MURIEL BOWSER
MAYOR
June 13, 2024
Honorable Phil Mendelson
Chairman
Council ofthe District ofColumbia
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 ofthe Procurement Practices Reform Act of2010 (D.C. Official Code§
2-352.02), enclosed for consideration and approval by the Council ofthe District ofColumbia is
proposed Modification No. 1 to Contract No. DCAM-21-CS-RFP-0016 with SORG and
Associates, P.C. Ifapproved, Modification No. 1 will increase the contract's not-to-exceed amount
by $3,453.745, from $1,690,000 to $5,143,745.
The underlying contract was deemed approved by Council on March 16, 2023, as CA25-0061, as
an early start agreement to provide professional design services for a new facility called the New
York Avenue Shelter.
Under proposed Modification No. 1, SORG and Associates, P.C. will provide the architectural and
engineering services required to complete the New York Avenue Shelter. The substantial
completion date for the project is June 30, 2026.
My administration is available to discuss any questions you may have regarding the proposed
contract modification. 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, ChiefofContracts and Procurement, DGS, at (202) 727-2800.
I look forward to the Council's favorable consideration ofthis contract modification.
Munel Bowser
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
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
(Standard)
Modification No. 1 to the Contract for Architectural and Engineering Services for New York
Avenue Shelter
(A) Contract Number: DCAM-21-CS-RFP-0016 (the “Contract”)
Contractor: SORG and Associates, P.C.
(the “Contractor”)
Contractor’s Principals: Suman Sorg, President
suman@sorg.design
Contract Amount: $1,690,000.00
Proposed Modification No. 1: $3,453,745.00
Proposed Total Contract
Amount (Final GMP): $5,143,745.00
Term of Contract: From September 22, 2022 (the date of execution of
the Letter Contract) through June 30, 2026
(“Substantial Completion Date”), with an
Administrative Term Date of August 31, 2027.
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 goods or services to be provided, the methods of delivering goods or services, and any
significant program changes reflected in the proposed Modification:
The Department of General Services (the “Department”) engaged SORG and Associates, P.C.
(the “Contractor”) to provide all professional services, materials, tools, supplies, and equipment
necessary to advance the design and obtain necessary permits for architectural and engineering
(“A/E”) services for the New York Avenue Shelter, located at 1201 New York Avenue NE,
Washington, DC 20002 (the “Project”). The Department and the Contractor entered into a Letter
Contract for the Project on September 22, 2022, with a not-to-exceed (“NTE”) amount of
$950,000.00. Modification No. 1 to the Letter Contract extended the end date of the Letter
Contract from December 31, 2022, to March 31, 2023.
The underlying Contract was deemed approved by Council as CA25-0061 on March 16, 2023,
and established the Contract’s lump sum price amount of $1,690,000.00. The Department now
seeks Council’s approval to execute modification No.1 to the Contract to increase the value of
the Contract by $3,453,745.00.
The proposed Modification No. 1, if approved, will increase the value of Contract by
$3,453,745.00, from $1,690,000.00 to $5,143,745.00, as well as update Contract documents,
including the Scope of Work. The proposed Modification No. 1 will provide additional services
for the following reasons:
(i) Construction Budget Increase: The need for additional services arises from the
expansion of the construction budget for the facility, which has escalated from $27
million to $54 million;
(ii) Programming Document Updates: The initial programming document from the
Department of Human Services (“DHS”), outlined a Program Total of 67,779
square feet and a Gross Square Footage Total of 94,891 square feet. This document
was originally based on services provided at the recently opened 801 East Men’s
Shelter;
(iii) Recommendations Incorporation: Following surveys conducted by the DC
Interagency Council on Homelessness's (“ICH”) Emergency Response and Shelter
Operations (“ERSO”) Committee, recommendations were developed and
integrated into a set of DHS recommendations on January 31, 2023. These
additions included a Community Dormitory, a Day Center, and other features not
initially included in the 801 East Men’s Shelter, leading to an increase in Program
Total to 108,485 square feet;
(iv) Architectural Adjustments: Despite initial plans for an 8-floor facility, DHS's
awareness of the New York Avenue NE Vision Framework project prompted a
reassessment. It was concluded that a building with 8 floors would not secure
approval. Consequently, the Architect proposed a solution comprising two
interconnected buildings: a 4-floor structure facing New York Avenue NE and a
6-floor building away from it. This proposal was accepted by DHS and DGS
following a review of the concept drawing with the DC Office of Planning; and
(v) Net-Zero Energy Requirement: The DC Government, through the Department of
Buildings, introduced a new mandate for all buildings in the District to meet the
achievable goal of achieving Net-Zero Energy (“NZE”). This requirement, not
2
included in the original Request for Proposal (“RFP”), necessitates additional
adjustments to comply with regulatory standards.
