MURIEL BOWSER
MAYOR
June 24, 2022
The Honorable Phil Mendelson
Chairman
Council of the District of Columbia
John A. Wilson Building
1350 Pennsylvania Avenue, NW, Suite 504
Washington, DC 20004
Dear Chairman Mendelson:
Pursuant to section 451 of the District of Columbia Home Rule Act (D.C. Official Code 1-
204.51) and section 202 of the Procurement Practices Reform Act of 2010 (D.C. Official Code
2-352.02), enclosed for consideration and approval by the Council of the District of Columbia is
proposed contract DCAM-22-CS-SS-0006 with R. McGhee & Associates, PLLC in the amount of
$1,963,664 (including the existing letter contract amount of $999,000).
Under the proposed contract, R. McGhee & Associates, PLLC will provide architectural and
engineering services for the modernization of the Congress Heights Recreation Center, located at
611 Alabama Avenue SE, Washington, DC 20032.
I am available to discuss any questions you may have regarding the proposed contract. In order to
facilitate a response to any questions you have may have, please contact Keith A. Anderson,
Director of the Department of General Services (DGS), or George G. Lewis, DGSs Chief of
Contracts and Procurement, at (202) 727-2800.
I look forward to the Councils favorable consideration of this contract.
Sincerely,
Muriel Bowser
Enclosure
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of Contracting and Procurement
Pursuant to section 202(c) of the Procurement Practices Reform Act of 2010, as amended, D.C.
Official Code 2-352.02(c), the following contract summary is provided:
COUNCIL CONTRACT SUMMARY
(Sole Source)
(A) Contract Number: DCAM-22-CS-SS-0006 (the Contract)
Proposed Contractor: R. McGhee & Associates, PLLC (the Contractor)
Letter Contract: $999,000
Aggregate Amount of Letter
Contract and Proposed Contract: $1,963,664
Total Proposed Contract Amount: $1,963,664
Unit and Method of Compensation: Progress payments on a monthly basis
Term of Contract: March 22, 2022, date of execution of the Letter
Contract through November 11, 2024 (with a Project
substantial completion date of October 1, 2024)
Type of Contract: Firm Fixed Fee
Source Selection Method: Sole Source
(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:
If approved, the proposed Contract will authorize the Contractor to provide a full range of
architectural and engineering services necessary for the modernization of Congress Heights
1
Recreation Center (the Project). The Project must achieve substantial completion by October 1,
2024.
The Contract contains a firm fixed fee (Firm Fixed Fee) of $1,963,664. As the proposed amount of
the Contract exceeds $1 million, Council approval is required for this contract action.
(D) The date on which a competitive procurement for these goods or services was last conducted,
the date of the resulting award, and a detailed explanation of why a competitive procurement
is not feasible:
R. McGhee & Associates, PLLC was competitively awarded the Letter Contract No. DCAM-19-AE-
0008 on December 5, 2019 for architectural and engineering services for modernization of Congress
Heights Recreation Center to provide the design services for the original scope of work. At the time
of award, the Department of Parks & Recreation (DPR) had a minimum need for modernization of
Congress Heights Recreation Center. Due to community engagement and need for expansion of the
scope of work, the Project was on hold until additional work funding was approved by Council to
build a new recreation center that will include enhanced amenities such as gymnasium, kitchen,
flexible computer lounge, and multipurpose spaces. This Project will also replace the existing
playground and include additional park space improvements and pool. As the existing Letter Contract
(DCAM-19-AE-0008) due to change in requirements no longer reflects the current need of DPR;
therefore, the District is best served by issuing a sole-source Contract to R. McGhee & Associates,
PLLC to successfully complete the design services for the full scope.
The Contractor and its design team possess the institutional knowledge and expertise that is required
to successfully complete the scope of required services within the time frame required. By virtue of
the firms involvement in the Project and serving as the architect for the original scope of work and
its proposed consultants records, the team possesses unique and valuable knowledge to deliver the
Project successfully. In addition, continuity in service delivery is paramount to the success of the
Project. The introduction of a new Contractor at this juncture may jeopardize the timely completion
of the Project and may result in significant and unnecessary increases in costs. A sole source
procurement is the most advantageous method to successfully complete the scope of required services
within the time frame required.
Contract Award
On March 3, 2022, the Determination and Findings (D&F) or notice of intent to award a sole source
contract to R. McGhee & Associates, PLLC was published on the Departments website with a
deadline of March 12, 2022 at 4:00 p.m., and no alternative proposals were received. On March 22,
2022, concluded that it was most advantageous to the District to award the Letter Contract No.
DCAM-22-CS-SS-0006 to the Contractor.
