District Of Columbia 2023 2023-2024 Regular Session

District Of Columbia Council Bill B25-0887 Introduced / Bill

Filed 07/02/2024

                     
 
 
 
 
 
 
MURIEL BOWSER 
MAYOR 
 
 
July 2, 2024 
 
 
Honorable Phil Mendelson  
Chairman 
Council of the District of Columbia 
John A. Wilson Building 
1350 Pennsylvania Avenue, NW, Suite 504 
Washington, DC 20004 
 
Dear Chairman Mendelson: 
 
Enclosed for consideration and approval by the Council of the District of Columbia is an 
emergency bill, the “Modification Nos. 1, 3, 4, and 5 to Contract No. DCAM-19-AE-0014 with 
Alphatec PC Approval and Payment Authorization Emergency Act of 2024,” and the 
accompanying emergency declaration resolution.  
 
The legislation will approve Modification Nos. 1, 3, 4, and 5 to Contract No. DCAM-19-AE-0014, 
allowing Alphatec PC to complete the design of the Fire Emergency Medical Services 
Department’s new fleet maintenance facility.   
 
My administration is available to discuss any questions you may have regarding the proposed 
contract modification. In order to facilitate a response to any questions you may have, please 
contact Delano Hunter, Director, Department of General Services (“DGS”), or have your staff 
contact George G. Lewis, Chief of Contracts and Procurement, DGS, at (202) 727-2800. 
 
I urge the Council to take prompt and favorable action on the enclosed legislation. 
 
Sincerely, 
 
 
 
Muriel Bowser  1 
2 
3 
4 
5 
6 
7 
8 
9 
10 
11 
12 
13 
14 
15 
16 
17 
18 
19 
20 
21 
22 
23 
24 
25 
26 
27 
28 
29 
30 
31 
32 
33 
34 
A BILL 
g/j~~ 
cfGitmanpfu1 Mendelson 
at the request 
of the Mayor 
IN THE COUNCIL 
OF THE DISTRICT OF COLUMBIA 
To approve, on an emergency basis, Modification Nos. 
1, 3, 4, and 5 to Contract No. 
DCAM-19-AE -00 
14 between the Department of General Services and Alphatec PC 
for the provision 
of Architecture-Engineering Services for construction 	of the Fire 
Emergency Medical Services Department's new fleet maintenance facility, 
increasing the aggregate amount 
of the Contract by $2,069,636.52 from $4,	793,000 
to 
$6,862,635.52, and to authorize payment to Alphatec PC for services received 
and 
to be received under these modifications. 
BE IT ENACTED BY THE COUNCIL OF THE DISTRICT 
OF COLUMBIA, that 
this act may be cited as the "Modification Nos. 1, 3, 4, and 5 to Contract No. DCAM-19-
AE-00 
14 with Alphatec PC Approval and Payment Authorization Emergency Act 	of 
2024". 
Sec. 
2. Pursuant to section 451 of the District of Columbia Home Rule Act, 
approved December 24, 1973 (87 Stat. 
803; D.C. Official Code § 1-204.51), and in 
accordance with section 202 
of the Procurement Practices Reform Act 	of 2010, effective 
April 
8, 2011 (D.C. Law 18-371; D.C. Official 	Code§ 2-352.02), the Council approves 
Modification Nos. 1, 
3, 4, and 5 to Contract No. DCAM-19-AE-0014 with Alphatec PC 
for the provision 
of Architecture-Engineering Services for the construction 	of the Fire 
Emergency Medical Services Department's new fleet maintenance facility, and authorizes   	2 
payment in the amount of $6,862,635.52 	for services received and to be re ceived under 1 
these m odifications.   2 
 Sec. 3.   Fiscal impact statement. 3 
 The Council adopts the fiscal statement of the Chief Fi	nancial Officer as the fiscal 4 
impact statement required by section 4a of the General Legislative Procedures Act of 1975, 5 
approved October 6, 2006 (	120 Stat. 2038; D.C. Official Code § 1-	301.47a). 6 
Sec. 4.   Effective date. 7 
This act shall take effect following approval by the Mayor (or in the event of veto 8 
by the Mayor, action by the Council to override the veto), and shall remain in effect for no 9 
longer than 90 days, as provided for emergency acts of the Council of the District of 10 
Columbia in section 412(a) of the District of Columbia Home Rule Act, approved 11 
December 24, 1973 (87 Stat. 788; D.C. Official Code § 1-	204.12(a)). 12  GOVERNMENT OF THE DISTRICT OF COLUMBIA 
DEPARTMENT OF GENERAL SERVICES 
  
 
 
____________________________________________________________________________________ 
 
 
 
Pursuant to section 202(c-1) of the Procurement Practices Reform Act of 2010, as amended, D.C. 
Official Code § 2-352.02(c-1), the following contract summary is provided	: 
 
COUNCIL CONTRACT SUMMARY 
(Tipping) 
 
Modification No s. 1, 3, 4 and Proposed Modification No. 5 for Architectural and Engineering 
Services for DC Fire and Emergency Management Services Fleet Maintenance Facility 
 
(A) Contract Number:  	DCAM-19-AE-0014  
 
Contractor:
  	Alphatec PC 
  
                        
Amount of proposed Modification No.  5: 	$1,400,000 
 	Aggregate Amount of Modification  
Nos. 1, 3, 4 and 5: 	$2,069,635.52 
 	Proposed Contract Value: $6,862,635.52 
 
Unit and Method of Compensation: Progress payments based on Fixed Unit Prices  
   
Term of Contract: 	March 23, 2020, date of execution of the Letter 
Contract through Construction substantial 	completion date projected as December 15, 2027. 
 	Type of Contract:   Firm Fixed Price 
 	Source Selection Method: 	Competitive Request for Proposal (“ RFP”) 
 	(B) For a contract containing option periods, the contract amount for the base period and for each 	option period.  If the contract amount for one or more of the option periods differs from the 	amount for the base period, provide an explanation of the reason for the difference: 
 
The Contract does not contain option periods.         
 
 
 
(C) The goods or services to be provided, the methods of delivering goods or services, and any 
significant program changes reflected in the proposed contract modifications:  
 
Modification No. 1 was executed by the Department on June 28, 2022, in the amount of $369,253.47 
to provide additional design services for electric vehicle charging stations and AC solar panels to 
achieve energy efficiency.  Modification No. 3 was executed 	on March 3, 2023, in the amount of 
$171,939.90 to address additional design changes requested by the 	Fire and Emergency Medical 
Services Department (“FEMS”); Modification 4 was executed on July 26, 2023, in the amount of 
$120,450.15 to address LEED certification costs.  Modification No. 2 was a no cost modification 
issued to correct the contract dates provided in Modification 1. 
 
If approved, Modifications No. 1, 3, 4 and proposed Modification 	No. 5 to the Contract between the 
Department of General Services (“DGS” or the “Department”) and the Contractor will require the 
Contractor to provide additional Architecture- Engineering (“AE”) Services for construction 
documents, specifications, design analysis and calculations, Department of Buildings permit review 
resolution as applicable, and construction administration for the Fleet Maintenance facility. 
Additional Title I services will include additional design services, structural engineering services, 
mechanical engineering services, electrical engineering services, civil engineering services, and fire 
protection engineer services.  
 
The scope of the architectural and engineering services has been increased significantly since the 
contract was previously approved.  The increase in services stems from a significant increase in the 
FEMS program of requirements resulting in an increase of approximately 30,000 square feet to the 
facility. In order to support the expanded needs, additional design services are required. 
 
In addition, the Contractor will provide increased construction administration services through the 
project’s substantial completion date projected as December 15, 2027.  
 
(D) The selection process, including the number of offerors, the evaluation criteria, and the 
evaluation results, including price, technical or quality, and past performance components:  
 
The underlying Contract was competitively awarded	, and the Contract was previously submitted to 
and approved by the Council as CA23	-0777 on December 21, 2020.  
 
(E) A description of any bid protest related to the award of the contract, including whether the 
protest was resolved through litigation, withdrawal of the protest by the protestor, or voluntary 
corrective action by the District. Include the identity of the protestor, the grounds alleged in 
the protest, and any deficiencies identified by the District as a result of the protest:   
 
The award of the Contract was not protested. 
 
(F) The background and qualifications of the C	ontractor, including its organization, financial 
stability, personnel, and performance on past or current government or private sector contracts 
with requirements similar to those of the proposed contract modifications: 
   
 
 
 
The Contractor is a c	ertified Small Business Enterprise (SBE), Washington, DC	-based firm founded 
in 1974. The Contractor provides design development from concept to construction, s	pecializing in 
institutional design and consulting services for over 50 years. The Contractor possesses the financial 
stability to successfully perform the Project and has provided a staffing plan for the Project which 
has been reviewed and approved by the Department. The Contractor has been determined responsible 
in accordance with 27 DCMR § 4706.1. 
 
(G) The period of performance associated with the proposed change, including date as of which the 
proposed change is to be made effective: 
 
The term of the C ontract, as modified, will be March 23, 2020, date of execution of the Letter Contract 
through Construction substantial completion date of December 15, 2027. 
 
(H) The value of any work or services performed pursuant to a proposed change for which the 
Council has not provided approval, disaggregated 	by each proposed change if more than one 
proposed change has been aggregated for Council review: 
 
The Council approved Contract DCAM	-19-AE-0014 through CA23- 0777 on December 20, 2020, in 
the amount of $4,793,000.
 Subsequently, Modification No. 1 was executed by the Department on 
June 28, 2022, in the amount of $369,253.47 	to provide additional design services for electric vehicle 
charging stations and AC solar panels to achieve energy efficiency.  Modification No. 3 was executed 
on March 3, 2023, in the amount of $171,939.90 to address additional design changes requested by 
DC Fire and Emergency Medical Services; Modification 4 was executed on July 26, 2023, in the 
amount of $120,450.15 to address LEED certification 	costs.  Modification No. 2 was a no cost 
modification issued to correct the contract dates provided in Modification 1.
 
 
Modification No. 5, if approved, will increase the Contract’s value by $	1,400,000, bringing the     
Contract’s value to $6,862,635.52. 
   
  The aggregate value of Modifications Nos. 1, 3, 4 and 5 is over $1 million, causing the Contract to   
 “tip” over the million-dollar threshold in a 12- month period; thus , Council approval is required. 
 
(I) The aggregate dollar value of the proposed changes as compared with the amount of the 
contract as awarded: 
  
The Contract was awarded for a total amount of $4,793,000.
 The aggregate dollar value of 
Modification Nos. 1, 3, 4 and proposed Modification No. 5 is $2,069,635.52.   
 
(J) Date on which the contracting officer was notified of the proposed change: 
 
October 10, 2023. 
 
(K) The reason why the proposed change was sent to Council for approval after it is intended to 
take effect: 
   
 
 
 
Modification Nos. 1, 3 and 4 executed on June 28, 2022, 	March 2, 2023, and July 26, 2023, 
respectively, increased the aggregate value of the C	ontract by $669,635.52, This amount did not 
require Council approval.  Proposed Modification No. 5, in the amount of $ 1,400,000, w ould increase 
the aggregate value of the Contract by $5,462,635.52 to $6,862,635.52. 
 
(L) The reason for the proposed change: 
 
Proposed Modification No. 5 	will authorize the Contractor to complete the additional 	architectural 
and engineering services required to construct the new fleet maintenance facility that meets the 
District’s Fire and Emergency Medical Services programmatic needs. 
 
(M) The legal, regulatory, or contractual authority for the proposed change: 
 
Modification Nos . 1, 3, 4 and the proposed Modification 	No. 5 would increase the Contract’s value, 
in the aggregate to an amount in excess of $1 million and is therefore subject to the requirements of 
the District of Columbia Home Rule Act, codified at D.C. Official Code §1-204.51(b). Thus, Council 
review and approval of proposed Modification No. 5 is required under the District of Columbia Home 
Rule Act and would be authorized by Council’s enactment of Modification Nos. 1, 3, 4 and proposed 
Modification No. 5 to Contract No. DCAM-19-AE-0014 with Alphatec PC Approval and Payment 
Authorization Emergency Act of 2024. 
 
(N) A summary of the subcontracting plan required under section 2346 of the Small, Local, and 
Disadvantaged Business Enterprise Development and Assistance Act of 2005, as amended, D.C. 
Official Code § 2-218.01 et seq. (“Act”), including a certification that the subcontracting plan 
meets the minimum requirements of the Act and the dollar volume of the portion of the contract 
to be subcontracted, expressed both in total dollars and as a percentage of the total contract 
amount: 
 
Contract Dollar Value               $ 6,862,635.52  
Alphatec PC Self Performing                         $5,627,361.13  
Total Available Subcontracting              $1,235,274.39 
Dollar Value Subcontracted to SBEs/CBEs:                $507,000.00  
Percentage of Available SubcontractingValue                41%                                
 
The Contractor’s updated subcontracting plan has been approved. 
 
(O) Performance standards and the expected outcome of the proposed contract modifications: 
 
The Contractor is required to provide the full range of architectural and engineering services required 
for the Project necessary to substantially complete the Project no later than December 2027. The 
Contractor’s performance will be monitored by DGS staff and DGS’ designated Program Manager. 
Additionally, the Contractor must adhere to the terms and conditions of and the Standard Contract 
Provisions for use with District of Columbia Government Architectural/Engineering Services 
contracts.   
   
 
 
 
In general, the Contractor must perform the requirements contained in the Contract and meet or 
exceed the performance standards therein. The Contractor’s performance will be monitored by DGS 
staff and DGS’s designated Program Manager. 
 