(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:
The underlying Contract was competitively bid and previously submitted to and approved by the
Council as CA25-0061 on March 16, 2023.
(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 description of any other contracts the proposed contractor is currently seeking or holds
with the District:
The Contractor currently holds below contract with the District:
- Architectural and Engineering Services for Modernization of Crummell Community Center.
(G) The background and qualifications of the 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 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.
(H) 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:
LSZXR38982052027). Notwithstanding the foregoing, the Contractor has certified that it will
subcontract a portion of the Contract amount to SBE/CBE’s that are certified by DSLBD, as
follows, as required by law:
Contract Dollar Value: $5,143,745.00
Contractor Self-Performing Amount: $3,733,330.12
3
Total Available for Subcontracting: $1,410,414.88
Subcontracting Requirement %: $35% of the total available for subcontracting
Subcontracting Plan Required Dollar Value: $493,645.21
Subcontracting Plan Actual Dollar Value: $634,423.00
(I) Performance standards and the expected outcome of the 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
allow the general contractor to substantially complete the Project no later than June 30, 2026. 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
Architectural/Engineering Services contracts.
(J) 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:
Contract No. DCAM-21-CS-RFP-0016 was deemed approved by the Council on March 16, 2023
as CA25-0061, executed by the Department on March 17, 2023, and established the lump sum
price amount of $1,690,000.00 inclusive of the initial NTE amount of $950,000.00 under the
Letter Contract.
The proposed Modification No. 1, if approved, would increase the Contract’s accumulated
amount by $3,453.745.00 from $1,690,000.00 to $5,143,745.00, and would authorize the
Contractor to proceed with the additional services needed to meet Project and regulatory
standards.
(K) A certification that the proposed modification 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 Contract’s proposed Modification
No. 1 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.
(L) A certification that the contract is legally sufficient, including whether the Contractor has
any pending legal claims against the District:
The proposed Modification No. 1 has been deemed legally sufficient by the Department’s Office
of the General Counsel, and the Contractor does not appear to have any currently pending legal
claims against the District.
(M) A certification that the Citywide Clean Hands database indicates that the Contractor is
current with its District taxes. If the Citywide Clean Hands Database indicates that the
Contractor is not current with its District taxes, either: (1) a certification that the
4
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.
(N) A certification from the 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 tax laws.
(O) The status of the Contractor as a certified local, small, or disadvantaged business enterprise
as defined in the Small, Local, and Disadvantaged Business Enterprise Development and
Assistance Act of 2005, as amended; D.C. Official Code § 2-218.01 et seq.:
According to the DSLBD’s website, the Contractor is a certified Local Business Enterprise. The
Contractor’s CBE Number is LSZXR38982052027 with an expiration date of May 8, 2027.
(P) Other aspects of the proposed modification that the Chief Procurement Officer considers
significant:
None.
(Q) A statement indicating whether the 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 & Procurement’s
Excluded Parties List and the Federal Government’s Excluded Parties List.
(R) 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):
None.
(S) Where the Contract, and any Amendments or modifications, if executed, will be made
available online:
Contract award information, Contract No. DCAM-21-CS-RFP-0016 is available on the
Department’s website. A copy of the proposed Modification No. 1 (if approved) will be made
available.
5
(T) 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.
(U) A notation identifying: (i) whether the Contractor is a covered contractor, as that term is
defined in D.C. Official Code § 1-1161.01; and (ii) to which prohibited recipients, as that
term is defined in D.C. Official Code § 1-1161.01(45D), the Contractor is prohibited from
making campaign contributions and during what prohibited period, as that term is defined
in § 1-1161.01(45C).
Based upon 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.
6
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: May 22, 2024 Notice Number: L0011872225
SORG AND ASSOCIATES P C FEIN: **-***9037
2339 MASSACHUSETTS AVE NW UNIT 1 Case ID: 6807402
WASHINGTON DC 20008-2803
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 Melinda Jenkins
Branch Chief, Collection and Enforcement Administration
To validate this certificate, please visit MyTax.DC.gov. On the MyTax DC homepage, click the
“Validate a Certificate of Clean Hands” hyperlink under the Clean Hands section.
1101 4th Street SW, Suite W270, Washington, DC 20024/Phone: (202) 724-5045/MyTax.DC.gov
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
Memorandum
To: Delano Hunter
Director
From: Antoinette Hudson - Beckham
Agency Fiscal Officer
Reference: Modification No.1 to DCAM-21-CS-RFP-0016 - Architectural and
Engineering Services for New York Avenue Shelter (“Project”)
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 Architectural and Engineering Services for New York Avenue Shelter (DCAM-
21-CS-RFP-0016) (“the Contract”) with SORG and Associates, P.C. (“the Contractor”) in the Fixed
Price amount of $5,143,745.00, is consistent with the Departmen