District Of Columbia 2023 2023-2024 Regular Session

District Of Columbia Council Bill B25-0409 Introduced / Bill

Filed 07/05/2023

                    MURIEL BOWSER 
MAYOR 
July 5, 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: 
Enclosed for consideration and enactment by the Council 
of the District of Columbia is an 
emergency bill, the "Contract No. 
CWl 06027 with Voyager Trucking Corporation Approval and 
Payment Authorization Emergency Act 
of 2023," and the accompanying emergency declaration 
resolution. 
The legislation will approve Contract No. CW106027 with Voyager Trucking Corporation to 
provide municipal solid waste hauling and disposal services to the Department 
of Public Works. 
In addition, the legislation will approve payment for the goods and services received and to be 
received under the contract. 
If you have any questions regarding this legislation, please have your staff contact Marc Scott, 
Chief Operating Officer, Office of Contracting and Procurement, at (202) 724-8759. 
I urge the Council to take prompt and favorable action on the enclosed legislation.  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 
;J'p~-,e--
'chairmanPhil Mendelson 
at the request 
of the Mayor 
IN THE COUNCIL OF THE DISTRICT OF COLUMBIA 
To approve, on an emergency basis, Contract No. CW106027 with Voyager Trucking 
Corporation to provide municipal solid waste hauling and disposal services to the 
Department 
of Public Works, and to authorize payment for the goods and 
services received and to be received under that contract and modifications. 
BE IT ENACTED BY THE COUNCIL OF THE DISTRICT OF COLUMBIA, 
That this act may be cited as the "Contract No. CW106027 with Voyager Trucking 
Corporation Approval and Payment Authorization Emergency Act 
of 2023". 
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 
notwithstanding the requirements 
of 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 Contract No. CW106027 with Voyager Trucking Corporation to 
provide municipal solid waste hauling and disposal services to the Department 
of Public 
Works, and authorizes payment in the not-to-exceed amount 
of $15,709,910 for the 
goods and services received and to be received from March 
1, 2023 through February 28, 
2025. 
Sec. 
3. Fiscal impact statement.  1 The Council adopts the fiscal impact statement provided by the Chief Financial 
2 Officer 
as the fiscal impact statement required by section 4a 	of the General Legislative 
3 Procedures Act 
of 1975, approved October 16, 2006 (120 Stat. 2038; D.C. Official Code 
4 § l-301.47a). 
5 Sec. 
4. Effective date. 
6 This act shall take effect following approval by the Mayor ( or in the event 
of veto 
7 by the Mayor, action by the Council to override the veto), and shall remain in effect for 
8 
no longer than 90 days, as provided for emergency acts 	of the Council of the District of 
9 Columbia in section 412(a) 	of the District of Columbia Home Rule Act, approved 
10 December 24, 1973 (87 Stat. 788; D.C. Official 	Code§ 1-204.12(a)). 
2  GOVERNMENT OF THE DISTRICT OF COLUMBIA 
Office 
of Contracting and Procurement 
* * * 
-
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 
(Retroactive) 
(A) Contract Number: 
Proposed Contractor: 
Contract Amount: 	CW106027 
Voyager Trucking Corporation (Voyager) 
$15,709,910 (not-to-exceed) 
Unit and Method of Compensation: Fixed unit price per ton 
Term of Contract: 
Type 
of Contract: 
Source Selection Method: 
March 1, 2023 through February 28, 2025 
Letter contract 
term-March 1, 2023 through June 30, 2023 
Definitized contract term 
Modification 
No. A03 Extension of letter contract -July 1, 2023 
through September 
30, 2023 
(upon approval) -October 1, 	2023 through February 28, 2025 
Indefinite Delivery Indefinite Quantity 
Invitation for 
Bid 
(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: 
Two Year Base Period Amount: 
Not-to-exceed $15,709,910 
Option Period One Amount: 	Not-to exceed $8,482,847 
Explanation of difference from base period (if applicable): 	Option one is for a one-year period. 
Option Period Two Amount: 	Not-to-exceed $9,076,446 
Explanation of difference from base period (if applicable): 	Option two is for a one-year period. 
