 
Reimplementation Part 1 and Part 	2; Prefabricated Fueling System; Elevator Materials Increase 
and Segmental Wall Geotech Services. 
(L) The legal, regulatory, or contractual authority for the proposed change: 
Articles 3 and 4 of the Department's Standard Contract Provisions (Construction Contracts) 
provide authority for the issuance 
of modifications. Additionally, as the contract, Modification 
No. 
10 would increase the total Contract value over 	$1 million, this contract action 	is subject to 
the requirements of the District of Columbia Horne Rule Act, codified at 	D. C. Official Code § 
1-204. 51 (b ). Thus, Council review and approval 	of the proposed contract action are required 
under the District 
of Columbia Horne Rule Act, and the proposed contract action would be 
authorized by Council's enactment 
of "Contract, Modification Nos. 3, 5 and 8 and Proposed 
Modification No. 
10 to Contract No. DCAM-21-CS-IFB-0002 with Consys, Inc. Approval 
and Payment Authorization Emergency Act 
of 2022" pursuant to D.C. Official Code § 2-
352.02(c-2). 
(M) 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 is a ce1iified business enterprise in accordance with the Act (CBE Number: 
LSDZX52129122023). Notwithstanding the foregoing, the Contractor has submitted its 
subcontracting plan 
as required by law. 
(N) Performance standards and the expected outcome 	of the proposed contract: 
The District of Columbia Department of General Services awarded a Contract for the 
construction 
of the New W Street, NE Bus Terminal for the Office 	of State Superintendent of 
Education's Division of Transportation. The Contractor's scope 	of work consists of all 
necessary construction services, supervision, permits, labor, supplies, equipment, materials and 
all other work necessary for the completion 
of the Project in accordance with the Drawings and 
Specifications. 
(0) 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: 
Upon Council Approval (CA24-0218), on July 21, 2021 a contract with Consys, Inc. was 
executed by the Department 
of General Services. Modification Nos. 3, 5 and 8 to the contract 
Increased the Contract's Not to Exceed amount from $16,809,610.00 by $974,091.91 
to 
$17,783,701.91. The amount 	of Modification Nos. 3, 5 and 8 was less than 	$1 million, thus 
Council's approval was not required. 
--------------------------------------...,.. 
:.:.: Department of General Services 3924 Minnesota Ave, NE, Washington D.C. 20019 	~  Page 5 of6 
(P) 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 aggregate total NTE amount 	of Contract No. DCAM-21-CS-IFB-0002, Modification Nos. 
3, 
5, 8 and proposed Modification No. 	10 is within the appropriated budget authority for the 
agency, for the fiscal year. The Agency Fiscal Officer has certified that total aggregate amount 
of the contract, Modification Nos. 	3, 5 and 8 and the proposed Modification No. 	10 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 Fiscal Sufficiency certification accompanies this 
Council Package. 
(Q) A certification that the contract is legally sufficient, including whether the proposed 
contractor has any pending legal claims against the District: 
The Contract No. DCAM-21-CS-IFB-0002, Modification Nos. 	3, 5 and 8 and proposed 
Modification No. 
10 have been deemed legally sufficient by the District's Office 	of the 
Attorney General. The Contractor does not appear 
to have any currently pending legal claims 
against the District. 
(R) 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§ 2-353.0l(b): 
The Citywide Clean Hands database indicates that the Contractor 	is current with its District 
taxes. The applicable Clean Hands certification for the Contractor accompanies this Council 
Package. 
(S) 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. 
(T) 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 Business Enterprise. 
The Contractor's CBE Number 
is LSDZX52129122023 with an expiration date 	of December 
13, 2023. 
------------------------------------.......... 
:.:.: Department of General Services 3924 Minnesota Ave, NE, Washington D.	C. 20019 ~  Page 6 of6 
(U) Other aspects of the proposed contract that the Chief Procurement Officer considers 
significant: 
Not Applicable. 
(V) 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. 
(W) 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): 
Not Applicable. 
