District Of Columbia 2023-2024 Regular Session

District Of Columbia Council Bill B25-0238 Compare Versions

OldNewDifferences
1- ENROLLED ORIGINAL
2-
3-
4-
5-
6- 1
7-AN ACT
8-
9-__________
10-
11-IN THE COUNCIL OF THE DISTRICT OF COLUMBIA
12-
13-__________________
14-
15-
16-To approve, on an emergency basis, Modification Nos. 2 and 3 to Contract No. DCAM-22-AE-
17-0007 between the Department of General Services and BELL Architects, P.C. to provide
18-architectural and engineering services architectural and engineering services for DC
19-Infrastructure Academy at Spingarn High School, and to authorize payment for the
20-services received and to be received under the contract.
21-
22- BE IT ENACTED BY THE COUNCIL OF THE DISTRICT OF COLUMBIA, That this
23-act may be cited as “Contract No. DCAM-22-AE-0007 Modification Nos. 2 and 3 with BELL
24-Architects, P.C. Approval and Payment Authorization Emergency Act of 2023”.
25-
26- Sec. 2. Pursuant to section 451 of the District of Columbia Home Rule Act, approved
27-December 24, 1973 (87 Stat. 803; D.C. Official Code § 1-204.51), and notwithstanding the
28-requirements of section 202 of the Procurement Practices Reform Act of 2010, effective April 8,
29-2011 (D.C. Law 18-371; D.C. Official Code § 2-352.02), the Council approves Modification
30-Nos. 2 and 3 to Contract No. DCAM-22-AE-0007 with BELL Architects, P.C. to provide
31-architectural and engineering services for DC Infrastructure Academy at Spingarn High School
32-and authorizes payment in the not-to-exceed amount of $4,466,928 for the services received and
33-to be received under the contract.
34-
35-Sec. 3. Fiscal impact statement.
36-The Council adopts the fiscal statement of the Chief Financial Officer as the fiscal impact
37-statement required by section 4a of the General Legislative Procedures Act of 1975, approved
38-October 16, 2006 (120 Stat. 2038; D.C. Official Code § 1-301.47a).
39-
40-Sec. 4. Effective date.
41-This act shall take effect following approval by the Mayor (or in the event of veto by the
42-Mayor, action by the Council to override the veto), and shall remain in effect for no longer than
43-90 days, as provided for emergency acts of the Council of the District of Columbia in section
44-
45- ENROLLED ORIGINAL
46-
47-
48-
49-
50- 2
51-412(a) of the District of Columbia Home Rule Act, approved December 24, 1973 (87 Stat. 788;
52-D.C. Official Code § 1-204.12(a)).
53-
54-
55-
56-
57-______________________________
1+March 29, 2023
2+Dear Chairman Mendelson:
3+Sincerely,
4+If you have any questions regarding this legislation, please contact Keith A. Anderson, Director,
5+Department of General Services (“DGS”), or have your staff contact George G. Lewis, DGS’s
6+Chief of Contracts and Procurement, at (202) 727-2800.
7+The legislation will approve modifications to a contract for architectural and engineering services
8+for DC Infrastructure Academy at Spingam High School with BELL Architects, P.C. and will
9+authorize payment to BELL Architects, P.C. for services received and to be received under the
10+contract.
11+The Honorable Phil Mendelson
5812 Chairman
5913 Council of the District of Columbia
60-
61-
62-
63-
64-
65-_________________________________
14+John A. Wilson Building
15+1350 Pennsylvania Avenue, NW, Suite 504
16+Washington, DC 20004
17+MURIEL BOWSER
6618 MAYOR
67-District of Columbia
68-
69-
70-
19+Enclosed for consideration and enactment by the Council of the District of Columbia is an
20+emergency bill, the “Modification Nos. 2 and 3 to Contract No. DCAM-22-AE-0007 with BELL
21+Architects, P.C. Approval and Payment Authorization Emergency Act of 2023”, and the
22+accompanying emergency declaration resolution. A BILL
23+IN THE COUNCIL OF THE DISTRICT OF COLUMBIA
24+BE IT ENACTED BY THE COUNCIL OF THE DISTRICT OF COLUMBIA,
25+That this act may be cited as “Modification Nos. 2 and 3 to Contract No. DCAM-22-AE-25
26+0007 with BELL Architects, P.C. Approval and Payment Authorization Emergency Act of26
27+2023”.27
28+Sec. 2. Pursuant to section 451 of the District of Columbia Home Rule Act,28
29+approved December 24, 1973 (87 Stat. 803; D.C. Official Code § 1-204.51), and29
30+notwithstanding the requirements of section 202(a) of the Procurement Practices Reform30
31+Act of 2010, effective April 8, 2011 (D.C. Law 18-371; D.C. Official Code § 2-352.02(a)),31
32+the Council approves Modification Nos. 2 and 3 to Contract No. DCAM-22-AE-0007 with32
33+BELL Architects, P.C. to provide architectural and engineering services for DC33
34+34
35+1
36+2
37+3
38+4
39+5
40+6
41+7
42+8
43+9
44+10
45+11
46+12
47+13
48+14
49+15
50+16
51+17
52+18
53+19
54+20
55+21
56+22
57+23
58+24
59+To approve, on an emergency basis, Modification Nos. 2 and 3 to Contract No. DCAM-
60+22-AE-0007 with BELL Architects, P.C. to provide architectural and engineering
61+services for DC Infrastructure Academy at Spingam High School, and to authorize
62+payment for the goods and services received and to be received under the
63+modifications.
64+/Chairman Phil Mendelson
65+at the request of the Mayor
66+Infrastructure Academy at Spingarn High School and authorizes payment in the amount of $4,466,928.00 for the goods and services received and to be received under the35
67+36modifications.
68+37 Sec. 3. Fiscal impact statement.
