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