District Of Columbia 2023 2023-2024 Regular Session

District Of Columbia Council Bill B25-0886 Introduced / Bill

Filed 07/02/2024

                     
 
 
 
 
 
 
MURIEL BOWSER 
MAYOR 
 
 
July 2, 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: 
 
Enclosed for consideration and enactment by the Council of the District of Columbia is an 
emergency bill, the “Modification Nos. 7, 8, and 10 to Contract No. DCAM-20-CS-RFP-0020 
with GCS, Inc., Approval and Payment Authorization Emergency Act of 2024”, and the 
accompanying emergency declaration resolution. 
 
The legislation will approve Modifications No. 7, 8, and 10 to Contract No. DCAM-20-CS-RFP-
0020 with GCS, Inc. for the provision of construction management at-risk services for the Stead 
Park Recreation Center project. The proposed Modification No. 10 is to cover the costs to replace 
the existing syntactic turf athletic field and the replacement of the running track that surrounds the 
athletic field. The legislation will approve payment for goods and services received and to be 
received under the modifications.  
 
My administration is available to discuss any questions you may have regarding the proposed 
contract modifications. In order to facilitate a response to any questions you may have, please 
contact Delano Hunter, Director, Department of General Services (“DGS”), or have your staff 
contact George G. Lewis, Chief of Contracts and Procurement, DGS, at (202) 727-2800. 
 
I urge the Council to take prompt and favorable action on the enclosed legislation. 
 
Sincerely, 
 
 
 
Muriel Bowser  1 
2 
3 
4 
5 
6 
7 	A BILL 
8 
9 
10 
11 
#~ 
Chairman Phil Mendelson 
at the request 
of the Mayor 
12 	IN THE COUNCIL OF THE DISTRICT 	OF COLUMBIA 
13 
14 
15 
16 
17 
To approve, on an emergency basis, Modification Nos. 7, 	8, and 10 to Contract No. DCAM-20-
18 CS-RFP-0020 with GCS, Inc. to provide construction management at-risk services for 
19 Stead Park Recreation Center, and to authorize payment for the goods and services 
20 received and to be received under the modifications. 
21 
22 BE IT ENACTED BY THE COUNCIL 	OF THE DISTRICT OF COLUMBIA, That this 
23 act may be cited as "Modification Nos. 7, 8, and 	10 to Contract No. DCAM-20-CS-RFP-0020 
24 with GCS, Inc., Approval and Payment Authorization Emergency Act 
of 2024". 
25 Sec. 2. Pursuant to section 451 of the District of Columbia Home Rule Act, approved 
26 December 24, 
1973 (87 Stat. 803; D.C. Official Code§ 1-204.51), and notwithstanding the 
27 requirements 
of section 202(a) of the Procurement Practices Reform Act 	of 2010, effective April 
28 8, 2011 (D.C. Law 18-371; D.	C. Official Code§ 2-352.02(a)), the Council approves 
29 Modification Nos. 7, 
8, and 10 to Contract No. DCAM-20-CS-RFP-0020 with GCS, Inc., 	to 
30 provide construction management at-risk services for Stead Park Recreation Center, and 
31 authorizes payment in the amount 	of $15,801,253 for services received and to be received under 
32 the modifications. The proposed Modification No. 
10 is to cover the costs to replace the existing 
33 syntactic turf athletic field and the replacement 	of the running track that surrounds the athletic 
34 field.   	2 
 Sec. 3. Fiscal impact statement.  35 
The Council adopts the fiscal statement of the Chief Financial Officer as the fiscal impact 36 
statement required by section 4a of the General Legislative Procedures Act of 1975, approved 37 
October 16, 2006 (120 Stat. 2038; D.C. Official Code § 1-	301.47a). 38 
Sec. 4. Effective date. 39 
This act shall take effect following approval by the Mayor (or in the event of veto by the 40 
Mayor, action by the Council to override the veto), and shall remain in effect for no longer than 41 
90 days, as provided for emergency acts of the Council of the District of Columbia in section 42 
412(a) of the District of Columbia Home Rule Act, approved December 24, 1973 (87 Stat. 788; 43 
D.C. Official Code § 1-	204.12(a)). 44  GOVERNMENT OF THE DISTRICT OF COLUMBIA 
DEPARTMENT OF GENERAL SERVICES 
  
 
_______________________________________________________________________________
 
 
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) 
 
Modification Nos. 7 and 8 and Proposed Modification No. 10 to Increase Guaranteed 
Maximum Price (“GMP”) for Contract No. DCAM-20-CS-RFP-0020 for Construction 
Management At-Risk Services for Stead Park Recreation Center 
 
 
(A)    Contract Number: 	DCAM-20-CS-RFP-0020 (the “Contract”) 
 
Contractor: 	GCS, Inc. (the “Contractor”) 
 
Contractor’s Principal: 	Gabe Oliver 
  goliver@gcs-sigal.com 
 
 
Contract Amount:  $13,474,000.00 GMP inclusive of the initial 
NTE amount of $950,000.00 under the Letter 
Contract 
  
Modification Nos. 4 and 5  
approved by the Council as B25-0301 	$1,029,370.00 
 
 
Modification Nos. 7 and 8 and the 
Proposed Modification No. 10:  	$1,297,883.00 
  
 Proposed Total Contract  
Amount: 	$15,801,253.00 
 
Unit and Method of Compensation: Progress payments based on GMP 
  
Term of Contract: 	From June 15, 2021, through February 25, 2025 
(Administrative Term Date) with a Final 
Completion Date of November 27, 2024. 
 
Type of Contract:   	Cost Plus Fixed Fee with a Guaranteed 
Maximum Price (“GMP”) 
  
Source Selection Method: Competitive Request for Proposals (“RFP”) 
   
Page 2 of 10 
                                                   
 
Department of General Services 2000 14
th
 Street, NW, Washington D.C. 20009 
 
 
(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. 
 
(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 management at-risk services (DCAM-20-CS-RFP-0020) 
(the “Contract”), the Contractor provides construction management at-risk services for the 
renovation and modernization of Stead Park and Recreation Center, located in Ward 2 at 1625 
P Street NW, Washington, DC 20036 (the “Project”).  
 
The Project generally includes but is not limited to the renovation of the existing carriage 
house building and adding additional space in order to bring the building into compliance with 
Americans with Disabilities Act (ADA) codes. The Project will require that the new building 
have Net Zero and LEED Gold certification. The Project also includes renovating the existing 
playground to the east and south of the building and renovating the spray park to the east of the 
building. The existing playing field and basketball court are to remain in their current 
conditions. 
 
Modification No. 1 extended the duration of the letter contract from August 31, 2021 to 
December 31, 2021. 
 
Modification No. 2 extended the duration of the letter contract from December 31, 2021 	to 
April 30, 2022. 
 
Modification No. 3 extended the duration of the letter contract from April 30, 2022 to 
September 2022. 
 
Modification No. 4 extended the term of the Contract through March 01, 2024, increasing the 
GMP amount by $700,00.00 from $13,474,000.00 to $14,174,000.00.  The amount of 
Modification No. 4 was less than $1 million, thus the Council’s approval was not required. 
 
Modification No. 5 	increased the GMP by $ 329,370.00. Since the aggregate 	amount of 
Modification Nos. 4 and 5 was approved by the Council as B25-	0301. 
 
Modification No. 6 extended the term of the Contract through June 1, 2024. 
 
Modification No. 7 increased the GMP amount by 	$698,313.00 from $14,503,370.00 to 
$15,201,683.00. The amount of Modification No. 7 was less than $1 million, thus the 
Council’s approval was not required. 
 
Modification No. 8 extended the term of the Contract through July 15, 2024 and increased the 
GMP amount by $100,000.00 from $15,201,683.00 	to $15,301,683.00. The aggregate amount   
Page 3 of 10 
                                                   
 
Department of General Services 2000 14
th
 Street, NW, Washington D.C. 20009 
of Modification Nos	. 7 and 8 was less than $1 million, thus the Council’s approval was not 
required. 
 
Modification No. 9 extended the term of the Contract through February 25, 2025. 
 
Proposed Modification No. 10, if approved, will increase the GMP amount by $499,570.00 
from $15,301,683.00 to $15,801,253.00. The aggregate amount of Modification Nos	. 7 and 8 
and the Proposed Modification No. 10 exceeds $1 million	; therefore, Council approval is 
required for this Contract action. 
 
(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 November 25, 2020, the Department issued the RFP to engage a contractor to provide 
construction management at-risk services for the renovation and modernization of the Stead 
Park Recreation Center. Seven (7) addenda were issued to this RFP. 
 
Addendum No. 1- Issued on December 8, 2020: 
 
- Provided the platform for the Contractor’s pre-proposal conference meeting and revised the  
  solicitation number. 
 
Addendum No. 2- Issued on December 24, 2020: 
 
- Corrected the RFP number from DCAM-20-AE-0020 to DCAM-20-CS-RFP-0020. 
 
Addendum No. 3- Issued on January 6, 2021: 
 
- Provided the questions and answers spreadsheet. 
- Revised Attachments Nos. B, K, and M in the RFP. 
- Incorporated Attachments Nos. S, U, O, H, and I. 
 
Addendum No. 4- Issued on January 8, 2021: 
 
- Provided the revised drawings. 
 
Addendum No. 5- Issued on January 12, 2021: 
 
- Incorporated The Geotechnical Report, LEED Score Card, Environmental Report and  
           Drawings. 
 
Addendum No. 6- Issued on January 19, 2021: 
 
- Extended the proposals due date to January 28, 2021 at 2:00 p.m. 
- Incorporated the list of attendees to the site visit.  
- Issued the revised BIM Requirements (Attachment R to the RFP). 
 
Addendum No. 7- Issued on January 25, 2021:   
Page 4 of 10 
                                                   
 
Department of General Services 2000 14
th
 Street, NW, Washington D.C. 20009 
 
- Extended the proposals due date to February 4, 2021 at 2:00 p.m. 
 
On the proposals’ due date, February 4, 2021, ten (10) firms (collectively, the “Offerors” and 
each individually, an “Offeror”) submitted bids in a timely manner.  
  
Technical Evaluation: 
 
The proposals were evaluated by a technical evaluation panel (“Panel”) in accordance with the 
criteria set forth in the RFP.  Each proposal was independently evaluated utilizing a point scale, 
certain points of which were for the technical evaluation component as follows: (i) Offeror’s 
past performance relevant experience and capabilities; (ii) Offeror’s key personnel; and (iii) 
project management plan and schedule as discussed more fully below. The Panel virtually met 
on March 12, 2021 to develop a consensus technical score. Prior to convening for the 
evaluation meeting, each of the Panel members individually completed an evaluation of the 
proposals.  In doing so, each Panel member rated each Offeror with respect to specific 
subfactors in the five categories. In developing the consensus score, the Panel discussed the 
details of each of the proposals in light of the evaluation factors. Following the Panel’s 
discussions and consensus ratings of the Offerors, the ratings were converted to numbers. 
 
Pricing Evaluation: 
 
As outlined in the RFP, in addition to the technical scoring, certain points were available for 
price. The RFP required Offerors to submit pricing in the form of: (i) a Preconstruction Fee; 
(ii) a Construction Management Fee; and (iii) a General Conditions Budget. Offerors were 
assigned price points on a sliding scale, with the lowest proposed price receiving all of the 
available points and the remaining proposals receiving a portion of the available points relative 
to their position in the range established by the highest-price Offeror. 
 
Certified Business Enterprise Preference Points: 
 
In addition to the price and technical scoring, a certain number of points were available for 
each Offeror based on its status as a Certified Business Enterprise (“CBE”) as determined by 
the Department of Small and Local Business Development (“DSLBD”). The Contractor was so 
certified and received points accordingly. 
 
Contracting Officer’s Independent Evaluation: 
 
The DGS Contracting Officer, after carefully reviewing the evaluation process followed by the 
Panel, their notes and scoresheets, and their final consensus technical evaluation, conducted an 
independent assessment of each of the proposals. In addition, the Contracting Officer also 
found the proposed pricing to be fair and reasonable. The Contractor was the highest scoring 
Offeror; thus, the Contracting Officer awarded the Contract to the Contractor. 	After thorough 
review of TEP consensus report, the consensus notes and in absence of the original award 
memo, the current contracting officer believes that the original award to the Contractor was 
made in good faith and clear judgment based upon criteria presented in the RFP. In addition, 
the Contracting Officer also found the proposed pricing to be fair and reasonable. The 
Contractor was the highest scoring Offeror; thus, the Contracting Officer awarded the Contract 
to the Contractor.   
Page 5 of 10 
                                                   
 
Department of General Services 2000 14
th
 Street, NW, Washington D.C. 20009 
 
Contract Award:  
 
By award memorandum executed on May 18, 2021, the Department awarded Contract No. 
DCAM-20-CS-RFP-0020 to the Contractor as such award would be most advantageous to the 
District. 
   
(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: 
 
GCS, Inc. is a CBE and long-	time resident- owned business with decades of general contracting 
and design- build experience in the District of Columbia. The firm has a tremendous portfolio 
of relevant design-	build services experience within the past decade including several projects 
performed within Washington, DC. The Contractor’s team brings together highly qualified 
construction professionals with complementary strengths to successfully deliver the Stead Park 
modernization.  
 
The Contractor and its team are fully knowledgeable of the critical need to perform with a high 
degree of quality and deliver this Project on-	schedule, while maintaining operations for the 
surrounding facilities and minimizing disruptions to the surrounding neighborhood. The 
Contractor has been determined responsible in accordance with 27 DCMR 4706.1 
 
(G) 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 Modification Nos. 7 and 8 is from June 14, 2021, 
through February 25, 2025.  The proposed Modification No. 10 	will become effective upon 
approval by the Council and execution by the Department.  
 
(H) 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: 
 
On September 26, 2023, Modification No. 7 was executed for the amount of $698,313.00 and 
increased the GMP amount to $15,201,683.00 ($14,503,370.00 + $698,313.00).  
 
On November 3, 2023, Modification No. 8 was executed for the amount of $100,000.00 which 
increased the GMP amount to $15,301,683.00 ($15,201,683.00 + $100,000.00) and extended 
the term of the Contract from June 01, 2024 to July 15, 2024.    
Page 6 of 10 
                                                   
 
Department of General Services 2000 14
th
 Street, NW, Washington D.C. 20009 
The aggregate amount of both Modifications No. 7 and 8 was less than $1 million; thus, 
Council approval was not required. 
 
(I) The aggregate dollar value of the proposed changes as compared with the amount of the 
contract as awarded: 
 
CA24-0575 was Deemed Approved on Jul 07, 2022. 	On August 11, 2022, the Department 
executed the Definitive Contract for the amount of 13,474.000.00.  
 
Modifications No. 4 and 5 increased the GMP price from $13,474,000.00 to $14,503,370.00 
($13,474,000.00 + $700,000.00 + $329,370.00), and extended the term of the Contract from 
December 01, 2023 through March 01, 2024, approved by the Council on June 2, 2023 as B25-
0301. 
 