69+The Council adopts the fiscal statement of the Chief Financial Officer as the fiscal38
70+impact statement required by section 4a of the General Legislative Procedures Act of 1975,39
71+approved October 16, 2006 (120 Stat. 2038; D.C. Official Code § 1-301.47a).40
72+Sec. 4. Effective date.41
73+This act shall take effect following approval by the Mayor (or in the event of veto42
74+by
75+ the Mayor, action by the Council to override the veto), and shall remain in effect for no43
76+longer than 90 days, as provided for emergency acts of the Council of the District of44
77+Columbia in section 412(a) of the District of Columbia Home Rule Act, approved45
78+December 24, 1973 (87 Stat. 788; D.C. Official Code § l-204.12(a)).46
79+2 DCAM-22-AE-0007 (the “Contract”)Contract Number:(A)
80+BELL Architects, P.C. (the “Contractor”)Proposed Contractor:
81+$542,713.00Contract Amount:
82+$454509.00Modification No. 2 Amount:
83+$997,222.00
84+$3,469,706.00Proposed Modification No. 03:
85+$ 4,466,928.00Total Proposed Contract Amount:
86+March 2, 2022 through December 31,2024.Term of Contract:
87+Firm Fixed PriceType of Contract:
88+Competitive Request for Proposals (“RFP”)Source Selection Method:
89+Not Applicable.
90+< f © ©dcd
91+(C) The goods or services to be provided, the methods of delivering goods or services, and any
92+significant program changes reflected in the proposed contract:
93+Pursuant to Section 202(c-l) of the Procurement Practices Reform Act of 2010, as amended,
94+D.C. Official Code § 2-352.02(c-l), the following contract summary is provided:
95+Aggregated Amount of Contract
96+and Modification No. 2:
97+Government of the District of Columbia Ji
98+Department of General Services | dgs.dc.gov
99+2000 14'" Street NW, 8lh Door, Washington, DC 20009
100+DGS
101+DEPARTMENT OF
102+GENERAL SERVICES
103+COUNCIL CONTRACT SUMMARY
104+(Tipping)
105+Contract No. DCAM-22-AE-RFP-0007, Modification No. 2 and Proposed Modification No. 3
106+for Architectural and Engineering Services DC Infrastructure Academy at Spingarn High
107+School
108+BUILD =
109+MAINTAIN
110+SUSTAIN
111+(B) For a contract containing option periods, the contract amount for the base period and for
112+each option period. If the contract amount for one or more of the option periods differs
113+from the amount for the base period, provide an explanation of the reason for the
114+difference: Page 2 of 8
115+Department of General Services 2000 14th Street, NW, Washington D.C. 20009
116+★ > *
117+Mnw
118+MSSB
119+The A/E will be required to provide all the design services necessary to implement the Project
120+and to produce the required deliverables. The A/E will be required to conduct site conditions
121+assessments, develop a program, concept design, schematic design, design development, and a
122+set of construction documents in accordance with the scope.
123+A contract with the Contractor was executed by the Department of General Services (the
124+“Department”) on March 2, 2022 (the “Contract”).
125+Modification No. 1 extended the Contract’s Final Completion Date to September 30, 2024 and
126+Administrative Term Date to December 31, 2024.
127+Under the Contract for Architectural and Engineering Services DC Infrastructure Academy at
128+Spingarn High School (DCAM-22-AE-0007) (the “Contract”), the Contractor provides all
129+planning, programming, assessment, and architectural and engineering services necessary to
130+modernize a portion of the Joel Elias Spingam High School to serve as the new home of the
131+DC Infrastructure Academy (“DCIA”), located 2500 Benning Road, NE, Washington, DC,
132+20002 (the “Project”).
133+Modification No. 2 Increased the Contract's Not to Exceed amount from $542,713.00 by
134+$454,509.00 to $997,222.00
135+Addendum No. 1 - Issued on July 21, 2021:
136+The proposal due date was extended from August 13, 2021 to 2:00 p.m. on August
137+19, 2021.
138+- DGS solicitation portal link was provided for submission of proposals
139+The Pre-Proposal Conference was rescheduled for July 23, 2021 at 1:00 a.m. and
140+the site visit was rescheduled for July 29, 2021, at 9:00 a.m.
141+The last day for questions was rescheduled to August 3, 2021 at 2:00 pm
142+The proposed Modification No. 3, if approved, will increase the Contract's Not to Exceed
143+amount by $3,469,706.00. The Contractor’s scope of work will consist of the schematic design
144+phase proceeding under task 4.1. Subsequent phases include 4.2 Design Development (70%),
145+4.3 Construction Documents (90% GMP), 4.4 Construction Documents (IFC), 5.1 Bid Phase
146+support, 6.1 Construction Administration, and 6.2 Post Construction services. Since the
147+aggregate amount of the Contract, Modification No. 2 and proposed Modification No. 3 exceed
148+$1 million, Council approval is required.
149+On July 19, 2021, the Department posted the Request for Proposals ("RFP") on the
150+Department’s website for offerors interested in serving as the architect/engineer lor DC
151+Infrastructure Academy at Spingarn High School located at 2500 Benning Road, NE,
152+Washington, DC 20002. Two (2) Addenda were issued.
153+(D) The selection process, including the number of offerors, the evaluation criteria, and the
154+evaluation results, including price, technical or quality, and past performance
155+components: Page 3 of 8
156+Technical Evaluation:
157+Certified Business Enterprise Preference Points:
158+Contracting Officer’s Independent Evaluation:
159+Contract Award:
160+The award of the Contract was not protested.
161+Department of General Services 2000 14th Street, NW, Washington D.C. 20009
162+* ★ *
163+HUH
164+■nan
165+Proposals were examined to determine whether or not they met all the requirements of the
166+RFP. Proposals were then scored on a scale of zero (0) to one hundred twelve (112) points. The
167+(112) points include (100) points for the technical criteria and up to (12) points based on the
168+Offeror’s status as a CBE.
169+Addendum No. 2 - Issued on August 12, 2021:
170+Answers to the questions were provided
171+Revised
172+ Form of Offer Letter was provided
173+Revised Insurance Requirements were provided
174+On the Proposals’ due date, August 19, 2021, ten (10) Finns (collectively, the "Offerors" and
175+each individually, an "Offeror") submitted Proposals in a timely manner.
176+T?ar*
177+w
178+ Ah inCi ON
179+In addition to the price and technical scoring, a certain number of points were available for
180+each Offeror based on its status as a Certified Business Enterprise (“CBE”) as determined by
181+the Department of Small and Local Business Development (“DSLBD”). The Contractor was so
182+certified and received points accordingly.