(P) The amount and date of any expenditure of funds by the District pursuant to the contract prior 
to its submission to the Council for approval: 
 
Modification No. 1 was executed on June 28, 2022, in the amount of $369,253.47.   
Modification No. 3 was executed on March 2, 2023, in the amount of $179,931.90.  
Modification No. 4 was executed on July 26, 2023, in the amount of $120,450.15. 
 
(Q) A certification that the proposed contract is within the appropriated budget authority for the 
agency for the fiscal year and is consistent with the financial plan and budget adopted in 
accordance with D.C. Official Code §§ 47-	392.01 and 47- 392.02: 
 
The Office of the Chief Financial Officer has certified that the value of Modification Nos. 1, 3, 4 and 
proposed Modification No. 5 	is within the Department’s appropriated budget authority for the fiscal 
year and is consistent with the financial plan and budget adopted in accordance with D.C. Official 
Code §§ 47- 392.01 and 47- 392.02. The relevant f	iscal sufficiency certification accompanies this 
Council Package. 
 
(R) A certification that the contract is legally sufficient, including whether the contractor has any 
pending legal claims against the District: 
 
Modification Nos. 1, 3, 4 and the proposed Modification 	No. 5 have been deemed legally sufficient 
by the Office of the Attorney General and the Contractor does not appear to have any currently 
pending legal claims against the District. 
 
(S) A certification that the 	Citywide Clean Hands database indicates that the contractor is current 
with its District taxes.  If the Citywide Clean Hands Database indicates that the contractor is 
not current with its District taxes, either: (1) a certification that the contractor has worked out 
and is current with a payment schedule approved by the District; or (2) a certification that the 
contractor will be current with its District taxes after the District recovers any outstanding debt 
as provided under D.C. Official Code § 2	-353.01(b): 
 
The Contractor’s Clean Hands certification has been validated through the District’s MyTax.DC web 
site.  The relevant certification is attached. 
 
(T) A certification from the contractor that it is current with its federal taxes, or has worked out 
and is current with a payment schedule approved by the federal government: 
 
The Contractor has certified that it is in compliance with federal tax laws.  
 
(U) The status of the contractor as a certified local, small, or disadvantaged business enterprise as 
defined in the Small, Local, and Disadvantaged Business Enterprise Development and 
Assistance Act of 2005, as amended; D.C. Official Code § 2-	218.01 et seq .:   
 
 
 
 
The Contractor has been certified by the Department of Small and Local Business Development as a 
local, longtime business owner located in a development enterprise zone. The Contractor’s 
Certification No. is LSZXR12530062025, and the certification expires June 13, 2025. 
 (V) Other aspects of the proposed contract modifications that the Chief Procurement Officer 
considers significant: 
 None. 
 (W) A statement indicating whether the contractor is currently debarred from providing services 
or goods to the District or federal government, the dates of the debarment, and the reasons for debarment: 
 The Contractor is not debarred from providing services to the Government of the District of Columbia or the Federal Government according to the Office of Contracting & Procurement’s Excluded Parties 
List and the Federal Government’s Excluded Parties List.  
(X) Any determination and findings issues relating to the contract’s formation, including any determination and findings made under D.C. Official Code § 2-352.05 	(privatization contracts): 
 Not applicable. 
 
(Y) Where the contract, and any amendments or modifications, if executed, will be made available online: 
 Modification No. 5, if approved, will be posted on the Department’s website with the executed 
contract and all other executed modifications. 
 
(Z) Where the original solicitation, and any amendments or modifications, will be made available online: 
 
The original solicitation and any amendments can be found on the Department’s web site at 
https://dgs.dc.gov/event/dcam-19-ae-0014-architecturalengineering-services-new-fleet-
maintenance-facility 
 
(AA) A certification that the proposed contractor has been determined not to be in violation of section 334a of the Board of Ethics and Government Accountability Establishment and Comprehensive Ethics Reform Amendment Act of 2011, D.C. Official Code § 1-1163.34a; and (2) A certification from the proposed contractor that it currently is not and will not be in violation of section 334a of the Board of Ethics and Government Accountability Establishment and Comprehensive Ethics Reform Amendment Act of 2011, D.C. Official Code § 1-1163.34a:  Based upon a certification from the Contractor, the Contractor has been determined not to be in violation of D.C. Official Code § 1-1163.34a; and will not be in violation of D.C. Official Code § 1- 1163.34a.     
 
 
 
 
(BB) The description of any other contracts the proposed contractor is currently seeking or holds 
with the District:   
 
In addition to the FEMS Fleet Maintenance project, the Contractor holds the following contracts     
with the District: 
 
DCAM-21-AE-0004          AE Services for 4D Tower Demolition and Rebuild  
DCAM-21-CS-SS-0008   AE Services for PSCC Renovation 
JM0-2021-A-0011-01        AE Servi	ces DDS 
DCAM-20-AE-0016          AE Services Patricia Handy Building Upgrade  
DCAM-22-AE-0002          AE Services OSSE W Street 
DCAM-22-AE-0005          AE Services MPD 5D 
DCAM-22-AE-0008          AE Services MPD 2D HQ 
DCAM-22-AE-0004         AE Services MPD 4D Detention Area 
DCAM-20-AE-0018          AE Services for YSC Emergency Power Upgrades for DYRS   
DCAM-20-AE-RFP-0001 AE Services for DYRS Security Upgrades 
 
The Contractor is pursuing an opportunity to provide architectural and engineering services for the Barry Farms project.   1101 4
th 
Street, SW
Washington, DC 20024
Date of Notice:June 10, 2024	L0011990138Notice Number: 
FEIN: **-***0600
Case ID: 8516803
 
Government of the District of Columbia
Office of the Chief Financial Officer
Office of Tax and Revenue 
ALPHATEC PC
1525 18TH ST NW
WASHINGTON DC  20036-1358
  
Branch Chief, Collection and Enforcement Administration
Authorized By Melinda Jenkins
To validate this certificate, please visit MyTax.DC.gov. On the MyTax DC homepage, click the
“Validate a Certificate of Clean Hands” hyperlink under the Clean Hands section. 
CERTIFICATE OF CLEAN HANDS
As reported in the Clean Hands system, the above referenced individual/entity has no outstanding
liability with the District of Columbia Office of Tax and Revenue or the Department of Employment
Services. As of the date above, the individual/entity has complied with DC Code § 47-2862,  therefore
this Certificate of Clean Hands is issued.
TITLE 47. TAXATION, LICENSING, PERMITS, ASSESSMENTS, AND FEES
CHAPTER 28 GENERAL LICENSE
SUBCHAPTER II. CLEAN HANDS BEFORE RECEIVING A LICENSE OR PERMIT
D.C. CODE § 47-2862 (2006)
§ 47-2862 PROHIBITION AGAINST ISSUANCE OF LICENSE OR PERMIT
1101 4th Street SW, Suite W270, Washington, DC 20024/Phone: (202) 724-5045/MyTax.DC.gov
 
 
COPY GOVERNMENT OF THE DISTRICT OF COLUMBIA 
DEPARTMENT OF GENERAL SERVICES 
Office of the Chief Financial Officer 
Memorandum 
To: Delano Hunter 
Director 
From: Antoinette Hudson-Beckham 
Agency Fiscal Officer 
Reference: Architectural and Engineering Services – Fire and Emergency Medical 
Services New Fleet Maintenance Facility 
Date: June 10, 2024 
Subject: Fiscal Sufficiency Review 
___________________________________________________________________________ 
In my capacity as the Agency Fiscal Officer of the Department of General Services  
(the "Department"), I hereby certify that the contract to provide architectural and  
Engineering services for the Fire and Emergency Medical Services New Fleet  
Maintenance Facility in the amount of Six Million Eight Hundred Sixty-Two Thousand 
Six Hundred Thirty-Five Dollars and Fifty-Two Cents ($6,862,635.52) is consistent 
with the Department’s current budget and adequate funds are available in the budget 
for “capital eligible” expenditures.  
Per the Contracts & Procurement team (C&P), on December 21, 2020, the Council approved 
Contract No. DCAM-19-AE-0014 in the amount of $4,793,000.00, through CA23-0777. This 
amount included $997,500.00 funded through PO623193 for the letter contract and 
$3,795,500.00 funded through PO637686 for the definitive contract. 
Subsequently, per C&P, the Department has executed Modification Nos. 1 – 4.  Modification 
No. 1 in the amount of $369,253.47 was funded through PO666597 and PO666598.  
Modification No. 2 was a zero-dollar modification.  Modification No. 3 in the amount of 
$179.931.90 was funded through P0684229.  Modification No. 4 in the amount of $120,450.15 
was funded through PO691691. The total of Modifications 1 – 4 = $669,635.52. 
The Department is now seeking Council approval of Modification No. 5 in the amount of 
$1,400,000.00.  The aggregate amount of Modification Nos. 1 – 5 is $2,069,635.52 ($669,635.52 
+ $1,400,000.00) and therefore, requires Council approval. If approved, the total contract value 
will be $6,862,635.52 ($4,793,000.00 + $669,635.52 + $1,400,000.00).      
Page 2 of 12 
 
2000 14
th
 St. NW, 8
th
 Floor, Washington DC 20009 | Telephone (202) 727-2800   |   Fax (202) 727-7283 
A summary of the contract’s activity to date followed by the PASS information follows. 
 
 
 
Modification 
Number 
Modification Amount Comments 
Definitive Contract $4,793,000.00 Council Approved 
No. 1 	$369,253.47 Did not require council 
approval 
No. 2 	0 No Cost Modification 
No. 3 	$179,931.90 Did not require council 
approval 
No. 4 	$120,450.15 Did not require council 
approval 
No. 5 	$1,400,000.00 Requires Council Approval 
TOTAL 	$6,862,635.52 
 
The DIFS/PASS information is listed below/attached. 
 
Project Name Project 
Number 
AY Fund  
Detail 
Imp. 
Agency 
Owner  
Agency 
RK/PO # Amount Comments 
A/E Services for 
DCFEMS Fleet 
Maintenance Facility  
FMF01C 2018 0300 AM0 JA0 
 
PO623193  $997,500.00  Letter Contract 
A/E Services for 
DCFEMS Fleet 
Maintenance Facility  
FMF01C 2018 0300 AM0 JA0 
 
PO637686 $3,795,500.00 Definitive 
Contract 
A/E Services for 
DCFEMS Fleet 
Maintenance Facility  
FMF01C 2018 0300 AM0 JA0 PO666598 $302,804.11 Mod #1 
Portion 1 
A/E Services for 
DCFEMS Fleet 
Maintenance Facility  
FMF01C 2018 0300 AM0 JA0 PO666597 $66,449.36 Mod #1 
Portion 2 
AM0.FMF01C.FLEET 
MAINTENANCE 
RESERVE FACILITY 
100252 N/A 3030300 AM0 JA0 
 
P0684229 $179,931.90 Mod #3 
AM0.FMF01C.FLEET 
MAINTENANCE 
RESERVE FACILITY 
100252 N/A 3030300 AM0 JA0 
 
PO691691 $120,450.15 Mod #4 
AM0.FMF01C.FLEET 
MAINTENANCE 
RESERVE FACILITY 
100252 N/A 3030300 AM0 JA0 
 
RK273192 $1,400,000.00 Proposed Mod 
#5 
 	TOTAL 	$6,862,635.52  
 
 
 
 
 
  Antoinette Hudson-Beckham  
  Agency Fiscal Officer 
 
 
 
 
     1350 Pennsylvania Avenue, N.W., Suite 409, Washington, D.C. 20004   Phone (202) 724-5524   Email: megan.browder@dc.gov 
GOVERNMENT OF THE DISTRICT OF COLUMBIA 
OFFICE OF THE ATTORNEY GENERAL
 
Legal Counsel Division 
MEMORANDUM 
TO: Tomás Talamante 
Director  
Office of Policy and Legislative Affairs 
FROM:           Megan D. Browder 
Deputy Attorney General 
Legal Counsel Division 
DATE:            June 17, 2024 
SUBJECT: Legal Sufficiency Review of the “Modification Nos. 1, 3, 4, and 5 to Contract No. 
DCAM-19-AE-0014 with Alphatec PC Approval and Payment Authorization 
Emergency Act of 2024” and Accompanying Emergency Declaration Resolution
 