On September 26, 2023, Modification No. 7 was executed for the amount of $698,313.00 and 
increased the GMP amount to $15,201,683.00 ($14,503,370.00 + $698,313.00). On November 
3, 2023, Modification No. 8 was executed for the amount of $100,000.00 which increased the 
GMP amount to $15,301,683.00 ($15,201,683.00 + $100,000.00) and extended the term of the 
Contract from June 01, 2024 to July 15, 2024. The aggregate amount of both Modifications 
No. 7 and 8 was less than $1 million; thus, Council approval was not required. The proposed 
Modification No. 10 for the amount of $499,570.00, if approved, will increase the GMP to 
$15,801,253.00 ($15,301,683.00 + $499,570.00). The aggregate amount of Modification Nos. 
7 and 8 and the Proposed Modification No. 10 exceeds $1 million; therefore, Council approval 
is required for this Contract action. 
 
 
(J) Date on which the contracting officer was notified of the proposed change: 
 
March 26, 2024. 
 
(K) The reason why the proposed change was sent to Council for approval after it is intended 
to take effect: 
 
On September 26, 2023, Modification No. 7 was executed for the amount of $698,313.00 and 
increased the GMP amount to $15,201,683.00 ($14,503,370.00 + $698,313.00). On November 
3, 2023, Modification No. 8 was executed for the amount of $100,000.00 which increased the 
GMP amount to $15,301,683.00 ($15,201,683.00 + $100,000.00) and extended the term of the 
Contract from June 01, 2024 to July 15, 2024. The aggregate amount of both Modifications 
No. 7 and 8 was less than $1 million; thus, Council approval was not required. 
 
However, proposed Modification No. 10 would tip the amount of the modifications over $1 
million; thus, Council approval of these modifications is required. 
 
(L) The reason for the proposed change: 
 
The proposed Modification No. 10 in the amount of $499,570.00, if approved, would cover 
Costs for modernization of the existing recreation facility with an addition and to bring it up to 
ADA standards As the aggregate amount of Modification Nos. 7 and 8, and Proposed   
Page 7 of 10 
                                                   
 
Department of General Services 2000 14
th
 Street, NW, Washington D.C. 20009 
Modification No. 10 is $1,297,883.00, an amount over $1 million; therefore, Council approval 
of the Contract and these modifications is required. 
 
(M) The legal, regulatory, or contractual authority for the proposed change: 
 
Articles 3 and 4 of the Department’s Standard Contract Provision (Construction Contracts) 
provide authority for the issuance of modifications. Additionally, as Modification Nos. 7, 8, 
and 10 would increase the total Contract value over $1 million, this contract action is subject to 
the requirements of the District of Columbia Home 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 Home Rule Act, and the proposed contract action would be 
authorized by Council’s enactment of “Modification Nos. 7, 8, and 10 to Contract No. DCAM	-
20-CS-RFP-0020 with GCS, Inc.  Approval and Payment Authorization Emergency Act of 
2024” pursuant to D.C. Official Code § 2-	352.02(c-1).   
  
(N) 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 certified business enterprise in accordance with the Act (CBE Number: 
LZXR28836012025). Notwithstanding the foregoing, the Contractor has submitted its 
subcontracting plan as required by law.  
 
Total Contract Value:   $15,801,253.00 
Minimum SBE Sub-Contracting Requirement:   $5,530,439.00 - 35% 
Actual SBE Subcontracting Amount/Percentage: $5,781,031.00 - 37%  
 
 
(O) Performance standards and the expected outcome of the proposed contract: 
 
The Department is implementing the Project through a CMAR approach. The Contractor will 
collaborate and work in unison with the Architect/Engineer to review the design documents 
and advise on whether they are consistent with the Department’s budget and schedule for the 
Project. The Project’s scope of work is divided into two phases: (i) Preconstruction Phase and 
(ii) the Construction Phase. During the Preconstruction Phase, the Contractor is required to 
work with the Architect/Engineer to develop a schedule, budget and design that accomplishes 
the Department’s goals and objectives. The Contractor is required to participate in the 
development of the construction documents by providing cost estimating, scheduling, 
identifying long- lead purchasing items and performing constructability reviews. The 
Department will continue to monitor the Contractor’s performance to ensure consistency with 
the Contract’s terms and conditions. 
 
(P) 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: 
   
Page 8 of 10 
                                                   
 
Department of General Services 2000 14
th
 Street, NW, Washington D.C. 20009 
On September 26, 2023, Modification No. 7 was executed for the amount of $698,313.00 and 
increased the GMP amount to $15,201,683.00 ($14,503,370.00 + $698,313.00). On November 
3, 2023, Modification No. 8 was executed for the amount of $100,000.00 which increased the 
GMP amount to $15,301,683.00 ($15,201,683.00 + $100,000.00) and extended the term of the 
Contract from June 01, 2024 to July 15, 2024. The aggregate amount of both Modifications 
No. 7 and 8 was less than $1 million; thus, Council approval was not required. 
 
(Q) 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 amount of Modification Nos. 7 and 8 	and the Proposed Modification No. 10 is 
within the appropriated budget authority for the agency, for the fiscal year.  The Agency Fiscal 
Officer has certified that the aggregate GMP amount of Modification Nos	. 7, 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. 
 
(R) A certification that the contract is legally sufficient, including whether the proposed 
contractor has any pending legal claims against the District: 
 
Modification Nos. 7 and 8 and the 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. 
 
(S) 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 current with its District 
taxes. The applicable Clean Hands certification for the Contractor accompanies this Council 
Package. 
 
(T) 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. 
 
(U) 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 .: 
   
Page 9 of 10 
                                                   
 
Department of General Services 2000 14
th
 Street, NW, Washington D.C. 20009 
According to the DSLBD’s website, the Contractor is a certified Local Business Enterprise. 
The Contractor’s CBE Number is LZXR28836012025 with an expiration date of January 19, 
2025. 
 
(V) Other aspects of the proposed contract that the Chief Procurement Officer considers 
significant: 
 
Not Applicable. 
 
(W) 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.  
 
(X) 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. 
 
(Y) Where the contract, and any amendments or modifications, if executed, will be made 
available online: 
 
Contract award information, Contract and Modification Nos. 4, 5, 7, and 8 	are available on the 
Department’s website.  A copy of the proposed Modification No. 10 (if approved) will be made 
available. 
 
(Z) 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. 
 
(AA) 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). 
 
Not Applicable. This Contract was executed prior to the November 9, 2022, effective date of 
D.C. Law 22- 250.  
 
(BB) List of contracts that 	the Contractor holds and/or is currently seeking with the D	istrict of 
Columbia agencies. 
 
List of Contracts the GCS Inc. holds with the District agencies: 
   
Page 10 of 10 
                                                   
 
Department of General Services 2000 14
th
 Street, NW, Washington D.C. 20009 
S/NO Contract Number Contract Caption 	Value of the Contract 
1 DCAM-20-CS-RFP-0020 CMAR for Stead Park Recreation Center  $15,301,683.00 
2 DCAM-20-CS-RFQ-0002B CMAR for Texas Avenue Dog Park 	$962,286.00 
3 DCAM-23-CS-RFP-0004 CMAR for Congress Heights Recreation Center $990,000.00 
4 DCAM-20-CS-RFQ-0002B Design-Build Services for DOC Temporary Boiler $2,568,100.00 
5 DCAM-23-CS-RFP-0005 Design-Build Services for Malcolm X at Green 
Elementary School Modernization 
$5,995,180.00 
6 DCAM-20-CS-RFQ-0002B 
/ RFTOP-CS-0035 
Design-Build Services for Deanwood Recreation center 
IT Room Upgrade 
$60,000.00 
7 DCAM-22-CS-RFP-0020 Design Bulder for DOC Central Boiler Plant $21,450,090.00 
8 DCAM-24-CS-RFP-0003 CMAR for Southeast Tennis and Learning Center $990,000.00 
 
List of the Contracts that GCS Inc. is seeking with the District: 
 
S/NO Contract Number Contract Caption 	Value of the Contract 
1 DCAM-24-CS-RFP-0014 Design-Build Services for Langdon Park Community 
Center 
29,000,000 
   1101 4
th 
Street, SW
Washington, DC 20024
Date of Notice:April 3, 2024	L0011586783Notice Number: 
FEIN: **-***8921
Case ID: 2542283
 
Government of the District of Columbia
Office of the Chief Financial Officer
Office of Tax and Revenue 
GCS INC
1140 3RD ST NE STE 320
WASHINGTON DC  20002-7899
  
Branch Chief, Collection and Enforcement Administration
Authorized By Melinda Jenkins
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. 
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 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
1101 4th Street SW, Suite W270, Washington, DC 20024/Phone: (202) 724-5045/MyTax.DC.gov
  GOVERNMENT OF THE DISTRICT OF COLUMBIA 
DEPARTMENT OF GENERAL SERVICES 
 
 
 
 
 
 
Memorandum 
 
To:  Delano Hunter 
Director 
 
From:  Antoinette Hudson Beckham  
Agency Fiscal Officer 
Department of General Services 
 
Reference: Contract No. DCAM-20-CS-RFP-0020 
 Construction Management At-Risk Services for Stead Park Recreation Center 
 
 Date:   May 22, 2024 
 
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 Construction Management At-Risk Services for Stead 
Park Recreation Center (DCAM-20-CS-RFP-0020) (the “Contract”), with GCS, Inc. (the 
“Contractor”), in the amount of $1,297,883.00 is consistent with the Department’s current budget 
and that adequate funds are available in the budget for the expenditure. 
 
Per the Department’s Contracts & Procurement team, on June 15, 2021, the Letter Contract was 
executed by the Department, with an initial Not-to-Exceed amount of $950,000.00. On August 11, 
2022, the Definitized Contract was executed and established a Guaranteed Maximum Price 
(“GMP”) of $13,474,000.00 ($950,000.00 + $12,524,000.00). Modifications No. 4 and 5 increased 
the GMP price to $14,503,370.00 ($13,474,000.00 + $700,000.00 + $329,370.00). 
 
On September 26, 2023, Modification No. 7 was executed for the amount of $698,313.00. The 
GMP amount increased to $15,201,683.00 ($14,503,370.00 + $698,313.00). On November 3, 2023, 
Modification No. 8 was executed for the amount of $100,000.00. The GMP amount increased to 
$15,301,683.00 ($15,201,683.00 + $100,000.00). The aggregate amount of both Modifications No. 
7 and 8 was less than $1m; thus, Council approval was not required. On February 28, 2024, 
Modification No. 9 was executed and extended the Contract’s term from July 15, 2024 to February 
25, 2025 with no impact on the GMP amount. The proposed Modification No. 10 for the amount 
of $499,570.00 will increase the GMP amount to $15,801,253.00 ($15,301,683.00 + $499,570.00).     Fiscal Sufficiency Review  
Contract No. DCAM-20-CS-RFP-0020 
Construction Management At-Risk Services for Stead Park Recreation Center 
 
    
Page 2 of 10 
 
The aggregate total sum of Modifications No. 7 and 8 and the Proposed Modification No. 10 is 
$1,297,883.00; therefore, Council approval is required.  
 
Per C&P, the proposed Contract increase of $499,570.00 is for modernization of the existing recreation 
facility with an addition and to bring it up to ADA standards. 
 
The Department of General Services (DGS – Implementing AGY) has $1,192.323.00 in the 
Department of Parks & Recreation (DPR – Owner AGY) cumulative budget authority balance. 
There was $5,560.00 funded in the DGS FY23 operating budget, via an approved reverse capital 
paygo to operating reprogramming from DPR implemented capital projects. Lastly, there is 
$100,000.00 funded from the capital inter -agency project, where DPR is the buyer and DGS is 
the seller. The total is $1,297,883.00 ($1,192,323.00 + $5,560.00 + $100,000.00). 
  
The PASS/DIFS information is attached/ below.  
 
Project Name Project 
Number 
AY Fund 
Detail 
Imp. 
AGY 
Owner 
AGY 
RK/PO Amount Comments 
AM0.STDDPC.ST
EAD PARK REC 
CENTER 
IMPROVEMENTS 
100243 N/A 3030300 AM0 HA0 PO695251 $692,753.00 Modification 
No. 7 
CCD Reverse 
Capital Paygo to 
Operating Funding 
201552 N/A 1010001 AM0 AM0 PO695238 $5,560.00 Modification 
No. 7 
(FY2023 
Ineligible 
Costs) 
HA0.AM0_Stead 
Park_IA_DGS 
300208 N/A 3034345 AM0 HA0 PO700661 $100,000.00 Modification 
No. 8 – Inter 
agency funds 
AM0.QN702C.AT
HLETIC FIELD 
AND PARK 
IMPROVEMENTS 
100182 N/A 3030300 AM0 AM0 RK266072 $499,570.00 Proposed 
Modification 
No. 10 
Total $1,297,883.00  
 
\ 
 
 
  
 _____________________________ 
 Antoinette Hudson Beckham 
 Agency Fiscal Officer 
Department of General Services 
 
 
      
 
1350 Pennsylvania Avenue, N.W., Suite 409, Washington, D.C. 20004   Phone (202) 724-5524   Email: megan.browder@dc.gov 
 
GOVERNMENT OF THE DISTRICT OF COLUMBIA 
OFFICE OF THE ATTORNEY GENERAL
 
 
 
 
 
 
 
Legal Counsel Division 
   
   
 
MEMORANDUM 
 TO:                 Tomás Talamante 
Director  
Office of Policy and Legislative Affairs 
 FROM:           Megan D. Browder 
                         Deputy Attorney General 
                         Legal Counsel Division 
 DATE:            June 14, 2024 
 SUBJECT:  Legal Sufficiency Review of the “Modification Nos. 7, 8, and 10 to Contract No. DCAM-20-CS-RFP-0020 with GCS, Inc. Approval and Payment Authorization 
Emergency Act of 2024” and Accompanying Emergency Declaration Resolution
 
(AE-24-301)  
________________________________________________________________________  
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 
 
 
 
