MURIEL BOWSER
MAYOR
June 8, 2023
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:
Pursuant to section 451 of the District of Columbia Home Rule Act (D.C. Official Code §
1-204.51) and section 202 of the Procurement Practices Reform Act of 2010 (D.C. Official Code
§ 2-352.02), enclosed for consideration and approval by the Council of the District of Columbia
is Modification No. Three to Contract No. DCAM-21-CS-RFP-0008N with Lynch Development
Advisors, LLC to exercise option year one of the contract in the not-to-exceed amount of
$3,000,000. The modification’s period of performance is from June 21, 2023, through June 6,
2024.
Under the proposed modification, Lynch Development Advisors, LLC will continue to provide
construction management services from inception through post construction via task orders for
various facilities within the Department of General Services’ (“DGS”) real estate portfolio.
If you have any questions regarding the proposed contract modification, please contact Delano
Hunter, Acting Director of DGS or have your staff contact George G. Lewis, DGS’s Chief of
Contracts and Procurement, at (202) 727-2800.
I look forward to the Council’s favorable consideration of this contract.
Sincerely,
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
____________________________________________________________________________________
Pursuant to section 202(c-3) of the Procurement Practices Reform Act of 2010, as amended, D.C.
Official Code § 2-352.02(c-3), the following contract summary is provided:
COUNCIL CONTRACT SUMMARY
(Options)
Modification No. 3 to Contract No. DCAM-21-CS-RFP-0008N
Construction Management Services
Exercise of Option Year 1
(A) Contract Number: DCAM-21-CS-RFP-0008N
Modification No. 3 to exercise remainder of Option Year 1
Proposed Contractor: Lynch Development Advisors, LLC (the “Contractor”)
Proposed Contract Amount
(Option Year 1): Not-to-Exceed (“NTE”): $3,000,000
Term of Contract
(Option Year 1): June 21, 2023 through June 6, 2024
Type of Contract: Indefinite Delivery Indefinite Quantity
(B) Identifying number of the underlying contract, including the identifiers assigned to the
underlying contract by the Council for the base period and any subsequent option periods:
Base Year
Contract No. DCAM-21-CS-RFP-0008N
Contract Amount: $3,000,000
Council Approval: CA24-0483, May 2, 2022
Option Year 1
Exercise partial Option Year 1 Modification No. 2 – No Cost
Exercise remainder of Option Year 1 Proposed Modification No. 3
Proposed Option Year 1 Amount $3,000,000
(C) A statement that Citywide Clean Hands database indicates that the proposed contractor is
current with its District taxes. If the Citywide Clean Hands Database indicates that the
proposed contractor is not current with its District taxes, either: (1) a certification that the
contractor has worked out and is current with a payment schedule approved by the District;
or (2) a certification that the contractor will be current with its District taxes after the District
recovers any outstanding debt as provided under D.C. Official Code § 2-353.01(b):
The Citywide Clean Hands database indicates that the Contractor is current with its District taxes.
The relevant certification is attached.
(D) A statement 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 Agency Fiscal Officer has certified that the proposed Contract Modification No. 3 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 certification accompanies this Council Package.
(E) A certification that the proposed contractor has not been determined to be in violation of D.C.
Official Code § 1-1163.34a:
Based upon a certification from the Contractor, the Contractor has not been determined to be in
violation of D.C. Official Code § 1-1163.34a.
()8784ÿÿ458ÿ 474ÿÿ*
+8ÿÿ458ÿ58ÿ! *ÿ+87 0010ÿ345ÿ6478849ÿ6
+8ÿÿ,-ÿ.ÿ/8)88ÿ 549ÿÿ113
 48ÿÿ48  ÿ39ÿ1 48ÿ 871110
01ÿ"2"+3",ÿ42#6+/69ÿ !"#ÿ$$%$$$330
0311ÿ0,1ÿ6,ÿ ÿ6,"ÿ31  8ÿ#ÿ0&3
461#(,+ÿÿÿ11%
ÿ ÿ
=>?@ABA=C@>ÿEBÿ=F>CGÿHCGIJ
4 ÿ789748.ÿÿ458ÿ*8ÿ1 .ÿ489ÿ458ÿ )8ÿ788788.ÿ.).*K844ÿ5 ÿÿ44.
