MURIEL BOWSER
MAYOR
June 30, 2023
The Honorable Phil Mendelson
Chairman
Council of the District of Columbia
John A. Wilson Building
1350 Pennsylvania Avenue, NW, Suite 504
Washington, DC 20004
Dear Chairman Mendelson:
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 No. DCAM-22-AE-RFP-0002 with DLR Group of DC, P.C. in the amount of
$1,995,201 (including an existing letter contract amount of $990,000).
Under the proposed contract, DLR Group of DC, P.C. will provide a full range of architectural and
engineering services for the modernization of the Jelleff Community Center, which is an
approximately 18,861 square foot facility comprised of classrooms, a gym, locker rooms,
offices, and mechanical space. The substantial completion date for the project is November 7, 2024.
If you have any questions regarding this contract, please contact Delano Hunter, Acting
Director, Department of General Services (“DGS”), or George G. Lewis, DGS’s Chief of
Contracts and Procurement, at (202) 727-2800.
I look forward to the Council’s favorable consideration of this contract.
Sincerely,
Muriel Bowser
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), the following Contract summary is provided:
COUNCIL CONTRACT SUMMARY
Letter Contract
Proposed Contract for Architectural and Engineering Services for Jelleff Community Center
(A) Contract Number: DCAM-22-AE-RFP-0002 (the “Contract”)
Proposed Contractor: DLR Group of D.C., P.C. (the “Contractor”)
Letter Contract: $990,000.00
Aggregate Amount of Letter
Contract and Proposed Contract: $1,995,201.00
Total Proposed Contract Amount: $1,995,201.00
Unit and Method of Compensation: Progress payments on a monthly basis
Term of Contract: From September 6, 2022, the date of execution of
the Letter Contract. Title 1 services shall be
completed by 360 days from NTP or the date of
execution of this Contract. The Title II services shall
continue until the construction project achieves
Substantial Completion by the CMAR. The Project
must be substantially complete by November 7, 2024
(“Substantial Completion Date”).
Type of Contract: Firm Fixed Price
Source Selection Method: Competitive Request for Proposals (“RFP”)
(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.
1
(C) The date on which the letter contract or emergency contract was executed:
A letter contract with the Contractor was executed by the Department of General Services (the
“Department”) on September 6, 2022 (the “Letter Contract”).
(D) The number of times the letter contract or emergency contract has been extended:
Modification No. 1 to the Letter Contract, executed on December 14, 2022, extended the duration
of the Letter Contract to March 31, 2023.
Modification No. 2 to the Letter Contract, executed on March 24, 2023, extended the duration of
the Letter Contract from March 31, 2023 to June 30, 2023.
Modification No. 3 to the Letter Contract, executed on June 19, 2023, extended the duration of the
Letter Contract from June 30, 2023 to August 31, 2023.
(E) The value of the goods and services provided to date under the letter contract or emergency
contract, including under each extension of the letter contract or emergency contract:
The total value of the services provided to date under the Letter Contract is $990,000.00, which
represents the not-to-exceed (“NTE”) amount established by the Letter Contract.
(F) The goods or services to be provided, the methods of delivering goods or services, and any
significant program changes reflected in the proposed contract:
The Contractor shall provide a full range of architectural and engineering services for the
modernization of the Jelleff Community Center, which is an approximately 18,861 sf facility
comprised of classrooms, a gym, locker rooms, offices, and mechanical space. The facility was
constructed in the early 1950s and is named after Frank Jelleff, a man who presided as President
of the Boys and Girls Club of Greater Washington, DC for many years. Today, Jelleff is used by
the Boys and Girls Club of Washington, and they host a robust range of activities from day-care
for small children to teens and young adult activities. The bulk of the indoor activities today take
place in the lower level below the gym and in the gym on the upper level. The Project construction
must achieve substantial completion by November 7, 2024.
The Contract contains a lump sum price of $1,995,201.00. As the proposed amount of the Contract
exceeds $1 million, Council approval is required for this contract action.
(G) The selection process, including the number of offerors, the evaluation criteria, and the
evaluation results, including price, technical or quality, and past performance components:
On April 6, 2022, the Department posted this Request for Proposals ("RFP") No. DCAM-22-AE-
RFP-0002 - Architectural & Engineering Services for Jelleff Community Center to engage a design
firm to serve as the Architect/Engineer (the “A/E”) to provide a full range of architectural and
2
engineering services for the modernization of the Jelleff Community Center (the “Project”),
located at 3265 S Street, NW, Washington DC 20007 on the Department’s website.