  MODIFICATION OF CONTRACT 
1. Contract Number 	Page of Pages 
DCAM-20-CS-RFP-0020 	1 I 2 
2. Modification Number 	3. Effective Date 4. Requisition/Purchase Request No. 5. Caption 
Construction Management At-Risk Services for 
Modification No. 7 	See Block 16C RK255281& RK256204 	Stead Park Recreation Center 
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 
3924 Minnesota Ave NE, 5th Floor 	3924 Minnesota Ave NE, 5th Floor 
Washington, DC 20019 	Washington, DC 20019 
8. Name and Address of Contractor (No. Street, city, country, state and ZIP Code) 9A. Amendment of Solicitation No. 
Gabe Oliver 	9B. Dated (See Item 11) 
GCS, Inc. 
3020 Yost Place, NE 	10A. Modification of Contract/Order No. 
Washington, DC 20018 
x 
DCAM-20-CS-RFP-0020 
Email: msigal@gcs-sigal.com 	10B. Dated (See Item 13) 
gloiver@gcs-sigal.com 	Auqust 11, 2022 
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS 
_jThe 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 extended. 
Olfers 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 acknowledging receipt of this 
---
amendment on each copy of the ofter 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 OFFERS 
PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change 
an ofter 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. TH IS 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 10A. 
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 4728 and Contract No. DCAM-20-CS-RFP-0020 
E. IMPORTANT: Contractor LJis not, L!J 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 feasible.) 
Contract No. DCAM-20-CS-RFP-0020 for Construction Manager at Risk ("CMAR") Services for Stead Park Recreation Center {the "Project") is 
hereby modified as follows: 
1. Section 6.i Guaranteed Maximum Price ("GMP"): The contractor's GMP is hereby increased by $698,313.00 from $14,503,370.00 to 
$15,201,683.00 to incorporate added Costs for Unforeseen Conditions, re-design and unsuitable soils for the Stead Park Recreation Center 
2. Terms & Conditions. All other terms and conditions remain unchanged. 
3. Release. It is mutually agreed that in exchange for this Change Order and other consideration, the Contractor hereby releases, waives, settles 
and holds the Department harmless from any and all actual or potential claims or demands for delays, disruptions, additional work, additional time, 
additional cost, contract extensions, compensations 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 consequences or result of, relating to or in any manner connected with this 
Modification, the above-referenced Project, and the Contract work. 
15A. Name and Title of Signer 	16A. Name of Contracting Officer 
Gabe Oliver, Vice Pres ident ~ 	Obaidullah Ranjbar 
'5B GCS, loo d 
;~;;;: 
16B. District of Columbia 	16C. Date Signed 
:l-3 r? (Sig~ure of person authorized to sign) 	(Sianature of Contractina Officer)  (Continuation) 
Contract Number 
DCAM-20-CS-RFP-0020 
4. Contract Recap: 
Letter Contract 
Modification No. 1 
Modification No. 2 
Modification No. 3 
Definitive Contract 
Modification No. 4 
Modification No. 5 
Modification No. 6 
Modification No. 7 
Guaranteed Maximum Price: 
Modification No. 
Modification No. 7 
Letter Contract Executed on June 14, 2021 
Administrative -Time Extension 
Administrative -Time Extension 
Administrative -Time Extension 
Definitive Contract Executed on August 11, 2022 
Incorporating ADA Impact Cost and Time Extension 
Incorporates Added Cost for unforseen condition 
Administrative -Time Extension 
Incorporates Added Cost for unforseen condition, re-design and 
unsuitable soils for the Stead Park Recreation Center 
Page of Pages 
2 of 2 
$950 000 00 
$0.00 
$0.00 
$0.00 
$13,474,000.00 
$700,000.00 
$329,370.00 
$0.00 
$698,313.00 
$15 201 683 00    
 
 
   
 
 
 
 
 
   
 
 
ContNaror PageoPanes
MODIFICATIONOFCONTRACT eneronee20 + i>
f=WoaieatonNaber freociveDate[iReaustionPurchaseRequestNo.Caplon
ConstructionManagementAt-RiskServicesfr
ModificationNo.8 SeeBlock160 4263566 SteadParkRecreationCenter
sued.	FRararsteredby(ohare6)
DepartmentofGeneralServices DepartmentofGeneralServices
ContractingandProcurementDivision CapitalCnstrucionDivision
3924MinnesotaAveNE,SthFloor 3924MinnesotaAveNE,SthFloor
Washington,OC20018	Washington,DC20019
TaeandharesofContec(Ne.Setiy,cour,sateandiCode)—]—[BAArnenamentofSaicatonNo
GabeOlver	[5Dated(SeeemTy
GCS,ne.
3020YostPlace,NE	HoxWeaiicatonofConracvOrsorNo
Washington,DC20018	x|OCAM.20.08-RFP.0020
Ema:msigal@gce-sigalcom	08.Date(Seetem13)
sioner@geragalcon	Jaugust11,2022
TLTHISTEMONLYAPPLIESTOAMENDMENTSOFSOLICITATIONS:
|TravenorberedsottatnisamendedasseoiRe4.TheDouranditespecigxrecebofOfer]_Jead Lifrratoaenaea
tersmustacknowedgereceiptofthisamendmentprothehouanddatespiedinhesationosamended,byoneofthe
{allowingmethods:(8)Bycompletingtems8and15,andreturing_1_coplesfheamendment(2)Byacknowledgingreceiptofthis
‘amendmentoneachcopyoftheoffersubmitedor(c)Bysoparatletrafaxwhichincludesareterencetotheeolaionand
amendmentnumber.FAILUREOFYOURACKNOWLEDGEMENTTOBERECEIVEDATTHEPLACEDESIGNATEDFORTHERECEIPTOFOFFERS
PRIORTOTHEHOURANDDATESPECIFIEDMAYRESULTINREJECTIONOFYOUROFFER.ibyvitueofhisamendmentyousietochange
{anofferalreadysubmited,suchchangemaybemadebylterofax,providedeachletterortlegrammakesreferencetothe
solictationandthisamendment,andsreceivedpirtotheopeninghouranddatespecie,
2:AccountingandAppropriationDaa(fRequired)
 
 	13:THISITEMAPPLIESONLYTOMODIFICATIONSOFCONTRACTSIORDERS,
FTMODIFIESTHECONTRACTIORDERNO.ASDESCRIBEDINITEM14
[&Thischangeorder esuedpursuant:(SpectyAuthority)
[Thechangessetforthintem14aremadeinthecontractorno.intem108.
B.Theabovenumberedcontractorderismodifiedtorefiecttheadminitraivechanges(euchachangeshpayingSco,appropriation
date,etc.)setforthintem14
[cThissupplementalagreementenierediopursuantoaonof
 
 
 
 "X_|®-Otierpecttypeofmoaiicaionandachoriy)Tie27DOMRSections4728andGoniractNo.DCAM-Z0-CS-RFP-O0ZO
JE-WPORTANT.——Contracor]|[snot[Xerequredtospntsdocumentandrum 
 	apytoeasingaoe,
 
 [74Descriptioncfamendmentimodication(OrganizedbyUCFSealionheadings,includingsolGtation/contractsubjeckmatterwhereTeasley)
{ContractNo.DCAM-20-CS-RFP-0020forConstructionManageratRisk(‘CMAR’)ServicesforSteadParkRecreationCenter(the"Projectis
herebymodifiedasfollows:
1.ValueofAgreementTheadditionalcostisduetotheRedesignofPlaygroundEquipment.TheContractValueIncreasedtror18,201,683.00.
Joy$100,000.00to$15,301,683.00.ThisincreaseistoauthorizeGCS,Inc."TheContractor’)toperformadditonalservicesasdescribedinthe
Jpotentalchangeorder(AttachmentA).Innoeventshallthecontractorbepaidmorethan$15,301,683.00unlesstheContractor,isauthorizedto
JexceedthislimitinadvanceandinwritingbyDGSContractingOfficer.
2.SubstantialCompletionDate.TheSubstantialCompletionDateisherebytoextendfromNovember03,2023,toDecember
/18,2023.ContracttimeextensionduetoDOEEreviewandapprovalofthereviseddrawingsforBioretention#5re-designdueto
lunforeseenexistingconditionsandsiteutilities.
3.FinalCompletionDate.TheFinalCompletionDateisherebytoextendfromMarch01,2024toApril15,2024,
4.AdministrativeTermDate:TheAdminisvatveTermDateisherebyToextendFomJune01,2024toJuly162024,
 
 
 
 -Terms&Conditions.Allothertermsandconditionsremainunchanged.
[s.Release.itismutuallyagreedthatinexchangeforthisCostModificationandotherconsideration,theContractorherebyreleases,waives,settles
[andholdstheDepartmentharmlessfromanyandallactualorpotentialclaimsordemandsfordelays,disruptions,additionalwork,adionaltime,
Jadaitionalcost,contractextensions,compensationsorlabilityunderanytheory,whetherknownorunknown,thattheContractormayhavenoworin]
thefutureagainsttheDepartmentarisingfromoroutof,asconsequencesorresultof,relatingtoorinanymannerconnectedwiththisModification,
tneabove-referencedProject,andtheContractwork.
 
 
 
RTE TEDTLabd 6ANameofConacingOct
cawwotaveePresentMavicWa ‘ObaidutlhRanjbar
Fs8.GCS.he. FSCDaeSed[168DstofCokin	[6GbaeSigned  
l/s[23|obeRanjbar	1103/2023
sonata	seenofContetngone   
 
     
 
(Continationy
 
ContractNumber	ModificationNo. PageofPages
 
DCAM-20-CS-RFP.0020
  
ModificationNo.8	2of2
  
 
7.ContractRecap:
LetterContract
ModificationNo.1
ModictionNo.2
‘ModificationNo.3
DefinitiveContract
ModificationNo.4
ModificationNo.5
ModificationNo.6
ModificationNo,7
ModificationNo.8
GuaranteedMaximumPrice
LetterContractExecutedonJune14,2021
‘Administrative-TimeExtension
‘Administrative-TimeExtension
Administrative-TimeExtension
DefinitiveContractExecutedonAugust11,2022
IncorporatingADAImpactCostandTimeExtension
IncorporatesAddedCostforunforseencondition
‘Administrative-TimeExtension
IncorporatesAddedCosforunforseencondtion,re-designand
UnsuitablesoilsfortheSteadParkRecreationCenter
CurrentContractValueincreased
$0.00
$0.00
0.00
 
a
$700,000.00
$329,370.00
$0.00
$698,313.00
‘s1g0.000.09
      
 
 
  
 
 
 
 
 
   
 
 
FCanvactNumber PageofPages
MODIFICATIONOFCONTRACT scauabexeenacnsi ii
FattNonber iEfeciveDateJzReauisionPurchaseRequestNo.[5Caption
[ConstructionManagementAt-RiskServicesfo
ModificationNo.10 ‘SeeBlock16¢ Rk266072 elonMenaconnentMekoon
eaeBY	[F-AaistoredByWaferthante6)
DepartmentofGeneralServices DepartmentofGeneralServices
ContractingandProcurementDivision CapitalConstructionDivision
3924MinnesotaAveNE,SthFloor 3824MinnesotaAveNE,5thFloor
Washington,OC20019	Washington,DC20019
6:NameandAdressofContractor(No.Steel,ly,countyaleandZIPCode)|_aAAmendientofSobcatonNo
GabeOlver	[98Dated(SeeNem17)
GCS,ine.
3020YostPiace,NE	HOAModificationofConvacVOrderNo,
Washington,DC20018	x|DCAN-20-cs-RFP.0020
matt:msigal@ges-sigalcom	108.Dated(Seetem13)
loiver@gessigacom	Jaugust11,2022
TTLTHISITEMONLYAPPLIESTOANENDMENTSOFSOUGTTATIONS
|Theabovenberedsocaonarenessetforthnem16.Thehouranddtspecieforrecatoffers|_JisextendedLilieonencea
‘Oflersmustacknowledgereceiptofthisamendmentpriortothehouranddatespectinthesokctationorasamended,byoneofthe
folowingmethods:(a)Bycompletinglems8and15,andreuming_11_copiesoftheamendment:(b)Byacknowedingreceiptofhis
amendmentoneachcopyoftheoffersubmited;(c)Byseparatelatofaxwhichincludesareferencetothesalctationand
‘amendmentnumber.FAILUREOFYOURACKNOWLEDGEMENTTOBERECEIVEDATTHEPLACEDESIGNATEDFORTHERECEIPTOFOFFERS
PRIORTOTHEHOURANDDATESPECIFIEDMAYRESULTINREJECTIONOFYOUROFFER.ibyveofthisamendmentyoudesirtochange
‘anofferaroadysubmitted,suchchangemaybemadebyateroffax,providedeachleteortelegrammakesreferencetothe
soitatonandthisamendment,andsreceivedpriorotheopeninghouranddatespeciied
Z-AccouriingandAppropriationData(fRequred)
 
 
 
75:THISITEMAPPLIESONLYTOMODIFICATIONSOFCONTRACTSIORDERS,
ITMODIFIESTHECONTRACTIORDERNO.ASDESCRIBEDINTEM14
[AThschangeordoriissuedpursuantto:SpecityAuthory)
Thechangessetforthinom14aremadinthecontracvordernoinitr10A..
B.Theabovenumberedcontraclorderismoeoreflecttheadmintralivechanges(auchaschangesihpayingfee,apprepraton
[ato,ot.)sotforthintom14
 
 
 
I.ThissupplementalagreementenioredTiopursuantToaorOF
 
X_[®OtterSpeckyypeofmoaticatonandautor)Tila27DCMSections4728andContractNo,DCAN-20-CS-RFP-O020
 
 
JEmPORTANT:——Contractor[_Jienet,—[X]isroquredtosgntisdocumentandrum1copyothesuingfon.
 
 
[=DasenpionofamenarmenUrnoaTicalion(OrganedbyUCFSecTonheadings,WadingSoVCTaUonIConIraclwIDjOeTmaterwhereTease]
contractNo,DCAM-20-CS-RFP.0020forConstructionManageratRisk"CMAR")ServicesforSteadParkRecreationCentr(he“Projectis
herebymodifiedasfolows
1.ValueofAgreement:ValueofAgreementisherebyincreasedfrom$15,201,683.00to$15,801,253.00by$499,570.00.Theincreaseof
{$499,570.00isforthemodernizationoftheexistingrecreationfaciltywithanadltonandtobringituptoADAstandards.Innoeventshallthe
contractorbepaidmorethan$15;80',253.00unlesstheContractorsauhorizedtoexceedthislimitadvanceandinwringbyDGSContracting
oticr.Contractor'sProposalconsistingofhefolowingitemsisherebyprovidedasExhibitA:
  
1.CostSummary	4.FirstSourceEmploymentAgreementandPlan
2.Drawings	5.CertificateofCleanHands
3.SBESubcontractingPlan	6.BondRider
2.Terms&Conditions.Allothertermsandconditionsremainunchanged,
3.Release.It'smutuallyagreedthatinexchangeforthisChangeOrderandotherconsideration,theContractorherebyreleases,waives,settles
JandholdstheDepartmentharmlessfromanyandallactualorpotentialclaimsordemandsfordelays,disruptions,additionalwork,additonalime,
addtionalcost,contractextensions,compensationsorliabilityunderanytheory,whetherknownorunknown,thattheContractormayhavenowor
inthefutureagainsttheDepartmentarisingfromoroutof,asconsequencesorresullof,relatingtoorinanymannerconnectedwiththis,
|Modiicaton,theabove-referencedProject,andtheContractwork.
 