183+(E) A description of any bid protest related to the award of the contract, including whether
184+the protest was resolved through litigation, withdrawal of the protest by the protestor, or
185+voluntary corrective action by the District. Include the identity of the protestor, the
186+grounds alleged in the protest, and any deficiencies identified by the District as a result of
187+the protest:
188+The DGS Contracting Officer, after carefully reviewing the evaluation process followed by the
189+Panel, their notes and scoresheets, and their final consensus technical evaluation, conducted an
190+independent assessment of each of the proposals. In addition, the Contracting Officer also
191+found the proposed pricing to be fair and reasonable. Thus, the Contracting Oi ficer awarded
192+the Contract to the Contractor. In addition, the Contracting Officer also found the proposed
193+pricing
194+ to be fair and reasonable. The Contractor was the highest scoring Offeror; thus, the
195+Contracting Officer awarded the Contract to the Contractor.
196+By award memorandum executed on December 22, 2021, the Department awarded Contract
197+No. DCAM-22-AE-0007 to the Contractor as such award would be most advantageous to the
198+District. Page 4 of 8
199+compared with the amount of the
200+(J) Date on which the contracting officer was notified of the proposed change:
201+January 23, 2023 via PR number PR-009756.
202+*
203+WE ARE
204+Department of General Services 2000 14th Street, NW, Washington D.C. 20009
205+★ ★ ★
206+■ram
207+(G) The period of performance associated with the proposed change, including date as of
208+which the proposed change is to be made effective:
209+(F) The background and qualifications of the proposed contractor, including its organization,
210+financial stability, personnel, and performance on past or current government or private
211+sector contracts with requirements similar to those of the proposed contract:
212+BELL Architects, P.C. is a certified Small Business Enterprise (“SBE”), Washington, DC
213+based firm and has performed satisfactorily on previous projects with the District. The
214+Contractor provides complete professional architectural services and is dedicated to pursuing
215+design excellence across a range of project types and scales. The Contractor possesses the
216+financial stability to successfully perform the Project and has provided a staffing plan for the
217+Project which has been reviewed and approved by the Department. The Contractor has been
218+determined responsible in accordance with 27 DCMR 4706.1.
219+The total value of the services provided to date under the Contract is $997,222, which
220+represents the not-to-exceed (“NTE”) amount established by the Contract.
221+Contract No. DCAM-22-AE-0007 was executed by the Department of General Services (the
222+“Department”) on March 2, 2022 (the “Contract”). Modification No. 1 to the Contract,
223+executed on April 19, 2022, extended the Contract’s Final Completion Date to September 30,
224+2024 and Administrative Term Date to December 31, 2024. Modification No. 2 to the contract
225+Increased the Contract's Not to Exceed amount from $542,713.00 by $454,509.00 to
226+$997,222.00
227+(H) The value of any work or services performed pursuant to a proposed change for which
228+the Council has not provided approval, disaggregated by each proposed change if more
229+than one proposed change has been aggregated for Council review:
230+(I) The aggregate dollar value of the proposed changes as
231+contract as awarded:
232+The period of perfonnance associated with the Contract No. DCAM-22-AE-0007 and
233+Modification No. 1 is from March 2, 2022 Through December 31, 2024. The proposed
234+Modification No. 03 will become effective upon approval by the Council and execution by the
235+Department.
236+The proposed Modification No. 3, if approved, will increase the Contract’s Not to Exceed
237+amount by $3,469,706.00. The Contractor’s scope of work will consist of the schematic design
238+phase proceeding under task 4.1. Subsequent phases include 4.2 Design Development (70%),
239+4.3 Construction Documents (90% GMP), 4.4 Construction Documents (IFC), 5.1 Bid Phase
240+support, 6.1 Construction Administration, and 6.2 Post Construction services. Page 5 of 8
241+(L) The reason for the proposed change:
242+(O) Performance standards and the expected outcome of the proposed contract:
243+Department of General Services 2000 14,h Street, NW, Washington D.C. 20009* * ★
244+(K) The reason why the proposed change was sent to Council for approval after it is intended
245+to take effect:
246+Contract No. DCAM-22-AE-0007 and Modification No. 2 was not previously submitted to
247+Council for approval because the total value did not exceed $1 million. However, proposed
248+Modification No. 3 would tip the amount of the Contract No. DCAM-22-AE-0007 and
249+modifications over $1 million; thus, Council approval of the Contract and the modifications is
250+required.
251+The proposed Modification No. 3, if approved, will increase the Contract's Not to Exceed
252+amount by $3,469,706.00. The Contractor’s scope of work will consist of the schematic design
253+phase proceeding under task 4.1. Subsequent phases include 4.2 Design Development (70%),
254+4.3 Construction Documents (90% GMP), 4.4 Construction Documents (IFC), 5.1 Bid Phase
255+support, 6.1 Construction Administration, and 6.2 Post Construction services.
256+(M) The legal, regulatory, or contractual authority for the proposed change:
257+Articles 6 of the Department’s Standard Contract Provision (Architectural and Engineering
258+Services) provide authority for the issuance of modifications. Additionally, as the contract,
259+Modification Nos. 2 and 3 would increase the total Contract value over $1 million, this contract
260+action is subject to the requirements of the District of Columbia Home Rule Act, codified at D.
261+C. Official Code § 1-204.51(b). Thus, Council review and approval of the proposed contract
262+action are required under the District of Columbia Home Rule Act, and the proposed contract
263+action would be authorized by Council’s enactment of “Contract, Modification Nos. 2 and 3 to
264+Contract No. DCAM-22-AE-0007 with BELL Architects, P.C. Approval and Payment
265+Authorization Emergency Act of 2022” pursuant to D.C. Official Code § 2-352.02(c-2).