(AE-24-303)  
________________________________________________________________________ 
This is to Certify that this Office has reviewed the above-	referenced
legislation and that we have found it to be legally sufficient.  If you have any questions in this 	regard, please do not hesitate to call me at (202) 724-5524. 
_________________________________ 
Megan D. Browder  X
Contractor is not, is required to sign this document and return
following methods: (a) By completing Items 8 and 15, and returning
1
copies of the amendment: (b) By acknowledging receipt of this
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,
IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14
The changes set forth in Item 14 are made in the contract/order no. in item 10A.
amendment number. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS
PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change
an offer already submitted, such change may be made by letter or fax, provided each letter or telegram makes reference to the 
amendment on each copy of the offer submitted; or (c) By separate letter or fax which includes a reference to the solicitation and 
Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the 
A. This change order is issued pursuant to: (Specify Authority)
Contracting and Procurement Division	Capital Construction Division
2000 14th Street, 4th Floor	1250 U Street, 4th Floor
Washington, DC 20009	Washington, DC 20009
(Signature of person authorized to sign)	(Signature of Contracting Officer)
solicitation and this amendment, and is received prior to the opening hour and date specified.
12. Accounting and Appropriation Data (If Required)
15B. Alphatec, PC	15C. Date Signed16B. District of Columbia	16C. Date Signed
15A. Name and Title of Signer (Type or print)	16A. Name of Contracting Officer
5. Release:  It is mutually agreed that in exchange for this Modification and other consideration, the Contractor hereby releases, waives,
settles and holds the Department harmless from any and all actual or potential claims or demands for delays, disruptions, additional work,
additional time, additional cost, contract extensions, compensations or liability under any theory, whether known or unknown, that the
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
manner connected with this Modification, the above-referenced Project, and the Contract work.
      Ahmad Stanekzai
3. Substantial Completion Date: The Substantial Completion Date is hereby extended from September 07, 2024 to January 05, 2025.
X
D. Other (Specify type of modification and authority)Title 27 DCMR Sections 4728 and Contract DCAM-19-AE-0014
Section 7 Changes Clause
8. Name and Address of Contractor (No. Street, city, country, state and ZIP Code)9A. Amendment of Solicitation No.
Email: spg@alphatecpc.com
10A. Modification of Contract/Order No.
The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers
is extended.is not extended.
1525 18th Street, NW
Washington, DC 20036
Attn: Spiro P. Gianniotis
X
9B. Dated (See Item 11)
4. Terms & Conditions: All other Terms and Conditions remain unchanged.
14. Description of amendment/modification (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.)
copy to the issuing office.E. IMPORTANT:
Contract No.DCAM-19-AE-0014 - Architectural/Engineering Services for Construction of the New District of Columbia Department of Fire and 
Emergency Medical Services (“DCFEMS”) Fleet Maintenance Facility (the“Project”) is hereby modified as follows:
10B. Dated (See Item 13)
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
ALPHATEC, PC
DCAM-19-AE-0014
December 21, 2020
1
B. The above numbered contract/order is modified to reflect the administrative changes (such as changes in paying office, appropriation
date, etc.) set forth in item 14.
C. This supplemental agreement is entered into pursuant to authority of:
1. Scope of Work: The Architect or A/E's Scope of work is hereby revised to include additional services (coordination and design of electric
vehicle stations and AC/Solar panels for energy efficiency), as descried in Attachment A.
2.Section 3.5 Value of Agreement: The Value of Agreement is hereby increased from $4,793,000 to $5,162,253.4 by $369,253.47. In no
events shall the A/E be paid more than $5,162,253.4 unless the A/E is authorized to exceed this limit in advance and in writing by a 
DGS Contracting Officer.
1. Contract Number
MODIFICATION OF CONTRACT
Page of Pages
DCAM-19-AE-0014 1	2
7. Administered By (If other than line 6)
Department of General Services	Department of General Services
6. Issued By:
3. Effective Date 4. Requisition/Purchase Request No. 5. Caption
Modification No. 1 See Block 16C RK210860 & RK208045
New DCFEMS Fleet Maintenance
Facility 
2. Modification Number (Continuation)
Page of Pages
2 of 2
6. Contract Recap:
$4,793,000.00
Modification No. 1 $369,253.47
$5,162,253.47
Modification No.
Modification No. 1DCAM-19-AE-0014
Total Contract Value
Contract	Contract Executed on: December 21, 2020
Increase in Value of Agreement and Time Extension  
 
Attachment A 
PCOs 
(See following page) 
  Potential Change Order 
Project Name:  FEMS - Fleet Maintenance Facility 
AST #: FEMS-000004-NEWC 
Project Address: 4 DC Village Lane, SW 
PCO # 	Alphatec PCO#001 
Title 	AE Service for AC & Solar Panels Revised BAFO 
PCO Date 	2/22/2022 
Description of PCO CLIN 001.1 
Provide coordination and design to accommodate cooling in the 
Maintenance Bay and Ready Reserve Facility and change the basis of 
design to Carrier from AEON.  
The three (3) heating and ventilation roof top units will be replaced by 
Carrier Roof Top DOAS Units. Energy recovery will no longer be 
equipped. Roof exhaust fans need to be added to take care of the 
general exhaust of the space. Insulation shall be added to duct routing 
inside of the Maintenance Area and Ready Reserve. The infrared unit 
heaters at each roll-up door shall be replaced with a new air curtain 
system. The gas load will thus decrease, but electricity load will increase. 
The size of the Switchgear will increase from 3,000 Amp to 4,000 Amp. 
The size of the switchgear will increase to 17 feet long. Additional 
conduit and conductors will be needed. The size of the primary 
transformer will increase from 2,000 kVA to 2,500kVA.  
Green roof design, mechanical screening equipment and structural roof 
curbs, rails, and/or dunnage will be adjusted to accommodate the new 
unit selections and required clearances.  
LEED calculations, energy models and calculations, load calculations, 
specifications, and design analysis shall be adjusted to accommodate the 
new unit selections. 
Provide cost estimate at 90% Submission to include the addition of the 
above changes. Total cost of integration is unknown at this time. 
Sixty (60) day time extension to the AE design schedule. 
CLIN 001.2 
Provide coordination and redesign for incorporation of roof mounted 
solar panel electrical infrastructure/structural support integration, roof 
garden, and additional life safety egress stairs if roof is deemed occupied 
space. Structural upgrades to the superstructure are not included in this 
CLIN - structural capacity shall not exceed 50psf. 
Provide cost estimate at 90% Submission to include the addition of the 
above changes. Total cost of integration is unknown at this time Forty 
five (45) day time extension to the AE design schedule.    Design 1 (1.52MW) is our new maximum solar strategy, including: 
o Garage Canopies (deemed unfeasible on 2/17/22 call)
o Green roof integrated PV (GRiPV) on all green roof areas as feasible.
o Ballasted solar PV on non-green roofs
- Roof areas designated as no green roof, plus
- 20,000 square feet of additional roof area that had been designated for
green roofs
 Design 2 (757kW) excludes the garage canopies 
 Design 3 (367kW) excludes the canopies and GRiPV 
o Even this most modest design option will yield immense energy cost
savings for the District, and will not require any building
enhancements/upgrades beyond empty conduit and electric room real
estate
Scope of Work CLIN 001.1 
Provide coordination and design to accommodate cooling in the 
Maintenance Bay and Ready Reserve Facility and change the basis of 
design to Carrier from AEON.  
The three (3) heating and ventilation roof top units will be replaced by 
Carrier Roof Top DOAS Units. Energy recovery will no longer be 
equipped. Roof exhaust fans need to be added to take care of the 
general exhaust of the space. Insulation shall be added to duct routing 
inside of the Maintenance Area and Ready Reserve. The infrared unit 
heaters at each roll-up door shall be replaced with a new air curtain 
system. The gas load will thus decrease, but electricity load will increase. 
The size of the Switchgear will increase from 3,000 Amp to 4,000 Amp. 
The size of the switchgear will increase to 17 feet long. Additional 
conduit and conductors will be needed. The size of the primary 
transformer will increase from 2,000 kVA to 2,500kVA.  
Green roof design, mechanical screening equipment and structural roof 
curbs, rails, and/or dunnage will be adjusted to accommodate the new 
unit selections and required clearances.  
LEED calculations, energy models and calculations, load calculations, 
specifications, and design analysis shall be adjusted to accommodate the 
new unit selections. 
Provide cost estimate at 90% Submission to include the addition of the 
above changes. Total cost of integration is unknown at this time. 
Sixty (60) day time extension to the AE design schedule. 
CLIN 001.2 
Provide coordination and redesign for incorporation of roof mounted 
solar panel electrical infrastructure/structural support integration, roof 
garden, and additional life safety egress stairs if roof is deemed occupied 
space. Structural upgrades to the superstructure are not included in this 
CLIN - structural capacity shall not exceed 50psf. 
Provide cost estimate at 90% Submission to include the addition of the 
above changes. Total cost of integration is unknown at this time Forty 
five (45) day time extension to the AE design schedule.  
 Design 1 (1.52MW) is our new maximum solar strategy, including: 
o Garage Canopies (deemed unfeasible on 2/17/22 call) o Green roof integrated PV (GRiPV) on all green roof areas as feasible.
o Ballasted solar PV on non-green roofs
- Roof areas designated as no green roof, plus
- 20,000 square feet of additional roof area that had been designated for
green roofs
 Design 2 (757kW) excludes the garage canopies 
 Design 3 (367kW) excludes the canopies and GRiPV 
o Even this most modest design option will yield immense energy cost
savings for the District, and will not require any building
enhancements/upgrades beyond empty conduit and electric room real
estate
Potential Change Reason DGS Request 
Proposed Cost $302,804.11 
Acknowledged Cost $302,804.11 
Proposed Schedule 
Impact (Days) 
120 
Acknowledged Schedule 
Impact (Days) 
120 
Requested Revised 
Substantial Completion 
Date 
1/5/2025 
Requested Revised Final 
Completion Date 
 
Justification 
Location 	DC Village Lane. SW Washington, DC 
Drawing Reference 
Dwg No. Title 	Rev. No. Rev. Date 
{ { { { 
Specification Reference 
Spec. No. Title 	Rev. No. Rev. Date 
{ { { { 
DGS Determination The enclosed PCO was requested by the client and accepted to explore 
additional services and substitutions for equipment which may not be 
available to complete the project within the final completion date in  for 
new construction in 2024. 
IGE Cost 	$
Internal Review 
Comments 
FEMS Request. 
Funding Source Additional Funds Required 
Funding Notes Additional Funds Required  Potential Change Order 
Project Name:  FEMS - Fleet Maintenance Facility 
AST #: FEMS-000004-NEWC 
Project Address: 4 DC Village Lane, SW 
PCO # 	Alphatec PCO#002 
Title 	AE Services for EV Charging Stations Revised BAFO 
PCO Date 	2/22/2022 
Description of PCO Provide coordination and design for Electric Vehicle charging stations for 
up to ten (10) OSSE Type A Fleet Buses. 
Load calculations, specifications, and design analysis shall be adjusted to 
accommodate the new charging stations. 
Provide cost estimate at 90% Submission to include the addition of the 
above changes. Total cost of integration is unknown at this time. 
Thirty (30) day time extension to the AE design schedule. 
Scope of Work Provide coordination and design for Electric Vehicle charging stations for 
up to ten (10) OSSE Type A Fleet Buses. 
Load calculations, specifications, and design analysis shall be adjusted to 
accommodate the new charging stations. 
Provide cost estimate at 90% Submission to include the addition of the 
above changes. Total cost of integration is unknown at this time. 
Thirty (30) day time extension to the AE design schedule. 
Potential Change Reason DGS Request 
Proposed Cost $66,449.36 
Acknowledged Cost $66,449.36 
Proposed Schedule 
Impact (Days) 
120 
Acknowledged Schedule 
Impact (Days) 
Requested Revised 
Substantial Completion 
Date 
1/5/2025 
Requested Revised Final 
Completion Date 
 