 
 
SK.NameandTiteofSigner	[6ANameofContractingOficor
GabeOliver,VicePresident	ObsiduilahRanjbar
5B:GCs,ne	TSG.DateSigned|768.DistrictofColumbia	Fe.DateSigned    
0,Mh
Aa 4 ee
    (Continuation)
Page of Pages
4. Contract Recap:
Letter Contract 	$950,000.00
Modification No. 1 	$0.00
Modification No. 2 	$0.00
Modification No. 3 	$0.00
Definitive Contract	$13,474,000.00
Modification No. 4	$700,000.00
Modification No. 5	$329,370.00
Modification No. 6	$0.00
Modification No. 7	$698,313.00
Modification No. 8	$100,000.00
Modification No. 9	$0.00
Modification No. 10	$499,570.00
Guaranteed Maximum Price:	$15,801,253.00
Contract Value Increased
Current Contract Value Increased
Administrative - Time Extension
Incorporating ADA Impact Cost and Time Extension
Incorporates Added Cost for unforeseen condition
Administrative - Time Extension
Administrative - Time Extension
Definitive Contract Executed on August 11, 2022
Administrative - Time Extension
Administrative - Time Extension
Incorporates Added Cost for unforeseen condition, re-design and 
unsuitable soils for the Stead Park Recreation Center 
2 of 2
Contract Number	Modification No.
DCAM-20-CS-RFP-0020	Modification No. 10
Letter Contract Executed on June 14, 2021 GOVERNMENT OF THE DISTRICT OF COLUMBIA 
DEPARTMENT OF GENERAL SERVICES 
                                                                                                            
 
 
 
 
 
EXHIBIT A – CONTRACTOR’S PROPOSAL 
 
(EXHIBIT WILL APPEAR ON THE FOLLOWING PAGES) 
   
GCS, INC. DBA GCS-SIGAL 	202.944.6600 
1140 3
rd
 St NE, Suite 320 	www.GCS-SIGAL.com 
Washington, DC 20002 
 
November 9,2023 
 
Sent via email to: 
Michael Etherton 
Senior Project Manager - Capital Construction Services  
Contractor with Department of General Services 
3924 Minnesota Avenue, NE - 5th Floor                  
Washington, DC 20019 
 
 
RE:  Stead Park Recreation Center 
        Field Turf Replacement 
  
Dear Mike: 
 
We hereby submit our bid 	proposal in the amount of Four 	Hundred Ninety-Nine 
Thousand Five Hundred Seventy Dollars ($499,570.00 ) to remove and 
replace the existing field turf field and running track . 
 
Our cost breakdown is as follows: 
Description 	Itemized Cost Total       
Field Turf Removal/Replacement  $281,385 
New Turf – SYNAugustine X47 	$141,712  
Envirofill Ballast 	41,590  
Perimeter Board 	2,700  
Adhesive 	4,200  
Freight 	9,273  
Labor – Remove Existing Turf Field 	36,500  
Labor – Install New Turf 	45,410  
Running Track  $88,925 
Material – New Poured in Place Rubber Surface 	$59,335 
Labor – Removal of Existing Track 	11,558 
Labor – Installation of New Track 	19,032 
Project Requirements  $15,600 
Temporary Toilets 	$2,400 
Temporary Fencing 	4,200 
Tree Protection 	5,000 
Dumpsters 	4,000 
Root Pruning Allowance  11,172 
Direct Cost Subtotal  $397,082 
General Conditions – Please see breakout below  72,972 
Insurance  5,200 
Performance and Payment Bonds  5,560 
Fee  18,756 
TOTAL  $499,570 
    
GCS, INC. DBA GCS-SIGAL 	202.944.6600 
1140 3
rd
 St NE, Suite 320 	www.GCS-SIGAL.com 
Washington, DC 20002 
General Conditions Breakdown 
 
Project Executive 	$ 4,676 
Project Manager 	10,604 
Assistant Project Manager 	8,252 
Superintendent 	41,200 
Project Accountant 	3,200 
Field Office Supplies 	420 
Postage/Messenger 	500 
Safety Officer 	2,120 
Project Safety Signage 	2,000 
Total General Conditions 	$72,972 
 
Our proposal is based upon the following clarifications: 
1. All work will be performed during normal working hours, Monday through Friday. 
No overtime, premium time, or differential time is included unless otherwise noted. 
2. Building department filing or permits are by owner if required. 
3. We will need the field shut down for ten (10) weeks in order to complete the turf 
and track replacement. 
4. No CBE participation is included in this proposal. 
5. New first source excluded from this proposal. 
6. Wage scale is included per General Wage Decision Number DC20200002 dated 
September 18, 2020. 
7. No underdrain or modification to existing drainage system is included. 
8. Turf does not include pad. 
9. We assume that the existing subbase material is acceptable for reuse. We include 
new sand to level field only.  
10. Concrete curb along running track is existing to remain. 
11. We assume concrete/stone base at track is existing to remain. 
12. Striping of track is not included in this proposal. 
13. New track to be 1 to 1 ½” of base with ½” top layer of EPDM. 
14. Proposal is based on an in-	kind replacement of the turf field and running track. No 
work related to concrete planters, site specialties, landscaping, fencing etc. is 
included in this proposal. 
15. The PIP Surface for the track requires 48 - 72 hours to cure. We will need a 
weather forecast with temperatures above 40 degrees for 3 days	/nights in order to 
start this work. 
We appreciate the opportunity to work with you on this project.  Please do not hesitate to 
contact me should you have any questions. 
 
Sincerely, 
 
Paul Vayo 
Project Executive 
202.359.4459 
pvayo@gcs-sigal.com 
CC: Dan Waldo (via email) 
      Ryan Walsh (via email) 
      Sean Frazier (via email)
    
 
 
  
    
paivaavais40SONaR
‘Visnumi00go13n81SIa‘NOLONTHSYM,
mivddvals
Srupi039
 
 
 
 
 
  
 
 
 
 
 
     
 
  
Srupio39)
 
 
 
  
 
 
 
 
 
 
 
    DSLBDY
SBESUBCONTRACTINGPLAN
INSTRUCTIONS:Allconstruction&non-constructioncontractsforgovernment-assistedprojects(agency
contracts&privateprojectwithDistrictsubsidy)over$250,000,shallrequireatleast35%oftheamountofthe
contract(totalamountofagencycontractortotalprivateprojectdevelopmentcosts)besubcontractedtoSmall
BusinessEnterprises(SBE),ifinsufficientqualifiedSBEstoCertifiedBusinessEnterprises(CBE).TheSBE
‘SubcontractingPlanmustlistallSBEandCBEsubcontractsateverytier.OncetheSBESubcontractingPlanis
submittedforagencycontracts,options&extensions,itcanonlybeamendedwithDSLBD’sconsent.
SUBMISSIONOFSBESUBCONTRACTINGPLAN:
4Foragencysolicitations-submittoagencywithbid/proposal.
4Foragencyoptions&extensions-submittoagencybeforeoptionorextensionexercised.
Forprivateprojects-submittoDSLBD,agencyprojectmanagerandDistrictofColumbiaAuditor,witheach
quarterlyreport.AsprivateprojectsmaynothaveawardedallcontractsatthetimetheDistrictsubsidyisgranted,the
SBESubcontractingPlanmaybesubmittedsimultaneouslywitheachquarterlyreportandlistallSBE/CBE
subcontractsexecutedbythetimeofsubmission.
CREDIT:ForeachsubcontractlistedontheSBESubcontractingPlan,creditwillonlybegivenfortheportionofthe
subcontractperformed,ateverytier,byaSBE/CBEusingitsownorganizationandresources.COPIESOFEACH
FULLYEXECUTEDSUBCONIRACTWITHSBEsandCBEs(ATEVERYTIER)MUSTBEPROVIDEDTORECEIVE
CREDIT.
EXEMPTION:IftheBeneficiary(PrimeContractororDeveloper)isaCBEandwillperformtheENTIRE
government-assistedprojectwithitsownorganizationandresourcesandwillNOTsubcontractanyportionofthe
servicesandgoods,thentheCBEisnotrequiredtosubcontract35%toSBEs.
 
BENEFICIARY(7whichappliesF]PrimeContractoror[|Developer)INFORMATION:
 
‘GOS,_Tae—DBR
‘Company:ccs--sGAL.Contact#(202)944-6600Emailaddress:GOLIVER®GCS-STGALCOM
StreetAddress;11403rdStNE,Suite320,Washington,DC20002
“allthatapplies,Companyis:
(1aSBeGB}aCBE[JCBECertificationNumber:£24828836012025
WILLperformtheENTIREagencycontractorprivateprojectwithitsownorganizationandresources
_WILLsubcontractaportionoftheagencycontractorprivateproject
‘Company'spointofcontactforagencycontractorprivateproject:
 
PointofContact:GABEOLIVER Title:PartnerandS.V.P
 
Contact#(202)944-6600 Emailaddress:COLIVER@GCS-STGAL.cOM
‘StreetAddress:11493rdStNE,Suite320,Washington,Dc20002
 
 
 
GOVERNMENT-ASSISTEDPROJECT(7whichapplies"|AgencyContractor[]PrivateProject)INFORMATION:
 
 
  
"AGENCYSOLICITATION	PRIVATEPROJECT
SolicitationNumberDCAM-20-CS~REP-0020 DistrictSubsidy:
SolicitationDueDatarsanuary20,2021 ‘AgencyProvidingSubsidy
Agency:26:	“AmountofDistrictSubsidy 
TotalDollarAmountofContract:$15,801,253 DateDistrictSubsidyProvided:
 
“Design-Buildmustincludetotalcontractamountforbothdesignand|ProjectName:
buildphaseofproject.
ProjectAddress:
35%ofTotalDollarAmountofContract:§5.530,439 “TotalDevalopmaandProjectBlgot'§
(includepre-constructionandconstructioncosts)
 
TotalAmountofAllSBE/CBEsubcontracts:$5,781,032
(includeeverylowertier)	35%ofTotalDevelopmentProjectBudget:§
TotalAmountofAlSBE/CBEsubcontracts:$_
(includeeverylowertier)  
 
SBESubcontractingPlan—RevisedOctober2014   DSLBDY
‘SBE/CBESUBCONTRACTORS(FOREACHTIER):
 
‘SBE/CBESUBCONTRACTORINFORMATION:(Fordesign-buildprojects,theSBESubcontractingPlanIsnotrequiredtobe
‘submittedforpreconstructionservices;however,afullSBESubcontractingPlan(35%ofthecontractamountincludingtotaldesign
 
 
  
andbuildcosts)is‘0besubmittedbeforeenteringintoaguaranteedmaximumpriceorcontractauthorizingconstruction.)
‘SBE/CBECompany‘Address/TelephoneNoJ|SubcontractorTier|DescriptionofSubcontractscopeofworktobePERFORMED
Email (.2%,3%ete)|WITHSBE/CBEsOWNORGANIZATION&RESOURCES,
SelectTier
TronFabrication306FloridaaveWH,ist
Services,Lic WashingtonDc,20001
 
 
StructuralandMiscMetals
 
Periodofsubcontract:June,2022~July,2023
PricetobepaidtotheSBE/CBESubcontractor:$1,478,065
allthatapplies,Subcontractoris:
@asBe(acseCOCBECertification#:_1.363879092024
[JSBE/CBEwillperformtheENTIREsubcontractwithitsown
organizationandresource
(_SBE/CBEwillsubcontractaportionofthé
EACHLOWERTIERSBE/CBESUBCONTRACTS)
 
 Jubcontract(MUSTLIST
‘SBE/CBEPointofContact
Name:ALiAzad
Title:DixectorofEstimatingandProcurement
TelephoneNumber:(410)712-7070
EmailAddress:naliironfs.com
 
 
‘SBECBESUBCONTRACTORINFORMATION:(Fordesign-buildprojects,theSBESubcontractingPlanisnotrequiredtobe
‘submittedforpreconstructionservices;however,afullSBESubcontractingPlan(35%ofthecontractamountincludingtotaldesign
andbuildcosts)isrequiredbetosubmittedbeforeenteringintoaguaranteedmaximumpriceorcontractauthorizingconstruction.)
 
 
  
"SBE/CBECompany‘Address/TelephoneNoJ|SubcontractorTier|DescriptionofSubcontractscopeofworktobePERFORMED
Email (08.2%,3%ote)WITHSBE/CBEsOWNORGANIZATION&RESOURCES
SelectTier
33Prime 1421KeniiworthAve
Services,Lc NE,WashingtonDC,
20019
 
et
 
Sitework,SiteUtilities
 
Sane, 202:2022-duly,
Periodofsubcontract:
PricetobepaidtotheSBE/CBESubcontractor:$1,740,990
allthatapplies,Subcontractoris:
3
 
Basse
o
a
ace1]CBECertification#usp64283022025
'SBE/CBEwillperformtheENTIREsubcontractwithitsown
organizationandresource:
'SBEICBEwillsubcontractaportionofthesubcontract(MUSTLIST
EACHLOWERTIERSBE/CBESUBCONTRACTS)
  
‘SBE/CBEPointofContact
Name:JuanAguirre
Tie:
TelephoneNumber:(202)399-0060
EmailAddress:contact@)jprimeservices.com 
 
1&
DBAGCS-SIGAL
(Nama)ida)(PiimeContractor!Developer)
S/13/24
(Signature)¢	(Date)
Completeadditionalcopiesasneeded.
‘Swearoraffirmtheaboveistrueandaccurate
SBESubcontractingPlan—RevisedOctober2014   DSLBDY
SBE/CBESUBCONTRACTORS(FOREACHTIER):
 
‘SBE/CBESUBCONTRACTORINFORMATION:(Fordesign-buildprojects,theSBESubcontractingPlanisnotrequiredtobe
fullSBESubcontractingPlan(35%ofthecontractamountincludingtotaldesign‘submittedforpreconstructionservices;however, 
 
 
  
andbuildcosts)is tobesubmittedbeforeintoa ‘maximumpriceorcontractauthorizingconstruction.)
‘SBE/CBECompany‘Address/TelephoneNoJ|SubcontractorTier]DescriptionofSubcontractscopeofworktobePERFORMED
Email 18,24,9,ote)WITHSBE/CBEsOWNORGANIZATION&RESOURCES
SelectTier
Dynamic 2806DouglasStNE,ist DrywallandCeilings
Contracting,Inc.Washington,DC20018
 
 
 
Periodofsubcontract:June,2022-July,2023
PricetobepaidtotheSBE/CBESubcontractor:$1054,170,
allthatapplies,Subcontractoris:
@asee()acBe—(]CBECertification#:1:50233855062025
[JSBE/CBEwillperformtheENTIREsubcontractwithitsown
‘organizationandresources
(C1SBE/CBEwillsubcontractaportionofthesubcontract(MUSTLIST
EACHLOWERTIERSBE/CBESUBCONTRACTS)
‘SBE/CBEPointofContact,
Name:MariaCartagena
 
Tite:
‘TelephoneNumber.(202)408-5009
EmailAddress:mariactdynanic-contracting.com
 
 
‘SBE/CBESUBCONTRACTORINFORMATION:(Fordesign-buildprojects,theSBESubcontractingPlanisnotrequiredtobe
fullSBESubcontractingPlan(35%ofthecontractamountincludingtotaldesign
andbuildcosts)isrequiredbetosubmittedbeforeenteringintoaguaranteedmaximumpriceorcontractauthorizingconstruction.)
‘submittedforpreconstructionservices;however,
 
 
 
  
"SBE/CBECompany‘Address/TelephoneNoJ|SubcontractorTier|DescriptionofSubcontractscopeofworktobePERFORMED
Email (9.2%,34,ote)WITHSBE/CBEsOWNORGANIZATION&RESOURCES
SelectTier
PrecisionWall 605RaleighPlSE,ist Painting
Tech,Ine Washington,Dc20032
 
 
 
 
Periodofsubcontract:June,2022-July,2023
PricetobepaidtotheSBE/CBESubcontractor:$92,680
allthatapplies,Subcontractoris
 asse (acse []CBECertification#10264725122024
TE)SBEICBEwillperformtheENTIREsubcontractwithfsown
‘organizationandresources
C_SBE/CBEwillsubcontractaportionofthesubcontract(MUSTLIST
EACHLOWERTIERSBE!CBESUBCONTRACTS)
 
 
‘SBE/CBEPointofContact,
Name:CindyAthey
 
Title:President
TelephoneNumber:_(202)330-0955
EmailAddress:cathey@precisionwall.com 
 
Paulvayo,	DBAGCS-SIGAL
(Name)(Titi)
En
Completeadditionalcopiesasneeded.
ProjectBnec,05,Ine
(PrimeContractor!Developer)
_S/131204
(Date)
 	‘Swearoraffirmtheaboveistrueandaccurate
SBESubcontractingPlan—RevisedOctober2014   DSLBDY
SBE/CBESUBCONTRACTORS(FOREACHTIER):
 
‘SBE/CBESUBCONTRACTORINFORMATION:(Fordesign-buildprojects,theSBESubcontractingPlanisnotrequiredtobe
‘submittedforpreconstructionservices;however,afullSBESubcontractingPlan(35%ofthecontractamountincludingtotaldesign
andbuildcosts)isrequiredtobesubmittedbeforeenteringintoaquaranteedmaximumpriceorcontractauthorizingconstruction.)
 
