MURIEL BOWSER
MAYOR
May 30, 2024
Honorable Phil Mendelson
Chairman
Council of the District of Columbia
John A. Wilson Building
1350 Pennsylvania Avenue, NW, Suite 504
Washington, DC 20004
Dear Chairman Mendelson:
Pursuant to section 451 of the District of Columbia Home Rule Act (D.C. Official Code § 1-
204.51) and section 202(c) of the Procurement Practices Reform Act (D.C. Official Code § 2-
352.0l(c)), enclosed for consideration and approval by the Council of the District of Columbia is
proposed contract No. DCAM-23-CS-AE-0003 in the amount of $1,685,540.00, including the
Letter Contract amount of $950,000, with Citadel Development, LLC. The term of the contract
shall be from January 16, 2024 through May 8, 2026.
Under the proposed contract, Citadel Development, LLC will provide professional design services
for the DC Jail Select Facilities Upgrade project under its agreement with the Department of
General Services ("DGS").
My administration is available to discuss any questions you may have regarding the contract. In
order to facilitate a response to any questions you may have, please contact Delano Hunter,
Director, DGS, or have your staff contact George G. Lewis, Chief of Contracts and Procurement,
DGS, at (202) 727-2800.
I look forward to the Council's favorable consideration of this contract.
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/Engineering Services for the DC Jail – Select Facilities
Upgrade
(A) Contract Number: DCAM-23-CS-AE-0003
Proposed Contractor: Citadel Development, LLC (the “Contractor”)
Contractor’s Principals: Mohamed Fridy, Principal in Charge
mfridy@citadeldbd.com
Letter Contract: $950,000.00
Proposed Contract Increase Amount: $735,540.00
Aggregate Amount of Letter
Contract and Proposed Contract: $1,685,540.00
Term of Contract: The term of the contract shall be from January 16,
2024 through May 8, 2026 (“Substantial Completion
Date”) with an Administrative Term of July 8, 2026
Type of Contract: Firm Fixed Price
Source Selection Method: 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 Citadel Development, LLC (the “Contractor”) was executed by the
Department of General Services (the “Department” or “DGS”) on January 16, 2024 (the “Letter
Contract”).
(D) The number of times the letter contract or emergency contract has been extended:
The Letter Contract has been modified two (2) times. It was an administrative modification, no
cost time extension. Modification No. 1 extended the duration of the Letter Contract to April 30,
2024. Modification No. 1 extended the duration of the Letter Contract to May 31, 2024.
(E) The value of the goods and services provided to date under the Letter Contract or emergency
contract, including under each extension of the letter contract or emergency contract:
The total value of the services provided to date under the Letter Contract is $950,000.00, 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 professional design services for the DC Jail Select Facilities Upgrade
project (the “Project”), located at 1901 D Street, SE, Washington, DC 20003. The Contractor’s
scope of work will consist of six (6) phases: (i) Program of Requirements (“POR”); (ii) Schematic
Design; (iii) Design Development; (iv) Construction Documents and Project Specifications; (v)
Bid Phase; and (vi) Construction Administration.
(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 July 20, 2023, the Department issued a Request for Proposals ("RFP") to engage an
Architect/Engineer for Architectural/Engineering Services for the DC Jail – Select Facilities
Upgrade, located at 1901 D Street, SE, Washington, DC 20003. The RFP was posted on the
Department’s website on July 20, 2023, and a pre-proposal conference was held on July 26, 2023.
The Proposal Due Date was September 1, 2023.
There were five (5) Addenda issued to this RFP:
Addendum No. 1 was issued on July 25, 2023.
- Provided the Pre-proposal conference call details to be held on July 26, 2023 at 02:00
P.M.
Addendum No. 2 was issued on July 28, 2023.
- Attendance sheet for the Pre-proposal conference held on June 26, 2023, at 2:00 PM
- The Site Visit was revised as August 8, 2023, at 10:00 A.M
- Due Date for Questions was revised as August 10, 2023, at 4:00 P.M.
2
Addendum No. 3 was issued on August 9, 2023.
- Attendance sheet for the Pre-proposal conference held on August 8, 2023, at 10:00 A.M
Addendum No. 4 was issued on August 17, 2023.