Two (2) addenda were issued.
Addendum No. 1 – Issued on May 4, 2022:
- Extended the Proposals’ due date to May 20, 2022, at 2:00 P.M.
Addendum No. 2 – Issued on May 6, 2022:
- Issued the questions and answers sheet.
- Issued lists of pre-proposal and site visit attendees.
- Rectified a typo in the title of addendum no. 1.
- Updated Attachment K of the RFP.
- Updated Section D of the RFP.
On the Proposals’ due date, May 20, 2022, nine (9) firms (collectively, the "Offerors" and each
individually, an "Offeror") submitted Proposals in a timely manner.
Proposals Evaluations Process:
Proposals were examined to determine whether or not they met all the requirements of the RFP.
Proposals were then scored on a scale of zero (0) to one hundred twelve (112) points. The (112)
points include (80) points for the technical criteria, (20) points for pricing and up to (12) points
based on the Offeror’s status as a CBE.
Technical Evaluation Process:
The Proposals were evaluated by a Technical Evaluation Panel (TEP or Panel) in accordance with
the following evaluation criteria:
a) Past Performance on contracts with the District, other governmental entities, and private
industry in terms of cost control, quality of work, and compliance with performance
schedules – A/E and sub-consultants (20 Points)
b) Professional qualifications necessary for satisfactory performance of the required A/E
services (20 Points)
c) Specialized Experience and Technical Competence in the type of work required under
this RFP– A/E and its sub-consultants Key Personnel (30 Points)
d) Capacity to accomplish the work in the required time – A/E and its subconsultants Key
Personnel (10 Points)
e) Acceptability of Design Approach and Management Plan (20 points)
f) CBE Preference (12 points)
The technical evaluation began through a “kick-off meeting”, where the Contracting Officer
provided instructions on the technical evaluation process and best practices to the Panel.
Accordingly, before granting access to the received proposals, the Panel members were required
to sign and submit the Confidentiality Agreement, Disclosure Form, and Standard of Conduct
3
Forms. In addition, the Panel was instructed to fill the individual scoring sheets upon completion
of their individual review and submit them to the C&P before the consensus meeting is held.
The Panel members comprehensively reviewed and completed an independent evaluation of all
the Proposals. In doing so, they rated each Offeror with respect to specific sub-factors in the
technical factor categories by assigning one of the six (6) ratings for each sub-factor based on their
assessment of the information provided in the proposals.
Based on the Contracting Officer’s individual evaluation and CBE preference points, the highest
ranked three Offerors were invited to present their technical proposals. The three Offerors
presented their proposals on August 1, 2022. At the conclusion of each presentation, the
evaluation panel members requested clarifications on the presentation and the technical
proposals. The evaluation panel ensured to fully understand the concepts and approach presented
in the Offerors’ submissions and presentation. Each Offeror’s presentation team responded to
these clarifications and emphasized how their approaches were addressing the needs of the
Project.
Total Technical Points after Presentations:
Upon conclusion of the discussions, the Panel reviewed their scoring but did not make any
changes. Therefore, there were no changes in the originally assigned scores and rankings.
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 (as explained below). The Contractor was the
highest-scoring Offeror; thus, the Contracting Officer awarded the Contract to the Contractor.
Negotiation and Determination of Fair and Reasonable Price:
Per Section D.5 of the RFP, the Contracting Officer initiated price negotiation with the highest
ranked offeror, the DLR Group of D.C., P.C. The Offeror proposed a design fee of $2,259,472,
which was the highest among the nine received proposals.
Accordingly, the DLR Group of D.C., P.C. was requested to submit a Best and Final Offer
(“BAFO”) and reduce their price to a reasonable range. DLR Group of D.C., P.C. submitted its
BAFO on August 8, 2022, reducing its total design fee to $1,995,201, a reduction of $264,271.
DLR Group of D.C., P.C.’s BAFO Design Fee aligned with the rest of the Offeror’s prices, which
on average was $1,823,939.33.
The Contracting Officer examined the BAFO fee proposal submitted by DLR Group of D.C., P.C.
and determined that the overall proposed price in the amount of $1,995,201 is within the market
range. Accordingly, the Offeror’s price is fair and reasonable.
4
Contract Award:
On September 6, 2022, the Department awarded Letter Contract No. DCAM-22-AE-RFP-0002 to
the Contractor as such award was determined to be most advantageous to the District.