(E) A description of any bid protest related to the award of the contract, including whether the
protest was resolved through litigation, withdrawal of the protest by the protestor, or voluntary
corrective action by the District. Include the identity of the protestor, the grounds alleged in
the protest, and any deficiencies identified by the District as a result of the protest:
2
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:
R. McGhee & Associates, PLLC is certified by the District of Columbia Department of Small and
Local Business Development (DSLBD) as a Small Business Enterprise (SBE). The Contractor
provides design development from concept to construction, specializing in institutional design and
consulting services nearly 20 years. The Contractor possesses the financial stability to successfully
perform the Project and has provided a staffing plan for the Project which has been reviewed and
approved by the Department. The Contractor has been determined responsible in accordance with
27 DCMR 4706.1
(G) A summary of the subcontracting plan required under section 2346 of the Small, Local, and
Disadvantaged Business Enterprise Development and Assistance Act of 2005, as amended, D.C.
Official Code 2-218.01 et seq. (Act), including a certification that the subcontracting plan
meets the minimum requirements of the Act and the dollar volume of the portion of the contract
to be subcontracted, expressed both in total dollars and as a percentage of the total contract
amount:
The Contractors subcontracting plan is as follows:
Contract Dollar Value $1,963,644
Self-Performing Amount $492,283
Total Amount Available for Subcontracting $1,471,381
Subcontracting Requirement % 35%
Subcontracting Plan Required Dollar Value $441,141.43
Subcontracting Plan Actual Dollar Value $575,684.80
(H) Performance standards and the expected outcome of the proposed contract:
The Contractor is required to provide a full range of architectural and engineering services necessary
for completion of the Project. The Project must be substantially completed by October 1, 2024. In
general, the Contractor must perform the requirements contained in the Contract and meet or exceed
the performance standards therein. The Contractors performance will be monitored by DGS staff
and DGS designated Program Manager.
(I) The amount and date of any expenditure of funds by the District pursuant to the contract prior
to its submission to the Council for approval:
The Letter Contract executed by the Department on March 22, 2022, provides for an initial NTE
amount of $999,000, which represents the total expenditure of funds authorized to date.
3
(J) A certification that the proposed contract is within the appropriated budget authority for the
agency for the fiscal year and is consistent with the financial plan and budget adopted in
accordance with D.C. Official Code 47-392.01 and 47-392.02:
The Office of the Chief Financial Officer has certified that the proposed Contracts amount is
consistent the Departments budget and that adequate funds are available in the Departments budget
in accordance with D.C. Official Code 47-392.01 and 47-392.02. The applicable Fiscal Sufficiency
certification accompanies this Council Package.
(K) A certification that the contract is legally sufficient, including whether the proposed contractor
has any pending legal claims against the District:
The Letter Contract and proposed Contract have been deemed legally sufficient by the Departments
Office of the General Counsel and the Contractor does not appear to have any current pending legal
claims against the District.
(L) A certification that Citywide Clean Hands database indicates that the proposed contractor is
current with its District taxes. If the Citywide Clean Hands Database indicates that the
proposed contractor is not current with its District taxes, either: (1) a certification that the
contractor has worked out and is current with a payment schedule approved by the District; or
(2) a certification that the contractor will be current with its District taxes after the District
recovers any outstanding debt as provided under D.C. Official Code 2-353.01(b):
The Citywide Clean Hands database indicates that the Contractor is in compliance with the
Government of the District of Columbia tax laws and regulations. The applicable Clean Hands
certification for the Contractor accompanies this Council Package.
(M) A certification from the proposed contractor that it is current with its federal taxes, or has
worked out and is current with a payment schedule approved by the federal government:
The Contractor has certified that it is current with its federal taxes.
(N) The status of the proposed contractor as a certified local, small, or disadvantaged business
enterprise as defined in the Small, Local, and Disadvantaged Business Enterprise Development
and Assistance Act of 2005, as amended, D.C. Official Code 2-218.01 et seq.:
According to the DSLBDs website, the Contractor is a certified Local, and Resident Owned Business
Enterprise. The Contractors CBE Number is LSZRE01698102024 with an expiration date of October
27, 2024.
(O) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
None.
4
(P) A statement indicating whether the proposed contractor is currently debarred from providing
services or goods to the District or federal government, the dates of the debarment, and the
reasons for debarment:
The Contractor is not debarred from providing services to the Government of the District of Columbia
or the Federal Government according to the Office of Contracts and Procurements Excluded Parties
List and the Federal Governments Excluded Parties List.
(Q) Any determination and findings issues relating to the contracts formation, including any
determination and findings made under D.C. Official Code 2-352.05 (privatization contracts):
A D&F for sole source award was published on the Departments website in accordance with D.C.
Official Code 2-354.04.
(R) Where the contract, and any amendments or modifications, if executed, will be made available
online:
Contract award information and Letter Contract are available on the Departments website. Copies
of contract documents will be made available on the Departments website, if approved.