Justification 
Location 	DC Village Lane. SW Washington, DC 
Drawing Reference 
Dwg No. Title 	Rev. No. Rev. Date 
{ { { {  Specification Reference 
Spec. No. Title 	Rev. No. Rev. Date 
{ 	{ 	{ { 
DGS Determination DGS/FEMS client request approved and entered in PASS for approval. 
IGE Cost 	$6 
Internal Review 
Comments 
DGS/FEMS client request approved and entered in PASS for approval. 
Funding Source Additional Funds Required 
Funding Notes PASs approval pending.  X
8. Name and Address of Contractor (No. Street, city, country, state and ZIP Code)9A. Amendment of Solicitation No.
Email: spg@alphatecpc.com
Contracting and Procurement Division	Capital Construction Division
2000 14th Street, 4th Floor	1250 U Street, 4th Floor
Washington, DC 20009	Washington, DC 20009
(Signature of Contracting Officer)
solicitation and this amendment, and is received prior to the opening hour and date specified.
12. Accounting and Appropriation Data (If Required)
15B. Alphatec, PC	15C. Date Signed16B. District of Columbia	16C. Date Signed
15A. Name and Title of Signer (Type or print)	16A. Name of Contracting Officer
3. Release:  It is mutually agreed that in exchange for this Modification and other consideration, the Contractor hereby releases, waives,
settles and holds the Department harmless from any and all actual or potential claims or demands for delays, disruptions, additional work, 
additional time, additional cost, contract extensions, compensations or liability under any theory, whether known or unknown, that the 
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 
manner connected with this Modification, the above-referenced Project, and the Contract work.
         Ahmad Stanekzai
"Substantial Completion Date: The Substantial Completion Date is hereby extended from September 07, 2024 to January 05, 2025". 
X
D. Other (Specify type of modification and authority)Title 27 DCMR Sections 4728 and Contract DCAM-19-AE-0014
Section 7 Changes Clause
1525 18th Street, NW
Washington, DC 20036
Attn: Spiro P. Gianniotis
9B. Dated (See Item 11)Alphatec, PC
DCAM-19-AE-0014
2.Terms & Conditions: All other Terms and Conditions remain unchanged.
14. Description of amendment/modification (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.)
copy to the issuing office.E. IMPORTANT:
Contract No.DCAM-19-AE-0014 - Architectural/Engineering Services for Construction of the New District of Columbia Department of Fire 
and Emergency Medical Services (“DCFEMS”) Fleet Maintenance Facility (the“Project”) is hereby modified as follows:
10B. Dated (See Item 13)
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
December 21, 2020
1
B. The above numbered contract/order is modified to reflect the administrative changes (such as changes in paying office, appropriation
date, etc.) set forth in item 14.
C. This supplemental agreement is entered into pursuant to authority of:
1. Administrative crrection: Item No. 3 in previously issued Modification No. 1 is hereby corrected as follows:
Delete: 
Contractor is not,
And Replace with:
"Section 3.4 Deliverables. Title 1 services completion date is hereby extended from September 7, 2022 to September 7, 2024. The Title II 
services shall continue until the construction project achieves Substantial Completion
by the General Contractor".
The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers
1. Contract Number
MODIFICATION OF CONTRACT
Page of Pages
DCAM-19-AE-0014 1	2
7. Administered By (If other than line 6)
Department of General Services	Department of General Services
6. Issued By:
3. Effective Date 4. Requisition/Purchase Request No. 5. Caption
Modification No. 2 See Block 16C	Not Applicable
New DCFEMS Fleet Maintenance 
Facility 
2. Modification Number
X
10A. Modification of Contract/Order No.
is extended.is not extended.
PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change
an offer already submitted, such change may be made by letter or fax, provided each letter or telegram makes reference to the 
amendment on each copy of the offer submitted; or (c) By separate letter or fax which includes a reference to the solicitation and 
Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the 
is required to sign this document and return
following methods: (a) By completing Items 8 and 15, and returning1copies of the amendment: (b) By acknowledging receipt of this
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,
IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14
The changes set forth in Item 14 are made in the contract/order no. in item 10A.
amendment number. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS
A. This change order is issued pursuant to: (Specify Authority)  (Continuation)
Page of Pages
2 of 2
4. Contract Recap:
$4,793,000.00
$369,253.47
$0.00
$5,162,253.47
Modification No.
Modification No. 2DCAM-19-AE-0014
Administrative 
Contract	Contract Executed on: December 21, 2020
Administrative & Increase in Agreement ValueModification No. 1 
Modification No. 2 
Total Contract Value X
4. Final Completion Date : The Department requires that the Project be completed by June 01, 2025.
5.  Administrative Date: The Department requires that the Project administration be completed by  August 01, 2025.
3. Substantial Completion Date: The Substantial Completion Date is hereby extended from January 05, 2025 to May 01, 2025
A. This change order is issued pursuant to: (Specify Authority) 
Contractor is not, is required to sign this document and return
December 21, 2020
is extended.is not extended.
following methods: (a) By completing Items 8 and 15, and returning1copies of the amendment: (b) By acknowledging receipt of this
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,
IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14
The changes set forth in Item 14 are made in the contract/order no. in item 10A.
an offer already submitted, such change may be made by letter or fax, provided each letter or telegram makes reference to the 
amendment on each copy of the offer submitted; or (c) By separate letter or fax which includes a reference to the solicitation and 
2. Section 3.5 Value of Agreement: The Value of Agreement is hereby increased from $5,162,253.47 to $5,342,185.37 by $179,931.90.  In 
no events shall the A/E be paid more than $5,342,185.37 unless the A/E is authorized to exceed this limit in advance and in writing by a DGS 
Contracting Officer.
1. Scope of Work:  The Scope of Work is hereby revised to accommodate additional design changes as requested by DC Fire & Emergency 
Medical Services Department (DCFEMS)  described in Attachment A.
1. Contract Number
MODIFICATION OF CONTRACT
Page of Pages
DCAM-19-AE-0014
1	2
7. Administered By (If other than line 6)
   Department of General Services   Department of General Services
6. Issued By:
3. Effective Date 4. Requisition/Purchase Request No. 5. Caption
Modification No.3 See Block 16C	RK239292
New DCFEMS Fleet Maintenance
Facility
2. Modification Number
(Signature of person authorized to sign)	(Signature of Contracting Officer)
solicitation and this amendment, and is received prior to the opening hour and date specified.
12. Accounting and Appropriation Data (If Required)
15B.    Alphatec PC	15C. Date Signed16B. District of Columbia	16C. Date Signed
15A. Name and Title of Signer (Type or print)	16A. Name of Contracting Officer
7. Release:  It is mutually agreed that in exchange for this Modification and other consideration, the Contractor hereby releases, waives, settles 
and holds the Department harmless from any and all actual or potential claims or demands for delays, disruptions, additional work, additional 
time, additional cost, contract extensions, compensations or liability under any theory, whether known or unknown, that the Contractor may 
have now or in the future against the Department arising from or out of, as a consequence or result of, relating to or in any manner connected 
with this Modification, the above-referenced Project, and the Contract Work.
       Obaidullah Ranjbar
6. Terms & Conditions: All other Terms and Conditions remain unchanged.
14. Description of amendment/modification (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.)
copy to the issuing office.E. IMPORTANT:
Contract No.DCAM-19-AE-0014 - Architectural/Engineering Services for Construction of the New District of Columbia Department of Fire and 
Emergency Medical Services (“DCFEMS”) Fleet Maintenance Facility (the“Project”) is hereby modified as follows:
   Contracting and Procurement Division   Capital Construction Division
   2000 14th Street, 4th Floor   1250 U Street, 4th Floor
   Washington, DC 20009   Washington, DC 20009
8. Name and Address of Contractor (No. Street, city, country, state and ZIP Code)9A. Amendment of Solicitation No.
   1525 18th Street, NW, 
10A. Modification of Contract/Order No.
The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers
10B. Dated (See Item 13)
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
9B. Dated (See Item 11)   Alphatec PC
DCAM-19-AE-0014  Email: spg@alphatecpc.com
X
Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the 
   Washington, DC 20036
X
D. Other (Specify type of modification and authority)Title 27 DCMR Sections 4728 and Contract DCAM-19-AE-0014
1
B. The above numbered contract/order is modified to reflect the administrative changes (such as changes in paying office, appropriation
date, etc.) set forth in item 14.
C. This supplemental agreement is entered into pursuant to authority of:
amendment number. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS
PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to changeSpiro Gianniotis, Principal  3/1/2023     (Continuation)
Page of Pages
2 of 2
8. Contract Recap:
Contract 	$4,793,000.00
Modification No. 1 	$369,253.47
$0.00
$179,931.90
$5,342,185.37
Modification No. 3
Modification No.
Modification No. 3
Contract Number
DCAM-19-AE-0014
Contract Executed on: December 21, 2020
Increase in Value of Agreement and Time Extension
Total Contract Value
Modification No. 2
Increase in Value of Agreement and Time Extension
Admin Change  
 
 
 
 
 
 
ATTACHMENT A   
 
       
 
 
December 23, 2022 
Revised February 23, 2023 
 
Mr. Emeka Nwabunwanne  
Project Manager  
Department of General Services 
1250 U Street, NW, 4th Floor 
Washington, DC 20009 
 
ATTN: Mr. Emeka Nwabunwanne, Project Manager 
             Ms. Eileen Jenkins, Project Manager 
   
 
 
RE:       Additional AE Services - Modification 003 – ‘$’ Comments 
 
 
Dear Mr. Nwabunwanne,  
 
The Department of General Services (DGS) and DC Fire & Emergency Medical Services 
Department (DCFEMS) is seeking Alphatec to provide all necessary labor to prepare and 
submit the incorporation of Additional AE Services for Construction Documents, 
Specifications, Design Analysis and Calculations, DCRA permit review resolution as 
applicable, and Construction Administration for the Fleet Maintenance Facility in 
accordance to the CLIN items listed below.  
 
 
The Offeror’s PCO Bid is $179,911.90. 
 	Price breakdowns are provided in the attachments.  
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
  Additional AE Services – Modification 003 – ‘$’ Comments 
Form of Offer Letter 
Page 2 of 5 
 
CLIN DESCRIPTION LUMP SUM 
PRICE 
01-SW Service Writers (SW) area program change.  
 
During the 90% drawing review, FEMS requested several changes 
and additions to the project program in the SW area. See attached 
comments.  
 
Architectural work: (1) Provide revised programming and layout to 
accommodate required ADA clearances and Life Safety egress. (2) 
Revise plans, reflected ceiling plans, elevations, sections, and details 
to accommodate new program. (3) Update finishes, finish plans, and 
FFE plans. 
 
MEP work: (1) Provide revised systems layout for requested changes. 
(2) Revise plans, risers, schedules, and details to accommodate new 
program. (3) Verify calculations and specifications for new spaces 
and work.  
 
LEED calculations, energy models and calculations, load 
calculations, specifications, and design analysis shall be adjusted to 
accommodate the new design.  
 
Update Design Analysis, Specifications and Cost Estimate.  
 
See attached updated schedule. 
 
$36,052.93 
02-MB Maintenance Bay (MB) program change.  
 
During the 90% drawing review, FEMS requested changes to the 
project program in the MB area. See attached comments.  
 
Architectural and Structural work: (1) Provide revised slab design to 
accommodate new trench drains and sloped slab. (2) Revise plans, 
sections, and details to accommodate new design. (3) Update finish 
plans and FFE plans. 
 
MEP work: (1) Provide new gravity trench drain layout for requested 
changes. (2) Revise plans, risers, schedules, and details to 
accommodate new trench drains. (3) Verify calculations and 
specifications for new work.  
 
Update Design Analysis, Specifications and Cost Estimate.  
 
See attached updated schedule. 
 
 
 
 
$30,308.32 
03-EQ Equipment (EQ) addition and change.  
 
During the 90% drawing review, FEMS requested several changes 
$15,196.33  Additional AE Services – Modification 003 – ‘$’ Comments 
Form of Offer Letter 
Page 3 of 5 
 
and additions to the project EQ. See attached comments.  
 
Equipment Planner: (1) Provide additional requested equipment and 
modifications to existing equipment. (2) Research must be conducted 
with the manufacturers to determine the new models. ARI-Hetra will 
be added to the list of allowable manufacturers.  
 
Architectural and Structural work: (1) Coordinate revised layout to 
accommodate required curbs, ADA clearances and Life Safety egress. 
(2) Revise plans, sections, and details to accommodate new design.  
 
Electrical work: (1) Provide revised systems layout for additional 
equipment. (2) Revise plans, risers, schedules, and details to 
accommodate new equipment. (3) Verify calculations and 
specifications for new equipment. 
 
LEED calculations, energy models and calculations, load 
calculations, specifications, and design analysis shall be adjusted to 
accommodate the new design.  
 
Update Design Analysis, Specifications and Cost Estimate.  
 
See attached updated schedule. 
  
04-PT Pump Test (PT) program change and addition of canopy.  
 
During the 90% drawing review, FEMS requested a complete 
redesign of the PT area, addition of a fire hydrant, and addition of a 
canopy. See attached comments.  
 
Architectural, Structural, and Civil work: (1) Provide and coordinate 
new pump test pit design and new hydrant. (2) Revise plans, 
elevations, sections, calculations, and details to accommodate new 
design. (3) Update finish plans and FFE plans. 
 
MEP work: (1) Provide and coordinate new pump test pit design. (2) 
Revise plans, risers, schedules, and details to accommodate new 
design. (3) Verify calculations and specifications for new work.  
 
Update Design Analysis, Specifications and Cost Estimate.  
 
See attached updated schedule. 
 
$39,701.50 
05-MA Manager Areas (MA) program change.  
 
During the 90% drawing review, FEMS requested several changes 
and additions to the project program in the MA area. See attached 
comments.  
 
Architectural work: (1) Provide revised programming and layout to 
accommodate required ADA clearances and Life Safety egress. (2) 
Revise plans, reflected ceiling plans, elevations, sections, and details 
$25,206.45  Additional AE Services – Modification 003 – ‘$’ Comments 
Form of Offer Letter 
Page 4 of 5 
 
to accommodate new program. (3) Update finishes, finish plans, and 
FFE plans. 
 
MEP work: (1) Provide revised systems layout for requested changes. 
(2) Revise plans, risers, schedules, and details to accommodate new 
program. (3) Verify calculations and specifications for new spaces 
and work.  
 
LEED calculations, energy models and calculations, load 
calculations, specifications, and design analysis shall be adjusted to 
accommodate the new design.  
 
Update Design Analysis, Specifications and Cost Estimate.  
 
See attached updated schedule. 
 
06-PSA Parts Storage Areas (PSA) program change.  
 
During the 90% drawing review, FEMS requested several changes 
and additions to the project program in the MA area. See attached 
comments.  
 
Architectural work: (1) Provide revised programming and layout to 
accommodate required ADA clearances and Life Safety egress. (2) 
Revise plans, reflected ceiling plans, elevations, sections, and details 
to accommodate new program. (3) Update finishes, finish plans, and 
FFE plans. 
 
MEP work: (1) Provide revised systems layout for requested changes. 
(2) Revise plans, risers, schedules, and details to accommodate new 
program. (3) Verify calculations and specifications for new spaces 
and work.  
 
LEED calculations, energy models and calculations, load 
calculations, specifications, and design analysis shall be adjusted to 
accommodate the new design.  
 
Update Design Analysis, Specifications and Cost Estimate.  
 