* *4ÿL45ÿ458ÿ 474ÿÿ* ÿ+8ÿÿ,-ÿ.ÿ/8)88ÿ7ÿ458ÿ897484ÿÿ"9*84
687)8:ÿ4 ÿÿ458ÿ.48ÿ )89ÿ458ÿ.).*K844ÿ5 ÿ9*8.ÿL45ÿÿ.8ÿMÿ3N%O9ÿÿ4587878
45 ÿ87448ÿÿ*8ÿ1 .ÿÿ 8.:
,#,"ÿ3N:ÿ,4P4,#+9ÿ#"6#(9ÿ3"/#,69ÿ466"66",69ÿ4ÿ!""6
143,"/ÿOÿ(""/4ÿ#"6"
6Q5143,"/ÿ##:ÿ"4ÿ146ÿ5"!+/"ÿ/""#2#(ÿ4ÿ#"6"ÿ+/ÿ3"/#,
::ÿ+"ÿMÿ3N%OÿR11S
Mÿ3N%Oÿ3/+1#5#,#+ÿ4(4#6,ÿ#66Q4"ÿ+!ÿ#"6"ÿ+/ÿ3"/#,
445768.ÿ5ÿ8*.ÿ788
575ÿ589ÿ**84ÿ.ÿ"7884ÿ4. 474
,ÿ)*.48ÿ45 ÿ874489ÿ9*8 8ÿ) 4ÿ,-::):ÿ+ÿ458ÿ,-ÿÿ58989ÿ*8ÿ458
;2 *.48ÿÿ87448ÿÿ*8ÿ1 .<ÿ5987*8ÿ.87ÿ458ÿ*8ÿ1 .ÿ84:
TTUTÿVWXÿJWYZZWÿJ[\ÿJ]^WZÿ[_`U\ÿ[abX^cdWec\ÿI=ÿ_UU_VfgXecZhÿi_U_jÿ̀_VklUVlfmn@aopI=pdeq
ÿ
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
Memorandum
To: Delano Hunter
Acting Director
From: Antoinette Hudson Beckham
Agency Fiscal Officer
Department of General Services
Reference: DCAM-21-CS-RFP-0008N
Construction Management Services
Date: May 23, 2023
Subject: Fiscal Sufficiency Review
In my capacity as the Agency Fiscal Officer of the Department of General Services
(the “Department”), I hereby certify that Modification No. to 3 Contract No. DCAM-21-CS-
RFP-0008N for Construction Management Services between the Department and Lynch
Development Advisors (the “Contractor”) with a Not-To-Exceed (“NTE”) value of
$3,000,000.00 and a guaranteed minimum value of $50.00 is consistent with the Department’s
current budget and that adequate funds are available in the budget for the expenditure. The $50.00
minimum value is hereby certified.
Funds supporting individual task order agreements, above the minimum amount certified of $50.00,
to be issued against Option Year One (“Option Year One”) with an annual aggregate NTE value
of $3,000,000.00, will be reviewed for certification and approval at the time of issuance of any
such task order agreements. Each task order is subject to availability of appropriated funds.
Task orders agreements, ineligible for capital expenditure, will be funded under the Department
of General Services (DGS) operating budget, if funding is available.
The Department of General Services (DGS – Implementing AGY) has $50.00 in the District of
Columbia Public Schools (DCPS – Owner AGY) cumulative capital budget authority balance.
The PASS information is attached/ below.
Fiscal Sufficiency Review
Construction Management Services
Contract Number: DCAM-21-CS-RFP-0008N
Project Name Project AY Fund Imp. Owner RK Amount Comments
Number Detail Agency Agency
AM0.GM311C.HIGH 100071 N/A 3030300 AM0 GA0 RK247256 $50.00 See Attached
SCHOOL LABOR -
PROGRAM
MANAGEMENT
Total $50.00
for AHB
_________________________
Antoinette Hudson Beckham
Agency Fiscal Officer
Department of General Services
Page 2 of 4
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
___________________________________________________________________________
OFFICE OF THE GENERAL COUNSEL
MEMORANDUM
TO: Thomas Wells
Director, Office of Policy and Legislative Affairs
FROM: Kristen Walp
Senior Assistant General Counsel
SUBJECT: Legal Sufficiency Certification
Proposed Modification No. 3 to Construction Management Services
Contract Number: DCAM-21-CS-RFQ-0008N
Contractor: Lynch Development Advisors, LLC
DATE: May 31, 2023
_____________________________________________________________________________
This is to certify that this Office has reviewed the above-referenced Modification and has found it
to be legally sufficient, subject to submission of: (i) any required materials and Council approval;
(ii) Council’s approval of the same; and (iii) a Fiscal Certification issued by the Department of
General Services’ Agency Fiscal Officer.
Please feel free to contact me at (202) 727-2800 with any questions.