(X) Where the contract, and any amendments or modifications, 
if executed, will be made 
available online: 
Contract award information, Contract No. DCAM-21-CS-IFB-0002 and Modifications are 
available on the Department's website. A copy 
of the proposed Modification No. 	10 (if 
approved) will be made available. 
(Y) 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. 
(Z) A notation identifying: 
(i) whether the Contractor is a covered contractor, 	as that term is 
defined 
in D.C. Official Code § 1-1161.01; and (ii) to which prohibited recipients, 	as that 
term is defined in D.C. Official 
Code§ 1-1161.01(45D), the Contractor is prohibited from 
making campaign contributions and during what prohibited period, 
as that term is 
defined 
in§ 1-1161.01(45C). 
Based upon a certification from the Contractor, the Contractor has not been determined to be 
in 
violation ofD.C. Official Code§ 1-1163.34a. 
-------------------------------------..... 
:.:.: Department of General Services 3924 Minnesota Ave, NE, Washington D.	C. 20019 ~  * * * Government of the District of Columbia 
Office 
of the Chief Financial Officer 
Office 
of Tax and Revenue 
Date of Notice: June 13, 2023 
CONSYS rNC 
732 KENNEDY ST NW 
WASHINGTON DC 	20011-3032 
110 I 4
th 
Street, SW 
Washington, DC 20024 
Notice Number: L0009696774 
FEIN: **-***8636 
Case ID: 1531295 
CERTIFICATE OF CLEAN HANDS 
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 Han ds 
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" 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 ATTORNEY GENERAL 
Legal Counsel Division 
MEMORANDUM 
TO: Tommy Wells 
Director 
*** --
Office of Policy and Legislative Affairs 
FROM: Megan D. Browder 
Deputy Attorney General 
Legal Counsel Division 
DA 
TE: June 7, 2023 
SUBJECT: Legal Sufficiency Review of the "Modification Nos. 3, 5, 8 and 10 to Contract No. 
DCAM-21-CS-IFB-0002 
with Consys, Inc. Approval and Payment Authorization 
Emergency Act of 2023" and Accompanying Declaration Resolution 
(AE-23-330) 
This is to Certify that this Office has reviewed the above-referenced 
legislation 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 (202) 724-5524. 
Megan D. Browder 
1350 Pennsylvania Avenue, N.W., Suite 409, Washington, D	.C. 20004 Phone (202) 724-5524 Ema	il: megan.browder@dc.gov  BUILD: 
MAINTAIN 
SUSTAIN 
GOVERNMENT OF THE DISTRICT OF COLUMBIA 
DEPARTMENT 
OF GENERAL SERVICES 
* * * 
Memorandum 
To: 
Delano Hunter 
Acting Director 
From: Antoinette Hudson Beckham 
Agency Fiscal Officer 
Department 
of General Services 
Reference: Contract No. DCAM-21-CS-IFB-0002 
* * * WEARE 
WASI-IINGTON 
oc 
Construction Services for the New W Street, NE Bus Terminal for the 
OSSEDOT 
Date: May 15, 2023 
Subject: Fiscal Sufficiency Certification 
In my capacity 
as the Agency Fiscal Officer 	of the Department of General Services (the 
"Department"), I hereby certify that the Contract for Construction Services for the New W Street, 
NE Bus Terminal for the OSSE DOT (DCAM-21-CS-IFB-0002) (the "Contract"), with Consys Inc 
(the "Contractor"), in the amount 
of $3,771,505.81 is consistent with the Department's current 
budget and that adequate funds are available in the budget for the expenditure. 
Per the Department 
of General Services Contracts & Procurement team (C&P), on June 21, 2021, 
the Definitized Contract was executed for a total contract amount 
of $16,809,610.00. Modifications 
No. 3, 5 and 8 increased the total contract amount by 
$974,091.91 ($190,927.76+$298,462.62+ 
$484,701.53) from $16,809,610.00 to $17,783,701.91. Since the Contract price was under 
$1 
million, Council's approval was not required. Modifications No. 1, 	2, 4, 6 and 7 were executed for 
administrative purposes. The proposed Modification No. 9 in the amount 
of $2,797,413.90, will 
increase the contract amount 
to $20,581,115.81 ($16,809,610.00 + 	$3,771,505.81). The proposed 
Contract increase 
of $2,797,413.90 is to provide the VE Reimplementation Part 1 and Part 	2; 
Prefabricated Fueling System; Elevator Materials Increase and Segmental Wall Geotech Services. 