(H) A description of any bid protest related to the award of the contract, including whether the
protest was resolved through litigation, withdrawal of the protest by the protestor, or
voluntary corrective action by the District. Include the identity of the protestor, the grounds
alleged in the protest, and any deficiencies identified by the District as a result of the protest:
The award of the Contract was not protested.
(I) The background and qualifications of the proposed contractor, including its organization,
financial stability, personnel, and performance on past or current government or private
sector contracts with requirements similar to those of the proposed contract:
The Contractor is a certified Small Business Enterprise (“SBE”), Washington, DC based firm and
has performed satisfactorily on previous projects with the District. The Contractor provides
complete professional architectural services and is dedicated to pursuing design excellence across
a range of project types and scales. 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.
(J) A summary of the subcontracting plan required under section 2346 of the Small, Local, and
Disadvantaged Business Enterprise Development and Assistance Act of 2005, as amended,
D.C. Official Code § 2-218.01 et seq. (“Act”), including a certification that the subcontracting
plan meets the minimum requirements of the Act and the dollar volume of the portion of the
contract to be subcontracted, expressed both in total dollars and as a percentage of the total
contract amount:
The Contractor’s subcontracting plan meets the minimum requirements of the Act as follows:
Contract Dollar Value $1,995,201.00
Contractor Self-Performing Amount $1,464,542.11
Total Available for Subcontracting $530,658.89
Subcontracting Requirement % 35%
Subcontracting Plan Required Dollar Value $185,730.61
Subcontracting Plan Actual Dollar Value $296,038.00
(K) Performance standards and the expected outcome of the proposed contract:
The Contractor is required to provide the full range of architectural and engineering services
required for the Project necessary to achieve all contractual design deliverable milestones and
5
allow the general contractor to substantially complete the Project no later than November 7, 2024.
The Contractor’s performance will be monitored by DGS staff and DGS’ designated Program
Manager. Additionally, the Contractor must adhere to the terms and conditions of and the Standard
Contract Provisions for Architectural/Engineering Services Contracts.
(L) The amount and date of any expenditure of funds by the District pursuant to the contract
prior to its submission to the Council for approval:
The Letter Contract executed by the Department on September 6, 2022 provides for an initial NTE
amount of $990,000.00, which represents the total expenditure of funds authorized to date.
(M) A certification that the proposed contract is within the appropriated budget authority for
the agency for the fiscal year and is consistent with the financial plan and budget adopted in
accordance with D.C. Official Code §§ 47-392.01 and 47-392.02:
The Office of the Chief Financial Officer has certified that the proposed Contract’s amount is
consistent the Department’s budget and that adequate funds are available in the Department’s
budget in accordance with D.C. Official Code §§ 47-392.01 and 47-392.02. The applicable Fiscal
Sufficiency certification accompanies this Council Package.
(N) 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
Department’s Office of the General Counsel and the Contractor does not appear to have any current
pending legal claims against the District.
(O) A certification that Citywide Clean Hands database indicates that the proposed contractor
is current with its District taxes. If the Citywide Clean Hands Database indicates that the
proposed contractor is not current with its District taxes, either: (1) a certification that the
contractor has worked out and is current with a payment schedule approved by the District;
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.
(P) A certification from the proposed contractor that it is current with its federal taxes, or has
worked out and is current with a payment schedule approved by the federal government:
The Contractor has certified that it is current with its federal taxes.
6
(Q) The status of the proposed contractor as a certified local, small, or disadvantaged business
enterprise as defined in the Small, Local, and Disadvantaged Business Enterprise
Development and Assistance Act of 2005, as amended; D.C. Official Code § 2-218.01 et seq.:
According to the DSLBD’s website, the Contractor is a certified Local, and Resident Owned
Business Enterprise. The Contractor’s CBE Number is LZR43043092024 with an expiration date
of September 10, 2024.
(R) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
None.
(S) A statement indicating whether the proposed contractor is currently debarred from
providing services or goods to the District or federal government, the dates of the debarment,
and the reasons for debarment:
The 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.
(T) Any determination and findings issues relating to the contract’s formation, including any
determination and findings made under D.C. Official Code § 2-352.05 (privatization
contracts):
Not applicable.
(U) Where the contract, and any amendments or modifications, if executed, will be made
available online:
Contract award information is available on the Department’s website. Copies of contract
documents will be made available on the Department’s website, if approved.
(V) 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.
(W) A certification that the proposed contractor has not been determined to be in violation of
D.C. Official Code § 1-1163.34a:
N/A - this Contract was executed prior to the D.C. Official Code § 1-1163.34a effective date.
7
Government of the District