 
 
 
‘SBE/CBECompany‘Address/TelephoneNoJ|SubcontractorTier|DesoriptionofSubcontractscopeofworktobePERFORMED
Email (9,24.9%,ote)WITHSBE/CBEsOWNORGANIZATION&RESOURCES
SelectTier
PotomacFire 70012thstXW, Ist FireProtection/Sprinklers
ProtectionCompany
ine
Washington,DC’20005
 
 
 
Periodofsubcontract:June,2022~July,2023
PricetobepaidtotheSBE/CBESubcontractor:$98,985
“allthatapplies,Subcontractoris:
@asBe(acBe ()CBECertification#:
_SBE/CBEwillperformtheENTIREsubcontractwithitsown
‘organizationandresources:
(_SBEICBEwillsubcontractaportionofthesubcontract(MUSTLIST
EACHLOWERTIERSBE/CBESUBCONTRACTS)
 
‘SBE/CBEPointofContact
Name:TonyButler
Tie:
 
TelephoneNumber;(202)543-2590
butLer@potonacfireprotection.com
EmailAddress:
 
 
'SBE/CBESUBCONTRACTORINFORMATION:(Fordesign-buildprojects,theSBESubcontractingPlanIsnotrequiredtobe
‘submittedforpreconstructionservices;however,afullSBESubcontractingPlan(35%ofthecontractamountincludingtotaldesign
 
 
  
andbuildcosts)is‘betosubmittedbeforeenteringintoaguaranteedmaximumpriceorcontractauthorizingconstruction.)
‘SBE/CBECompany‘AddressiTelephoneNo/|SubcontractorTier|DescriptionofSubcontractscopeofworktobePERFORMED
Email (1.2%,3%ote)WITHSBE/CBEsOWNORGANIZATION&RESOURCES
‘SelectTier
DistrictElectrical|1100NewJerseyave|ist ElectricalWork
Services,Inc.SE,Washington,Dc
20003
 
 
 
 
Periodofsubcontract:Zune,2022-July,2023
 
PricetobepaidtotheSBE/CBESubcontractor:$8
“allthatapplies,Subcontractoris:
 assefi)acBe—()_cBECertification#1.211428102025
C_SBE/CBEwillperformtheENTIREsubcontractwithitsown
‘organizationandresources
1SBE/CBEwillsubcontractaportionofthesubcontract(MUSTLIST
EACHLOWERTIERSBE/CBESUBCONTRACTS) 
‘SBE/CBEPointofContact,
Name:TerryBeauford
Tile
TelephoneNumber,(202)465-7020
EmailAddress:tbeauford-des@wcamith.com 
 
PaulVayo,ProjectExec,GCS,Inc.DBAGCS-SIGAL
ae
(Name)(fitiey—(PrimeContractor!Developer)
Quer si2y
(Signature)¢	(Date)
Completeadditionalcopiesasneeded.
swearoraffirmtheaboveistrueandaccurate
SBESubcontractingPlan—RevisedOctober2014   DSLBDY
 
‘SBE/CBESUBCONTRACTORS (FOREACHTIER):
 
‘SBE/CBESUBCONTRACTORINFORMATION:(Fordesign-buildprojects,theSBESubcontractingPlanisnotrequiredtobe
submittedforpreconstructionservices;however,afullSBESubcontractingPlan(35%ofthecontractamountincludingtotaldesign
andbuildcosts)isrequiredtobesubmittedbeforeenteringintoaguaranteedmaximumpriceorcontractauthorizingconstruction.)
 
 
  
 
‘SBE/CBECompany‘Address/TelephoneNo/|SubcontractorTier|DescriptionofSubcontractscopeofworktobePERFORMED
Email (5.24.99,ote)WITHSBE/CBEsOWNORGANIZATION&RESOURCES
SelectTier
‘GCAFloors,LLC3221MstWH, let FlooringandTiling
Washington,DC20007
 
 
Periodofsubcontract:June,2022-July,2023
PricetobepaidtotheSBE/CBESubcontractor:$112,441
allthatapplies,Subcontractoris:
 asse(ace(1)CBECertification#:is783954022024
[4SBE/CBEwillperformtheENTIREsubcontractwithitsown
‘organizationandresource:
_SBE/CBEwillsubcontractaportionofthesubcontract(MUSTLIST
EACHLOWERTIERSBE/CBESUBCONTRACTS)
‘SBE/CBEPointofContact
Name:LacyWalston
Tite:
TelephoneNumber.(202)735-0766
 EmailAddress:lualston@gcsfloors.com
 
 
‘SBE/CBESUBCONTRACTORINFORMATION:(Fordesign-buildprojects,theSBESubcontractingPlanIsnotrequiredtobe
‘submittedforpreconstructionservices;however,
 
fullSBESubcontractingPlan(35%ofthecontractamountincludingtotaldesign
andbuildcosts)isrequiredbetosubmittedbeforeenteringintoaguaranteedmaximumpriceorcontractauthorizingconstruction.)
 
 
 
   
‘SBE/CBECompany‘Address/TelephoneNo/|SubcontractorTier|DescriptionofSubcontractscopeofworktobePERFORMED.
Email (12%3"otc)_|WITHSBE/CBEsOWNORGANIZATION&RESOURCES,
SelectTier
GECSupplyCompany,|1105stateRoute2nd Mechanical/PlumbingEquipmentSupply
Ine 77,Atwood,IN
38220
 
 
 
Periodofsubcontract:_tune,2022-July,2023
PricetobepaidtotheSBE/CBESubcontractor:$3251000
allthatapplies,Subcontractoris
SBEL]acBEL]_CBECertification#z5v07447012023,
SBE/CBEwillperformtheENTIREsubcontractwithtsown
‘organizationandresources
G]_SBEICBEwillsubcontractaportionofthesubcontract(MUSTLIST
EACHLOWERTIERSBE/CBESUBCONTRACTS)
  
‘SBE/CBEPointofContact
Name:__GeneHale
Tite
TelephoneNumber:(202)248-5070
EmailAddress:gene@gandecorp.com
 
PaulVayo,ProjectExec,GCS,Inc.DBAGCS-SIGAL
 
(Name)(Title)(PrimeContractor!Developer)
_S1B/24
(Signature)¢ (Date)
Completeadditionalcopiesasneeded.
‘Swearoraffirmtheaboveistrueandaccurate
SBESubcontractingPlan—RevisedOctober2014
    DSLBDY
[AGENCYCONTRACTINGOFFICER'SUSEONLYOR[]AGENCYPROJECTMANAGER'SUSEONLY
(¥whichapplies.Onlyoneoptionshouldbeselected.)
 
"AGENCYCONTRACTAWARD
‘Agency:
PrimeContractor:__
ContractNumber:
DateSBESubcontractingPlanAccepted:
Dateagencycontractsigned:
 
AnticipatedStartDateofContract:
‘AnticipatedEndDaleofContract:
TotalDollarAmountofContract.
 
“Design-Buildmustincludetotalcontractamountforbothdesignand
buildphaseofproject.
35%ofTotalContractAmount:§
otalAmountofAllSBE/CBEsubcontracts:§
{includeeveryter)
(5fats)
BasePeriodContract~Option/ExtensionPeriod:
CiMutt-yearContract
Firstyear(period)ofContract:
Currentyear(period)ofContract.
{U1Design-Buld-DateofGuaranteedConiract
checkiprimecontractorisaCBEandwillperformtheENTIRE
overnment-asistedproject(agencycontract)wititsown
‘organizationandresourcesandNOTsubcontractanypationof
servicesorgoods
 
PRIVATEPROJECTSUBSIDYAWARD
‘AgencyProvidingSubsidy:_
DistrictSubsidy
Developer:
‘AmountofDistrictSubsidy:
DateDistrictSubsidyProvided!contractsigned:
AnticipatedStartDateofProject:
AnticipatedEndDateofProject:
ProjectName:
ProjectAddress:
TotalDevelopmentProjectBudget:$
(includepre-constructionandconstructioncosts)
 
 
35%ofTotalDevelopmentProjectBudget:$
TotalAmountofAllSBE/CBEsubcontracts:$
(includeeverylowertier)
[checkifdeveloperisaCBEandwillperformtheENTIREgovernment-assisted
Project(privateproject)withitsownorganizationandresourcesandNOT
‘subcontractanyportionofservicesorgoods.
 
 
 
[CIAGENCYCONTRACTINGOFFICER'SAFFIRMATIONOR[]AGENCYPROJECTMANAGER'SAFFIRMATION
(7whichapplies)
‘TheBelowAgencyContractingOfficerorAgencyProjectManagerAffirmsthefollowing(vtoaffirm):
iftheBeneficiaryisaCBE,DSLBDwascontactedtoconfirmBeneficiary'sCBEcertification;
1ThefullyexecutedContract(BaseorOptionorExtensionorMulti-Year)orsubsidydocument,betweentheBeneficiaryandAgency,was
‘emailedtoDSLBD@Compliance.Enforcement@dc.govwithinfive(5)daysofsigning;
CIFORAGENCYCONTRACTtheSBESubcontractingPlan,submittedbyBeneficiary,wasemailedtoDSLBD@
‘Compliance.Enforcement@dc.govwithinfive(5)daysofsigningthecontractbetweentheBeneficiaryandAgency.
NameofAgencyContractingOfficerorAgencyProjectManager
 
TileofAgencyContractingOfficerorAgencyProjectManager
 
 
SBESubcontractingPlan—RevisedOctober2014   *** 
GOVERNMENT OF THE DISTRICT OF COLUMBIA 
FIRST SOURCE EMPLOYMENT AGREEMENT (2) FOR 
CONSTRUCTION PROJECTS ONLY 
GOVERNMENT-ASSISTED PROJECT/CONTRACT INFORMATION 
CONTRACT/SOLICITATION NUMBER: DCAM-20-CS-RFP-0020 
*** 
------- -
--------- ---
DIST Rl CT CONTRACTING AGENCY: Deoartment of General Services 
C
ONTRACTING OFFICER:  
-:----------a-----;-:;;.;:----:------	--------	----
TELEPHONE NUMBER:
TOT AL CONTRACT AMOUNT:
.,._$�15_,,....8-0�1 .... , 2_5-3 ____________ ____ _ 
THIS SECTION TO BE COMPLETED BY THE BENEFICIARY ONLY: 
TOT AL GOVERNMENT ASSISTED FUNDED AMOUNT: 
$
15,
801,
253 DATE ____ _ 
E] CONTRACT □ GRANT O LOAN OT AX ABATEMENT OR EXEMPTION □ LAND TRANSFER
0 LAND DISPOSITION AND DEVELOPMENT AGREEMENT □ TAX INCREMENT FINANCING
OANY ADDITIONAL LEGISLATION, IF YES _________________ 	_
D.C. CODE#
GENERAL CONTRACTOR WILL MEET THE HIRING OR HOURS WORKED PERCENT AGES 
REQUIREMENTS FOR ENTIRE PROJECT □ OR PER EACH SUBCONTRACTOR0 
PROJECT NAME: SteadParkRecreatlonCente, 
--------------- --------------
PROJECT ADDRESS: 1625PStreetNW ----------------------	-----
CITY: Washington 
ST ATE: D.C. 
ZIP CODE: 20036 ---------	-- ---- --- --------
PROJECT START DATE: August9•2022 	PROJECT END DATE: October4,2o2• 	---------
EMPLOYER START DATE: AuguSl9,2022 	EMPLOYER END DATE: October4,2o24 	--- ----
EMPLOYER INFORMATION 
EMPLOYER NAME: _G_cs_, 1n_cd_ba_G_cs_-s_1GA_L ________ ____ _____ ___ __ _ 
EMPLOYERADDRESS:_1,_4
0
_
3
,_ds_
tN_E_s1
e
_32_0 ________ _______ ______ _ 
CITY: Washington 	ST ATE: D.C. 
ZIP CODE: _20_
00_2 
------
TELEPHONE NUMBER:_1
2_
02
_l99_4-_66_
00 
____ _ FEDERAL IDENTIFICATION N0.:_52
_
-14_
88
_
92_
1 ___ _ 
CONTACT PERSON: GabeOiiver 
----------- ------ ---------
TITLE: Partner and Senior Vice President
E-MAIL: goliver@gcs-sigal.com	TELEPHONE NUMBER: (202) 437-6771 
CERTIFIED BUSINESS ENTERPRISES CERTIFICATION NUMBER:_Lz_xR_
2
e_a3_60_12_02_s _____ _ _
D.C. APPRENTICESHIP COUNCIL REGISTRATION NUMBER: _NI_A 
---- -----
­
ARE YOU A SUBCONTRACTOR □YES 0 NO IF YES, NAME OF PRIME CONTRACTOR: 
This First Source Employment Agreement (Agreement), in accordance with Workforce Intem1ediary 
Establishment and Reform of the First Source Amendment Act of 2011 (D.C. Official Code §§ 2-219.01 
-2.219.05), and relevant provisions of the Apprenticeship Requirements Amendment Act of2004 (D_C.
Official Code § 2-219.03 and § 32-1431) is a required agreement between the District of Columbia
Department of Employment Services (DOES) and EMPLOYER.
EMPLOYER, which includes the Beneficiary and all contractors and subcontractors, is working on a 
contract or project that has received: 
D D.C. Government assistance valued between $300,000 and $5 million dollars, required to make a 
good faith effort to ensure that 51 % of all new hires are District residents. (D.C. Official Code § 2-
219(e)(1 )(A)) 
0 D.C. Government assistance valued at $5 million or more, required to have the following percentage 
of hours worked in each classification by DC residents; 20% of journey worker hours; 60% of apprentice 
hours; 51 % of skilled laborer hours; 70% of common laborer hours for all jobs created by the Project. 
(D.C. Official Code §2-219.03 (lA)(A)) 
Page l of 11 
First Source Employment Agreement, Revised Feb111a1y 15, 2 018 Obaidullah Ranjbar 202-359 3362    Page 2 of 11 
First Source Employment Agreement, Revised February 15, 2 018 
   
 
 
 
DOES is the first source for recruitment, referral, and placement of new hires or employees for all jobs 
created by the Government Assisted Project or Contract (Project). 
 