- Proposal Due Date was revised as August 25, 2023, at 4:00 P.M
Addendum No. 5 was issued on August 25, 2023.
- Provided RFI questions and answers sheet
- Provided revised Attachment A1 of the RFP (Scope of Work)
- Provided revised Attachment A2 of the RFP (Technical Requirements And Submittal)
On the Proposals’ due date, September 1, 2023, four (4) firms (collectively, the "Offerors" and
each individually, an "Offeror") submitted Proposals in a timely manner.
Proposals Evaluations Process:
Proposals were examined to determine whether they met all the requirements of the RFP. Each
proposal was then scored on a scale of zero (0) to one hundred twelve (112) points, which
consisted of a hundred (100) points for the technical criteria and up to (12) points based on the
Offeror’s status as a CBE. It was determined that Citadel Development, LLC is responsible and
that the proposed pricing is fair and reasonable. It was further determined that the proposal offered
by Citadel Development, LLC, the highest ranked Offeror, is the most advantageous to the
District. Therefore, the Architectural/Engineering Services for the DC Jail – Select Facilities
Upgrade was awarded to Citadel Development, LLC.
Contract Award:
On December 14, 2023, the Department issued a Notice of Award 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.
3
(I) The description of any other contracts the proposed contractor is currently seeking or holds
with the District:
Description Contract number Agency
On-Call Construction, Repair & DCAM-20-CS-RFQ-0001Q DGS
Replacement (CRR) Services
Citywide On-Call HVAC Repairs,
Rentals & Installation Support
Youth Services Center Security Entrance DCAM-20-CS-RFQ-0001R DGS
Upgrades for DYRS.
Design-Builder Services for the Park DCAM-20-CS-RFQ-0001R DGS
Improvements Project at Taft
Recreation Center
MPD Fleet Management Services DCAM-20-CS-RFQ-0001R DGS
Upgrades - Roof Replacement
Renovation and Upgrade of Existing DCAM-20-CS-RFQ-0001R DGS
Offices for the State Board of
Education at Marion Barry Building
On-Call Construction Repair & DCAM-20-CS-RFQ-0001R DGS
Replacement (CRR) Services - OY3
Design-Build Services for the DCAM-20-CS-RFQ-0001R DGS
Conversion of Existing Office Space to
the Office of Zoning (DCOZ) at the
Marion Barry Building
Renovation and Upgrade of Existing DCAM-20-CS-RFQ-0001R DGS
Offices for the SBOE
CCNV Emergency Canopy Installation DCAM-20-CS-RFQ-0001R DGS
Ballou HS Enclosure DCAM-22-AE-0010 DGS
Brentwood Park Security DCAM-20-CS-RFQ-0001R DGS
(J) 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 Washington, DC based engineering firm and a Certified Business Enterprise
(“CBE”). The Contractor is a recognized provider of architectural/engineering services within the
Washington, DC area. The Contractor has performed satisfactorily based on its past performance
records.
(K) 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:
4
The Department of Small and Local Business Development (“DSLBD”) has a required
subcontracting percentage of 35%. The Contractor has provided a compliant Subcontracting
Plan containing the following:
Contract Dollar Value : $1,685,540.00
Subcontracting Requirement %: 35% of the Contract Value
Subcontracting Plan Required Dollar Value: $589,939.00
Subcontracting Plan Actual Dollar Value: $1,177,390.00
(L) Performance standards and the expected outcome of the proposed contract:
The Contractor is required to provide architectural/engineering services for the Project. The
Contractor’s performance will be monitored by DGS staff and DGS’s designated Program
Manager. Additionally, the Contractor must adhere to the terms and conditions of and the Standard
Contract Provisions for use with District of Columbia Government’s Architectural/Engineering
Services Contracts.
(M) 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 January 16, 2024, provides for an initial NTE
amount of $950,000, which represents the total expenditure of funds authorized to date.
(N) 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.
(O) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
The proposed Contract has 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.
(P) A certification that the 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):
5
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.
(Q) 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.
(R) 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.:
The Contractor is a Certified Business Enterprise (“CBE”) with the registration number
LSDZRE43739092026 expiring on September 11, 2026.
(S) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
None.