See attached updated schedule 
$37,530.12 
 
 
The Offeror’s Bid is based on and subject to the following conditions: 
 
1. The Offeror’s proposal is subject to the following requested exclusions and 
assumptions to the Form of Contract: 
(1) Modifications to facility heights, massing, or 
superstructure. (2) Load shedding schemes. (3)  Construction progress meetings. The AE 
shall provide responses to shop drawings/submittals and RFI during construction. 
Construction progress meetings are not included. (4) All permit related fees shall be paid 
by DGS/General Contractor. The AE shall not finance any permit related fees. (5) 
Community Engagement meetings. (6) Printing or Reproduction. (7) Value Engineering. 
(8) Break-out bid packages. (9) Modifications to the building envelope or utility meter 
sizing. (10) Reprogramming and/or coordination meetings with NAPA.
  Additional AE Services – Modification 003 – ‘$’ Comments 
Form of Offer Letter 
Page 5 of 5 
 
 
 
Sincerely, 
 
 
 
By:                                                                           
Name: Spiro P. Gianniotis, AIA, NCARB, LEED AP BD+C, GPCP, GGP  	Title:   Principal  Project Name:FLEET MAINTENANCE FACILITY 	Date: 12/23/2022
Additional AE Redesign Services MOD-SW	Project No:20-DC1-001
Project Address:Blue Plains - 4 D.C. Village Lane SW	Task No:
Page No: 1 of 4
Construction Budget: Design Budget:
Construction: A&E:
FOR	Site Development: D&E:
OFFICE	Construction Limit: 	BCM:
USE
ONLY
Design Time:
Gross Floor Area: 
Fee: Item 1: S&E:
A&E: Negotiated Fee:
Total Hourly
I-ADIRECT COST ITEMS:	LEED DesignDA/Specs Calcs	Hours: Rate: TOTAL:
A.	8 8 $175.21 1,401.68	$             
0
B.	4 2 6 $159.27 955.62	$                
18 18 $139.39 2,509.03	$             
Architect/Designer/CAD 48 48 $105.36 5,057.28	$             
C.Senior Structural Engineer 0 $167.72 -	$                      
0 $127.88 -$                      
0 $98.36 - $                      
D.	4 4 8 $163.91 1,311.24	$             
24 16 40 $146.36 5,854.41	$             
Designer/CAD 40 40 $100.36 4,014.45	$             
ESenior Electrical Engineer 442212	$175.63 2,107.59$             
Electrical Engineer 18 8 10 36 $158.91 5,720.59	$             
Electrical Designer/CAD 32 32 $105.36 3,371.56	$             
FSenior Civil Engineer $164.72
Civil Engineer	$146.36
Civil Designer	$100.36
GSenior Fire Protection Engineer 4 4 $158.91 635.64	$                
Fire Protection Designer/CAD 12 12 $110.82 1,329.84	$             
HSpecification Writer $158.91 -	$                      
Typist	$73.18 -$                      
IEstimator	$158.91
Typist 4 4 8 $73.18 585.44	$                
JInterior Designer 	2	2 $144.13 288.26$                
Interior Designer Draftsperson(s) 10	10 $91.03 910.30$                
4 228 16 36 284
Summary (Items A - J): = 36,052.93$           
Total: I-A: (Direct Cost Items): = 36,052.93$           
Project Manager 
(Coordination)
DEPARTMENT OF GENERAL SERVICE
S
Construction Division 
Contract No. DCAM-19-AE-0014
1250 U Street, N.W., Washington, D.C. 20009
Structural Designer/CAD
Senior Mechanical Engineer
Mechanical Engineer
Senior Architect 
Architect
Structural Engineer Project Name:FLEET MAINTENANCE FACILITY 	Date: 12/23/2022
Additional AE Redesign Services MOD-SW Project No: 20-DC1-001
Project Address:Blue Plains - 4 D.C. Village Lane SW Task No: 0
Page No: 2 of 4
I-B INDIRECT COST ITEMS (Subconsultant fees)
ACivil /Site Design 0.00	Total A:
  
BCivil SWM/GAR Calcs 0.00
Total B:
CStructural Engineering 0.00
Total C: -$                        
DEquipment Planner 0.00 
Total D: -$                        
ECost Estimator 0.00
Total E: -$                        
F	0.00 
Total F:
G	0.00
Total G:
HReproduction: From Summary, Page 5
Total H: -$                        
Total: Items A thru H: = -$                        
ADD: Profit @ 10% =	-$                        
SUBTOTAL OF I-B = -$                        
(This Page)
SUBTOTAL OF I-A = 36,052.93$             
(From Page One)
TOTAL: I: (I-A + I-B): 36,052.93$             
II SITE VISITS DURING CONSTRUCTION: (Appendix C:)
A Bi-weekly (1 A-E/visit)  0 Visits @ 629.08$      = - $                       
B Punchlist 0	Visits @2,500.00$   = - $                       
TOTAL: II: = -$                        
III RFIs, SHOP DRAWINGS & AS-BUILT DRAWINGS (Appendix D: )
A Review Shop Drawings 0	M/Hrs @ $163.91 = -$                       
B Respond to RFI's 0	M/Hrs @ $163.91 = -$                       
C Prepare As-Built Drawings 0 M/Hrs @ $146.00 = -$                       
TOTAL: III: = -$                        
IVOTHER
A Meetings* 0	Mtgs @ 950.00$      = - $                       
B Constructon reports 0	Rpts @ 2,500.00$   = - $                       
C
ALLOWANCE (reimbursables permit fees)	$0.00
 	TOTAL: IV: = -$                        
SUMMARY
Item I: = 36,052.93$            
Item II: =	-$                       
Item III: =	-$                       
Item IV
: =	-$                       
TOTAL A & E FEES (For This Project Only): 36,052.93	$             
Prepared by:S.P. Gianniotis
Company:ALPHATEC, p.c.
Telephone Number:(202) 797-5000	Date: 12/23/2022
DEPARTMENT OF GENERAL SERVICES
Construction Division 
2000 14th Street, N.W.,
Washington, D.C.   20009 Project Name:FLEET MAINTENANCE FACILITY 	Date: 12/23/2022
Project No:
20-DC1-001
Project Address:Blue Plains - 4 D.C. Village Lane SW	Task No: 0
Page No: 3 of 4
A. ORIGINALS: 0
Mylar Originals:30" x 42"in size, w/  title blocks, 3 mil 
(matte finish each side)	0  Sheets @ $ 7.25 per sheet = $0.00
To produce camera ready title block (as requested):  = No Charge
USB submitted at each submission
0 sets at 1/0/1900 in size, x $65.00 cost/disk = $0.00
TOTAL: ORIGINALS: $0.00
B. PRINTS & SEPIAS:
Prints
Phase: No. Sheets: Sets: Total 
I Concept
I Schematic Concept 0 0 0
II Design Development 0 0 0
III Construction Documents 0 0 0
IV Final Compliance 0 4 0
V DCRA Permit Sets 0 0 0
VI DOE Permit Sets 0 0 0
Total: 0
C. SUMMARY: (A + B):
Phase:
I & II Total Prints: FS 0 @ $1.75 = $0.00
HS 0 $1.15 = $0.00
III + IV Total Prints: FS 0 @ $1.75 = $0.00
HS 0 $1.15 = $0.00
V Total Prints: FS 0 @ $1.75 = $0.00
HS 0 = $0.00
TOTAL: PRINTS $0.00
TOTAL REPRODUCTION COSTS: MYLARS, PRINT
S $0.00
BREAKDOWN ESTIMATE OF REPRODUCTION COSTS
(Part A)
DEPARTMENT OF GENERAL SERVICE
S
Construction Division 
2000 14th Street, N.W.
Washington, D.C.   20009 Project Name:FLEET MAINTENANCE FACILITY 	Date:12/23/2022
Project No:
20-DC1-001
Project Address:Blue Plains - 4 D.C. Village Lane S
W	Task No: 0
Page No: 4 of 4
Total No.
PHOTOCOPIES:	No: of Pages: Sets: of Copies:
A. Preliminary Concept 0	0	0
B. QAQC Certification 0	0	0
C. Completion of Construction Drawings 0	0	0
(Layout, Finishes, Details, etc.)
D. Cost Estimate 0	0	0
F. Specifications: 0	0	0
(Originals & Copies)
G Review Comments (3 reviews) 0	0	0
H. Cost estimate, Final: 0	0	0
I. Design Analysis 0	0	0
(1 Reproducible + 2 Bond Copies)
J. Technical Specifications & submittal register (+conformed) 0 0	0
(Originals) 
K Permit Documents 0	0	0
Total Number of Copies: 0
SUMMARY OF ALL REPRODUCTION COSTS:
1 ORIGINALS: (From Estimate of Reproduction Costs, page 4):	$0.00
2 PRINTS & SEPIAS: (From Estimate of Reproduction Costs, page 4):	$0.00
3 PHOTOCOPIES: 	0 ea @$0.16per copy =	$0.00
TOTAL: ALL REPRODUCTION COSTS: $0.00
PHOTOCOPY COSTS & SUMMARY OF ALL REPRODUCTION COSTS:
(Part B)
DEPARTMENT OF GENERAL SERVICES
Construction Division 
2000 14th Street, N.W.
Washington, D.C.   20009 Project Name:FLEET MAINTENANCE FACILITY 	Date: 12/23/2022
Additional AE Redesign Services MOD-MB	Project No:20-DC1-001
Project Address:Blue Plains - 4 D.C. Village Lane SW	Task No:
Page No: 1 of 4
Construction Budget: Design Budget:
Construction: A&E:
FOR	Site Development: D&E:
OFFICE	Construction Limit: 	BCM:
USE
ONLY
Design Time:
Gross Floor Area: 
Fee: Item 1: S&E:
A&E: Negotiated Fee:
Total Hourly
I-ADIRECT COST ITEMS:	LEED DesignDA/Specs Calcs	Hours: Rate: TOTAL:
A.	8 8 $175.21 1,401.68	$             
0
B.	8 4 12 $159.27 1,911.24	$             
16 16 $139.39 2,230.25	$             
Architect/Designer/CAD 32 32 $105.36 3,371.52	$             
C.Senior Structural Engineer 0 $167.72 -	$                      
0 $127.88 -$                      
0 $98.36 - $                      
D.	82414	$163.91 2,294.67$             
32 8 16 56 $146.36 8,196.17	$             
Designer/CAD 48 48 $100.36 4,817.34	$             
ESenior Electrical Engineer 0 $175.63 -	$                      
Electrical Engineer 0 $158.91 -	$                      
Electrical Designer/CAD 0 $105.36 -	$                      
FSenior Civil Engineer $164.72
Civil Engineer	$146.36
Civil Designer	$100.36
GSenior Fire Protection Engineer $158.91 -	$                      
Fire Protection Designer/CAD $110.82 -	$                      
HSpecification Writer $158.91 -	$                      
Typist	$73.18 -$                      
IEstimator	$158.91
Typist 4 4 8 $73.18 585.44	$                
JInterior Designer 	$144.13
Interior Designer Draftsperson(s) $91.03
0 152 18 24 194
Summary (Items A - J): = 24,808.32$           
Total: I-A: (Direct Cost Items): = 24,808.32$           
Structural Designer/CAD
Senior Mechanical Engineer
Mechanical Engineer
Senior Architect 
Architect
Structural Engineer
Project Manager 
(Coordination)
DEPARTMENT OF GENERAL SERVICE S
Construction Division 
Contract No. DCAM-19-AE-0014
1250 U Street, N.W., Washington, D.C. 20009 Project Name:FLEET MAINTENANCE FACILITY 	Date: 12/23/2022
Additional AE Redesign Services MOD-MB Project No: 20-DC1-001
Project Address:Blue Plains - 4 D.C. Village Lane SW Task No: 0
Page No: 2 of 4
I-B INDIRECT COST ITEMS (Subconsultant fees)
ACivil /Site Design 0.00	Total A:
  