266+(N) A summary of the subcontracting plan required under section 2346 of the Small, Local,
267+and Disadvantaged Business Enterprise Development and Assistance Act of 2005, as
268+amended, D.C. Official Code § 2-218.01 et seq. (“Act”), including a certification that the
269+subcontracting plan meets the minimum requirements of the Act and the dollar volume
270+of the portion of the contract to be subcontracted, expressed both in total dollars and as a
271+percentage of the total contract amount:
272+The Contractor is a certified business enterprise in accordance with the Act (CBE Number:
273+LSZXR37245052024). Notwithstanding the foregoing, the Contractor has submitted its
274+subcontracting plan as required by law. Page 6 of 8
275+Department of General Services 2000 14th Street, NW, Washington D.C. 20009* * *
276+HHOHi
277+(P) The amount and date of any expenditure of funds by the District pursuant to the contract
278+prior to its submission to the Council for approval:
279+The Department is implementing the Project through a design-bid-build approach. The
280+Contractor’s scope of work will consist of the schematic design phase proceeding under task
281+4.1. Subsequent phases include 4.2 Design Development (70%), 4.3 Construction Documents
282+(90% GMP), 4.4 Construction Documents (IFC), 5.1 Bid Phase support, 6.1 Construction
283+Administration, and 6.2 Post Construction services.
284+The total value of the services provided to date under the Contract is $997,222, which
285+represents the not-to-exceed (“NTE”) amount established by the Contract.
286+The amount of Contract No. DCAM-22-AE-0007 and Modification No. 2 was less than $1
287+million, thus Council’s approval was not required.
288+(Q) A certification that the proposed contract is within the appropriated budget authority for
289+the agency for the fiscal year and is consistent with the financial plan and budget adopted
290+in accordance with D.C. Official Code §§ 47-392.01 and 47-392.02:
291+(R) A certification that the contract is legally sufficient, including whether the proposed
292+contractor has any pending legal claims against the District:
293+The Contract No. DCAM-22-AE-0007, Modification No. 2 and proposed Modification No. 3
294+have been deemed legally sufficient by the District’s Office of the Attorney General. The
295+Contractor does not appear to have any currently pending legal claims against the District.
296+On March 2, 2022 a contract with the Contractor was executed by the Department of General
297+Services, Modification No. 2 to the contract Increased the Contract's Not to Exceed amount
298+from $542,713.00 by $454,509.00 to $997,222.00
299+WE ARE
300+The aggregate total NTE amount of Contract No. DCAM-22-AE-0007, Modification No. 2 and
301+proposed Modification No. 3 is within the appropriated budget authority for the agency, for the
302+fiscal year. The Agency Fiscal Officer has certified that total aggregate amount of the contract,
303+Modification Nos. 2 and the proposed Modification No. 3 is consistent with the financial plan
304+and budget adopted in accordance with D.C. Official Code §§ 47-392.01 and 47-392.02. The
305+relevant Fiscal Sufficiency certification accompanies this Council Package.
306+(S) A certification that Citywide Clean Hands database indicates that the proposed
307+contractor is current with its District taxes. If the Citywide Clean Hands Database
308+indicates that the proposed contractor is not current with its District taxes, either: (1) a
309+certification that the contractor has worked out and is current with a payment schedule
310+approved by the District; or (2) a certification that the contractor will be current with its
311+District taxes after the District recovers any outstanding debt as provided under D.C.
312+Official Code § 2-353.01(b): Page 7 of 8
313+The Contractor has certified that it is in compliance with federal tax laws.
314+Not Applicable.
315+Not Applicable.
316+W|Al
317+Department of General Services 2000 14th Street, NW, Washington D.C. 20009* * *
318+■asn
319+(Y) Where the contract, and any amendments or modifications, if executed, will be made
320+available online:
321+The Citywide Clean Hands database indicates that the Contractor is current with its District
322+taxes. The applicable Clean Hands certification for the Contractor accompanies this Council
323+Package.
324+The Contractor is not debarred from providing services to the Government of the District of
325+Columbia
326+ or the Federal Government according to the Office of Contracts and Procurement’s
327+Excluded Parties List and the Federal Government’s Excluded Parties List.
328+According to the DSLBD’s website, the Contractor is a certified Local Business Enterprise.
329+The Contractor’s CBE Number is LSZXR37245052024 with an expiration date of May 3,
330+2024.
331+(U) The status of the proposed contractor as a certified local, small, or disadvantaged
332+business enterprise as defined in the Small, Local, and Disadvantaged Business
333+Enterprise
334+ Development and Assistance Act of 2005, as amended; D.C. Official Code § 2-
335+218.01 et seq.:
336+(T) A certification from the proposed contractor that it is current with its federal taxes, or
337+has worked out and is current with a payment schedule approved by the federal
338+government:
339+(V) Other aspects of the proposed contract that the Chief Procurement Officer considers
340+significant:
341+(W)A statement indicating whether the proposed contractor is currently debarred from
342+providing services or goods to the District or federal government, the dates of the
343+debarment, and the reasons for debarment:
344+Contract award information, Contract No. DCAM-22-AE-0007 and Modification No. 2 aic
345+available on the Department’s website. A copy of the proposed Modification No. 3 (if
346+approved) will be made available.
347+(X) Any determination and findings issues relating to the contract’s formation, including any
348+determination and findings made under D.C. Official Code § 2-352.05 (privatization
349+contracts): Page 8 of 8
350+The original solicitation and any amendments were posted on the Department’s website.
351+Department of General Services 2000 14th Street, NW, Washington D.C. 20009
352+* ★ ★
353+mm
354+■M
355+(Z) Where the original solicitation, and any amendments or modifications, will be made
356+available online:
357+Not Applicable. This Contract was executed prior to the November 9, 2022, effective date of
358+D.C. Law 22-250.
359+(AA) A notation identifying: (i) whether the Contractor is a covered contractor, as that term is
360+defined in D.C. Official Code § 1-1161.01; and (ii) to which prohibited recipients, as that
361+term is defined in D.C. Official Code § l-1161.01(45D), the Contractor is prohibited from
362+making campaign contributions and during what prohibited period, as that term is
363+defined in § l-1161.01(45C).
364+WE AR* Notice Number: L0009232758Date of Notice:March 8, 2023
365+CERTIFICATE OF CLEAN HANDS
366+1101 4th Street SW, Suite W270, Washington, DC 20024/Phone: (202) 724-5045/MyTax.DC.gov
367+BELL ARCHITECTS PC
368+1228
369+ 9TH ST NW
370+WASHINGTON DC 20001-4202
371+To validate this certificate, please visit MyTax.DC.gov. On the MyTax DC homepage, click the
372+“Validate a Certificate of Clean Hands” hyperlink under the Clean Hands section.
