MURIEL BOWSER
MAYOR
June 29, 2021
The Honorable Phil Mendelson
Chairman
Councilofthe 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 the Procurement Practices Reform Act (D.C. Official Code 2-351.01 et seq.),
enclosed for consideration and approval by the Councilofthe District of Columbia is the proposed
Contract No. DCAM-20-AE-0005 (the Contract) for architectural and engineering services for
Anacostia Recreation Center at Ketcham, between the Department of General Services (DGS or
the Department) and DLR Group of DC, P.C. (the Contractor).
If approved, the proposed Contract will authorize the Contractor to provide architectural and
engineering services for Anacostia Recreation Center at Ketcham, located at 1919 15th Street SE,
Washington, DC 20020 (the Project).
The Contractor is required to providea full range of architectural and engineering services to
complete the Project. The Project must achieve substantial completion by March 31, 2023.
On September 10, 2020, the Department issued a Letter Contract in the amountof $821,593. The
proposed Contract establishes the Lump Sum Priceof$1,568,807. As the proposed amountofthe
Contract exceeds $1 million, Council approval is required for this action.
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, the Department's Chiefof Contracts
and Procurement, at (202) 727-2800.
Sincerely,
lurie| Bowser
inclosur
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
Letter Contract and Proposed Contract for Architectural and Engineering Services for Anacostia
Recreation Center at Ketcham
(A) Contract Number: DCAM-20-AE-0005 (the Contract)
Proposed Contractor: DLR Group of DC, P.C. (the Contractor)
Letter Contract: $821,593
Aggregate Amount of Letter
Contract and Proposed Contract: $1,568,807
Total Proposed Contract Amount: $1,568,807
Unit and Method of Compensation: Progress payments on a monthly basis
Term of Contract: September 10, 2020, date of execution of the Letter
Contract through Construction substantial
completion date of March 31, 2023.
Note: Council approval is requested on or before July
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.
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 10, 2020 (the Letter Contract).
(D) The number of times the letter contract or emergency contract has been extended:
The Letter Contract was extended two times. Modification No. 1 to the Letter Contract, executed
on December 31, 2020, extends the term of the Letter Contract from January 30, 2021 to June 30,
2021. Modification No. 2 to the Letter Contract, executed on June 14, 2021, extends the term of
the Letter Contract from June 30, 2021 to the earlier of July 31, 2021, or the effective date of the
proposed definitive Contract. Upon Councils approval and the Departments execution of the
definitive Contract, the letter contract shall merge with and be superseded by the 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 services provided to date under the Letter Contract is $821,593, 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 necessary for
the construction of the new Anacostia Recreation Center, located at 1919 15th Street SE,
Washington, DC 20020 (the Project). The site is located south of Ketcham Elementary School,
north of V Street SE, and in between 14th Street SE and 15th Street SE. The existing field space
is approximately 65,000 square feet and consists of a green field space for outdoor play,
community gardens, an outdoor classroom, and an outdoor stage. The outdoor space serves as a
recreation space for Ketcham Elementary School students and community members. The Project
must achieve substantial completion by March 31, 2023.
The Contract contains a lump sum price (Lump Sum Price) of $1,568,807. 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 January 15, 2020, the Department issued the RFP to engage a design firm to serve as the
Architect/Engineer for the construction of the new Anacostia Recreation Center, located at 1919
15th Street SE, Washington, DC 20020 (the Project). Six (6) addenda were issued.
Addendum No. 1- Issued on February 3, 2020:
- Provided the Offerors business cards collected during the site visit;
- Provided the Living Wage Act Fact Sheet for; and
- Deleted Section C.1.1 preferences for certified joint ventures in its entirety.
2
Addendum No. 2- Issued on February 20, 2020:
- Extended the proposals due date to February 28, 2020 at 2:00 p.m.
