MURIEL BOWSER
MAYOR
January 21, 2021
The Honorable Phil Mendelson
Chairman
Council of the District of Columbia
John A. Wilson Building
1350 Pennsylvania Avenue, NW
Suite 504
Washington, DC 20004
Reference: District of Columbia Department of General Services
Contract for Architectural/Engineering Services for Fort Lincoln Park,
Theodore Hagans Cultural Center and New Recreation and Early Childhood
Education Center Modernization
Contract Number: DCAM-19-AE-0003
Contractor: Studios Architecture
Dear Chairman Mendelson:
Pursuant to D.C. Official Code 1-204.51(b), the Department of General Services (the
"Department") hereby submits to the Council of the District of Columbia for its passive review
and approval the attached Contract for Architectural and Engineering Services (DCAM-19-AE-
0003) (the "Contract") with Studios Architecture (the "Contractor") to provide architectural and
engineering services for Fort Lincoln Park, Theodore Hagans Cultural Center and New Recreation
and Early Childhood Education Center.
If approved, the Contract will authorize the Contractor to provide all required architectural and
engineering services required for the modernization of Fort Lincoln Park, Theodore Hagans
Cultural Center, and New Recreation and Early Childhood Education Center located at 3229 Fort
Lincoln Drive, NE; 3201 Fort Lincoln Drive, NE; and 3100 Fort Lincoln Drive, NE Washington ,
DC 20019, respectively. The Project must achieve substantial completion by September 2, 2022.
On April 13, 2020, the Department issued a Letter Contract in the amount of $961,852. The
proposed contract establishes the Lump Sum Price of $3,202,408. As the proposed amount of the
contract exceeds $1 million, Council approval is required for this action
In addition to the proposed Contract, attached are (i) a contract summary, (ii) a fiscal certification,
(iii) a legal sufficiency review and certification, and (iv) a Citywide Clean Hands certificate for the
Contractor.
If you have any questions regarding this proposed action, please feel free to contact Keith A.
Anderson, the Department' s Director, or George G. Lewis, CPPO, the Department's Chief of
Contracts and Procurement, at (202) 727-2800.
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
Letter Contract
Letter Contract and Proposed Contract for Architectural and Engineering Services for Fort
Lincoln Park, Theodore Hagans Cultural Center and New Recreation and Early Childhood
Education Center Modernization
(A) Contract Number: DCAM-19-AE-0003 (the Contract)
Proposed Contractor: Studios Architecture (the Contractor)
Letter Contract: $961,852
Aggregate Amount of Letter
Contract and Proposed Contract: $3,202,408
Total Proposed Contract Amount: $3,202,408
Unit and Method of Compensation: Progress Payments on a monthly basis.
Term of Contract: April 13, 2020, execution date of Letter Contract through
substantial completion of construction no later than
September 2, 2022
Note: The Contract must be approved by Council and
executed on or before January 20, 2021 in order to timely
complete the Project.
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.
(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 April 13, 2020 (the Letter Contract).
(D) The number of times the letter contract or emergency contract has been extended:
The Letter Contract was extended three times. Modification No. 1 to the Letter Contract, extended
the term of the Letter Contract from April 13, 2020 to November 30, 2020. Modification No. 2 to the
Letter Contract extended the term of the Letter Contract from November 30, 2020 to December 30,
2020. Modification No. 3 to the Letter Contract, extended the term of the Letter Contract from
December 30, 2020 to January 30, 2021 or the effective date of a definitive contract.
(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 goods and services provided to date under the Letter Contract is $961,852,
which represents the not-to-exceed 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 Contract would authorize the Contractor to provide a full range of architect/engineer services to
provide the design for the modernization of the Fort Lincoln Park, Theodore Hagans Cultural Center,
and the New Recreation and Early Childhood Education Center. The existing facilities are located at
3229 Fort Lincoln Drive, NE, 3201 Fort Lincoln Drive, NE, and 3100 Fort Lincoln Drive, NE,
respectively. The Fort Lincoln Park, which sits on six acres, includes exterior amenities such as five
open-air structures, which provide views of the surrounding area baseball fields, basketball courts,
tennis courts and a playground. The Theodore Hagans Cultural Center is a 6,500 square feet, single-
story recreational building which includes an exterior 25 meter pool and kiddie pool. The sites sits
north of New York Avenue and South Dakota Avenue intersection. The New Recreation and Early
Childhood Education Center will occupy the space previously occupied by Thurgood Marshall
Elementary School, which sits north of Fort Lincoln Park. The architect/engineer will be required to
design the demolition and new ground up construction of the facility to meet the Departments
programmatic requirements.
(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:
2
On September 20, 2019, the Department issued a RFP to engage a design firm to serve as the
Architect/Engineer for the Project. Six (6) addenda to the RFP were issued. Addendum No. 1,
incorporated add alternate scope for the new engine company firehouse facility. Addendum No. 2,
incorporated sign in sheets and business cards from proposal conference and site visit. Addendum
No. 3, incorporated additional business cards from the site visit. Addendum No. 4 changed the date
to submit questions to October 18, 2019 and extended the proposals due date to November 1, 2019
at 2:00pm. Addendum No. 5 provided answers to questions, and incorporated the revised Attachment
C (Form of Offer Letter) and Attachment A floor plans and restrooms as additional exhibits.