Option Period Three Amount: 	Not-to-exceed $9,713,489 
1  Explanation of difference from base period (if applicable): 	Option three is for a one-year 
period. 
(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: 
The Contractor shall provide all management, personnel, materials and equipment to haul 
combustible and non-combustible (including white goods and metal) solid waste from the Fort 
Totten solid waste transfer station at 4900 John McCormack Drive, N.E., Washington, D.C., and 
the Benning Road solid waste transfer station at 3200 Benning Road, N.E., Washington, D.C., for 
disposal at a licensed solid waste disposal facility or a metals' recycling facility permitted 
to receive 
such waste. Leaves, yard waste, storm debris, and holiday trees and greenery shall be hauled to a 
composting facility less than 
125 miles (round trip) from Washington, D.C. 	as directed by the 
District. 
(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 solicitation was advertised in the Washington Times on September 	7, 2022. Three bids were 
received by the closing date. The lowest bid was determined to be non-responsive due to failure to 
adhere to the solicitation's requirements. The second-lowest bid for purposes 
of evaluation had 
been previously found 
to be non-responsible based upon their poor performance on the previous 
contract, and thus was determined to be non-responsible. The remaining bid was responsive and 
met the District's requirements for responsibility, past performance and price reasonableness and 
was recommended for award. 
(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: 
On November 2, 2022, the vendor that submitted the second-lowest bid for purposes 	of evaluation, 
Lucky Dog, protested the District's determination 
of non-responsibility. The Contract Appeals 
Board denied and dismissed the protest on January 30, 2023. 
(F) The background and qualifications 	of the proposed contractor, including its organization, 
financial stability, personnel, and performance on past or current government or private 
sector contracts with requirements similar 
to those of the proposed contract: 
Voyager has performed satisfactorily on previous contracts with the District for hauling and 
disposal services. Voyager's ownership/management has remained consistent since its inception in 
1992. Voyager's financing 
is sound according to their Dun 	& Bradstreet report. Voyager employs 
30 individuals which includes officer(s). The company employs additional resources, 
as needed, to 
fulfill contractual obligations. 
2  (G) The period of performance associated with the proposed change, including date as 	of which 
the proposed change is to be made effective: 
Letter contract -
Modification 
MO 1 -
Modification M03 -
March 
1, 2023 through April 30, 2023 
May 
1, 2023 through June 30, 2023 
July 
1, 2023 through September 30, 2023 
(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: 
Letter contract -Not-to-exceed 	$1,000,000 
Modification 
No. M03 -Extension and Increase of $1,500,000 
(I) The aggregate dollar value 	of the proposed changes as compared with the amount 	of the 
contract 
as awarded: 
$2,500,000 
(J) The date on which the contracting officer was notified 	of the proposed change: 
February 16, 2022 
(K) The reason why the proposed change was sent to Council for approval after it is intended to 
take effect: 
Services were initiated via the use 	of a letter contract to ensure a seamless transition from the 
previous contract to the current contract. 
(L) The reason for the proposed change: 
The letter contract was issued to initiate services under this proposed new contract, following the 
delay in award due to the above-noted protest. This ensures these critical services continue 
uninterrupted. 
(M) The legal, regulatory, or contractual authority for the proposed change: 
27 DCMR2425 
(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: 
3  The subcontracting plan meets the requirements 	of the Act; Voyager will subcontract 35% 	of the 
total contract value 
$5,498,468.50 to Winmar, a certified business enterprise (CBE). 
(0) Performance standards and the expected outcome 	of the proposed contract: 
The contractor is expected to haul and dispose 
of the city's solid waste from the District's refuse 
stations. Failure to meet the performance standards will result in cure notices to correct the issue or 
possible contract termination for non-performance 
of the contract. 
(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: 
$1,000,000; issued March 1, 2023 
$1,500,000; issued June 30, 2023 
(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 there 	is sufficient funding for the 
proposed contract. The certification 
is attached. 
(R) A certification that the contract is legally sufficient, including whether the proposed 
contractor has any pending legal claims against the District: 
The proposed contract has been determined to be legally sufficient by the Office 
of the Attorney 
General. The legal sufficiency determination is attached. The proposed contractor has no legal 
claims pending against the District. 