If approved, the aggregate total sum 	of Modifications No. 3, 5, 8 and 9 would be 	$3,771,505.81; 
thus, Council approval is required for all contract value increases 	of $1 M or more. 
While funding 
in the amount of $3,771,505.81 is being certified for capital eligible items only, 
there 
is an ineligible amount of $290,130.48. listed in Exhibit A of the Contract. See the non-capital  Fiscal Sufficiency Review 
DCAM-21-CS-IFB-0002 
Construction Services for the 
New W Street, 
NE Bus Terminal for the 	OSSE DOT 
column and associated items. These items are ineligible for capital expenditure, per the District 
Capital Guidelines. The goods/services are needed in FY2023. There should 
be no purchases, 
commitments, or expenditures for these items, until operating funds are available, via a purchase 
order for the same amount. 
The Department of General Services (DGS -Implementing AGY) has 	$3,771,505.81 
in the Office of the State Superintendent of Education, Division of Student Transportation (OSSE­
DOT -Owner AGY) cumulative capital budget authority balance. 
The PASS information is attached/ below. 
Project Name Project AY Fund Imp. AGY Owner RK/PO Amount 
Number 	Detail 	AGY 
160 I W STREET NE 
BUILDING 	BRMISC 2017 0300 	AMO GOO PO668976 $190,927.76 
RENOVATIONS 
AMO.PL! 03C.HAZA 
RDOUS MA TERI AL 100132 NIA 3030300 AMO AMO PO678809 $298,462.62 
A
BATEMENT 
POOL) 