BCivil SWM/GAR Calcs 0.00
Total B:
CStructural Engineering 5,000.00
Total C: 5,000.00$               
DEquipment Planner 0.00 
Total D: -$                        
ECost Estimator 0.00
Total E: -$                        
F	0.00 
Total F:
G	0.00
Total G:
HReproduction: From Summary, Page 5
Total H: -$                        
Total: Items A thru H: = 5,000.00$               
ADD: Profit @ 10% = 500.00$                  
SUBTOTAL OF I-B = 5,500.00$               
(This Page)
SUBTOTAL OF I-A = 24,808.32$             
(From Page One)
TOTAL: I: (I-A + I-B): 30,308.32$             
II SITE VISITS DURING CONSTRUCTION: (Appendix C:)
A Bi-weekly (1 A-E/visit)  0 Visits @ 629.08$      = - $                       
B Punchlist 0	Visits @2,500.00$   = - $                       
TOTAL: II: = -$                        
III RFIs, SHOP DRAWINGS & AS-BUILT DRAWINGS (Appendix D: )
A Review Shop Drawings 0	M/Hrs @ $163.91 = -$                       
B Respond to RFI's 0	M/Hrs @ $163.91 = -$                       
C Prepare As-Built Drawings 0 M/Hrs @ $146.00 = -$                       
TOTAL: III: = -$                        
IVOTHER
A Meetings* 0	Mtgs @ 950.00$      = - $                       
B Constructon reports 0	Rpts @ 2,500.00$   = - $                       
C
ALLOWANCE (reimbursables permit fees)	$0.00
 	TOTAL: IV: = -$                        
SUMMARY
Item I: = 30,308.32$            
Item II: =	-$                       
Item III: =	-$                       
Item IV
: =	-$                       
TOTAL A & E FEES (For This Project Only): 30,308.32	$             
Prepared by:S.P. Gianniotis
Company:ALPHATEC, p.c.
Telephone Number:(202) 797-5000	Date: 12/23/2022
DEPARTMENT OF GENERAL SERVICES
Construction Division 
2000 14th Street, N.W.,
Washington, D.C.   20009 Project Name:FLEET MAINTENANCE FACILITY 	Date: 12/23/2022
Project No:
20-DC1-001
Project Address:Blue Plains - 4 D.C. Village Lane SW	Task No: 0
Page No: 3 of 4
A. ORIGINALS: 0
Mylar Originals:30" x 42"in size, w/  title blocks, 3 mil 
(matte finish each side)	0  Sheets @ $ 7.25 per sheet = $0.00
To produce camera ready title block (as requested):  = No Charge
USB submitted at each submission
0 sets at 1/0/1900 in size, x $65.00 cost/disk = $0.00
TOTAL: ORIGINALS: $0.00
B. PRINTS & SEPIAS:
Prints
Phase: No. Sheets: Sets: Total 
I Concept
I Schematic Concept 0 0 0
II Design Development 0 0 0
III Construction Documents 0 0 0
IV Final Compliance 0 4 0
V DCRA Permit Sets 0 0 0
VI DOE Permit Sets 0 0 0
Total: 0
C. SUMMARY: (A + B):
Phase:
I & II Total Prints: FS 0 @ $1.75 = $0.00
HS 0 $1.15 = $0.00
III + IV Total Prints: FS 0 @ $1.75 = $0.00
HS 0 $1.15 = $0.00
V Total Prints: FS 0 @ $1.75 = $0.00
HS 0 = $0.00
TOTAL: PRINTS $0.00
TOTAL REPRODUCTION COSTS: MYLARS, PRINT
S $0.00
BREAKDOWN ESTIMATE OF REPRODUCTION COSTS
(Part A)
DEPARTMENT OF GENERAL SERVICE
S
Construction Division 
2000 14th Street, N.W.
Washington, D.C.   20009 Project Name:FLEET MAINTENANCE FACILITY 	Date:12/23/2022
Project No:
20-DC1-001
Project Address:Blue Plains - 4 D.C. Village Lane S
W	Task No: 0
Page No: 4 of 4
Total No.
PHOTOCOPIES:	No: of Pages: Sets: of Copies:
A. Preliminary Concept 0	0	0
B. QAQC Certification 0	0	0
C. Completion of Construction Drawings 0	0	0
(Layout, Finishes, Details, etc.)
D. Cost Estimate 0	0	0
F. Specifications: 0	0	0
(Originals & Copies)
G Review Comments (3 reviews) 0	0	0
H. Cost estimate, Final: 0	0	0
I. Design Analysis 0	0	0
(1 Reproducible + 2 Bond Copies)
J. Technical Specifications & submittal register (+conformed) 0 0	0
(Originals) 
K Permit Documents 0	0	0
Total Number of Copies: 0
SUMMARY OF ALL REPRODUCTION COSTS:
1 ORIGINALS: (From Estimate of Reproduction Costs, page 4):	$0.00
2 PRINTS & SEPIAS: (From Estimate of Reproduction Costs, page 4):	$0.00
3 PHOTOCOPIES: 	0 ea @$0.16per copy =	$0.00
TOTAL: ALL REPRODUCTION COSTS: $0.00
PHOTOCOPY COSTS & SUMMARY OF ALL REPRODUCTION COSTS:
(Part B)
DEPARTMENT OF GENERAL SERVICES
Construction Division 
2000 14th Street, N.W.
Washington, D.C.   20009 Project Name:FLEET MAINTENANCE FACILITY 	Date: 12/23/2022
Additional AE Redesign Services MOD-EQ	Project No:20-DC1-001
Project Address:Blue Plains - 4 D.C. Village Lane SW	Task No:
Page No: 1 of 4
Construction Budget: Design Budget:
Construction: A&E:
FOR	Site Development: D&E:
OFFICE	Construction Limit: 	BCM:
USE
ONLY
Design Time:
Gross Floor Area: 
Fee: Item 1: S&E:
A&E: Negotiated Fee:
Total Hourly
I-ADIRECT COST ITEMS:	LEED DesignDA/Specs Calcs	Hours: Rate: TOTAL:
A.	2 2 $175.21 350.42	$                
0
B.	2 2 $159.27 318.54	$                
4 4 $139.39 557.56	$                
Architect/Designer/CAD 8 8 $105.36 842.88	$                
C.Senior Structural Engineer 0 $167.72 -	$                      
0 $127.88 -$                      
0 $98.36 - $                      
D.	0 $163.91 -$                      
0 $146.36 -$                      
Designer/CAD 0 $100.36 -	$                      
ESenior Electrical Engineer 2 2 4 $175.63 702.53	$                
Electrical Engineer 8 4 12 $158.91 1,906.86	$             
Electrical Designer/CAD 12 12 $105.36 1,264.34	$             
FSenior Civil Engineer $164.72
Civil Engineer	$146.36
Civil Designer	$100.36
GSenior Fire Protection Engineer $158.91
Fire Protection Designer/CAD $110.82
HSpecification Writer $158.91 -	$                      
Typist	$73.18 -$                      
IEstimator	$158.91
Typist	$73.18
JInterior Designer 	$144.13
Interior Designer Draftsperson(s) $91.03
0380644
Summary (Items A - J): = 5,943.13$             
Total: I-A: (Direct Cost Items): = 5,943.13$             
Structural Designer/CAD
Senior Mechanical Engineer
Mechanical Engineer
Senior Architect 
Architect
Structural Engineer
Project Manager 
(Coordination)
DEPARTMENT OF GENERAL SERVICE S
Construction Division 
Contract No. DCAM-19-AE-0014
1250 U Street, N.W., Washington, D.C. 20009 Project Name:FLEET MAINTENANCE FACILITY 	Date: 12/23/2022
Additional AE Redesign Services MOD-EQ Project No: 20-DC1-001
Project Address:Blue Plains - 4 D.C. Village Lane SW Task No: 0
Page No: 2 of 4
I-B INDIRECT COST ITEMS (Subconsultant fees)
ACivil /Site Design 0.00	Total A:
  
BCivil SWM/GAR Calcs 0.00
Total B:
CStructural Engineering 0.00
Total C: -$                        
DEquipment Planner 8,412.00 
Total D: 8,412.00$               
ECost Estimator 0.00
Total E: -$                        
F	0.00 
Total F:
G	0.00
Total G:
HReproduction: From Summary, Page 5
Total H: -$                        
Total: Items A thru H: = 8,412.00$               
ADD: Profit @ 10% = 841.20$                  
SUBTOTAL OF I-B = 9,253.20$               
(This Page)
SUBTOTAL OF I-A = 5,943.13$               
(From Page One)
TOTAL: I: (I-A + I-B): 15,196.33$             
II SITE VISITS DURING CONSTRUCTION: (Appendix C:)
A Bi-weekly (1 A-E/visit)  0 Visits @ 629.08$      = - $                       
B Punchlist 0	Visits @2,500.00$   = - $                       
TOTAL: II: = -$                        
III RFIs, SHOP DRAWINGS & AS-BUILT DRAWINGS (Appendix D: )
A Review Shop Drawings 0	M/Hrs @ $163.91 = -$                       
B Respond to RFI's 0	M/Hrs @ $163.91 = -$                       
C Prepare As-Built Drawings 0 M/Hrs @ $146.00 = -$                       
TOTAL: III: = -$                        
IVOTHER
A Meetings* 0	Mtgs @ 950.00$      = - $                       
B Constructon reports 0	Rpts @ 2,500.00$   = - $                       
C
ALLOWANCE (reimbursables permit fees)	$0.00
 	TOTAL: IV: = -$                        
SUMMARY
Item I: = 15,196.33$            
Item II: =	-$                       
Item III: =	-$                       
Item IV
: =	-$                       
TOTAL A & E FEES (For This Project Only): 15,196.33	$             
Prepared by:S.P. Gianniotis
Company:ALPHATEC, p.c.
Telephone Number:(202) 797-5000	Date: 12/23/2022
DEPARTMENT OF GENERAL SERVICES
Construction Division 
2000 14th Street, N.W.,
Washington, D.C.   20009 Project Name:FLEET MAINTENANCE FACILITY 	Date: 12/23/2022
Project No:
20-DC1-001
Project Address:Blue Plains - 4 D.C. Village Lane SW	Task No: 0
Page No: 3 of 4
A. ORIGINALS: 0
Mylar Originals:30" x 42"in size, w/  title blocks, 3 mil 
(matte finish each side)	0  Sheets @ $ 7.25 per sheet = $0.00
To produce camera ready title block (as requested):  = No Charge
USB submitted at each submission
0 sets at 1/0/1900 in size, x $65.00 cost/disk = $0.00
TOTAL: ORIGINALS: $0.00
B. PRINTS & SEPIAS:
Prints
Phase: No. Sheets: Sets: Total 
I Concept
I Schematic Concept 0 0 0
II Design Development 0 0 0
III Construction Documents 0 0 0
IV Final Compliance 0 4 0
V DCRA Permit Sets 0 0 0
VI DOE Permit Sets 0 0 0
Total: 0
C. SUMMARY: (A + B):
Phase:
I & II Total Prints: FS 0 @ $1.75 = $0.00
HS 0 $1.15 = $0.00
III + IV Total Prints: FS 0 @ $1.75 = $0.00
HS 0 $1.15 = $0.00
V Total Prints: FS 0 @ $1.75 = $0.00
HS 0 = $0.00
TOTAL: PRINTS $0.00
TOTAL REPRODUCTION COSTS: MYLARS, PRINT
S $0.00
BREAKDOWN ESTIMATE OF REPRODUCTION COSTS
(Part A)
DEPARTMENT OF GENERAL SERVICE
S
Construction Division 
2000 14th Street, N.W.
Washington, D.C.   20009 Project Name:FLEET MAINTENANCE FACILITY 	Date:12/23/2022
Project No:
20-DC1-001
Project Address:Blue Plains - 4 D.C. Village Lane S
W	Task No: 0
Page No: 4 of 4
Total No.
PHOTOCOPIES:	No: of Pages: Sets: of Copies:
A. Preliminary Concept 0	0	0
B. QAQC Certification 0	0	0
C. Completion of Construction Drawings 0	0	0
(Layout, Finishes, Details, etc.)
D. Cost Estimate 0	0	0
F. Specifications: 0	0	0
(Originals & Copies)
G Review Comments (3 reviews) 0	0	0
H. Cost estimate, Final: 0	0	0
I. Design Analysis 0	0	0
(1 Reproducible + 2 Bond Copies)
J. Technical Specifications & submittal register (+conformed) 0 0	0
(Originals) 
K Permit Documents 0	0	0
Total Number of Copies: 0
SUMMARY OF ALL REPRODUCTION COSTS:
1 ORIGINALS: (From Estimate of Reproduction Costs, page 4):	$0.00
2 PRINTS & SEPIAS: (From Estimate of Reproduction Costs, page 4):	$0.00
3 PHOTOCOPIES: 	0 ea @$0.16per copy =	$0.00
TOTAL: ALL REPRODUCTION COSTS: $0.00
PHOTOCOPY COSTS & SUMMARY OF ALL REPRODUCTION COSTS:
(Part B)
DEPARTMENT OF GENERAL SERVICES
Construction Division 
2000 14th Street, N.W.
Washington, D.C.   20009 Project Name:FLEET MAINTENANCE FACILITY 	Date: 12/23/2022
Additional AE Redesign Services MOD-PT	Project No:20-DC1-001
Project Address:Blue Plains - 4 D.C. Village Lane SW	Task No:
Page No: 1 of 4
Construction Budget: Design Budget:
Construction: A&E:
FOR	Site Development: D&E:
OFFICE	Construction Limit: 	BCM:
USE
ONLY
Design Time:
Gross Floor Area: 
Fee: Item 1: S&E:
A&E: Negotiated Fee:
Survey/	Total Hourly
I-ADIRECT COST ITEMS:	LEED DesignDA/Specs Calcs	Hours: Rate: TOTAL:
A.	8 8 $175.21 1,401.68	$             
0
B.	8 8 $159.27 1,274.16	$             
28 28 $139.39 3,902.94	$             
Architect/Designer/CAD 64 64 $105.36 6,743.04	$             
C.Senior Structural Engineer 0 $167.72 -	$                      
0 $127.88 -$                      
0 $98.36 - $                      
D.	482620	$163.91 3,278.11$             
24 8 12 44 $146.36 6,439.85	$             
Designer/CAD 40 40 $100.36 4,014.45	$             
ESenior Electrical Engineer 4 2 2 8 $175.63 1,405.06	$             
Electrical Engineer 10 4 6 20 $158.91 3,178.11	$             
Electrical Designer/CAD 24 24 $105.36 2,528.67	$             
FSenior Civil Engineer $164.72
Civil Engineer	$146.36
Civil Designer	$100.36
GSenior Fire Protection Engineer $158.91
Fire Protection Designer/CAD $110.82
HSpecification Writer $158.91 -	$                      
Typist	$73.18 -$                      
IEstimator	$158.91
Typist 4 4 8 $73.18 585.44	$                
JInterior Designer 	$144.13
Interior Designer Draftsperson(s) $91.03
4 218 20 30 272
Summary (Items A - J): = 34,751.50$           
Total: I-A: (Direct Cost Items): = 34,751.50$           
Structural Designer/CAD
Senior Mechanical Engineer
Mechanical Engineer
Senior Architect 
Architect
Structural Engineer
Project Manager 
(Coordination)
DEPARTMENT OF GENERAL SERVICE S
Construction Division 
Contract No. DCAM-19-AE-0014
1250 U Street, N.W., Washington, D.C. 20009 Project Name:FLEET MAINTENANCE FACILITY 	Date: 12/23/2022
Additional AE Redesign Services MOD-PT Project No: 20-DC1-001
Project Address:Blue Plains - 4 D.C. Village Lane SW Task No: 0
Page No: 2 of 4
I-B INDIRECT COST ITEMS (Subconsultant fees)
ACivil /Site Design 1,000.00	Total A: 1,000.00$               
  