373+Authorized By Melinda Jenkins
374+Branch Chief, Collection and Enforcement Administration
375+TITLE 47. TAXATION, LICENSING, PERMITS, ASSESSMENTS, AND FEES
376+CHAPTER 28 GENERAL LICENSE
377+SUBCHAPTER II. CLEAN HANDS BEFORE RECEIVING A LICENSE OR PERMIT
378+D.C. CODE § 47-2862 (2006)
379+§ 47-2862 PROHIBITION AGAINST ISSUANCE OF LICENSE OR PERMIT
380+Government of the District of Columbia
381+Office of the Chief Financial Officer
382+Office of Tax and Revenue
383+As reported in the Clean Hands system, the above referenced individual/entity has no outstanding
384+liability
385+ with the District of Columbia Office of Tax and Revenue or the Department of Employment
386+Services. As of the date above, the individual/entity has complied with DC Code § 47-2862, therefore
387+this
388+ Certificate of Clean Hands is issued.
389+FEIN: **-***6101
390+Case ID: 1437506
391+1101 4lh Street, SW
392+Washington, DC 20024 ★ ★ ★
393+Memorandum
394+To:
395+From:
396+Reference:
397+March 2, 2023Date:
398+Fiscal Sufficiency CertificationSubject:
399+DG.S
400+EK
401+BUILD—
402+MAINTAIN
403+SUSTAIN
404+GOVERNMENT OF THE DISTRICT OF COLUMBIA
405+DEPARTMENT OF GENERAL SERVICES
406+Keith A. Anderson
407+Director
408+Contract No. DCAM-22-AE-0007
409+Architectural And Engineering Services for DC Infrastructure Academy at
410+Spingam High School
411+★ ★ ★
412+WE ARE
413+WASHINGTON
414+The proposed Contract increase of $3,469,706.00 is to provide the schematic design phase
415+proceeding under task 4.1. Subsequent phases include 4.2 Design Development (70%), 4.3
416+Construction Documents (90% GMP), 4.4 Construction Documents (IFC), 5.1 Bid Phase support,
417+6.1 Construction Administration, and 6.2 Post Construction services. The proposed increase to the
418+Contract value exceeds $1 million, therefore Council approval is required for this Contract action.
419+Contract value sums of $1 million or more must be approved by Council. If approved, the total
420+Contract amount will be $4,466,928.00 ($997,222.00 + $3,469,706.00).
421+In my capacity as the Agency Fiscal Officer of the Department of General Services (the
422+“Department”), I hereby certify that the Contract for Architectural and Engineering Services for
423+DC Infrastructure Academy at Spingam High School (DCAM-22-AE-0007) (the “Contract”), with
424+BELL Architects, P.C. (the “Contractor”), in the amount of $4,466,928.00 is consistent with the
425+Department’s current budget and that adequate funds are available in the budget for the expenditure.
426+Antoinette Hudson Beckham
427+Agency Fiscal Officer
428+Department of General Services
429+Per the Department’s Contracts & Procurement team, on March 1,2022, the Contract was executed
430+by the Department, with an initial Not-to-Exceed amount of $542,713.00. Subsequently,
431+Modification No. 2 to the Contract increased the Not-to-Exceed amount to $997,222.00. The PASS information is attached/ below.
432+CommentsAmountRK/POAYProject Name
433+$542,713.00SNTRCC PO661447CFOAMO03002018
434+$454,509.00SNTRCC CFOAMO03002018
435+RK237140 $3,469,706.00100240 CFOAMO3030300N/A
436+$4,466,928.00Total
437+Page 2 of 7
438+DC Infrastructure
439+Academy
440+DC Infrastructure
441+Academy
442+AM0.SNTRCC.DC
443+INFRASTRUCTUR
444+E ACADEMY
445+Project
446+Number
447+Fund
448+Detail
449+PO661447-
450+V2
451+Fiscal Sufficiency Review
452+DCAM-22-CS-SS-0007
453+Architectural and Engineering Services for
454+the New Archive Building for the District of
455+Columbia
456+Imp.
457+AGY
458+Owner
459+AGY
460+Antoinette Hudson Beckham
461+Agency Fiscal Officer
462+Department of General Services
463+The Department of General Services (DGS - Implementing AGY) has $4,466,928.00 in the
464+Department of Employment Services (DOES - Owner AGY) cumulative capital budget
465+allotment balance. Legal Counsel Division
466+MEMORANDUM
467+TO:
468+FROM:
469+March 15,2023DATE:
470+SUBJECT:
471+Megan D. Browder
472+1350 Pennsylvania Avenue, N.W., Suite 409, Washington, D.C. 20004 Phone (202) 724-5524 Email: mcgan.browdcr@dc.gov
473+Megan D. Browder
474+Deputy Attorney General
475+Legal Counsel Division
476+GOVERNMENT OF THE DISTRICT OF COLUMBIA
477+OFFICE OF THE ATTORNEY GENERAL
478+Legal Sufficiency Review of the “Contract No. DCAM-22-AE-0007 Modification Nos.
479+2 and 3 with BELL Architects, P.C. Approval and Payment Authorization
480+Emergency Act of 2023” and Accompanying Declaration Resolution
481+(AE-23-183)
482+Tommy Wells
483+Director
484+Office of Policy and Legislative Affairs
485+This is to Certify that this Office has reviewed the above-referenced
486+legislation and that we have found it to be legally sufficient. If you have any questions in this
487+regard, please do not hesitate to call me at (202) 724-5524. MODIFICATION OF CONTRACT
488+2
489+2. Modification Number 3. Effective Date 4. Requisition/Purchase Request No.
490+See Block 16C
491+9A. Amendment of Solicitation No.8. Name and Address of Contractor (No. Street, city, country, state and ZIP Code)
492+9B. Dated (See Item 11)
493+X
494+Title 27 DCMR Sections 4728 and Contract DCAM-22-AE-0007
495+D. Other (Specify type of modification and authority)
496+X
497+copy to the issuing office.| 'X |is required to sign this document and return 1Contractor | |is nofE. IMPORTANT:
498+3. Terms & Conditions: All other Terms and Conditions remain unchanged.