(S) Where the original solicitation, and any amendments or modifications, will be made available
online:
The D&F for sole source award was published on the Departments website for the required period
of time prior to the award.
5
Government of the District of Columbia
Office of the Chief Financial Officer 1101 4th Street, SW
Office of Tax and Revenue Washington, DC 20024
Date of Notice: June 19, 2022 Notice Number: L0007747402
R MCGHEE AND ASSOCIATES FEIN: **-***7819
2031 FLORIDA AVE NW FL 3 Case ID: 1217720
WASHINGTON DC 20009-1200
CERTIFICATE OF CLEAN HANDS
As reported in the Clean Hands system, the above referenced individual/entity has no outstanding
CO
liability with the District of Columbia Office of Tax and Revenue or the Department of Employment
Services. As of the date above, the individual/entity has complied with DC Code 47-2862, therefore
this Certificate of Clean Hands is issued.
TITLE 47. TAXATION, LICENSING, PERMITS, ASSESSMENTS, AND FEES
CHAPTER 28 GENERAL LICENSE
SUBCHAPTER II. CLEAN HANDS BEFORE RECEIVING A LICENSE OR PERMIT
D.C. CODE 47-2862 (2006)
PY
47-2862 PROHIBITION AGAINST ISSUANCE OF LICENSE OR PERMIT
Authorized By Marc Aronin
Chief, Collection Division
To validate this certificate, please visit MyTax.DC.gov. On the MyTax DC homepage, click the
Validate a Certificate of Clean Hands hyperlink under the Clean Hands section.
1101 4th Street SW, Suite W270, Washington, DC 20024/Phone: (202) 724-5045/MyTax.DC.gov
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
Memorandum
To: Keith A. Anderson
Director
From: Antoinette Hudson Beckham
Agency Fiscal Officer
Reference: Letter Contract & Proposed Contract No. DCAM-22-CS-SS-0006
Architectural/Engineering Services for the Modernization of the Congress Heights
Recreation Center
Date: May 23, 2022
Subject: Fiscal Sufficiency Certification
In my capacity as the Agency Fiscal Officer of the Department of General Services (the
Department), I hereby certify that the Contract for Architectural/Engineering Services for the
Modernization of the Congress Heights Recreation Center (DCAM-22-CS-SS-0006) (the Contract)
between the Department and R. McGhee & Associates, PLLC (the Contractor) in the amount of
$1,963,664.00 is consistent with the Departments current budget and that adequate funds are
available in the budget for the expenditure.
Per the Department of General Services Contracts & Procurement (C&P) team, on March 22, 2022,
the Letter Contract was executed by the Department, with an initial not-to-exceed amount of
$999,000.00. Per C&P, the proposed Contract increase of $964,644.00 will establish a final firm fixed
fee of $1,963,664.00 ($999,000.00 + $964,644.00). As the proposed increase to the contract value
brings the not-to-exceed to $1 million or more, Council approval is required for this contract action.
The Department of General Services (DGS-Implementing AGY) has $1,963,664.00 in the
Department of Parks and Recreation (DPR - Owner AGY) cumulative capital budget allotment
balance. The SOAR/PASS information is below/attached:
Fiscal Sufficiency Review
Architectural/Engineering Services for the Modernization of the Congress Heights Recreation Center
Contract Number: DCAM-22-CS-SS-0006
Project Name Project AY Fund Imp. Owner RK/PO # Amount Comments
Number Detail Agency Agency
CONGRESS COM37C 12 0300 AM0 HA0 PO661560 $999,000.00 Letter
HEIGHTS Contract
MODERNIZATION
CONGRESS COM37C 12 0300 AM0 HA0 RK209895 $964,664.00 Proposed
HEIGHTS Increase
MODERNIZATION
Total $1,963,664.00
_____________________________
for AHB
Antoinette Hudson Beckham
Agency Fiscal Officer
Department of General Services
Page 2 of 2
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
OFFICE OF THE GENERAL COUNSEL
MEMORANDUM
TO: Ronan Gulstone
Director, Office of Policy and Legislative Affairs
FROM: Kristen Walp
Senior Assistant General Counsel
SUBJECT: Legal Sufficiency Certification
Letter Contract and Proposed Contract for Architectural/Engineering Services for
the Modernization of the Congress Heights Recreation Center
Contract Number: DCAM-22-CS-SS-0006
Contractor: R. McGhee & Associates, PLLC
DATE: June 21, 2022
_____________________________________________________________________________
This is to certify that this Office has reviewed the above-referenced contract award and has found
it to be legally sufficient, subject to submission of: (i) any required materials to Council for
approval; (ii) Councils approval of the same; and (iii) a Fiscal Certification issued by the
Department of General Services Agency Fis