(S) A certification that Citywide Clean Hands database indicates that the proposed contractor is 
current with its District taxes. 
If the Citywide Clean Hands Database indicates that the 
proposed contractor is not current with its District taxes, either: (1) a certification that the 
contractor has worked out and is current with a payment schedule approved by the District; 
or (2) a certification that the contractor will be current with its District taxes after the District 
recovers any outstanding debt as provided under D.C. Official 
Code§ 2-353.0l(b): 
A certification, issued by the Citywide Clean Hands database, indicates that the proposed contractor 
is current with its District taxes. The certification is attached. 
(T) A certification from the proposed contractor that it is current with its federal taxes, or has 
worked out and is current with a payment schedule approved by the federal government: 
The contractor has certified that it 
is current with its federal taxes. 
4  (U) The status of the proposed contractor as a certified local, small, 	or disadvantaged business 
enterprise as defined in the Small, Local, 	and Disadvantaged Business Enterprise 
Development and Assistance Act of 2005, as amended, D.C. Official 	Code§ 2-218.01 et seq.: 
The contractor is not a CBE. 
(V) Other aspects of the proposed contract that the Chief Procurement Officer considers 
significant: 
None 
(W) A statement indicating whether the proposed contractor is currently debarred from providing 
services or goods to the District or federal government, the dates 
of the debarment, and the 
reasons for debarment: 
The contractor is not debarred or suspended according to the federal or District excluded parties 
lists. 
(X) Any determination and findings issued relating to the contract's formation, including any 
determination and findings made under D.C. Official Code 
§ 2-352.05 (privatization 
contracts): 
D&F for a Multi-Year Contract 
D&F for Non-Responsiveness 
D&F for Non-Responsibility 
D&F for Price Reasonableness 
D&F for Contractor Responsibility 
(Y) Where the contract, and any amendments or modifications, 	if executed, will be made 
available online: 
www .ocp.dc.gov 
(Z) Where the original solicitation, and any amendments or modifications, will be made available 
online: 
www .ocp.dc.gov 
5  * * * Government of the District of Columbia 
Office 
of the Chief Financial Officer 
Office 
of Tax and Reve nue 
Date of Notice: June 15, 2023 
VOYAGER TRUCKING CORP 
451 FRELINGHUYSEN A VE 
NEWARK NJ 07114-1426 
1101 4
th 
Street, SW 
Washington, DC 20024 
Notice Number: L0009696553 
FEIN: **- ***8392 
Case ID: 1537278 
CERTIFICATE OF CLEAN HANDS 
As reported 
in the Clean Hands system, the above referenced individual/entity has 	no outstanding 
liabi
lity 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 
SUBCHAPTE II. CLE N HANDS BEFORE RECEIVING A LICENSE 
OR PERMIT 
D.C. 
CODE§ 47-2862 (2006) 
§ 47-2862 P OHIBITION 
AGAINST ISSUANCE OF LICENSE 	OR PERMIT 
Authorized By Melinda Jenkins 
Branch Chief, Collection and Enforcement Administration 
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. 
1101 4th Street SW, Suite W270, Washington, DC 20024/Phone: (202) 724-5045/MyTax.DC.gov  GOVERNMENT OF THE DISTRICT OF COLUMBIA 
OFFICE OF THE CIDEF FINANCIAL OFFICER 
* * * 
FINANCIAL PLAN AND BUDGET CERTIFICATION 
CONTRACT NUMBER: 
CAPTION: 
CONTRACTOR NAME: 
CONTRACT AMOUNT: 
ORGANIZATION CODE: 	CW106027 
Hauling and Disposal 
of MSW Services 
Voyager Trucking Corporation 
$15,709,910 
KTO 
PERIOD OF PERFORMANCE: 	March 1, 2023 through Two Years Thereafter 
I hereby certify that the Department 
of Public Works (DPW) has funding in the amount 
of $4,582,057 and that the service is within the appropriate budget authority for the 
agency for the first year and 	is consistent with the financial plan 	and budget adopted in 
accordance with 
§ 47-392.01 and 47-392.02. The remaining portion 	of the contract 
($11,127,853) is subject to future appropriation. 