499+16C. Date Signed
500+15C. Date Signed
501+ 4.19.22
502+4/14/2022
503+(jcoi^c Aavij. (PPPO (Signature of Contracting Officer)
504+/Signature of person authorized Io sign)
505+1. Final Completion Date: Final Completion Date hereby established as September 30, 2024,
506+2. Administrative Term Date: Administrative Term Date hereby established as December 31, 2024.
507+AE Services DC Infrastructure
508+Academy at Spingarn High School
509+Bell Architects
510+1228 9th Street NW
511+Washington, DC 20001
512+Attn: T. David Bell
513+David.bell(a)bellarchitects.com
514+Contract No. DCAM-22-AE-0007, AE Services DC Infrastructure Academy at Spingarn High School ('the Project") is hereby modified as
515+follows:
516+1. Contract Number
517+DCAM-22-AE-0007
518+Page of Pages
519+________1
520+5. Caption
521+Digitally signed by T. David Bell. FAIA
522+DN cn=r. David Bell, FAIA. o-BEll Architect.
523+PC, ou. email=davld.bell«iBtlL>'chltects.com,
524+C=US
525+Dale: 2022.04.) 4 09:26:44 WOO'
526+________Modification No. 1________
527+6. Issued By:
528+Department of General Services
529+Contracting and Procurement Division
530+2000 14th Street, 4th Floor
531+Washington, DC 20009
532+13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,
533+______________________
534+IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14____________________
535+A. This change order is issued pursuant to: (Specify Authority)
536+The changes set forth in Item 14 are made in the contract/order no. in item 10A.
537+B. The above numbered contract/order is modified to reflect the administrative changes (such as changes in paying office, appropriation
538+date, etc.) set forth in item 14.------------------------------------------ -------------------------------------------------- ------------------------------------------
539+C. This supplemental agreement is entered into pursuant to authority of:
540+____________N/A______________
541+7. Administered By (If other than line 6)
542+Department of General Services
543+Capital Construction Division
544+1250 U Street, 4th Floor
545+Washington, DC 20009
546+15A. Name and Title of Signer (Type or print)
547+T. David Bell, President___________
548+15B. Bell Architects, PC
549+■mL
550+IOA. Modification of Contract/Order No.
551+DCAM-22-AE-0007_______________________________
552+IOB. Dated (See Item 13)
553+March 1, 2022
554+11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS _________
555+|The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers | [is extended ]Jis not extended.
556+Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the
557+following methods: (a) By completing Items 8 and 15, and returning copies of the amendment: (b) By acknowledging receipt of this
558+amendment on each copy of the offer submitted; or (c) By separate letter or fax which includes a reference to the solicitation and
559+amendment number. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS
560+PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change
561+an offer already submitted, such change may be made by letter or fax, provided each letter or telegram makes reference to the
562+solicitation and this amendment, and is received prior to the opening hour and date specified.
563+12. Accounting and Appropriation Data (If Required)
564+14. Description of amendment/modification (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.)
565+16A. Name of Contracting Officer
566+George G. Lwels, CPPO
567+16B. District of Columbia
568+4. RELEASE: It is mutually agreed that in exchange for this Modification and other consideration, the Contractor hereby releases, waives,
569+settles and holds the Department harmless from any and all actual or potential claims or demands for delays, disruptions, additional work,
570+additional time, additional cost, contract extensions, compensations or liability under any theory, whether known or unknown, that the
571+Contractor may have now or in the future against the Department arising from or out of, as a consequences or result of, relating to or in any
572+manner connected with this Modification, the above-referenced Project, and the Contract work. (Continuation)
573+Page of PagesModification No.
574+DCAM-22-AE-0007
575+Modifcation No. 1 2 of 2
576+Contract Recap:
577+$542,713.00Executed on 03/01/2022Contract Executed
578+$0AdministrativeModification No. 1
579+$542,713.00
580+Total Contract Amount MODIFICATION OF CONTRACT
581+2. Modification Number 3. Effective Date
582+See Block 16C TBD
583+9A. Amendment of Solicitation No.
584+9B. Dated (See Item 11)
585+X
586+Title 27 DCMR Sections 4728 and Contract DCAM-22-AE-0007
587+X
588+D. Other (Specify type of modification and authority)
589+copy to the issuing office.1| X [is required to sign this document and return
590+E. IMPORTANT:
591+1
592+2
593+3
594+All other terms and conditions remain unchanged.
595+4
596+15C. Date Signed
597+8/25/2022
598+(Signature of Contracting Officer)
599+Section 4, Compensation. The price for this portion of the Task 4 services is $454,409. The Contract's Not to Exceed
600+amount is therefore increased from $542,713 by $454,409 to $997,222.
601+Bell Architects, PC
602+1228 9th Street NW
603+Washington, DC 20001
604+16C. Date Signed
605+8/26/2022
606+16A. Name of Contracting Officer
607+James H. Marshall_____________
608+16B. District of Columbia
609+1. Contract Number
610+_________DCAM-22-AE-0007
611+4. Requisition/Purchase Request No.
612+13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,
613+__________________
614+IT MODIFIES THE CONTRACT/ORDER NO, AS DESCRIBED IN ITEM 14_____________________
615+A. This change order is issued pursuant to: (Specify Authority)
616+The changes set forth in Item 14 are made in the contract/order no, in item IDA.___________________________________________
617+B. The above numbered contract/order is modified to reflect the administrative changes (such as changes in paying office, appropriation
618+date, etc.) set forth in item 14.________________________________
619+C. This supplemental agreement is entered into pursuant to authority of:
620+14. Description of amendment/modification (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.)
621+Contract No. DCAM-22-AE-0007 to provide A/E Services for the DC Infrastructure Academy at Spingarn High School
622+is hereby modified as described below:
623+Contractor | [is not
624+The Contractor shall provide Task 4 services as described in the Contractor's proposal (Attachment A) and further described
625+in Section 2.2, Schematic Design, of the Contract. The Contractor shall complete approximately 60% of the Schematic
626+Design Phase.
627+15A. Name and Title of Signer (Type or print)
628+T. David Bell, President
629+15B. Name of Contractor
630+i (signature~ot person authorized to sign)
631+IDA. Modification of Contract/Order No.