Addendum No. 6 extended the proposals due date to November 6, 2019.
On the proposals due date, November 6, 2019, seven (7) firms collectively, the Offerors and each
individually, an Offeror) submitted proposals in a timely manner.
Technical Evaluation:
The proposals were evaluated by a technical evaluation panel (Panel) in accordance with 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) Past performance on contracts
in the District of Columbia, other governmental entities, and private industry in terms of cost control,
quality of work, and compliance with performance schedules A/E and sub-consultants; (ii)
Professional qualifications necessary for satisfactory performance of the required A/E services; (iii)
Special Experience and Technical Competence in the type of work required under this RFP A/E
and its sub-consultants Key Personnel; (iv); capabilities to accomplish the work in the required time
A/E and its-consultants Key Personnel (v) Acceptability of Design Approach and Management
plan, as discussed more fully below, (vi) DSLBD Preference Points.
The Board initially met on January 8, 2020 to develop a consensus technical score. Prior to convening
for the evaluation meetings, each of the Board members individually completed an evaluation of the
proposals. In doing so, each Board member rated each Offeror with respect to specific sub-factors in
the four categories. In developing the consensus score, the Board the details of each of the proposals
in light of the evaluation factors. Following such discussions and consensus ratings of the Offerors,
the ratings were converted to numbers.
In accordance with DC Code 2-356.04, the Board conducted discussions with all of the three Offerors
on January 27, 2020 with such firms regarding the Contract and the relative utility of alternative
methods of approach for furnishing the required services. As a result of discussions, the Board re-
examined the technical ratings for each of the firms and there was no change to the number of
technical points accordingly.
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). All of the Offerors, including
the Contractor, were so certified and received points accordingly. Based on the technical rating,
3
preference points awarded, as well as capacity to timely complete the Project, the Contractor was
determined to be the most qualified offeror for the Project.
Contracting Officers Determination of Fair and Reasonable Price:
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.
Negotiation and Determination of Fair and Reasonable Price:
The Contracting Officer examined the fee/price proposal submitted by Studios Architecture and
determined that the proposal price is fair and reasonable.
Contract Award:
By award memorandum executed April 8, 2020, the Department awarded Contract No. DCAM-19-
AE-0003 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 minority-owned architectural firm that provides a full range of architectural
services and has experience and success with the alteration, restoration, and adaptive reuse of existing
buildings. The firm consists of a diverse group of design professionals with experience in completing
residential, commercial and institutional facilities. Every staff member is working on, or has worked
on, one or more LEED projects. Forty percent of the firm professionals are LEED accredited.
The Contractor has successfully provided design services for New Barry Farm Recreation Center,
Kenilworth Recreation Center Expansion & Renovation, New Southeast Tennis & Learning Center,
and Canal Park in the District. The Contractor's portfolio also includes the Maury Elementary School.
(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
4
to be subcontracted, expressed both in total dollars and as a percentage of the total contract
amount:
The Contractors subcontracting plan meets the minimum requirements of the Act as follows:
Contract Dollar Value $3,202,408
Dollar Value Subcontracted to SBEs/CBEs $1,120,842.80
(K) Performance standards and the expected outcome of the proposed contract:
Performance standards outlined in the Contract consist of strict adherence to established milestones
ensuring the timely completion of the required services will be closely monitored by Department
staff. The terms and conditions of and the Standard Contract Provisions for use with District of
Columbia Government 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 total value of the goods and services provided to date under the Letter Contract is $961,852,
which represents the not-to-exceed amount established by the Letter Contract. The Letter Contract
was executed on April 13, 2020 and was extended three times. Modification No. 1 to the Letter
Contract, extended the term of the Letter Contract from April 13, 2020 to November 30, 2020.
Modification No. 2, extended the term of the Letter Contract to December 30, 2020. Modification
No. 3, extended the term of the Letter Contract to January 30, 2021 or the effective date of a definitive
contract.
(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 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 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 proposed Contract has been deemed legally sufficient by the Office of the General Counsel, and
the Contractor does not appear to have any currently 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
5
(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.
(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 in compliance with federal tax laws. The applicable Clean Hands
certification for the Contractor accompanies this Council Package.
(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 DSLBDs website, the Contractor is a certified Local, Small, or Disadvantaged
Business Enterprise. The Contractors CBE No. is LR69301082021 with an expiration date of April
16, 2021.
(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 Procurements Excluded Parties
List and the Federal Governments Excluded Parties List.
(T) 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):
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 Departments website. Copies of Contract documents
(if approved) will be made available on the Departments website.
(V) Where the original solicitation, and any amendments or modifications, will be made available
online:
6
The original solicitation and any amendments were posted on the Departments website.
7
* Governmentofthe District ofColumbia
*
*
lm Office oftheChief Financial Officer 1101 4 Stret, SW
[mm Office of Taxand Revenue Washington, DC 20024
Date of Notice: December 7, 2020 Notice Number: 10004582926 =
STUDIOS ARCHITECTURE
1625 M STNW
WASHINGTON DC 20036-3203
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 ofEmployment
Services. Asofthe date above, the individual/entity has complied with DC Code 47-2862, therefore
this Certificate of Clean Hands is issued.
TIT