EMPLOYER began work on the Project, prior to receipt of an accepted First Source Employment 
Agreement (Agreement) from DOES, in violation of D.C. Code §2-219.03. In order to continue to work 
on the Project, Employer shall adhere to the Agreement requirements retroactive to the date that work 
began and continuing until Project completion.  
 
The Parties agree to the terms and conditions of the Agreement as follows: 
 
I. DEFINITIONS 
 
The following definitions shall govern the terms used in this Agreement. 
A. Apprentice means a worker who is employed to learn an apprenticeable occupation under the 
terms and conditions of approved apprenticeship standards. 
B. Beneficiary means: 
1. The signatory to a contract executed by the Mayor which involves any District of 
Columbia government funds, or funds which, in accordance with a federal grant or 
otherwise, the District government administers and which details the number and 
description of all jobs created by a government-assisted Project for which the 
beneficiary is required to use the First Source Register; 
 
2. A recipient of a District government economic development action including 
contracts, grants, loans, tax abatements, land transfers for redevelopment, or tax 
increment financing that results in a financial benefit of $300,000 or more from an 
agency, commission, instrumentality, or other entity of the District government, 
including a financial or banking institution which serves as the repository for $1 
million or more of District of Columbia funds. 
 
C. Contracting Agency means any District of Columbia agency that awarded a government 
assisted Project totaling $300,000 or more. 
 
D. Direct labor costs means all costs, including wages and benefits, associated with the hiring 
and employment of personnel assigned to a process in which payroll expenses are traced to 
the units of output and are included in the cost of goods sold. 
 
E. EMPLOYER means any entity awarded a government assisted Project totaling $300,000 or 
more, including all individual contractor and subcontractor entities at any tier who work 
on the Project. 
 
F. First Source Employer Portal is a website consisting of a connected group of static and 
dynamic web pages with the ability for Employers to enter data using the internet.  The 
website is accessible by a Uniform Resource Locator (URL) and is maintained by DOES.  
The website provides reporting information to First Source EMPLOYERS. 
 
G. First Source Register means the DOES Automated Applicant Files, which consists of the 
names of DC residents registered with DOES.  
 
H. Good faith effort means an EMPLOYER has exhausted all reasonable means to comply with 
any affirmative action, hiring, or contractual goal(s) pursuant to the First Source law and 
Agreement. 
 
  Page 3 of 11 
First Source Employment Agreement, Revised February 15, 2 018 
   
 
 
 
I. Government-assisted project or contract (Project) means any construction or non- 
construction Project that receives funds or resources, valued at $300,000 or more, from the 
District of Columbia, or funds or resources which, in accordance with a federal grant or 
otherwise, the District of Columbia government administers, including contracts, grants, 
loans, tax abatements or exemptions, land transfers, land disposition and development 
agreements, tax increment financing, or any combination of the aforementioned. 
 
J. Hard to employ means a District of Columbia resident who is confirmed by DOES as: 
1. An ex-offender who has been released from prison within the last 10 years; 
2. A participant of the Temporary Assistance for Needy Families program; 
3. A participant of the Supplemental Nutrition Assistance Program; 
4. Living with a permanent disability verified by the Social Security Administration or 
District vocational rehabilitation program; 
5. Unemployed for 6 months or more in the last 12-month period; 
6. Homeless; 
7. A participant or graduate of the Transitional Employment Program established by § 
32-1331; or 
8. An individual who qualified for inclusion in the Work Opportunity Tax Credit 
Program as certified by the Department of Employment Services. 
 
K. Indirect labor costs means all costs, including wages and benefits, that are part of operating 
expenses and are associated with the hiring and employment of personnel assigned to tasks 
other than producing products. 
 
L. Jobs means any union and non-union managerial, non-managerial, professional, 
nonprofessional, technical or nontechnical position including: clerical and sales occupations, 
service occupations, processing occupations, machine trade occupations, bench work 
occupations, structural work occupations, agricultural, fishery, forestry, and related 
occupations, and any other occupations as the Department of Employment Services may 
identify in the Dictionary of Occupational Titles, United States Department of Labor. 
 
M. New Hire: Individual(s) newly hired by the EMPLOYER to perform work on a government 
assisted Project. 
 
N. Transfer: Existing EMPLOYER employee who has been moved from one Project to another 
Project. 
 
O. Journeyman means a worker who has attained a level of skill, abilities and competencies 
recognized within an industry as having mastered the skills and competencies required for the 
occupation. 
 
P. Revised Employment Plan means a document prepared and submitted by the EMPLOYER 
that includes the following: 
 
1. A projection of the total number of hours to be worked on the Project by trade; 
 
2. A projection of the total number of journey worker hours, by trade, to be worked on 
the Project and the total number of journey worker hours, by trade, to be worked by 
DC residents; 
 
3. A projection of the total number of apprentice hours, by trade, to be worked on the 
Project and the total number of apprentice hours, by trade, to be worked by DC 
residents;  Page 4 of 11 
First Source Employment Agreement, Revised February 15, 2 018 
   
 
 
 
4. A projection of the total number of skilled laborer hours, by trade, to be worked on 
the Project and the total number of skilled laborer hours, by trade, to be worked by 
DC residents; 
 
5. A projection of the total number of common laborer hours to be worked on the 
Project and the total number of common laborer hours to be worked by DC residents; 
 
6. A timetable outlining the total hours worked by trade over the life of the Project and 
an associated hiring schedule; 
 
7. Descriptions of the skill requirements by job title or position, including industry- 
recognized certifications required for the different positions; 
 
8. A strategy to fill the hours required to be worked by DC residents pursuant to this 
paragraph, including a component on communicating these requirements to 
contractors and subcontractors and a component on potential community outreach 
partnerships with the University of the District of Columbia, the University of the 
District of Columbia Community College, the Department of Employment Services, 
Jointly Funded Apprenticeship Programs, the District of Columbia Workforce 
Intermediary, or other government-approved, community-based job training 
providers; 
 
9. A remediation strategy to ameliorate any problems associated with meeting these 
hiring requirements, including any problems encountered with contractors and 
subcontractors; 
 
10. The designation of a senior official from the EMPLOYER(S) or general contractor 
who will be responsible for implementing the hiring and reporting requirements; 
 
11. Descriptions of the health and retirement benefits that will be provided to DC 
residents working on the Project; 
 
12. A strategy to ensure that District residents who work on the Project receive ongoing 
employment and training opportunities after they complete work on the job for which 
they were initially hired and a review of past practices in continuing to employ DC 
residents from one Project to the next; 
 
13. A strategy to hire graduates of District of Columbia Public Schools, District of 
Columbia public charter schools, and community-based job training providers, and 
hard-to-employ residents; and 
 
14. A disclosure of past compliance with the Workforce Act and the Davis-Bacon Act, 
where applicable, and the bidder or offeror's general DC resident hiring practices on 
projects or contracts completed within the last 2 years. 
 
Q. Tier Subcontractor means any subcontractor selected by the primary contractor to perform 
portion(s) or all work related to the trade or occupation area(s) on a Project subject to this 
First Source Agreement. 
 
R. Washington Metropolitan Statistical Area means the District of Columbia; Virginia Cities 
of Alexandria, Fairfax, Falls Church, Fredericksburg, Manassas, and Manassas Park; the 
Virginia Counties of Arlington, Clarke, Fairfax, Fauquier, Loudon, Prince William, 
Spotsylvania, Stafford, and Warren; the Maryland Counties of Calvert, Charles, Frederick,  Page 5 of 11 
First Source Employment Agreement, Revised February 15, 2 018 
   
 
 
Montgomery and Prince Georges; and the West Virginia County of Jefferson. 
 
S. Workforce Intermediary Pilot Program means the intermediary between employers and 
training providers to provide employers with qualified DC resident job applicants. See DC 
Official Code § 2-219.04b. 
 
II. GENERAL TERMS 
 
A. Subject to the terms and conditions set forth herein, DOES will receive the Agreement from 
the Contracting Agency no less than 7 calendar days in advance of the Project start date.  No 
work associated with the relevant Project can begin until the Agreement has been accepted by 
DOES. 
 
B. The Beneficiary and/or EMPLOYER shall require all Project contractors and subcontractors, 
under a Project receiving government assistance or benefits valued at $300,000 or more, to 
enter into an Agreement with DOES. 
 
C. Agreement will take affect once beneficiary/Employer awarded contract and start work on 
the government assisted Project and no work can begin prior to execution of the Agreement 
and will be fully effective through the duration, any extension or modifications of the Project 
and until such time as construction is complete and a certificate of occupancy is issued.   
 
D. If an EMPLOYER began work prior to the execution of a First Source Employment 
Agreement, the EMPLOYER shall cease work on the Project and sign a First Source 
Employment Agreement to be bound by the applicable First Source Employment Agreement 
requirements, retroactively, from the start of work throughout the duration of the contract. 
 
E. DOES will provide recruitment, referral, and placement services to the EMPLOYER, subject 
to the limitations in this Agreement. 
 
F. DOES and the EMPLOYER agree that, for purposes of this Agreement, new hires and jobs 
created for the Project (both union and nonunion) include all of EMPLOYER'S job openings 
and vacancies in the Washington Metropolitan Statistical Area created for the Project as a 
result of internal promotions, terminations, and expansions of the EMPLOYER'S workforce, 
as a result of this Project. 
 
G. This Agreement includes apprentices as defined in D.C. Official Code §§ 32-1401- 1431. 
 
DOES will make every effort to work within the terms of all collective bargaining 
agreements to which the EMPLOYER is a party. The EMPLOYER will provide DOES with 
written documentation that the EMPLOYER has provided the representative of any collective 
bargaining unit involved with this Project a copy of this Agreement and has requested 
comments or objections. If the representative has any comments or objections, the 
EMPLOYER will promptly provide them to DOES. 
 
The EMPLOYER who contracts with the District of Columbia government to perform 
construction, renovation work, or information technology work with a single contract, or 
cumulative contracts, of at least $500,000, within a 12-month period will be required to 
register an apprenticeship program with the District of Columbia Apprenticeship Council as 
required by DC Code 32-1431. 
 
H. If, during the term of this Agreement, the EMPLOYER should transfer possession of all or a 
portion of its business concerns affected by this Agreement to any other party by lease, sale, 
assignment, merger, or otherwise this First Source Agreement shall remain in full force and 
effect and transferee shall remain subject to all provisions herein. In addition, the  Page 6 of 11 
First Source Employment Agreement, Revised February 15, 2 018 
   
 
 
EMPLOYER as a condition of transfer shall: 
 
1. Notify the party taking possession of the existence of this EMPLOYER'S First 
Source Employment Agreement. 
2. Notify DOES within 7 business days of the transfer. This notice will include the 
name of the party taking possession and the name and telephone of that party's 
representative. 
 
I. The EMPLOYER and DOES may mutually agree to modify this Agreement. Any 
modification shall be in writing, signed by the EMPLOYER and DOES and attached to the 
original Agreement. 
 
J. To the extent that this Agreement is in conflict with any federal labor laws or governmental 
regulations, the federal laws or regulations shall prevail. 
 
III. TRAINING 
 
A. DOES and the EMPLOYER may agree to develop skills training and on-the-job training 
programs as approved by DOES; the training specifications and cost for such training will be 
mutually agreed upon by the EMPLOYER and DOES and will be set forth in a separate 
Training Agreement. 
 
IV. RECRUITMENT 
 
A. The EMPLOYER shall complete the attached Revised Employment Plan that will include the 
information outlined in Section I.P. 
 
B. The EMPLOYER shall register and post all job vacancies with the Job Bank Services of 
DOES at www.dcnetworks.org for a minimum of 10 days. Should you need assistance 
posting job vacancies, please contact Job Bank Services at (202) 698-6001. 
 
C. The EMPLOYER shall notify DOES of all new jobs created for the Project within at least 7 
business days (Monday - Friday) of the EMPLOYERS’ identification/creation of the new 
jobs. The Notice of New Job Creation shall include the number of employees needed by job 
title, qualifications and specific skills required to perform the job, hiring date, rate of pay, 
hours of work, duration of employment, and a description of the work to be performed. This 
must be done before using any other referral source. 
 
D. Job openings to be filled by internal promotion from the EMPLOYER'S current workforce 
shall be reported to DOES for placement and referral, if the job is newly created. 
EMPLOYER shall provide DOES a Notice of New Job Creation that details such promotions 
in accordance with Section IV.C. 
 
E. The EMPLOYER will submit to DOES, prior to commencing work on the Project, a list of 
Current Employees that includes the name, social security number, and residency status of all 
current employees, including apprentices, trainees, and laid-off workers who will be employed 
on the Project. All EMPLOYER information reviewed or gathered, including social security 
numbers, as a result of DOES’ monitoring and enforcement activities will be held confidential 
in accordance with all District and federal confidentiality and privacy laws and used only for 
the purposes that it was reviewed or gathered. 
 
 
 
  Page 7 of 11 
First Source Employment Agreement, Revised February 15, 2 018 
   
 
 
 
V. REFERRAL 
 
A. DOES will screen applicants through carefully planned recruitment and training events and 
provide the EMPLOYER with a list of qualified applicants according to the number of 
employees needed by job title, qualifications and specific skills required to perform the job, 
hiring date, rate of pay, hours of work, duration of employment, and a description of the work 
to be performed as supplied by the EMPLOYER in its Notice of New Job Creation set forth 
above in Section IV.C. 
 
B. DOES will notify the EMPLOYER of the number of applicants DOES will refer, prior to the 
anticipated hiring dates. 
 
VI. PLACEMENT 
 
A. EMPLOYER shall in good faith, use reasonable efforts to select its new hires or employees 
from among the qualified applicants referred by DOES. All hiring decisions are made by the 
EMPLOYER. 
 
B. In the event that DOES is unable to refer qualified applicants meeting the EMPLOYER’S 
established qualifications, within 7 business days (Monday - Friday) from the date of 
notification from the EMPLOYER, the EMPLOYER will be free to directly fill remaining 
positions for which no qualified applicants have been referred. However, the EMPLOYER shall 
still be required to meet the First Source hiring requirements or hours worked percentages for 
all jobs created by the Project. 
 
C. After the EMPLOYER has selected its employees, DOES is not responsible for the employees' 
actions and the EMPLOYER hereby releases DOES, and the Government of the District of 
Columbia, the District of Columbia Municipal Corporation, and the officers and employees of 
the District of Columbia from any liability for employees' actions. 
 
VII. REPORTING REQUIREMENTS 
 
A. EMPLOYER with a single contract valued at $300,000 or more on a Project that received 
government assistance totaling between $300,000 and $5,000,000, a provision that at least 51% of 
the new employees hired to work on the Project shall be District residents.  
  
B. EMPLOYER shall register in the First Source Online Registration and Reporting System for 
electronic submission of all monthly Contract Compliance data, weekly certified payrolls and 
any other documents required by DOES for reporting and monitoring. 
 