632+DCAM-22-AE-0007________________________________
633+10B. Dated (See Item 13)
634+March 2, 2022_____________________________________
635+_______________
636+11- THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS _________
637+[The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers |__jis extended. | [is not extended.
638+Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the
639+following methods: (a) By completing Items 8 and 15, and returning 1 copies of the amendment: (b) By acknowledging receipt of this
640+amendment on each copy of the offer submitted; or (c) By separate letter or fax which includes a reference to the solicitation and
641+amendment number. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS
642+PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change
643+an offer already submitted, such change may be made by letter or fax, provided each letter or telegram makes reference to the
644+solicitation and this amendment, and is received prior to the opening hour and date specified.______________________________________________
645+12. Accounting and Appropriation Data (If Required)
646+Complete Settlement. It is mutually agreed that, with the exception of the remnaining Task 4 requirements, in
647+exchange for this Modification and other consideration, the Contractor hereby releases, waives, settles, and
648+holds the Department harmless from any and all actual or potential claims or demands for delays, disruptions,
649+additional work, additional time, additional cost, contract extensions, compensations or liability under any theory,
650+whether known or unknown, that the Contractor may have now or in the future against the Department arising
651+from or out, as a consequences or result of, relating to or in any manner connected with the Modification, the
652+Page of Pages
653+1 | 1
654+5. Caption
655+A/E Services DC Infrastructure
656+Academy at Spingarn High School
657+7. Administered By (If other than line 6)
658+Department of General Services
659+Capital Construction Division
660+1250 U Street, 3rd Floor
661+Washington, DC 20009
662+Attn; Robert Cooper________________________________________
663+8. Name and Address of Contractor (No. Street, city, country, state and ZIP Code)
664+___________Modification 2___________
665+6. Issued By:
666+Department of General Services
667+Contracting and Procurement Division
668+1250 U Street, NW 2nd Floor
669+Washington, DC 20009 Attachment A
670+DCAM-22-AE-0007 Modification 2
671+A/E Services
672+DC Infrastructure Academy at Spingarn High School architects
673+21 June 2022
674+Dear Robert,
675+C FAIA, LEEDapBe
676+Kyra Talloncc:
677+t:
678+President
679+Robert C. Cooper
680+Project Manager
681+Capital Construction Services
682+Department of General Services
683+1250 U Street, NW, 4th Floor
684+Washington, DC 20009
685+Sincerely,
686+BELL Ardhitecta, PC
687+architecture
688+www.BELLarchitects.com
689+planning preservation
690+1228 9th Street NW, Washington, DC 200001
691+sustainable design
692+202-548-7570
693+RE: Potential Change Order: BELL Architects-001
694+DCAM-22-AE-0007
695+PO661447 -DOES-000004-RENO DCIA Renovation - AE Services
696+We have excluded AV/IT/Security, and value engineering from this portion of the schematic phase, which would be
697+accomplished during the latter part of this phase. Cost estimating and archaeology have been excluded as not
698+required going forward. SWM at the education campus is specifically excluded.
699+The following is a potential change order modification for AE design services. In order to keep the project on
700+schedule and continue to provide design and consulting services through the summer, we propose the schematic
701+design phase proceed under task 4 with the expectation that approximately 60% of the schematic phase can be
702+accomplished within the limits of the letter contract restrictions. We propose to include the following:
703+• Architectural design
704+• MEP/FP design
705+• Structural design
706+• Civil site and SWM design
707+• Landscape design
708+• Geotechnical investigation for infiltration and structural capacity
709+• HazMat abatement specifications as an early release package independent of the building permit (note: the
710+original
711+ contract included HazMat investigation by ECS, which was done directly through DGS. The
712+remaining fees would be preprogrammed for abatement documents that could be bid and executed)
713+• Fire hydrant flow test
714+• Required meetings with DC Water, DDOT, and DOEE
715+• Begin to assemble information for EISF
716+. Prepare exhibits and attend hearings for CFA (1), HPRB (1), and community groups (2), expected in
717+September
718+• Attend a preliminary design review meeting (PDRM) with DCRA non-CBE
719+$245,343
720+$20,634
721+$8,000
722+$545,053
723+1.
724+| Page 2
725+$47,550
726+$452,169
727+Agreement Overview
728+This proposal is a proposed change order (PCO) to the current letter contract, dated 3/2/2022.
729+2.
730+3.
731+$74,223
732+$4,919
733+$51,500
734+57,505
735+28,518
736+14,100
737+24,000
738+20,634
739+19,200
740+941,672
741+8,000
742+TOTAL
743+Letter
744+Contract
745+value
746+88,084
747+274,428
748+245,343
749+39,219
750+74,223
751+4,919
752+51,500
753+Previously
754+approved
755+fees for
756+TASKS
757+1,2, and 3
758+COMBINED
759+45,315
760+145,300
761+87,520
762+8,000
763+40,500
764+4,919
765+51,500
766+m
767+fN
768+>■
769+a;
770+nj
771+47,550
772+997,222
773+33,505
774+22,220
775+14,100
776+0
777+20,634
778+19,200
779+492,713
780+5,000
781+45,000
782+542,713
783+24,000
784+6,298
785+0
786+24,000
787+0
788+____
789+0
790+448,959
791+3,000
792+2,550
793+454,509
794+-C
795+u
796+tn
797+o
798+CBE
799+$88,084 BELL Architects (design management)
800+$274,428 BELL Architects (67% of arch/int)
801+VMDO (33% of arch/int)
802+$39,219 Silman-Structural
803+CMTA- MEP/FP
804+Polysonics- AV/IT/Security
805+Nitsch-Civil Engineering SWM plan
806+WMC-Civil Site Engineering, Survey,
807+$57,505 Utility
808+$28,518 LAB-Landscape Architecture
809+$14,100 ECS-Environmental abatement
810+$24,000 ECS-Geotechnical
811+EAC/Archaeology Phase I
812+$19,200 MGAC-Cost Estimating
813+TOTAL A-E Fees (excluding allowances)
814+Allowance Printing, administrative*
815+Permits, application fees, documents,
816+etc.:
817+TOTAL A-E Fees (including allowances)
818+c
819+CU3
820+Tn
821+QJ
822+n
823+o
824+E E
825+£ x
826+i 2 <D
827+’ o- 2
828+) Q. S
829+: 2- Q.