(T) 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.
(U) 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.
(V) Where the contract, and any amendments or modifications, if executed, will be made
available online:
Contract award information and any modifications will be posted on the Department’s website.
(W) Where the original solicitation, and any amendments or modifications, will be made
available online:
6
The Department’s original Request for Proposals solicitation was posted on the DGS web site and
can be accessed at DCAM-23-CS-AE-0003-Architectural/Engineering Services for the DC Jail –
Select Facilities Upgrade | dgs.
(X) (1) A certification that the proposed contractor has been determined not to be in violation of
section 334a of the Board of Ethics and Government Accountability Establishment and
Comprehensive Ethics Reform Amendment Act of 2011, D.C. Official Code § 1-1163.34a; and
(2) A certification from the proposed contractor that it currently is not and will not be in
violation of section 334a of the Board of Ethics and Government Accountability
Establishment and Comprehensive Ethics Reform Amendment Act of 2011, D.C. Official
Code § 1-1163.34a:
Based upon a certification from the Contractor, the Contractor has been determined not to be in
violation of D.C. Official Code § 1-1163.34a; and will not be in violation of D.C. Official Code §
1-1163.34a.
7
;<87=84ÿ>ÿ458ÿ 47?4ÿ>ÿ@A=B
C>>?8ÿ>ÿ458ÿ58>ÿ/? @ÿC>>?87 0010ÿ345ÿ6478849ÿ6
C>>?8ÿ>ÿDEÿFÿG8<8A8ÿ 549ÿÿ113
ÿÿ !"ÿ#$%ÿ&'&( ÿ,-.!)''##*&(+$+
1DH0Iÿ0J0ICKL02DÿII /0123ÿ4454441673
00ÿK0226MIJH21HÿHJ0ÿ60 8ÿ13ÿ876901
H6N12;DC2ÿÿÿ111859
ÿ ÿ
abcdefeagdbÿifÿajbgkÿlgkmn
H ÿ78[748Fÿÿ458ÿ@8ÿN Fÿ\48=9ÿ458ÿB<8ÿ78>878?8FÿFÿ@A=B ÿC>>?8ÿ>ÿDEÿFÿG8<8A8ÿ7ÿ458ÿ8[74=84ÿ>ÿ0=[@\=84
6878]ÿH ÿ>ÿ458ÿF48ÿB<89ÿ458ÿF78
45 ÿ874>?48ÿ>ÿ@8ÿN Fÿÿ A8F]
D1DI0ÿ3r]ÿDHsHD1C29ÿI102612;9ÿK0GL1D69ÿH66066L02D69ÿH2ÿ/006
NHKD0Gÿ7ÿ;020GHIÿI10260
6tuNHKD0Gÿ11]ÿI0H2ÿNH26ÿu0/CG0ÿG001J12;ÿHÿI10260ÿCGÿK0GL1D
]]ÿC0ÿqÿ3r579ÿv119w
qÿ3r579ÿKGCN1u1D1C2ÿH;H126Dÿ166tH20ÿC/ÿI10260ÿCGÿK0GL1D
,Q!VSÿOWÿX"PSÿYPZPU
O!PQÿRQ%ÿR""PÿPSÿTP!-PÿS-PU!P
Dÿ<@F48ÿ45 ÿ?874>?489ÿ[@8 8ÿ< 4ÿL\DE]]<]ÿCÿ458ÿL\DEÿÿ5=8[89ÿ?@?^ÿ458
_J @F48ÿÿ874>?48ÿ>ÿ@8ÿN F`ÿ5\[87@^ÿAF87ÿ458ÿ@8ÿN Fÿ8?4]
xxyxÿz{|ÿn{}~~{ÿnÿn{~ÿyÿ |{ÿmaÿyyz|~ÿyÿzyzd ma
ÿ
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
Memorandum
To: Delano Hunter
Director, Department of General Services
From: Antoinette Hudson - Beckham
Agency Fiscal Officer
Reference: Proposed Contract No. DCAM-23-CS-AE-0003, Architectural/Engineering
Services for the DC Jail – Select Facilities Upgrade
Date: March 6, 2024
Subject: Fiscal Sufficiency Review
In my capacity as the