C. EMPLOYER shall submit to the Department of Employment Services each month following the 
start of the Project a hiring compliance report for the Project that includes the: 
1. Number of new job openings created/available; 
2. Number of new job openings listed with DOES, or any other District Agency; 
3. Number of DC residents hired for new jobs; 
4. Number of employees transferred to the Project; 
5. Number of DC residents transferred to the Project; 
6. Direct or indirect labor cost associated with the project; 
7. Each employee’s name, job title, social security number, hire date, residence,  
and referral source; and 
8. Workforce statistics throughout the entire project tenure. 
 
  Page 8 of 11 
First Source Employment Agreement, Revised February 15, 2 018 
   
 
 
D. EMPLOYER with a single contract valued at $300,000 or more on a Project that received 
government assistance totaling $5 million or more shall meet the following hours worked 
percentages for all jobs created by the Project: 
1. At least 20% of journey worker hours by trade shall be performed by DC residents; 
2. At least 60% of apprentice hours by trade shall be performed by DC residents; 
3. At least 51% of the skilled laborer hours by trade shall be performed by DC 
residents; and 
4. At least 70% of common laborer hours shall be performed by DC residents. 
 
E. EMPLOYERS shall provide the following cumulative statistics, that will be used to create 
the monthly report, by uploading certified payrolls or payroll data into the LCPtracker 
reporting system: 
 
1. Total Number of journey worker hours worked by DC residents by trade; 
2. Number of hours worked by all journey workers by trade; 
3. Number of apprentice hours worked by DC residents by trade; 
4. Number of hours worked by all apprentices by trade; 
5. Number of skilled laborer worker hours worked by DC residents by trade; 
6. Number of hours worked by all skilled laborers by trade;      
7.  Number of common laborer hours worked by DC residents by trade; and 
8.  Number of hours worked by all common laborers by trade. 
 
F. EMPLOYER may “double count” hours for the “hard to employ” up to 15% of total hours 
worked by DC Residents; however, a collective bargaining agreement shall not be a basis for 
waiver of this requirement. 
 
G. For construction Projects that are not subject to Davis-Bacon law in which certified payroll 
records do not exist, EMPLOYER shall submit monthly documents of workers employed on 
the Project to DOES, including DC residents and all employment classifications of hours 
worked. 
 
H. EMPLOYER may also be required to provide verification of hours worked or hiring 
percentages of DC residents, such as internal payroll records for construction Projects that are 
not subject to Davis-Bacon. 
 
I. Monthly, EMPLOYER shall submit weekly certified payrolls from all subcontractors at any tier 
working on the Project to the Contracting Agency. EMPLOYER is also required to make 
payroll records available to DOES as a part of compliance monitoring, upon request at job sites. 
 
VIII. FINAL REPORT AND GOOD FAITH EFFORTS 
 
A. With  the  submission  of  the  final  request  for  payment  from  the  Contracting  Agency, 
the Beneficiary and/or EMPLOYER shall: 
 
1. Report to DOES its compliance with the hiring or hours worked percentage 
requirements for all jobs created by the Project, and report the hours that DC 
residents worked for each trade classifications in each area of the Project; or 
 
2. Submit to DOES a request for a waiver of the hiring or hours worked percentage 
requirements for all jobs created by the Project that will include the following 
documentation: 
a. Documentation supporting EMPLOYER’S good faith effort to comply; 
b. Referrals provided by DOES and other referral sources; and 
c. Advertisement of job openings listed with DOES and other referral sources.  Page 9 of 11 
First Source Employment Agreement, Revised February 15, 2 018 
   
 
 
 
B. DOES may waive or partially waive the hiring or hours worked percentage requirements for 
jobs created by the Project, and/or the required hours of DC residents for each trade 
classifications, if DOES finds that the Beneficiary or EMPLOYER, including its contractors 
or subcontractors: 
 
1. DOES certified that Beneficiary or Employer demonstrated a good faith effort to 
comply, as set forth in Section VIII.C.; or 
 
2. Is located outside the Washington Metropolitan Statistical Area, and none of the 
contract work is performed inside the Washington Metropolitan Statistical Area; 
 
3. The beneficiary published each job opening or part-time work needed for 7 calendar 
days in a District newspaper of city-wide circulation; and 
 
4. The DOES certified that there are insufficient eligible applicants from the First Source 
Register that possess the skills required by the positions, or the eligible applicants are not 
available for part-time work or do not have a means to travel to the onsite jobs; or 
 
5. Beneficiary/Employer entered into a special workforce development training or 
placement arrangement with DOES or with the District of Columbia Workforce 
Intermediary. 
 
C. DOES shall consider documentation of the following when making a determination of a 
good-faith effort to comply: 
 
1. DOES has certified that there are insufficient numbers of District residents in the 
labor market possessing the skills required by the EMPLOYER for the positions 
created as a result of the Project.  
 
2. Whether the EMPLOYER posted the jobs on the DOES job website for a minimum 
of 10 calendar days; 
 
3. Whether the EMPLOYER advertised each job opening in a District newspaper with 
city-wide circulation for a minimum of 7 calendar days; 
 
4. Whether the EMPLOYER advertised each job opening in special interest publications 
and on special interest media for a minimum of 7 calendar days; 
 
5. Whether the EMPLOYER hosted informational/recruiting or hiring fairs; 
 
6. Whether the EMPLOYER contacted churches, unions, and/or additional Workforce 
Development Organizations; 
 
7. Whether the EMPLOYER interviewed employable candidates; 
 
8. Whether the EMPLOYER created or participated in a workforce development 
program approved by DOES; 
 
9. Whether the EMPLOYER created or participated in a workforce development 
program approved by the District of Columbia Workforce Intermediary; 
 
10. Whether the EMPLOYER substantially complied with the relevant monthly reporting 
requirements set forth in this section;  Page 10 of 11 
First Source Employment Agreement, Revised February 15, 2 018 
   
 
 
 
11. Whether the EMPLOYER has submitted and substantially complied with its most 
recent employment plan that has been approved by DOES; and 
 
12. Any additional documented efforts. 
 
IX. MONITORING 
A. DOES is the District agency authorized to monitor and enforce the requirements of the 
Workforce Intermediary Establishment and Reform of the First Source Amendment Act 
of 2011 (D.C. Official Code §§ 2 219.01 – 2.219.05), and relevant provisions of the 
Apprenticeship Requirements Amendment Act of 2004 (D.C. Official Code § 2-219.03 
and § 32-1431). As a part of monitoring and enforcement, DOES may require and 
EMPLOYER shall grant access to Project sites, employees, and documents. 
 
B. EMPLOYER’S noncompliance with the provisions of this Agreement may result in the 
imposition of penalties. 
 
C. All EMPLOYER information reviewed or gathered, including social security numbers, as a 
result of DOES’ monitoring and enforcement activities will be held confidential in 
accordance with all District and federal confidentiality and privacy laws and used only for the 
purposes that it was reviewed or gathered. 
 
D. DOES shall monitor all Projects as authorized by law. DOES will: 
 
1. Review all contract controls to determine if the Beneficiary or EMPLOYER, 
including any Contractors or Subcontractors, are subject to the Workforce 
Intermediary Establishment and Reform of the First Source Amendment Act of 2011. 
 
2. Notify stakeholders and company officials and establish meetings to provide 
technical assistance involving the First Source Process. 
 
3. Make regular construction site visits to determine if the Prime or Subcontractors’ 
workforce is in concurrence with the submitted Agreement and Monthly Compliance 
Reports. 
 
4. Inspect and copy certified payroll, personnel records and any other records or 
information necessary to ensure the required workforce utilization is in compliance 
with the First Source Law. 
 
5. Conduct desk reviews of Monthly Compliance Reports. 
 
6. Educate EMPLOYERS about additional services offered by DOES, such as On-the-
Job training programs and tax incentives for EMPLOYERS who hire from certain 
categories. 
 
7. Monitor and complete statistical reports that identify the overall project, contractor, 
and subcontractors’ hiring or hours worked percentages. 
 
8. Provide formal notification of non-compliance with the required hiring or hours 
worked percentages, or any alleged breach of the First Source Law to all contracting 
agencies, and stakeholders. (Please note: EMPLOYERS are granted 30 days to 
correct any alleged deficiencies stated in the notification.) 
 
   x.PENALTIES
A.WillfulBreachoftheAgreementbytheEMPLOYER,failuretosubmitthecontract
compliancereports,deliberatesubmissionoffalsifieddatamayresultinDOESimposinga
fineof5%ofthetotalamountofthedirectandindirectlaborcostsoftheProject,inaddition
tootherpenaltiesprovidedbylaw.Failuretomeettherequiredhiringrequirementsorfailure
toreceivegoodfaithwaivermayresultintheDepartmentofEmploymentServices
imposingapenaltyequalto1/8of1%ofthetotalamountofthedirectandindirectlabor
costsoftheProjectforeachpercentagebywhichthebeneficiaryfailstomeetthehiring
requirements.
B.EMPLOYERSwhohavebeenfoundinviolation2timesormoreovera10yearperiodmay
bedebarredand/ordeemedineligibleforconsiderationforProjectsforaperiodofSyears.
C.Within90daysofaDeterminationofaPenalty,theBeneficiaryorEmployermayappealthe
violationsorfinesbyfilingacomplaintwiththeContractAppealsBoardinaccordancewith
D.C.Code§2-360.03and§2-360.04,
TherebycertifythatIhavetheauthoritytobindtheEMPLOYERtothisAgreementfromthestartofwork
ontheProject,throughoutthedurationoftheProject,andagreetoalltermsandconditionsherein.
By:
GabeOliver	n/>4 [2024
EMPLOYERSeniorOfficial(Print) Da
 
 
EMPLOYERSeniorOfficial(Signature)
GCS,Inc.DBAGCS-SIGAL
NameofCompany
11403rdStNE,Ste320
Washington,DC20002
Address	Ss—S
202.944.6600
Telephone
goliver@gcs-sigal.com
Emil
 
‘SignatureDepartmentofEmploymentServices Date
Page11of11FistSourceEmploymentAgreement,RevisedFebrary15,2018  *** 	*** 
GOVERNMENT OF THE DISTRICT OF COLUMBIA 
REVISED EMPLOYMENT PLAN 
I. REVISED FIRST SOURCE EMPLOYMENT PIAN
GOVERNMENT-ASSISTEDPROJ ECT/CONTRACT INFORMATION 
DISTRICT CONTRACTING AGENCY: 
_
De
_
pa
_
rtm
_
en
_
t o
_
l 
G_
en
_
e,a
_
l 
s_
erv
_
ice
_
s 
_____	___ __ _ 
CONTRACTING OFFICER:i 
TELEPHONE NUMBER: 
--------------------- 
__________________ 	_ 
TOTAL CONTRACT AMOUNT: $15
,
ao1.253 	--------------------
EMPLOYER CONTRACT AMOUNT: $15
,
801
,
2
53 ------------------
PROJECT NAME: Stead Park Recreation Center 
-------------------------
PROJECT ADDRESS: 162
5
PSlreel
NW -------- ----------------
CITY: Washington 
STATE:�ZIP CODE: _
20
_
0
3_
6 
_____	____ 	_ 
PROJECT D ESCRJPTJ QN QF WORK: 
Modernization of !he Stead Park Recreation Center lo include renova1ing the existing carriage house building, 
providing a new addition, replacing the existing playground
, 
and renovating the spray park. 
PROJECT START DATE:_Au_gu_st_
9
·_
2
0
2
_
2 
___ _ PROJECT END DATE: _oc
_
io_be,
_
4._
20
_
24 
___ 
_ 
EMPLOYER START DATE: August9•2
0
22 	EMPLOYER END DATE: Oclober4,2024 	-------
EMPLOYER INFORMATION 
EMPLOYER NAME: _Gc_s_, r
n
_
c
d_
ba
_Gc_s_-s,_G
A
_L _ ___ ________	_____
_ 
_ 
COMPANY NAME: _a_cs_-s,_a
A
_L ____	_____________	____ 	_ 
EMPLOYER ADDRESS: _,,_
40
_3
rd
_s_
t 
N_E s_
te
_3
2
_0 
_______	______	____ _ 
CITY: Washington 	STATE: 
D.C. 	ZIP CODE: 
20002 ------
TELEPHONE NUMBER: (
2
0
2
> 
944
-
550
° FEDERAL IDENTIFICATION NO.: 5
2
-
1
4
88921 
-----
CONTACT PERSON: 
G
abeOlkiver ------------------------
TITLE: Partner and Senior Vice President 
E-MAJL: goliver@gcs-sigal.com 
TELEPHONE NUMBER: 
_
20
_
2.9
_4
4 
_
_ 66
_
00 
_
_ 
_ 
EMPLOYER D ESCRJPTI ON OF WORK: Construction Manager at Risk (CMAR) services lorthe renovation ol Stead Park Recreation Center. 
ARE YOU A SUBCONTRACTOR YES 0 NO [i] 
IF YES, NAME OF PRIME CONTRACTOR: _______________ 	_ 
PRIME CO NTRACTOR WILL MEET HOURS WORKED PERCENTAGES REQUIREMENTS 
FOR ENTIRE PROJECT □ OR PER EACH SUBCONTRACTOR [.i 
11.EMPLOYMENT HOURS TO BE WORKED PROJECTIONS
A 
JO 
t 
GCS-SIGAL is the Construction Manager at Risk (CMAR) for this project. We 
s
will not have hourly/classifiable staff assigned to this project. We will staff this 
project using existing employees. 
Pr"""'"---------------------------------··	e 
project or contract and the total number of journey worker hours, by trade, to be worked by 
District residents. 
This page to be completed by Employer 
Employer Initials Obaidullah Ranjbar 202-359-3362     +
*
+
GOVERNMENTOFTHEDISTRICTOFCOLUMBIA
*
*
REVISEDEMPLOYMENT PLAN
 
Journey
ProjectionofTotalNumberof Trade
WorkerHours
ProjectionofTotalNumberofJourney
WorkerHoursbyDCResidents
(FirstSourceLawrequires20%)
 
 
 
   
APPRENTICE
Provideaprojectionofthetotalnumberofapprenticeh
projectorcontractandthetotalnumberofapprenticehours,bytrade,tobeworkedbyDistrict
residents.
jours,bytrade,tobeworkedonthe
 
Apprenti
ProjectionofTotalNumberof Trade
iceHours
ProjectionofTotalNumberof
ApprenticeHoursbyDCResidents
(FirstSourceLawrequires60%)
 
      
SKILLEDWORKER
Provideaprojectionofthetotalnumberofskilledlaborerhours,bytrade,tobeworkedonthe
projectorcontractandthetotalnumberofskilledlaborerhours,bytrade,tobeworkedby
Districtresidents.
 
ProjectionofTotalNumberof
SkilledLaborHours
‘Trade ProjectionofTotalNumberof
SkilledLaborHoursbyDC
Residents
(FirstSourceLawrequires51%)
 
 
 
COMMONLABORER
Provideaprojectionofthetotalnumberofcommonlaborerhourstobeworkedontheproject
orcontractandthetotalnumberofcommonlaborerhourstobeworkedbyDistrictresidents.
 