830+42,769
831+129,128
832+157,823
833+31,219
834+33,723
835+0
836+0
837+Fee Schedule Notes
838+The table indicates the current contract value to date for tasks 1, 2, and 3 (grey column above). The letter
839+contract modification, as requested by Jeff Bonvechio, will take to project through approximately 60% of the
840+schematic design phase under task 4, which will bring the total letter contract value to $997,222, including
841+allowances for expenses.
842+The CBE prime fee represents approximately 36% of the total fees.
843+This proposal is valid for thirty (30) calendar days after submission to the Client, unless stated otherwise.
844+Professional Fees and Direct Costs
845+The following fixed fees, which will be invoiced on a percentage completion basis, in accordance with the letter
846+contract. The proposed fee modification is $454,509 and are expected to take the design services through
847+September, 2022.
848+54.66% CBE percentage of total letter contract MODIFICATION OF CONTRACT
849+2
850+4. Requisition/Purchase Request No.2. Modification Number 3. Effective Date
851+See Block 16C
852+9A. Amendment of Solicitation No.8. Name and Address of Contractor (No. Street, city, country, state and ZIP Code)
853+9B. Dated (See Item 11)
854+X
855+Title 27 DCMR Sections 4728 and Contract DCAM-22-AE-0007
856+D. Other (Specify type of modification and authority)
857+X
858+copy to the issuing office.1Contractor |___| is not, | 'X | is required to sign this document and return
859+E. IMPORTANT:
860+14. Description of amendment/modification (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.)
861+Construction Documents (IFC), 5.1 Bid Phase support, 6.1 Construction Administration, and 6.2 Post Construction services.
862+3. Section 4, Compensation. The Contract's Not to Exceed amount is increased from $997,222.00 by $3,469,706.00 to$4,466,928.00.
863+16C. Date Signed
864+(Signature of Contracting Officer)
865+_______1_
866+5. Caption
867+Bell Architects
868+1228 9th Street NW
869+Washington, DC 20001
870+Attn: T. David Bell
871+David.bell@bellarchitects.com
872+AE Services DC Infrastructure Academy at
873+Spingarn High School
874+1. Contract Number
875+DCAM-22-AE-0007
876+15C. Date Signed
877+3/17/2023
878+Page of Pages
879+_________Modification No. 3__________
880+6. Issued By:
881+Department of General Services
882+Contracting and Procurement Division
883+2000 14th Street, 4th Floor
884+Washington, DC 20009
885+16A. Name of Contracting Officer
886+Obaidullah Ranjbar__________
887+16B. District of Columbia
888+13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,
889+____ _______________________IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14_______________________
890+A. This change order is issued pursuant to: (Specify Authority)
891+The changes set forth in Item 14 are made in the contract/order no. in item 10A.
892+B. The above numbered contract/order is modified to reflect the administrative changes (such as changes in paying office, appropriation
893+date, etc.) set forth in item 14._____________________________________________________ ________________________ _________
894+C. This supplemental agreement is entered into pursuant to authority of:
895+__________RK237140_____________
896+7. Administered By (If other than line 6)
897+Department of General Services
898+Capital Construction Division
899+1250 U Street, 4th Floor
900+Washington, DC 20009
901+15A. Name and Title of Signer (Type or print)
902+T. David Bell, President____________
903+15B. Bell ArchitectsfPC
904+
905+(Signature or person authorized to sign)
906+IOA. Modification of Contract/Order No.
907+DCAM-22-AE-0007__________________________________
908+IOB. Dated (See Item 13)
909+March 2, 2022_______________________________________
910+11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS _________
911+|The above numbered solicitation is amended as set forth in Item 14. The hour and dale specified for receipt of Offers |___|is extended. |___|is not extended.
912+Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the
913+following methods: (a) By completing Items 8 and 15, and returning copies of the amendment: (b) By acknowledging receipt of this
914+amendment on each copy of the offer submitted: or (c) By separate letter or fax which includes a reference to the solicitation and
915+amendment number. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS
916+PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change
917+an offer already submitted, such change may be made by letter or fax, provided each letter or telegram makes reference to the
918+solicitation and this amendment, and is received prior to the opening hour and date specified.______________________________________________
919+12. Accounting and Appropriation Data (If Required)
920+Contract No. DCAM-22-AE-0007, AE Services DC Infrastructure Academy at Spingarn High School ('the Project") is hereby modified as
921+follows:
922+1. For avoidance of any confusion, the correct increased amount in Mod No. 2 is $454,509. The Not-to-Exceed amount of $997,222
923+provided in Mod No. 2 is correct.
924+2. The Contractor shall Continue A/E Services through the project completion. Services entail the completion the schematic design phase
925+proceeding under task 4.1. Subsequent phases include 4.2 Design Development (70%), 4.3 Construction Documents (90% GMP), 4.4
926+4. Terms & Conditions: All other Terms and Conditions remain unchanged.
927+5 RELEASE- It is mutually agreed that in exchange for this Modification and other consideration, the Contractor hereby releases, waives,
928+settles and holds the Department harmless from any and all actual or potential claims or demands for delays, disruptions, additional work,
929+additional time, additional cost, contract extensions, compensations or liability under any theory, whether known or unknown, that the
930+Contractor may have now or in the future against the Department arising from or out of, as a consequences or result of, relating to or in any
931+manner connected with this Modification, the above-referenced Project, and the Contract work. (Continuation)
932+Page of PagesModification No. 3
933+DCAM-22-AE-0007 Modifcation No. 3 2 of 2
934+Contract Recap:
935+$542,713.00Executed on 03/02/2022Contract Executed
936+Administrative Exectued on 4/19/2022 $0Modification No. 1
937+$454,509.00NTE Increase Executed on 8/26/2022Modification No. 2
938+$3,469,706.00NTE IncreaseModification No. 3
939+$4,466,928.00
940+Total Contract Amount (Continuation)
941+Page of PagesModification No.
942+DCAM-22-AE-0007
943+Modifcation No. 1 2 of 2
944+Contract Recap:
945+$542,713.00Executed on 03/01/2022Contract Executed
946+$0AdministrativeModification No. 1
947+$542,713.00
948+Total Contract Amount