160 I W STREET NE 100021 NIA 3030300 AMO GOO PO686530 $484,70	1.53 
BUILDING 
RENOVATIONS 
1601 W STREET NE 100021 NIA 3030300 AMO GOO RK.245991 $1,912,806.84 
BUILDING 
RENOVATIONS 
160 I W STREET NE 100021 NIA 3030300 AMO GOO RK.245971 $196,384.68 
BUILDING 
RENOVATIONS 
AM0.BRMISC.1601 100021 	NIA 3030300 AMO GOO RK.232395 $240,428.86 
W 
STREET NE 
BUILDING 
RENOVATION 
AM0.BRMISC.1601 100021 NIA 3030300 AMO GOO RK245651 $93,745.80 
W 
STREET NE 
BUILDING 
RENOVATION 
AM0.BRMISC.1601 100021 	NIA 3030300 AMO GOO RK.244489 $304,860.53 
W 
STREET NE 
BUILDING 
RENOVATION 
AM0.BRMISC.1601 1 00021 	NIA 3030300 AMO GOO RK.234004 $30,442.50 
W 
STREET NE 
BUILDING 
RENOVATION 
AM0.BRMISC.1601 100021 	NIA 3030300 AMO GOO RK.240671 $18,744.69 
W 
STREET NE 
BUILDING 
RENOVATION 
Total $3,771 505.81 
Comments 
See Attached 
See Attached 
See Attached 
See Attached 
FY2023 
Ine
ligible 
Costs 
See Attached 
FY2023 
Ineligible 
Costs 
See Attached 
See Attached 
See Attached 
Page 2 of 3  Fiscal Sufficiency Review 
DCAM-21-CS-IFB-0002 
Construction Services for the New W Street, 
NE Bus Terminal for the OSSE DOT 
for AHB 
Antoinette Hudson Beckham 
Agency Fiscal Officer 
Department 
of General Services 
Page 3 of 3  MODIFICATION OF CONTRACT 
1. Contract Number 	Page of Pages 
DCAM-21-CS-IFB-0002 1 
I 2 
2. Modification Number 	3. Effective Date 4. Requisition/Purchase Request No. 	5. Caption 
Construction Services for the 
W Street, NE Bus Terminal 
Modification No. 3 	See Block 16C 	RK216859 	the OSSE DOT 
6. Issued By: 	7. Administered By (If other than line 6) 
Department of General Services 	Department of General Services 
Contracting and Procurement Division 	Capital Construction Division 
2000 14th Street, NW, 4th Floor 	1250 U Street, NW 4th Floor 
Washington, DC 20009 	Washington, DC 20009 
8. Name and Address of Contractor (No. Street, city, country, state and ZIP Code) 9A. Amendment of Solicitation No. 
Consys, Inc. 	9B. Dated (See Item 11) 
732 Kennedy Street, NW 
Washington, DC 20011 	1 0A. Modification of Contract/Order No. 
Attn: Vijay Kasimsetty 
X 
DCAM-21-CS-IFB-0002 
Email: vijay@consys-lnc.net 	1 	OB. Dated (See Item 13) 
June 
21, 2021 
11. THIS ITEM ONLY APPLIES TO AMENDMENTS 	OF SOLICITATIONS 
LJThe above numbered solicitation is amended as set fo rth in Item 14. The hour and date specified for receipt of Offers LJis extended. LJis not extendec 
Offers must acknowledge receipt of 	this amendment prior to the hour and date specified 	in the solicitation or as amended, by one of the 
following methods: (a) By completing Items 8 and 
15, and returning 1 copies of the amendment: (b) By acknowledgi	ng receipt of tt 
---
amendment on each copy of the offer submitted; or (c) By separate letter or fax which includes a reference 	to the solicitation and 
amendment 
number. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFEI 
PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by vi rtue of this amendment you desire to cha 
an offer already submitted, such change may 	be made by letter or fax, provided each letter or telegram makes reference 	to the 
solicitation and this amendment, and 
is received prior to the opening hour and date specified. 
12. Accounting and Appropriation Data (If Required) 
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS 	OF CONTRACTS/ORDERS, 
IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED 
IN ITEM 14 
A. This change order is issued pursuant to: (Specify Authority) 
The changes set forth 
in Item 14 are made in the contract/order no. in item 1 0A. 
B. The above numbered contract/order 	is modified to reflect the administrative changes (such as changes 	in paying office, appropriatic 
date, etc.) set forth 
in item 14. 
C. This supplemental agreement 	is entered into pursuant to authority of: 
X 
D. Other (Specify type of modification and authority) Title 	27 DCMR Sections 4728 and Contract No. DCAM-21-CS-IFB-0002 
E. IMPORTANT: Contractor LJ is not, ~is required to sign this document and return 1 copy to the issuing office. 
---
14. Description of amendment/modification (Organized by UCF Section headings, including solicitation/contract subject matter where feasi 
IFS No. DCAM-21-CS-IFB-0002-to provide construction services 	for the Office of State Superintendent of Education's new bus terminal 	is h-
modified 
as follows: 
1. Modification 1 dated July 20, 2022 is hereby renumbered as Modification 2. 
2. Scope of Work. The Contractor shall perform the additonal services 	as described in the Contractor's proposal {Exhibit A). 
3. Price. The price for the additional services is $190,927.76. The contract's value 	is hereby increased from $16,809,610.00 by $190,927.76 
$17,000,537.76. 
In no event shall the Contractor be paid more than 	$17,000,537.76 to complete the project unle	ss the Contractors, 	is 
authorized to exceed this limit in advance and in writing by a DGS Contracting Officer. 
4. Terms & Conditions. All other terms and conditions remain unchanged. 
S. Release. It is mutually agreed that in exchange for this Modification and other consideration, the Contractor hereby releases, waives, 	set 
and holds the Department harmless 	from any and all actual or potential claims or demands for delays, disruptions, additional work, additio 
time, additional cost, contract extensions, compensations 
or liability under any theory, whether known or unknown, that the Contractor m 
have 
now or in the future against the Department arising 	from or out of, as consequences or result of, relating to or in any manner connect 
with this Modification. the above-referenced Project, and the Contract work.  (Continuation) 
Contract Number 
DCAM-21-CS-
IFB-0002 
6. BOA Recap: 
BOA Executed on June 21, 2021 
Modification 
No. 1 
Modification 
No. 2 
Modification 
No. 3 
Modification No. 