BCivil SWM/GAR Calcs 0.00
Total B:
CStructural Engineering 3,000.00
Total C: 3,000.00$               
DEquipment Planner 0.00 
Total D: -$                        
ECost Estimator 500.00
Total E: 500.00$                  
F	0.00 
Total F:
G	0.00
Total G:
HReproduction: From Summary, Page 5
Total H: -$                        
Total: Items A thru H: = 4,500.00$               
ADD: Profit @ 10% = 450.00$                  
SUBTOTAL OF I-B = 4,950.00$               
(This Page)
SUBTOTAL OF I-A = 34,751.50$             
(From Page One)
TOTAL: I: (I-A + I-B): 39,701.50$             
II SITE VISITS DURING CONSTRUCTION: (Appendix C:)
A Bi-weekly (1 A-E/visit)  0 Visits @ 629.08$      = - $                       
B Punchlist 0	Visits @2,500.00$   = - $                       
TOTAL: II: = -$                        
III RFIs, SHOP DRAWINGS & AS-BUILT DRAWINGS (Appendix D: )
A Review Shop Drawings 0	M/Hrs @ $163.91 = -$                       
B Respond to RFI's 0	M/Hrs @ $163.91 = -$                       
C Prepare As-Built Drawings 0 M/Hrs @ $146.00 = -$                       
TOTAL: III: = -$                        
IVOTHER
A Meetings* 0	Mtgs @ 950.00$      = - $                       
B Constructon reports 0	Rpts @ 2,500.00$   = - $                       
C
ALLOWANCE (reimbursables permit fees)	$0.00
 	TOTAL: IV: = -$                        
SUMMARY
Item I: = 39,701.50$            
Item II: =	-$                       
Item III: =	-$                       
Item IV
: =	-$                       
TOTAL A & E FEES (For This Project Only): 39,701.50	$             
Prepared by:S.P. Gianniotis
Company:ALPHATEC, p.c.
Telephone Number:(202) 797-5000	Date: 12/23/2022
DEPARTMENT OF GENERAL SERVICES
Construction Division 
2000 14th Street, N.W.,
Washington, D.C.   20009 Project Name:FLEET MAINTENANCE FACILITY 	Date: 12/23/2022
Project No:
20-DC1-001
Project Address:Blue Plains - 4 D.C. Village Lane SW	Task No: 0
Page No: 3 of 4
A. ORIGINALS: 0
Mylar Originals:30" x 42"in size, w/  title blocks, 3 mil 
(matte finish each side)	0  Sheets @ $ 7.25 per sheet = $0.00
To produce camera ready title block (as requested):  = No Charge
USB submitted at each submission
0 sets at 1/0/1900 in size, x $65.00 cost/disk = $0.00
TOTAL: ORIGINALS: $0.00
B. PRINTS & SEPIAS:
Prints
Phase: No. Sheets: Sets: Total 
I Concept
I Schematic Concept 0 0 0
II Design Development 0 0 0
III Construction Documents 0 0 0
IV Final Compliance 0 4 0
V DCRA Permit Sets 0 0 0
VI DOE Permit Sets 0 0 0
Total: 0
C. SUMMARY: (A + B):
Phase:
I & II Total Prints: FS 0 @ $1.75 = $0.00
HS 0 $1.15 = $0.00
III + IV Total Prints: FS 0 @ $1.75 = $0.00
HS 0 $1.15 = $0.00
V Total Prints: FS 0 @ $1.75 = $0.00
HS 0 = $0.00
TOTAL: PRINTS $0.00
TOTAL REPRODUCTION COSTS: MYLARS, PRINT
S $0.00
BREAKDOWN ESTIMATE OF REPRODUCTION COSTS
(Part A)
DEPARTMENT OF GENERAL SERVICE
S
Construction Division 
2000 14th Street, N.W.
Washington, D.C.   20009 Project Name:FLEET MAINTENANCE FACILITY 	Date:12/23/2022
Project No:
20-DC1-001
Project Address:Blue Plains - 4 D.C. Village Lane S
W	Task No: 0
Page No: 4 of 4
Total No.
PHOTOCOPIES:	No: of Pages: Sets: of Copies:
A. Preliminary Concept 0	0	0
B. QAQC Certification 0	0	0
C. Completion of Construction Drawings 0	0	0
(Layout, Finishes, Details, etc.)
D. Cost Estimate 0	0	0
F. Specifications: 0	0	0
(Originals & Copies)
G Review Comments (3 reviews) 0	0	0
H. Cost estimate, Final: 0	0	0
I. Design Analysis 0	0	0
(1 Reproducible + 2 Bond Copies)
J. Technical Specifications & submittal register (+conformed) 0 0	0
(Originals) 
K Permit Documents 0	0	0
Total Number of Copies: 0
SUMMARY OF ALL REPRODUCTION COSTS:
1 ORIGINALS: (From Estimate of Reproduction Costs, page 4):	$0.00
2 PRINTS & SEPIAS: (From Estimate of Reproduction Costs, page 4):	$0.00
3 PHOTOCOPIES: 	0 ea @$0.16per copy =	$0.00
TOTAL: ALL REPRODUCTION COSTS: $0.00
PHOTOCOPY COSTS & SUMMARY OF ALL REPRODUCTION COSTS:
(Part B)
DEPARTMENT OF GENERAL SERVICES
Construction Division 
2000 14th Street, N.W.
Washington, D.C.   20009 Project Name:FLEET MAINTENANCE FACILITY 	Date: 12/23/2022
Additional AE Redesign Services MOD-MA	Project No:20-DC1-001
Project Address:Blue Plains - 4 D.C. Village Lane SW	Task No:
Page No: 1 of 4
Construction Budget: Design Budget:
Construction: A&E:
FOR	Site Development: D&E:
OFFICE	Construction Limit: 	BCM:
USE
ONLY
Design Time:
Gross Floor Area: 
Fee: Item 1: S&E:
A&E: Negotiated Fee:
Total Hourly
I-ADIRECT COST ITEMS:	LEED DesignDA/Specs Calcs	Hours: Rate: TOTAL:
A.	8 8 $175.21 1,401.68	$             
0
B.	4 2 6 $159.27 955.62	$                
12 12 $139.39 1,672.69	$             
Architect/Designer/CAD 24 24 $105.36 2,528.64	$             
C.Senior Structural Engineer 0 $167.72 -	$                      
0 $127.88 -$                      
0 $98.36 - $                      
D.	4 4 8 $163.91 1,311.24	$             
12 8 20 $146.36 2,927.20	$             
Designer/CAD 24 24 $100.36 2,408.67	$             
ESenior Electrical Engineer 4 4 2 10 $175.63 1,756.32	$             
Electrical Engineer 16 6 22 $158.91 3,495.92	$             
Electrical Designer/CAD 24 24 $105.36 2,528.67	$             
FSenior Civil Engineer $164.72
Civil Engineer	$146.36
Civil Designer	$100.36
GSenior Fire Protection Engineer 4 4 $158.91 635.64	$                
Fire Protection Designer/CAD 12 12 $110.82 1,329.84	$             
HSpecification Writer $158.91 -	$                      
Typist	$73.18 -$                      
IEstimator	$158.91
Typist 4 4 8 $73.18 585.44	$                
JInterior Designer 	4	4 $144.13 576.52$                
Interior Designer Draftsperson(s) 12	12 $91.03 1,092.36$             
4 164 6 24 198
Summary (Items A - J): = 25,206.45$           
Total: I-A: (Direct Cost Items): = 25,206.45$           
Structural Designer/CAD
Senior Mechanical Engineer
Mechanical Engineer
Senior Architect 
Architect
Structural Engineer
Project Manager 
(Coordination)
DEPARTMENT OF GENERAL SERVICE S
Construction Division 
Contract No. DCAM-19-AE-0014
1250 U Street, N.W., Washington, D.C. 20009 Project Name:FLEET MAINTENANCE FACILITY 	Date: 12/23/2022
Additional AE Redesign Services MOD-MA Project No: 20-DC1-001
Project Address:Blue Plains - 4 D.C. Village Lane SW Task No: 0
Page No: 2 of 4
I-B INDIRECT COST ITEMS (Subconsultant fees)
ACivil /Site Design 0.00	Total A:
  
BCivil SWM/GAR Calcs 0.00
Total B:
CStructural Engineering 0.00
Total C: -$                        
DEquipment Planner 0.00 
Total D: -$                        
ECost Estimator 0.00
Total E: -$                        
F	0.00 
Total F:
G	0.00
Total G:
HReproduction: From Summary, Page 5
Total H: -$                        
Total: Items A thru H: = -$                        
ADD: Profit @ 10% =	-$                        
SUBTOTAL OF I-B = -$                        
(This Page)
SUBTOTAL OF I-A = 25,206.45$             
(From Page One)
TOTAL: I: (I-A + I-B): 25,206.45$             
II SITE VISITS DURING CONSTRUCTION: (Appendix C:)
A Bi-weekly (1 A-E/visit)  0 Visits @ 629.08$      = - $                       
B Punchlist 0	Visits @2,500.00$   = - $                       
TOTAL: II: = -$                        
III RFIs, SHOP DRAWINGS & AS-BUILT DRAWINGS (Appendix D: )
A Review Shop Drawings 0	M/Hrs @ $163.91 = -$                       
B Respond to RFI's 0	M/Hrs @ $163.91 = -$                       
C Prepare As-Built Drawings 0 M/Hrs @ $146.00 = -$                       
TOTAL: III: = -$                        
IVOTHER
A Meetings* 0	Mtgs @ 950.00$      = - $                       
B Constructon reports 0	Rpts @ 2,500.00$   = - $                       
C
ALLOWANCE (reimbursables permit fees)	$0.00
 	TOTAL: IV: = -$                        
SUMMARY
Item I: = 25,206.45$            
Item II: =	-$                       
Item III: =	-$                       
Item IV
: =	-$                       
TOTAL A & E FEES (For This Project Only): 25,206.45	$             
Prepared by:S.P. Gianniotis
Company:ALPHATEC, p.c.
Telephone Number:(202) 797-5000	Date: 12/23/2022
DEPARTMENT OF GENERAL SERVICES
Construction Division 
2000 14th Street, N.W.,
Washington, D.C.   20009 Project Name:FLEET MAINTENANCE FACILITY 	Date: 12/23/2022
Project No:
20-DC1-001
Project Address:Blue Plains - 4 D.C. Village Lane SW	Task No: 0
Page No: 3 of 4
A. ORIGINALS: 0
Mylar Originals:30" x 42"in size, w/  title blocks, 3 mil 
(matte finish each side)	0  Sheets @ $ 7.25 per sheet = $0.00
To produce camera ready title block (as requested):  = No Charge
USB submitted at each submission
0 sets at 1/0/1900 in size, x $65.00 cost/disk = $0.00
TOTAL: ORIGINALS: $0.00
B. PRINTS & SEPIAS:
Prints
Phase: No. Sheets: Sets: Total 
I Concept
I Schematic Concept 0 0 0
II Design Development 0 0 0
III Construction Documents 0 0 0
IV Final Compliance 0 4 0
V DCRA Permit Sets 0 0 0
VI DOE Permit Sets 0 0 0
Total: 0
C. SUMMARY: (A + B):
Phase:
I & II Total Prints: FS 0 @ $1.75 = $0.00
HS 0 $1.15 = $0.00
III + IV Total Prints: FS 0 @ $1.75 = $0.00
HS 0 $1.15 = $0.00
V Total Prints: FS 0 @ $1.75 = $0.00
HS 0 = $0.00
TOTAL: PRINTS $0.00
TOTAL REPRODUCTION COSTS: MYLARS, PRINT
S $0.00
BREAKDOWN ESTIMATE OF REPRODUCTION COSTS
(Part A)
DEPARTMENT OF GENERAL SERVICE
S
Construction Division 
2000 14th Street, N.W.
Washington, D.C.   20009 Project Name:FLEET MAINTENANCE FACILITY 	Date:12/23/2022
Project No:
20-DC1-001
Project Address:Blue Plains - 4 D.C. Village Lane S
W	Task No: 0
Page No: 4 of 4
Total No.
PHOTOCOPIES:	No: of Pages: Sets: of Copies:
A. Preliminary Concept 0	0	0
B. QAQC Certification 0	0	0
C. Completion of Construction Drawings 0	0	0
(Layout, Finishes, Details, etc.)
D. Cost Estimate 0	0	0
F. Specifications: 0	0	0
(Originals & Copies)
G Review Comments (3 reviews) 0	0	0
H. Cost estimate, Final: 0	0	0
I. Design Analysis 0	0	0
(1 Reproducible + 2 Bond Copies)
J. Technical Specifications & submittal register (+conformed) 0 0	0
(Originals) 
K Permit Documents 0	0	0
Total Number of Copies: 0
SUMMARY OF ALL REPRODUCTION COSTS:
1 ORIGINALS: (From Estimate of Reproduction Costs, page 4):	$0.00
2 PRINTS & SEPIAS: (From Estimate of Reproduction Costs, page 4):	$0.00
3 PHOTOCOPIES: 	0 ea @$0.16per copy =	$0.00
TOTAL: ALL REPRODUCTION COSTS: $0.00
PHOTOCOPY COSTS & SUMMARY OF ALL REPRODUCTION COSTS:
(Part B)
DEPARTMENT OF GENERAL SERVICES
Construction Division 
2000 14th Street, N.W.
Washington, D.C.   20009 Project Name:FLEET MAINTENANCE FACILITY 	Date: 12/23/2022
Additional AE Redesign Services MOD-PSA	Project No:20-DC1-001
Project Address:Blue Plains - 4 D.C. Village Lane SW	Task No:
Page No: 1 of 4
Construction Budget: Design Budget:
Construction: A&E:
FOR	Site Development: D&E:
OFFICE	Construction Limit: 	BCM:
USE
ONLY
Design Time:
Gross Floor Area: 
Fee: Item 1: S&E:
A&E: Negotiated Fee:
Total Hourly
I-ADIRECT COST ITEMS:	LEED DesignDA/Specs Calcs	Hours: Rate: TOTAL:
A.	8 8 $175.21 1,401.68	$             
0
B.	8 2 10 $159.27 1,592.70	$             
20 20 $139.39 2,787.81	$             
Architect/Designer/CAD 48 48 $105.36 5,057.28	$             
C.Senior Structural Engineer 0 $167.72 -	$                      
0 $127.88 -$                      
0 $98.36 - $                      
D.	82414	$163.91 2,294.67$             
20 8 28 $146.36 4,098.09	$             
Designer/CAD 36 36 $100.36 3,613.01	$             
ESenior Electrical Engineer	62210	$175.63 1,756.32$             
Electrical Engineer 12 6 18 $158.91 2,860.30	$             
Electrical Designer/CAD 28 28 $105.36 2,950.12	$             
FSenior Civil Engineer $164.72
Civil Engineer	$146.36
Civil Designer	$100.36
GSenior Fire Protection Engineer 6 6 $158.91 953.46	$                
Fire Protection Designer/CAD 18 18 $110.82 1,994.76	$             
HSpecification Writer $158.91 -	$                      
Typist	$73.18 -$                      
IEstimator	$158.91
Typist 1 1 $73.18 73.18	$                  
JInterior Designer 	4	4 $144.13 576.52$                
Interior Designer Draftsperson(s) 16	16 $91.03 1,456.48$             
0 238 7 20 265
Summary (Items A - J): = 33,466.37$           
Total: I-A: (Direct Cost Items): = 33,466.37$           
Project Manager 
(Coordination)
DEPARTMENT OF GENERAL SERVICE
S
Construction Division 
Contract No. DCAM-19-AE-0014
1250 U Street, N.W., Washington, D.C. 20009
Structural Designer/CAD
Senior Mechanical Engineer
Mechanical Engineer
Senior Architect 
Architect
Structural Engineer Project Name:FLEET MAINTENANCE FACILITY 	Date: 12/23/2022
Additional AE Redesign Services MOD-PSA Project No: 20-DC1-001
Project Address:Blue Plains - 4 D.C. Village Lane SW Task No: 0
Page No: 2 of 4
I-B INDIRECT COST ITEMS (Subconsultant fees)
ACivil /Site Design 0.00	Total A:
  