Addendum No. 3- Issued on February 25, 2020:
- Extended the proposals due date to March 12, 2020 at 2:00 p.m.;
- Provided the questions and answers sheet; and
- Provided the as-build drawings.
Addendum No. 4- Issued on March 10, 2020:
- Extended the proposals due date to March 19, 2020 at 2:00 p.m.
Addendum No. 5- Issued on March 13, 2020:
- Provided the form of contact (Attachment F of the RFP).
Addendum No. 6- Issued on March 18, 2020:
- Pursuant to the current District of Columbia Government, State of Emergency executive order
signed by Mayor Muriel Bowser on March 11, 2020 in response to the current SARS-CoV-2
(COVID-19) Coronavirus-19 Pandemic, required all proposals be submitted electronically;
- Provided the email address for electronic submission; and
- Extended the proposals due date to March 24, 2020 at 2:00 p.m.
On the proposals due date, March 24, 2020, 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 the
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) A/Es and sub-
consultants 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; (ii) professional qualifications necessary for satisfactory performance of the required
A/E services; (iii) the A/E and its sub-consultants specialized experience and technical
competence in the type of work required under this contract; (iv) A/E and its sub-consultants key
personnels capacity to accomplish the work in the required time; and (v) Acceptability of Design
Approach and Management Plan.
The Panel met to develop a consensus technical score. Prior to convening for the evaluation
meeting, each of the Panel members individually completed an evaluation of the proposals. In
doing so, each Panel member rated each Offeror with respect to specific subfactors in the five
categories. In developing the consensus score, the Panel discussed the details of each of the
proposals in light of the evaluation factors. Following the Panels discussions and consensus
ratings of the Offerors, the ratings were converted to numbers.
Discussions:
No discussions were conducted with the three (3) highest rated qualified Offerors.
3
Total Technical Points after Discussions:
As a result of discussions, the Evaluation Board reexamined the technical points for each Offeror.
Preference points were again applied to each Offeror. Based on this, a selection report was
delivered by the Evaluation Board to the Department's Contracting Officer whereby DLR Group
of DC, P.C., was the highest ranked Offeror and was selected as the most qualified Offeror to
perform the requested services.
Certified Business Enterprise Preference Points:
In addition to the 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). The Contractor was so certified and received
points accordingly.
Contracting Officers Independent Evaluation:
After thorough review of TEP consensus report, the consensus notes and in absence of the original
award memo, the contracting officer believes that the original award to the Contractor was made
in good faith and clear judgement based upon criteria presented in the RFP.
Negotiation and Determination of Fair and Reasonable Price:
The Contracting Officer believes that the original award to the Contractor was made in good faith
and clear judgement based upon criteria presented in the RFP, and determined that the proposed
price is fair and reasonable.
Contract Award:
On September 10, 2020, the Department awarded Contract No. DCAM-20-AE-0005 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,
founded in 1998. 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.
4
(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 Contractors subcontracting plan is as follows:
Contract Dollar Value $1,568,807.00
Subcontracting Requirement % 35%
Subcontracting Plan Required Dollar Value $549,082.45
Subcontracting Plan Actual Dollar Value $356,403.00
(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 substantially complete the Project no later than March 31,
2023. The Contractors 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 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 Letter Contract executed by the Department on September 10, 2020 provides for an initial
NTE amount of $821,593, 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 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.
(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
Departments Office of the General Counsel and the Contractor does not appear to have any current
pending legal claims against the District.
5
(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.
(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, and Resident Owned
Business Enterprise. The Contractors CBE Number is LSZR13308092021 with an expiration date
of September 21, 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:
6
Contract award information is available on the Departments website. Copies of contract
documents (if approved) will be posted on the Departments website.
(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 Departments website.
7
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: April 21, 2021 Notice Number: L0005495647
DLR GROUP OF DC PC FEIN: **-***3401
419 7TH ST NW FL 2 Case ID: 786226
WASHINGTON DC 20004-2233
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-