Modification No. 3 
Administrative 
Administrative -Revised Schedule Dates ( Substantial, Final 
& Administrative Term) 
Administrative -Cost Increase (current) 
Page of Pages 
2 of 2 
NTE Amount 
$16,809,610.00 
$0.00 
$0.00 
$190,927.76  MODIFICATION OF CONTRACT 
2. Modification Number 	3. Effective Date 
1. Contract Number 
D
CAM-2 I -CS-IFB-0002 
4. Requisition/Purchase Request No. 
Page of Pages 
I 2 
5. Caption 
Modification 
No. 5 	See Block l 6C 	RK227005 
Construction Services for the New W 
Street, 
NE Bus Terminal for the OSSE 
DOT 
6. Issued By: 
Department of General Services 
Contracting and Procurement Division 
2000 14th Street, 4th Floor 
Washington, 
DC 20009 
7. Administered By (If other than line 6) 
Department 
of General Services 
Capital Construction Division 
1250 U Street, 4th Floor 
Washingto
n, DC 20009 
8. Name and Address of Contractor (No. Street, city, country, state and ZIP Code) 9A. 	Amendment of Solicita tion No. 
Consys Inc 
732 Kennedy Street, 
NW 
Washington, DC 20011 
Attn: Vijay Kasimsetty 
v
ijay@consys-inc.net 
9B. Dated (See Item 
11) 
1 
OA. Modification of Contract/Order No. 
X DCAM-2 l-CS-IFB-0002 
1 
OB. Dated (See Item 13) 
June 21, 2021 
11. THIS I
TEM ONLY APPLIES TO AMENDMENTS OF SOLICIT A TIO NS 
_jThc above numbered solicitation is amended 	as set forth in I tem 14. The hour a nd date specified for receipt of Offers LJis extended. LJis not extended. 
Offers must acknowledge receipt 
of this amendment prior to the hour and date specified in 	the solicitation or as amended, by one 	of the 
following method s: (a) By completing Items 	8 and 15, and returning l copies 	of the amendment: (b) By acknowledging receipt of this 
amendment on each copy 
of the offer submitted; 	or (c) By separate letter or fax which includes a reference to the solicitation and 
ame
ndment number. FAILURE OF YOUR ACKNOWLEDGEMEN T 	TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS 
PRIOR TO THE HOUR AND DATE SPECIFIED 	MAY RESULT fN REJECTION OF YOUR OFFER. l fby virtue of this amendment you desire to change 
an offer already submitted, such change may be ma
de by letter or fax, prov	ided each letter or tel	egram makes refere	nce to the 
so
licitation and this amendment, and is received prior to 	the opening hour and date specifie	d. 
12. Accounting and Appropriation 	Data (If Required) 
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, 
IT MODIFIES 
THE CONTRACT/ORDER NO. AS DESCRIBED 	IN ITEM 14 
A. This change order is issued pursuant to: (Specify Authority) 
The changes set forth in Item 
14 are made in the contract/order 	no. in item l OA. 
B. The above numbered contract/order 	is modified to reflect the administrative changes (such as changes in paying office, appropriation 
date, etc.) set forth in item 
14. 
C. This supplemental agreement is entered into pursuant to authority of: 
X 
D. Other 
(Specify type of modification and authority) Title 27 	DCMR Sections 4 728 and Contract No. DCAM-2 l-CS-IFB-0002 
E. IMPORTANT: Contractor LJ is not, ~ is required to sign this document and return 	___ l __ copy to the issuing office. 
14. Description of amendment/modification (Orga	nized by UCF Section headings, inc luding solicita tion/contract subject matter where feasible.) 