PcrryFit'~~~ 
~ Fiscal Officer, Department of Public v.bb 
Date  GOVERNMENT OF THE DISTRICT OF COLUMBIA 
Office 
of the Attorney General 
ATTORNEY GENERAL 
BRIAN L. SCHWALB 
Commercial Division 
MEMORANDUM 
TO: Tommy Wells 
Director 
*** 
--
Office of Policy and Legislative Affairs 
FROM: Robert Schildkraut 
Section Chief 
Government Contracts Section 
DATE: June 28, 2023 
SUBJECT: Approval 
of Contract for: Hauling and Disposal Services 
Contractor: Voyager Trucking Corporation 
Contract No.: CW106027 
Contract Type: Indefinite Delivery, Indefinite Quantity with Fixed Unit Price 
Component 
Total Funding Amount: 
Contract Amount: 
$4,582,057.00 
Minimum: $173.90.00 
Maximum: $15,709,910.00 
This Contract was previously approved for legal sufficiency on May 24, 2023, and thus, only 
documents revised or added since May 24, 2023, were included in this expedited review. This is 
to Certify that this Office has reviewed the revised or new documents in the above-referenced 
Contract and that we have found them to be legally sufficient subject 
to the proviso that the 
process by which the Contract was entered into violated the requirements 
of DC Code § 2-
352.02. If you have any questions in this regard, please do not hesitate to call me at 724-4018. 
P.P.~----
Robert Schildkraut 
400 6th Sh·eet, NW, Suite 79100, Washington, DC 20001 (202) 727-3400 Fax (202) 347-8922  1. Contract Number Page 	of Pages 
AMENDMENT OF SOLICITATION/ MODIFICATION OF CONTRACT CW106027 1 I 1 
2. AmendmenVModification Number 3. Effective Date 	t 4. Requisition/Purchase Request 	No. 5. Solicitati on Caption 
MOl 
May 31, 2023 	NIA 
Hauling & Disposal of 
To Letter Contract 	MSW Services 
6. Issued by: 	Code 	I 7. Administered by (If other than line 6) 
l, 
Office of Contracting and Procurement 	Department of Public Works 
Transportation 
and Specialty Equipment Commodity 2000-14
th 
Street, NW, 6:h Floor 
Group 	Washington, D.C. 20009 
2000 14'
h 
Street, NW, 6
th 
Floor 
Washington, 
D.C. 20009 
8. Name and Address of Contractor (No. street. city, county, state and zip code) 	9A. Amendment of Solicitation No. 
Voyager Trucking Corporation 
X 9B. Dated (See Item 11) 
451 Frelinghuysen A 	venue 
1 OA. Modification of Contractor/Order No. 
Newark New Jersey 071145 
CWI06027 
10B. Dated (See Item 13) 
Code 	Facility 
03/01/2023 
11. THIS ITEM ONLY APPLIES TO 	AMENDMENTS OF SOLICITATIONS 
DThe above numbered solicitation is amended as set forth in item 	14. The nour and date specified for receipt of Offers 	O is extended. 0 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 followi	ng melhOds: 
(a) By completing It
ems 8 and 15. and returning one 	(1) copy of the amendmen t: (b) By acknowledging receipt of this amendment 	on each copy of t he offer 
submitted; or {c) BY separate letter or fax 
which includes a reference 	to the solicitation and amendment numbe	r. FAILURE OF YOUR ACKNOWLEDGMENT 
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 submitt	ed, such may be made 	by letter or fax, provided 
each letter or teleoram makes reference 
to the solicitation and this amendment. and Is received prior to the opening hour and date specified. 
12. Accounting and Appropriation D	ata (If Required) 
13. 
THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTORS/ORDERS, 
IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14 
A. This change order is issued pursuant to {Specify 
Authority): 27 DCMR, Chapter 36, Section 3601.2{b) 
The changes set forth in Item 14 are made in the contracVorder 	no. in item 10A. 
B. 