ProjectionofTotalNumberof
CommonLaborerHours
‘Trade ProjectionofTotalNumberofCommon
LaborerHoursbyDCResidents
(FirstSourceLawrequires70%)
Il:
 
      
 
 
ThispagetobecompletedbyEmployer bee
 
      
poo	GOVERNMENTOFTHEDISTRICTOFCOLUMBIA
REVISEDEMPLOYMENT PLAN
B.EMPLOYMENTHIRINGPROJECTIONS
ALLEMPLOYERS:
PleaseindicateALLnewposition(s)youwillcreateasaresultoftheproject.IfyouWILLNOT
becreatinganynewemploymentopportunities,pleasecompletetheattachedjustification
sheetwithanexplanation.Attachadditionalsheetsasneeded.
 
 
 
 
  
 
 
 
 
 
 
 
 
JOBTITLE #OFJOBS|SALARY UNIONMEMBERSHIP	PROJECTE
F/T_P/T_|RANGE REQUIREDNAMELOCAL# DHIRE
A
B GCS-SIGALwillnotbecreatingnewpositionsforthiscontract.
ic
D
iE
iF
IG
H
I
K
    
 
 
      
 
 
ThispagetobecompletedbyEmployer bet
EmployerInitials
 
    +
*
+
GOVERNMENTOFTHEDISTRICTOFCOLUMBIA
REVISEDEMPLOYMENT PLAN
C.JUSTIFICATIONSHEET:PleaseprovideadetailedexplanationofwhytheEmployerwillnot
haveanynewhiresontheproject.
GCS-SIGAListheConstructionManageratRisk(CMAR)forthisproject.Wewillnothave
hourly/classifiablestaffassignedtothisproject.Wewillstaffthisprojectusingexisting
employees.
ga— ThispagetobecompletedbyEmployer
 
EmployerInitials
 
    * +
*
*
*
GOVERNMENTOFTHEDISTRICTOFCOLUMBIA
REVISEDEMPLOYMENT PLAN
D.EMPLOYMENTPROJECTIONS.
Provideatimetableoutliningthetotalhoursworkedbytradeoverthelifeoftheprojector
contractandanassociatedhiringschedule.
 
N/A-NonewpositionstobecreatedfortheCMAR
  
 
Providedescriptionsoftheskillrequirementsbyjobtitleorposition,includingindustry-
recognizedcertificationsrequiredforthedifferentpositions.
 
N/A-NonewpositionstobecreatedfortheCMAR.
  
 
ProvideastrategytofillthehoursrequiredtobeworkedbyDistrictresidents,includinga
componentoncommunicatingtheserequirementstocontractorsandsubcontractorsanda
componentonpotentialcommunityoutreachpartnershipswiththeUniversityoftheDistrict
ofColumbia,theUniversityoftheDistrictofColumbiaCommunityCollege,theDepartment
ofEmploymentServices,JointlyFundedApprenticeshipPrograms,theDistrictofColumbia
WorkforceIntermediary,orothergovernment-approved,community-basedjobtraining
providers.
 
N/A-NonewpositionstobecreatedfortheCMAR
  
 
 
ThispagetobecompletedbyEmployer pe —i
Employerh
  
 
    *
*
+
*
REVISEDEMPLOYMENT PLAN
D.EMPLOYMENTPROJECTIONS(Continued)
Ww
vi
vil.
**
GOVERNMENTOFTHEDISTRICTOFCOLUMBIA ae
Aremediationstrategytoameliorateanyproblemsassociatedwithmeetingtheseworked
hourspercentagerequirements,includinganyproblemsencounteredwithcontractorsand
subcontractors.
 
N/A-NonewpositionstobecreatedfortheCMAR
 
Thedesignationofaseniorofficialfromthegeneralcontractorwhowillberesponsi
implementingthehoursworkedpercentagesandreportingrequirements.
iblefor
 
DanWaldo,PartnerandSVPatGCS-SIGAL,willbethedesignatedperson.
 
residentsworkingontheprojectorcontract.
ProvidedescriptionsofthehealthandretirementbenefitsthatwillbeprovidedtoDistrict
 
GCS-SIGALoffersfullhealth,dental,STD,LTD,401(k),familyleave,and
otherbenefitstoallemployees. 
 
ProvideastrategytoensurethatDistrictresidentswhoworkontheprojectorcontract
receiveongoingemploymentandtrainingopportunitiesaftertheycompleteworkonthejob
forwhichtheywereinitiallyhiredandareviewofpastpracticesincontinuingtoemploy
Districtresidentsfromoneprojectorcontracttothenext.
 
N/A-NonewpositionstobecreatedfortheCMAR
  
 
 	hee
ThispagetobecompletedbyEmployer
 
EmployerInitials
 
    *
*
D.
vill.
IK.
*
*
*
+
GOVERNMENTOFTHEDISTRICTOFCOLUMBIA
REVISEDEMPLOYMENT PLAN
EMPLOYMENTPROJECTIONS(continued)
ProvideastrategytohiregraduatesofDistrictofColumbiaPublicSchools,Districtof
ColumbiaPublicCharterSchools,community-basedjobtrainingproviders,andhard-to-
employresidents.
 
N/A-NonewpositionstobecreatedfortheCMAR
  
 
PleasedisclosepastcompliancewiththeFirstSourceEmploymentAgreementActof1984or
theWorkforceIntermediaryEstablishmentandReformofFirstSourceAmendmentActof
2011andtheDavis-BaconAct,whereapplicable,andthebidderorofferor'sgeneralDistrict-
residenthiringpracticesonprojectsorcontractscompletedwithinthelasttwo(2)years.
 
GCS-SIGALhasastrongtrackrecordofmeetingtherequirementsofthe
FirstSourceactonourDGSprojects.
  
 
PleasenotethatEMPLOYERSonconstructionprojectsmustsubmitweeklycertifiedpayrolls
fromallsubcontractorsatanytierworkingontheprojectorcontract,aswellasmakesuch
payrollandpersonnelrecordsavailableuponrequestatjobsitestothecontractingDistrictof
Columbiaagency.
 
‘Acknowledged.
  
 
 
ThispagetobecompletedbyEmployer eeren
EmployerInitials
  
    xk
GOVERNMENTOFTHEDISTRICTOFCOLUMBIA ieee
xkk
=F
REVISEDEMPLOYMENT PLAN
Onceapproved,thisrevisedemploymentplanshallnotbeamendedexceptwiththeapprovalofDepartment
ofEmploymentServices.
B
ithe	OM]wy
EMPLOYERSeniorOfficial(Print) Dat
EMPLO™Zon	-
GCS,Inc.GCS-SIGAL
NameofCompany
11403rdStNE,Ste320
Washington,DCDC20002
Address	OO
202.944.6600
Telephone
goliver@gcs-sit
Email
  
SignatureDepartmentofEmploymentServicesDate  1101 4
th 
Street, SW
Washington, DC 20024
Date of Notice:April 3, 2024	L0011586783Notice Number:
FEIN: **-***8921
Case ID: 2542283
 
Government of the District of Columbia
Office of the Chief Financial Officer
Office of Tax and Revenue 
GCS INC
1140 3RD ST NE STE 320
WASHINGTON DC  20002-7899
  
Branch Chief, Collection and Enforcement Administration
Authorized By Melinda Jenkins
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.
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 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
1101 4th Street SW, Suite W270, Washington, DC 20024/Phone: (202) 724-5045/MyTax.DC.gov
   INCREASEPENALTYRIDER
 
BONDAMOUNT$15,301,683.00BONDNO.0682881
TobeattachedandformapartofBondNo.0682881datedthe22ndDayofJuly,
2021,executedbyHarcoNationalInsuranceCompanyassurety,onbehalfofGCS,
Inc.dbaGCS-SIGALascurrentprincipalofrecord,andinfavorofDistrictof
ColumbiaGovernment,asObligeeforContractNo.DCAM-20-C:1021
ConstructionManagementAt-RiskServicesforSteadParkRecreationCenter,andin
theamountofFifteenMillionThreeHundredOneThousandSixHundredEighty
ThreeDollarsand00/100($15,301,683.00).
 
 
  
Inconsiderationoftheagreedpremiumchargedforthisbond,itisunderstoodand
agreedthatHarcoNationalInsuranceCompanyherebyconsentsthateffectivefrom
the18thDayofMarch,2024,saidbondshallbeamendedasfollows:
THEBONDPENALTYSHALLBEINCREASED:
FROM:FifteenMillionThreeHundredOneThousandSixHundredEightyThree
Dollarsand00/100($15,301,683.00)
TO:FifteenMillionEightHundredOneThousandTwoHundredFiftyThreeDollars
and00/100($15,801,253.00)
TheINCREASEofsaidbondpenaltyshallbeeffectiveasofthe18thDayofMarch,
2024,anddoesherebyagreethatthecontinuityofprotectionundersaidbond
subjecttochangesinpenaltyshallnotbeimpairedhereby,providedthatthe
aggregateliabilityoftheabovementionedbondshallnotexceedtheamountof
liabilityassumedbyitatthetimetheactand/oractsofdefaultwerecommitted
andinnoeventshallsuchliabilitybecumulative.
Signed,sealedanddatedthis18thDayofMarch,2024
   
 
S,Inc.dbaGCS-SIGAL
PRINCIPAL
YBorlVEN
iti InsuranceCompany
SURETY
ny =a
'M.Coen,ATTORNEY-IN-FACT
‘THEABOVEBONDISHEREBYAGREEDTOANDACCEPTEDBY:
DistrictofColumbiaGovernment
OBLIGEE
 
 
   
LE   POWEROFATTORNEY
HARCONATIONALINSURANCECOMPANY
INTERNATIONALFIDELITYINSURANCECOMPANY
‘MembercompaniesofIATInsuranceGroup,Headquartered:4200SixForksRd,Suite1400,Raleigh,NC27609
Bond osazea1
Principal_GCS,Inc.dbaGCS-SIGAL
Obiigee_DistrictofColumbiaGovernment
KNOWALLMENBYTHESEPRESENTS:ThatHARCONATIONALINSURANCECOMPANY,acorporationorganizedandexistingunderthelawsof
theStateofilinois,andINTERNATIONALFIDELITYINSURANCECOMPANY.acorporationorganizedandexistingunderthelawsoftheStateofNew
Jersey,andhavingtheirprncipalofficeslocatedrespectivelyinthecitesofRolingMeadows,tina'sandNewark,NewJersey,doherebyconstituteand
‘appoint
KathleenM.Coon
{heirtrueandlawfulatlomey(s)-in-facttoexecute,sealanddeliverforandonitsbehalfassurety,anyandallbondsandundertakings,contractsof
indemnityandotherwritingsobligatoryinthenaturethereof,whicharoormaybeallowed,requiredorpermittedbylaw,statute,ule,raguation,contract
fFotherwise,andtheexecutionofsuchinstrument(s)inpursuanceofthesepresents,shallbeasbindinguponthesaidHARCONATIONAL,
INSURANCECOMPANYandINTERNATIONALFIDELITYINSURANCECOMPANY,asfullyandamply,toallnlentsandpurposes,asthesamehad
‘beendulyexecutedandacknowledgedbytheirregularlyelectedofficersattheirprincipaloffices.
‘ThisPowerofAltomeyisexecuted,andmayberevoked,pursuanttoandbyauthontyoftheBy-LawsofHARCONATIONALINSURANCECOMPANY
‘andINTERNATIONALFIDELITYINSURANCECOMPANYandisgrantedunderandbyauthontyofthefolowingresolutionadoptedbytheBoardof
DirectorsofINTERNATIONALFIDELITYINSURANCECOMPANYalameetingdulyheldonthe13thdayofDecember,2018andbytheBoardof
DwrectorsofHARCONATIONALINSURANCECOMPANYalameetingheldonthet3thdayofDecember,2018.
“RESOLVED,that(1)theChiefExecutiveOficar,President,ExecutiveVicePresident,SeniorVicePresident,VicePresident,orSecretaryofthe
Corporationshallhavethepowertoappoint,andtorevoketheappointmentsof,Altomeys-in-FactoragentswithpowerandauthorityasdefinedoFlited
Intheirrespectivepowersofattomey,andtoexecuteonbehalfoftheCorporationandaffixtheCorporation'ssealthereto,bonds,undertakings,
‘ocognizances,contractsofindemnityandothrwrittenobligationsinthenaturethereoforrelatedthereto;and(2)anysuchOfficersoftheCorporation
‘mayappointandrevoketheappointmentsofjoint-controtcustodians,agentsforacceptanceofprocess,andAltomeys-in-lactwithauthontytoexecute
waiversandconsentsonbehalloftheCorporation,and(3)thesignatureofanysuchOtficeroftheCorporationandtheCorporation'ssealmaybeaffixed
byfacsimiletoanypowerofattomeyoFcatificationgivenfortheexecutionofanybond,undertaking,recognizance,contractofindemnityorotherwriten
‘obligationinthenaturethereoforrelatedthereto,suchsignatureandsealswhensousedwhetherheretoloreorhereatter,beingherebyadoptedbythe
CorporationastheonginalsignatureofsuchofficerandtheonginalsealoftheCorporation,tobevalidandbindingupontheCorporationwaththesame
forceandeffectasthoughmanuallyaffixed."
INWITNESSWHEREOF,HARCONATIONALINSURANCECOMPANYandINTERNATIONAL
FIDELITYINSURANCECOMPANYhaveeachexecutedandattestedthesepresents,
fonthis31stdayofDecember,2023,
‘STATEOFNEWJERSEY	‘STATEOFILLINOIS
CountyofEssex	‘CountyofCook
WichaelF.Zurcher
ExecutiveVicePresident,HarcoNationalInsuranceCompany
‘andIntemationalFidelityInsuranceCompany 
Onthis31stdayofDecember,2023_,beforemocametheindividualwhoexecutedtheprecedinginstrument,tomepersonallyknown,and,
beingbymedulysworn,saidhe'SthethereindescribedandauthorizedofficerofHARCONATIONALINSURANCECOMPANYand
INTERNATIONALFIDELITYINSURANCECOMPANY;thatthosealsaffxedtosaidinstrumentaretheCorporateSealsofsaidCompanies;thatthe
‘saidCorporateSealsandhissignatureweredulyaffixedbyorderoftheBoardsofDirectorsofsaidCompanies,
oyCo INTESTIMONYWHEREOF,|havehereuntosotmyhandaffixedmyOfficialSeal,attheCityofNewark,
NewJerseythedayandyearfirstabovewriten,
HE
CatiryCruzaNolaryPublicofNewJersey
‘MyCommissionExpiresApril16,2029
CERTIFICATION
|,theundersignedofficerofHARCONATIONALINSURANCECOMPANYandINTERNATIONALFIDELITYINSURANCECOMPANYdoherebycertify
tat|RavecomparedtheforegoingcopyofthePowerofAttorneyandalidavil,andthecopyoftheSactionsoftheBy-LawsofsaidCompaniosassot
{orthinsaidPowerofAttomey,withtheoriginalsonfilointhehomeofficeofsaidcompanies,andthatthesamearecorrecttranscriptsthereof,andofthe
wholeofthesaidonginals,andthatthesexdPovierofAllomeyhasnotbeenrevokedandisnowinfullforceandeffect
(hudba
 
INTESTIMONYWHEREOF,|havehoreuntosetmyhandthis18thdayofMarch,2024