I. Scope of Work. The Contractor sha	ll perform the additonal services as described in the Contractor's proposal 	(Exhibit A). 
2. Price. The price for the additional serv	ices is $298,462.62. The contrac t's value is here by increased from $17,000,537.76 by $298.462.62 to 
$17,299,000.38. In no event sha ll the Contractor be paid more than 	$17,299,000.38 to complete the project unless the Contractors, is authorized 	to 
exceed this limit in advance and in writing by a DGS Contracting Officer. 
5. Release. It is mutua lly agreed that in exchange for this Change Order and o	ther considerations, the Contractor hereby releases, waives, settles, and 
holds the Department harmless from any and a
ll actual or potential claims or demands for delays, disruptions, additional work, additional tim	e, 
additional cost, contract extensions, co	mpensations or liability under any theory, whether known or unknown, that the Contractor may have now or in 
the future against the Department arising from or out of, as a 
consequence or result of, relating to 	or in any manner connected with this Modification, 
the above-referenced Projec
t, and the Contract Work. 
15A. 
Name and Title of Signer (Type or print) 	16A. 	Name of Contracting Officer 
Vijay Kasimsetty, Pres	ident 	Eric Njon jo 
15B. Consys Inc 	! SC. Date Signed 16B. 	District of Columbia 	I 6C. Date Signed 
12/09/2022 
12/9/2022 
(Signature of person authorized to sign) 
(Signature of Contracting Officer)  (Continuation) 
Modifica
tion No. 5 	Page 	of Pages 
DCAM-2 l-CS-IFB-0002 
Modifcation No. 5 	2 
of2 
6. Contract Recap: 
Contract 	Contract executed on 06/21 /202 l 	$16,809,610.00 
Modification No. 1 	Administra
tive 	$0 
Modification No. 2 	Administrative 	$0 
Modi
fication No. 3 	Admin	istrative -Cost Increase 	$190,927.76 
Modification No. 4 	Administrative 	$0 
Modification No. 5 	Cost Increase 	$298,462.
62 
Total Contract Amount 	$17,299,000.38  I. Contract Number 	Page of Pages 
MODIFICATION OF CONTRACT 	DCAM-2 l-CS-lFB-0002 
I I 	:; 
2. Modification Number 	3. Effective Date 4. Requisition/Purchase Request No. 	5. Caption 
Construction Services for the r 
Modification No. 8 	See Block l 6C 	RK227005 	Street, NE Bus Terminal for th, 
DOT 
6. Issued By: 	7. Administered By (If other than line 6) 
Department 
of General Services 	Department of General Services 
Contracting and Procurement Division 
Capital Constrnction Division 
2000 14th Street, 4th Floor 	1250 U Street, 4th Floor 
Washington, 
DC 20009 	Washington, 	DC 20009 
8. Name and Address of Contractor (No. Street, city, country, state and ZIP Code) 9A. 	Amendment of Solicitation No. 
Consys Inc 	9B. Dated (See Item 11) 
732 Kennedy Street, 
NW 
Washington, DC 20011 	I 	OA. Modification of Contract/Order No. 
Attn: Vijay Kasimsetty 
X 
DCAM-2 l-CS-IFB-0002 
vijay@consys-inc.net 	I 	OB. Dated (See It em 13) 
June 21, 2021 
1 I. 
THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS 
LJThe above numbered solicitation 	is amended as set forth in Item 14. The hour and date specified for receipt of Offers LJis extended. LJ is not ex 
Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation 	or as amended, by one of the 
fo
llowing methods: (a) By completing Items 8 and 15, and retwning l copies of the amendment: (b) 	By acknowledging receipt of 
amendment on each copy of the offer submitted; or (c) By separate letter or fax which includes a reference to the so	licitation and 
amendment number. 
FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF 0 
PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. Ifby virtue 	of this amendment you desire to, 
an offer already submitted, such change may be 
made by letter or fax, provided each letter 	or telegram makes reference to the 
so
licitation and this amendment, and 	is received prior to the openi	ng hour and date specified. 