The above numbered contracUorder 	is modified to reflect the administrative changes (such as 	changes in paying office, appropriation 
data 
etc.) set forth in item 14, pursuant to the authority 	of: 
X 
C. This supplemental agreement is entered into pursuant to authority 	of: 27 DCMR 3601.2 
27 DCMR. 
D. Other (Soecifv tvoe 
of modificati on and authorit v) 
E. IMPORTANT: Contractor D is not~ is required to sign this 	document and return one (1) copy to the issuing office. 
14. Desc
ription of AmenclmenVM odification {Organized by UCF Section headi ngs, including solicitation/contract 	subject matter where feasible.) 
Letter contract CW106027 is modified as follows: 
A. The peri7ce is hereby ex tended through June 	30, 2023. There is no change in funding. 
./ / 
15A.L/li,C~ 
16A. 
Name of Contracting Of ficer 
Courtney B. Lattimore 
15B. Voyager Trucking Corpora ion 1 SC. D	ale Sig ed 
1
~fColumD I II . 
16C. Date Signed 
IS nnature of oe·,on authonzed 10 s,nnl 3)!'/):J.3 Q}J C"l~officerl 
March 14, 2023 
, 
rJ  1. Contract Number Page of Pages 
AMENDMENT OF SOLICITATION/ MODIFICATION 	OF CONTRACT CW106027 1 
2. AmendmenUModification Number 3. Effective Date 
M02 
To Letter Contract 
See 16C below 
4. Requisition/Purchase Request No. 
N/A 
5. Solicitation Caption 
Hauling & Disposal of 
MSW Services 
6. Issued by: 	Code .__ 	____ 7. Administered by (If other than line 6) 
Office of Contracting and Procurement 
Transportation and Specialty Equipment Commodity 
Group 
2000 
14
th 
Street, NW, 6
th 
Floor 
Washin ton, D.
C. 20009 
Department of Public Works 
2000-14
th 
Street, NW, 6
th 
Floor 
Washington, D.
C. 20009 
8. Name and Address of Contractor (No. street, city, county, state and zip code) 9A. 	Amendment of Solicitation No. 
Voyager Trucking Corporation 
451 Frelinghuysen A venue 
Newark New Jersey 071145 
Code 
X 9B. Dated (See Item 11) 
1 0A. Modification 
of Contractor/Order No. 
CW106027 
10B. Dated (See Item 13) 
Facility 
03/01/2023 
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS 
1 
DThe above numbered solicitation is amended as set forth 	in item 14. The hour and date specified for receipt 	of Offers O is extended. 0 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 one (1) copy 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 ACKNOWLEDGMENT 
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 may 	be made by letter or fax, provided 
each letter or tele 
ram makes reference to the solicitation and this amendment, 	and is received rior to the o enin hour and date s ecified. 
12. Accounting and 
Appropriation Data (If Required) 
X 
13. THIS ITEM APPLIES ONLY 
TO MODIFICATIONS OF 	CONTRACTORS/ORDERS , 
IT MODIFIES THE 
CONTRACT/ORDER NO. AS DESCRIBED 	IN ITEM 14 
A. This change order is issued pursuant to (Specify Authority): 27 
DCMR, Chapter 36, Section 3601.2(b) 
The changes set forth in Item 14 are made in the contracUorder no. in item 10A. 
B. The 
above numbered contracUorder is modified 	to reflect the administrative changes (such as changes in paying office, appropriation 
data etc. set forth in item 14, ursuant to the authorit 
of: 
C. This supplemental agreement is entered into pursuant to authority 
of: 27 DCMR 3601.2 
27 DCMR. 
E. IMPORT ANT: Contractor D is not ~ is required to sign this document and return 	one (1) copy to the issuing office. 
14. Description 
of AmendmenVModification (Organized by 	UCF Section headings, including solicitation/contract subject matter where feasible.) 
Letter contract CW106027 is modified as follows: 
A. Section 3 of modification M0l is hereby corrected to read "May 1, 2023". 
ferenced in item 9A or 1 0A remain unchan ed and in full force and effect. 