BCivil SWM/GAR Calcs 0.00
Total B:
CStructural Engineering 0.00
Total C: -$                        
DEquipment Planner 0.00 
Total D: -$                        
ECost Estimator 0.00
Total E: -$                        
F	0.00 
Total F:
G	0.00
Total G:
HReproduction: From Summary, Page 5
Total H: -$                        
Total: Items A thru H: = -$                        
ADD: Profit @ 10% =	-$                        
SUBTOTAL OF I-B = -$                        
(This Page)
SUBTOTAL OF I-A = 33,466.37$             
(From Page One)
TOTAL: I: (I-A + I-B): 33,466.37$             
II SITE VISITS DURING CONSTRUCTION: (Appendix C:)
A Bi-weekly (1 A-E/visit)  0 Visits @ 629.08$      = - $                         
B Punchlist 0	Visits @2,500.00$   = - $                         
TOTAL: II: = -$                        
III RFIs, SHOP DRAWINGS & AS-BUILT DRAWINGS (Appendix D: )
A Review Shop Drawings 0	M/Hrs @ $163.91 = -$                         
B Respond to RFI's 0	M/Hrs @ $163.91 = -$                         
C Prepare As-Built Drawings 0 M/Hrs @ $146.00 = -$                         
TOTAL: III: = -$                        
IVOTHER
A Meetings* 0	Mtgs @ 950.00$      = - $                         
B Constructon reports 0	Rpts @ 2,500.00$   = - $                         
C
ALLOWANCE (reimbursables permit fees)	$0.00
 	TOTAL: IV: = -$                        
SUMMARY
Item I: = 33,466.37$              
Item II: =	-$                         
Item III: =	-$                         
Item IV
: =	-$                         
TOTAL A & E FEES (For This Project Only): 33,466.37	$             
Prepared by:S.P. Gianniotis
Company:ALPHATEC, p.c.
Telephone Number:(202) 797-5000	Date: 12/23/2022
DEPARTMENT OF GENERAL SERVICES
Construction Division 
2000 14th Street, N.W.,
Washington, D.C.   20009 Project Name:FLEET MAINTENANCE FACILITY 	Date: 12/23/2022
Project No:
20-DC1-001
Project Address:Blue Plains - 4 D.C. Village Lane SW	Task No: 0
Page No: 3 of 4
A. ORIGINALS: 0
Mylar Originals:30" x 42"in size, w/  title blocks, 3 mil 
(matte finish each side)	0  Sheets @ $ 7.25 per sheet = $0.00
To produce camera ready title block (as requested):  = No Charge
USB submitted at each submission
0 sets at 1/0/1900 in size, x $65.00 cost/disk = $0.00
TOTAL: ORIGINALS: $0.00
B. PRINTS & SEPIAS:
Prints
Phase: No. Sheets: Sets: Total 
I Concept
I Schematic Concept 0 0 0
II Design Development 0 0 0
III Construction Documents 0 0 0
IV Final Compliance 0 4 0
V DCRA Permit Sets 0 0 0
VI DOE Permit Sets 0 0 0
Total: 0
C. SUMMARY: (A + B):
Phase:
I & II Total Prints: FS 0 @ $1.75 = $0.00
HS 0 $1.15 = $0.00
III + IV Total Prints: FS 0 @ $1.75 = $0.00
HS 0 $1.15 = $0.00
V Total Prints: FS 0 @ $1.75 = $0.00
HS 0 = $0.00
TOTAL: PRINTS $0.00
TOTAL REPRODUCTION COSTS: MYLARS, PRINT
S $0.00
BREAKDOWN ESTIMATE OF REPRODUCTION COSTS
(Part A)
DEPARTMENT OF GENERAL SERVICE
S
Construction Division 
2000 14th Street, N.W.
Washington, D.C.   20009 Project Name:FLEET MAINTENANCE FACILITY 	Date:12/23/2022
Project No:
20-DC1-001
Project Address:Blue Plains - 4 D.C. Village Lane S
W	Task No: 0
Page No: 4 of 4
Total No.
PHOTOCOPIES:	No: of Pages: Sets: of Copies:
A. Preliminary Concept 0	0	0
B. QAQC Certification 0	0	0
C. Completion of Construction Drawings 0	0	0
(Layout, Finishes, Details, etc.)
D. Cost Estimate 0	0	0
F. Specifications: 0	0	0
(Originals & Copies)
G Review Comments (3 reviews) 0	0	0
H. Cost estimate, Final: 0	0	0
I. Design Analysis 0	0	0
(1 Reproducible + 2 Bond Copies)
J. Technical Specifications & submittal register (+conformed) 0 0	0
(Originals) 
K Permit Documents 0	0	0
Total Number of Copies: 0
SUMMARY OF ALL REPRODUCTION COSTS:
1 ORIGINALS: (From Estimate of Reproduction Costs, page 4):	$0.00
2 PRINTS & SEPIAS: (From Estimate of Reproduction Costs, page 4):	$0.00
3 PHOTOCOPIES: 	0 ea @$0.16per copy =	$0.00
TOTAL: ALL REPRODUCTION COSTS: $0.00
PHOTOCOPY COSTS & SUMMARY OF ALL REPRODUCTION COSTS:
(Part B)
DEPARTMENT OF GENERAL SERVICES
Construction Division 
2000 14th Street, N.W.
Washington, D.C.   20009 X
1. Value of Agreement:  The contract is hereby modified to add allowances for payments for LEED Registration and Certification Allowance 
for  $ 20,450.15 and Utility Permit Allowance for $ 100,000.00. The Contract Value is hereby increased from $5,342,185.37 to $5,462,635.52 
by $120,450.15. In no event shall the contractor be paid more than $5,462,635.52 unless the contractor is authorized to exceed this limit in 
advance and in writing by a DGS Contracting Officer. See attached exhibit, (Exhibit A).
A. This change order is issued pursuant to: (Specify Authority) 
Contractoris not, is required to sign this document and return
December 21, 2020
is extended. is not extended.
following methods: (a) By completing Items 8 and 15, and returning1copies of the amendment: (b) By acknowledging receipt of this
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,
IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14
The changes set forth in Item 14 are made in the contract/order no. in item 10A.
an offer already submitted, such change may be made by letter or fax, provided each letter or telegram makes reference to the 
amendment on each copy of the offer submitted; or (c) By separate letter or fax which includes a reference to the solicitation and 
1. Contract Number
MODIFICATION OF CONTRACT
Page of Pages
DCAM-19-AE-0014
1	2
7. Administered By (If other than line 6)
Department of General Services	Department of General Services
6. Issued By:
3. Effective Date 4. Requisition/Purchase Request No.5. Caption
Modification No.4 See Block 16C	RK249314
New DCFEMS Fleet Maintenance
Facility
2. Modification Number
(Signature of person authorized to sign)	(Signature of Contracting Officer)
solicitation and this amendment, and is received prior to the opening hour and date specified.
12. Accounting and Appropriation Data (If Required)
15B.    Alphatec PC	15C. Date Signed16B. District of Columbia	16C. Date Signed
15A. Name and Title of Signer (Type or print)	16A. Name of Contracting Officer
3.Release:  It is mutually agreed that in exchange for this Modification and other consideration, the Contractor hereby releases, waives,
settles and holds the Department harmless from any and all actual or potential claims or demands for delays, disruptions, additional work, 
additional time, additional cost, contract extensions, compensations or liability under any theory, whether known or unknown, that the 
Contractor may have now or in the future against the Department arising from or out of, as a consequence or result of, relating to or in any 
manner connected with this Modification, the above-referenced Project, and the Contract Work.
       Kianna Shepherd
2.Terms & Conditions: All other Terms and Conditions remain unchanged.
14. Description of amendment/modification (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.)
copy to the issuing office.E. IMPORTANT:
Contract No.DCAM-19-AE-0014 - Architectural/Engineering Services for Construction of the New District of Columbia Department of Fire and 
Emergency Medical Services (“DCFEMS”) Fleet Maintenance Facility (the“Project”) is hereby modified as follows:
Contracting and Procurement Division	Capital Construction Division
2000 14th Street, 4th Floor	1250 U Street, 4th Floor
Washington, DC 20009	Washington, DC 20009
8. Name and Address of Contractor (No. Street, city, country, state and ZIP Code)9A. Amendment of Solicitation No.
1525 18th Street, NW, 
10A. Modification of Contract/Order No.
The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers
10B. Dated (See Item 13)
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
9B. Dated (See Item 11) Alphatec PC
DCAM-19-AE-0014Email: spg@alphatecpc.com
amendment number. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS
PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change
X
Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the 
Washington, DC 20036
X
D. Other (Specify type of modification and authority)Title 27 DCMR Sections 4728 and Contract DCAM-19-AE-0014
1
B. The above numbered contract/order is modified to reflect the administrative changes (such as changes in paying office, appropriation
date, etc.) set forth in item 14.
C. This supplemental agreement is entered into pursuant to authority of:Spiro P. Gianniotis, Principal 7/26/23    7/26/23      Kianna Shepherd   (Continuation)
Page of Pages
2 of 2
4.Contract Recap:
Contract 	$4,793,000.00
Modification No. 1 	$369,253.47
$0.00
$179,931.90
$120,450.15
$5,462,635.52
Payments for LEED Registration & Certification Allowance and Utility Permit  
Allowance
Modification No. 3
Modification No.
Modification No. 4
Contract Number
DCAM-19-AE-0014
Contract Executed on: December 21, 2020
Total Contract Value
Modification No. 4
Increase in Value of Agreement and Time Extension
Modification No. 2
Increase in Value of Agreement and Time Extension
Admin Change  
 
 
 
 
 
 
 
EXHIBIT A 
 
The exhibit shall appear on the following page.  
 
 
 
 
   
 
       
 
 
June 29, 2023 
 
Mr. Emeka Nwabunwanne  
Project Manager  
Department of General Services 
3924 Minnesota Ave, NE 5
th
 Floor 
Washington, DC 20009 
 
ATTN: Mr. Emeka Nwabunwanne, Project Manager 
                
 
RE:       Modification 004 – LEED & Utility Permit Fees 
 
 
Dear Mr. Nwabunwanne,  
 
The Department of General Services (DGS) and DC Fire & Emergency Medical Services 
Department (DCFEMS) is seeking Alphatec to provide payments for LEED and Utility 
Permit Fees. 
 
Price breakdown is provided in the attachments.  
 
 
CLIN DESCRIPTION LUMP SUM 
PRICE 
001 LEED Registration and Certification Allowance 
 
$ 20,450.15 
002 Utility Permit Allowance 
 
DGS Controlled Allowance for Permit Fees 
$ 100,000.00 
 
 
 
 
Sincerely, 
 
 
By:                                                                           Name: Spiro P. Gianniotis, AIA, NCARB, LEED AP BD+C, GPCP, GGP 
Title:   Principal  RK235511   
(Continuation)
 
 
  
 
‘ModificationNo.3
DefinitiveContract
ModificationNo.4
ModificationNo.5
|GuaranteedMaximumPrice
 
CONTRACTNUMBER	ModificationNumber PageofPages:
DCAM.20.05-RFP-0020 ModificationNo.5	2ot2
ls.CONTRACTRECAP:
LotterContract LotterContractExecutedonJune14,2021 $950,000.00
ModificationNo.1	LetterContractTimeExtension	$0.00
ModifiationNo.2	LetterContractTimeExtension	30.00
LetterContractTimeExtension	$0.00
 
DefinitiveContractExecutedonAugust11,2022
IncorporatingADAImpactCost $700,000.00
 
ModificationNo.4
 
‘ThisModificationNo.5-IncorporatesaddedcostforUnforeseenConditions$329,370.00