12. Accounting and Appropriation 
Data (If Required) 
13. 
THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, 
IT MODIFIES 
THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14 
A. This change order is issued pursuant to: (Specify Authority) 
The changes set forth in Item I 4 are made in the contract/order no. in item I 	OA. 
B. The above numbered contract/order is modified to reflect the administrative changes (such as changes in paying office, appropriat 
date, etc.) set forth in item 14. 
C. This supplemental agreement 
is entered into pursuant to authority of: 
X 
D. Other (Specify type of modification and authority) Title 27 DCMR Sections 4728 and Contract No. DCAM-2 l-CS-IFB-0002 
E. IM PORT ANT: ContractorLJis not, ~ is required to sign this document and return I copy to the issuing office. 
14. Description 
of amendment/modification (Organized by 	UCF Section headings, including solicitation/contract subject matter where feasil 
Contract Number DCAM-
21-CS-IFB-0002 Construction Services 	for the New W Street, NE Bus 	Terminal for the OSSE DOT is hereby modified as fo 
1. Scope of Work. The Contractor sha	ll perform the additonal services as described in the Contractor's proposal 	(Exhibit A). 
2. Price. 
The contract's value is hereby increased from 	$17,299,000.38 by $484,701.53 to $17,783,701.91. In no event sha ll the Contractor b 
more than 
$17,783,701.91 to complete the project unless the Contractors, 	is authorized to exceed this limit in advance and in writing by a D• 
Contracting Officer. 
3. SBE subcontracting plan. 	The SBE sub-contracting plan is hereby revised to align with the revised total value 	of the Contract (Exhibit I 
4. First Source Agreement a	nd Employment Plan. 	The First Source Agr eement and Employment Plan is hereby revised to align with the 
revised total value 
of the Contract (Exhibit C). 
5. Terms and Condition s: All other terms and conditions remain uchanged. 
6. Release. It is mutually agreed that in exchange for this 	Change Order and other considerations, the Contractor hereby releases, waives, set 
and holds the Department harmless from any and a
ll actual or potential claims or demands for delays, disruptions, additional work, additiona 
additional cost, contract extensions, compensations 
or liability under any theory, whether 	known or unknown, that the Contractor may have 	1 
in the future again	st the Department arising from 	or out of, as a consequence or result of, relating to or in any manner connected with this 
Modification, the above-referenced Project, and the Contract Work.  (Continuation) 
Modification No. 8 	Page 	of Pages 
DCAM-2 l-CS-IFB-0002 
Modifcation No. 8 	2 
of2 
7. Contract Recap: 
Contract 	Contract executed on 06/21/2021 	$16,809,610.00 
Modification No. I 	Administrative 	$0 
Modification No. 2 	Administrative 
. 	$0 
Modification No. 3 	Administrative -Cost Increase 	$190,927.76 
Modification No. 4 	Administrative 	$0 
Modification No. 5 	Cost Increase 	$298,462.62 
Modification No. 6 	Administrative 	$0 
Modification No. 7 	Administrative 	$0 
Modification No. 8 	Cost Increase 	$484,701.53 
Total Contract Amount 	$17,783,701.91  (Continuation) 
Modification No. 10 	Page of Pages 
DCAM-2 l-CS-IFB-0002 
Modifcation No. I 0 	2 
of2 
I 
Contract 	Contract executed on 07/	21/2021 	$16,809,610.00 
Modification No. I 	Administrative 	$0 
Modification No. 2 	Administrative 	$0 
Modification No. 3 	Administrative -Cost Increase 	$190,
927.76 
Modification No. 4 	Administrative 	$0 
Modification No. 5 	Cost Increase 	$298,462.62 
Modification No. 6 	Administrative 	$0 
Modification No. 7 	Administrative 	$0 
I 
Modification No. 8 	Cost Increase 	$484,701.53 
Modification No. 9 	Administrative 	$0 
Modification No. 
IO 	Cost Increase 	$2,797,413.90 
Total Contract Amount 	$20,581,115.81