6A. Name 
of Contracting Officer 
16C. Date Signed 
March 29, 2023  I 
1. Contract Number 
CW106027 
Page of Pages 
AMENDMENT OF SOLICITATION/ MODIFICATION 	OF CONTRACT 
1 
2. AmendmenVModification Number 3. Effective Date 
I 
5. Solicitation Caption 4. Requisition/Purchase Request No. 
M03 I 
To Letter Contract 
June 30, 2023 
NIA Hauling & Disposal of 
MSW Services 
6. Issued by: 
Code 	'------1 7. Administered by (If other than line 6) 
Office of Contracting and Procurement 
Transportation and Specialty Equipment Commodity 
Group 
2000 
14
th 
Street, NW, 6
th 
Floor 
Washington, D.C. 20009 
Department of Public Works 
2000-14
th 
Street, NW, 6
th 
Floor 
Washington, D.C. 20009 
8. Name and Address of Contractor (No. street, city, county, state and zip 	code) 9A. Amendment of Solicitation No. 
Voyager Trucking Corporation 
451 Frelinghuysen A venue 
Newark 
New Jersey 0
1
1
71145 
Code 
X 9B. Dated (See Item 11) 
1 0A. Modification 
of Contractor/Order No. 
CW106027 
10B. Dated (See Item 13) 
Facility 
03/0 l /2023 
I 11. THIS ITEM ONLY APPLIES 	TO AMENDMENTS OF SOLICITATIONS 
1 
0The above numbered soliciiation is amended as set forth in item 	14. The hour and date specified for recei	pt of Offers D is extended. D is not extended. 
Offers must 
acknowledge recei~t of this amendment prior 	to the hour and date specified in the solicitation or as amended, by one of the following methods: 
(a) By completi ng Items 8 and ~5. and returning one (1) copy of the amendment: (b) By acknowledging receipt of 	this amendment on each copy of the offer 
~~;~t~dJi~[~E~\~~~~t;~~~ 	o~~a;l~~~~:il~~~ ~~~~:~c;1~oTt~eF sg~~~~~n ;~~a9Rm;gd;He;tHni~~~N~~~~ES~~ci~I~~ ~~~N~~lf~~~EN	T 
REJECTION OF YOUR OFFE~. If by virtue of this amendment you desi	re to change an offer already submitted, such may be made by letter or fax, provided 
each letter or teleqram makes reference 
to the solicitation and this amendment and is received prior to the openinq hour and date specified. 
12. Accounting and Appropri~lion Data (If Required) 
1
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS 	OF CONTRACTORS/ORDERS , 
IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14 
A. This change order is issued pursuant 
to (Speci fy Authority): 27 DCMR, Chapter 36, Section 	3601.2(b) 
The changes se forth in Item 
14 are made in the contracVorder no. in item 10A. 
X B. The above numbered contracVorder is modified to reflect the administrative changes (such 	as changes in paying office, appropriation 
data etc.) set forth i
rl item 14, pursuant to the authority of: 
C. This supplemental agreement 
is entered into pursuant 	to authori ty of: 27 DCMR 3601.2 
27 DCMR. 
I 
D. Other (Specify type 	of modification and authority) 
E. IMPORTANT: Contr~ctor O is not~ is required to si<;in this document and return one (1) copy to the issuing office. 
14. Description 
of Amendmer VModification (Organized by UCF Section headings, includi	ng solicitation/contract subject matter where feasible.) 
i Letter contract CW l 	C 6027 is modified as follows: 
A. The period o performance is hereby extended from July I, 2023 through September 30, 2023. 
B. The dollar va ue of the letter contract is increased from $1,000,000 by 	$1,500,000 to a revised dollar 
value 
of $2,' 00,000 
C. All other con ract clauses remain unchanged. 
/ 
I Except as prMl'ded herein, all terms and conditions 	of the document referenced in item (9A or 1 0A) remain unchan<;ied and in full force and effect. 	I 
16A. Name of Contracting Officer 15A.7vU 
(Signature of Official) 
Tonia C. Nixon for 
15B:'Company Name: I 
Voyager Trucking Corporation 
15C. Date 
June 22, 2023 
16B. District of Columbia 
Ar / U/1.,J1..4A., (Signature of Contracting Officer) 
16C. Date Signed 
6/22/23