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 |
---|