____________________________
Kristen Walp
Senior Assistant General Counsel
2000 14th St. NW, 8th Floor Washington DC 20009 | Telephone (202) 727-2800 | Fax (202) 727-7283
1. Contract Number Page of Pages
MODIFICATION OF CONTRACT DCAM-21-CS-RFP-0008N 1 1
2. Modification Number 3. Effective Date 4. Requisition/Purchase Request No. 5. Caption
Modification 1 See Block 16C Not Applicable Construction Management Services
6. Issued By: 7. Administered By (If other than line 6)
Department of General Services Department of General Services
Contracting and Procurement Division Capital Construction Division
2000 14th Street NW 4th Floor 1250 U Street, 3rd 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.
Lynch Development Advisors, LLC 9B. Dated (See Item 11)
1400 16th Street NW Suite 430
Washington, DC 20036 10A. Modification of Contract/Order No.
DCAM-21-CS-RFP-0008N
X 10B. Dated (See Item 13)
June 7, 2022
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
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.
Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the
following methods: (a) By completing Items 8 and 15, and returning copies of the amendment: (b) By acknowledging receipt of this
amendment on each copy of the offer submitted; or (c) By separate letter or fax which includes a reference to the solicitation and
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
solicitation and this amendment, and is received prior to the opening hour and date specified.
12. Accounting and Appropriation Data (If Required)
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,
IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14
A. This change order is issued pursuant to: (Specify Authority)
The changes set forth in Item 14 are made in the contract/order no. in item 10A.
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: Title 27 DCMR Section 4728 and Contract DCAM-21-CS-RFP-0008N
X
D. Other (Specify type of modification and authority)
E. IMPORTANT: Contractor is not, X is required to sign this document and return one copy to the issuing office.
14. Description of amendment/modification (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.)
Contract DCAM-21-CS-RFP-0008N is hereby modified as follows:
1 The Metropolitan Washington Council of Governments Rider Clause provided as Attachment A to Modification 1 is hereby incorporated
into the contract.
2 Section B.4 Price/Cost Schedule
This is a no cost modification.
3 RELEASE: It is mutually agreed that in exchange for this Modification and other consideration, the Contractor hereby releases, settles
and holds the Department harmless from any and all actual or potential claims or demands for delays, disruptions, additional work
waives 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.
4 All other terms and conditions remain unchanged.
15A. Name and Title of Signer (Type or print) 16A. Name of Contracting Officer
James H. Marshall
15B. Name of Contractor 15C. Date Signed 16B. District of Columbia 16C. Date Signed
5/4/2023
(Signature of person authorized to sign) (Signature of Contracting Officer)
DCAM-21-CS-RFP-0008N
Modification 1 Attachment A
K.1 METROPOLITAN WASHINGTON COUNCIL OF GOVERNMENTS RIDER
CLAUSE USE OF CONTRACT BY MEMBERS COMPRISING THE
METROPOLITAN WASHINGTON COUNCIL OF GOVERNMENTS PURCHASING
OFFICERS' COMMITTEE
K.1.1 Cooperative Rider Clause
The Mid-Atlantic Purchasing Team (MAPT) is the agreement between the Metropolitan
Washington Council of Governments (“MWCOG”) and the Baltimore Metropolitan Council
(“BMC”) to aggregate the public entity and non-profit purchasing volumes in the Maryland,
Virginia and Washington, D.C. region (“region”). A lead agency format is used to accomplish
this work. The Lead Agency in this procurement and has included this MAPT Cooperative Rider
Clause in this solicitation indicating its willingness to allow other public entities to participate
pursuant to the following Terms and Conditions:
K.1.1.1. Terms
a) Participating entities, through their use of the Cooperative Rider Clause, agree to the
terms and conditions of the resulting contract to the extent that they can be reasonably
applied to the participating entity.
b) Participating entities may also negotiate additional terms and conditions specific to their
local requirements upon mutual agreement between the parties.
K.1.1.2 Other Conditions - Contract and Reporting
a) The contract resulting from this solicitation shall be governed by and ''construed in
accordance with the laws of the State/jurisdiction in which the participating entity
officially is located;
b) To provide to MWCOG and/or BMC contract usage reporting information, including but
not limited to quantity, unit pricing and total volume of sales by entity, as well reporting
other participating entities added on the contract, on demand and without further approval
of contract participants;
c) Contract obligations rest solely with the participating entities only;
d) Significant changes in total contract value may result in further negotiations of contract
pricing with the lead agency and participating entities. In pricing and other conditions,
vendors are urged to consider the broad reach and appeal of MAPT with public and non-
profit entities in this region.
A list of the participating members of the Mid-Atlantic Purchasing Team can be found at the
following web sites.
web links www.mwcog.org/purchasing-and-bids/cooperative-purchasing/member-links/ and
http://www.baltometro.org/our-work/cooperative-purchasing/brcpc-representativ