District Of Columbia 2023 2023-2024 Regular Session

District Of Columbia Council Bill B25-0410 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: 
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 
Contract No. CW97797 with ABC Towing to provide emergency towing services. The proposed 
contract is in the not-to-exceed amount of$5,674,096 for the period 
of February 22, 2022 through 
March 30, 2022. 
My administration is available to discuss any questions you have regarding the proposed contract. 
In order to facilitate a response to any questions you may have, please have your staff contact Marc 
Scott, 
Chief Operating Officer for the Office 	of Contracting and Procurement, at (202) 724-8759. 
I look forward to the Council's favorable consideration 
of this contract.  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 
~~~~,/:..-
Chairman Phil Mendelson 
at the request 
of the Mayor 
IN THE COUNCIL OF 	THE DISTRICT OF COLUMBIA 
To approve, on an emergency basis, emergency Contract No. CW97797 with ABC 
Towing, Inc., and Modification Nos. 
1, 2, 3, 4, 5, 6 and 7 thereto, to provide 
standby towing services to support the District's response to the 2022 Trucker's 
Convoy and to authorize payment for the goods and services received under the 
contract and modifications. 
BE IT ENACTED BY THE COUNCIL OF THE DISTRICT 	OF COLUMBIA, 
That this act may 
be cited as the "Emergency Contract No. CW97797 with ABC Towing, 
Inc. 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. CW97797 with ABC Towing, Inc., and Modification 
Nos. 
1, 2, 3, 4, 5, 6 and 7 thereto, to provide standby towing services to support the 
District's response to the 2022 Trucker's Convoy, and authorizes payment in the not-to­
exceed amount 
of $5,633,600 for the goods and services received and under the contract 
and modifications. 
Sec. 3. Fiscal impact statement.  35 The Council adopts the fiscal impact statement 	of the Chief Financial Officer 	as 
36 the fiscal impact statement required by section 4a 	of the General Legislative Procedures 
37 Act 
of 1975, approved October 16, 2006 (120 Stat. 2038; D.C. Official Code§ 	1-
38 301.47a). 
39 Sec. 4. Effective date. 
40 This act shall take effect following approval by the Mayor ( or in the event 
of veto 
41 by the Mayor, action by the Council 	to override the veto), and shall remain in effect for 
42 no longer than 
90 days, as provided for emergency acts 	of the Council of the District of 
43 Columbia in Section 412(a) 	of the District of Columbia Home Rule Act, approved 
44 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-l) 	of the Procurement Practices Reform Act 	of 2010, as amended, D.C. 
Official 
Code§ 2-352.02(c-l), the following contract summary is provided: 
(A) Contract Number: 
Proposed Contractor: 
Contract Amount: 
COUNCIL CONTRACT SUMMARY 
(Retroactive Emergency) 
CW97797 
ABC Towing, Inc. 
$5,674,096 
Contract­
Modification M02 -
Modification M03 -
Modification M04 -
Modification 
MOS -
Modification M06 -
Modification M07-
$3,128,400 
$633,600 
$1,108,800 
$475,200 
$396,000 
$237,600 
$ 90,496 (interes
t) 
Unit and Method of Compensation: Fixed unit rates 
Term 
of Contract: 
Type 
of Contract: 
Source Selection Method: 
February 22, 2022 -March 30, 2022 
Contract - February 22, 2022 	through March 13, 2022 
Modification M02 - March 14, 2022 through March 17, 2022 
Modification M03 - March 1
8, 2022 through March 24, 2022 
Modification M04 - March 
25, 2022 through March 27, 2022 
Modification 
MOS - March 28, 2022 through Aprill, 2022 
Modification M06 - revised e
nd date to March 30, 2022 
Labor Hour 
Emergency 
(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: 
Base Period Amount: $3,128,400 
Partial Option Period One -First Extension Amount: $633,600 
1  Explanation of difference from base period (if applicable): 	This extension was for a three-day 
period. 
Partial Option Period One-Second Extension Amount: 	$1,108,800 
Explanation of difference from base period (if applicable): 	This extension was for a seven-day 
period. 
Partial Option Period One -Third Extension Amount: 	$475,200 
Explanation of difference from base period 	(if applicable): This extension was for a two-day 
period. 
Partial Option Period One -Fourth Extension Amount: 	$396,000 
Explanation of difference from base period (if applicable): 	This extension was for a five-day 
period with a reduction in the number 
of trucks. 
Partial Option Period One -Fifth Extension Amount: 
Explanation 
of difference from base period 	(if applicable): 
one day and reduced the contract term by two days. 
$237,600 
This reduced the contract term by 
(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: 
DPW engaged the contractor to provide 24/7 towing services as part of a coordinated effort 
with other District and Federal agencies in response to the 2022 Trucker Convoy. The District 
received intelligence that the 
"People's Convoy" was in route to the city to disrupt the flow 	of 
traffic as a means of protest; their intent was to park tractor trailers, equaling 	75 feet in length, and 
other large vehicles to the pivotal locations near the capital and other critical ingress and egress 
points 
of the to cause a complete traffic stoppage. 
To prevent this disruption, the District entered into the contract with the vendor to strategically 
place 
12 heavy duty wrecker trucks at key entry and exit points throughout the city to thwart the 
intended blockade. 
If the convoy members attempted to abandon vehicles, those vehicles would be 
ticketed by a member 
of the District's parking enforcement unit and then the heavy-duty wreckers 
would then tow the vehicles to a secure location. 
The truckers were notified 
of the District intended response plan and found the District to be better 
positioned to respond than their previous target. 
By the end of the March, the protesters began to 
leave the area after their protests within the city limits were largely unsuccessful. 
The District 
gradually began to demobilize the emergency operation by reducing the number 
of trucks from 12 
to six and eventually, ending the entire operation 	on March 30
th
. 
(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: 
This was awarded as an emergency procurement. 	The procurement staff reached out to nearly 40 
vendors to determine if any had the capacity to fulfill the District's need within the required 
2  timeframe. Of the vendor pool, several were CBE vendors and included on 	DPW's rotational tow 
list. There were two vendors who had capacity but were unwilling to provide services to the 
District. Only one 
of the remaining vendors, ABC Towing, Inc, had the resources to meet the need. 
(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: 
There 
is no bid protest. 
(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: 
ABC Towing has provided towing services for the District in the past; the vendor has provided 
satisfactorily on previous contracts for various District agencies. 
(G) The period 
of performance associated with the proposed change, including date 	as of which 
the proposed change is to be made effective: 
Contract -
Modification M02 -
Modification M03 -
Modification M04 -
Modification 
MOS -
Modification M06 -
February 22, 2022 through March 13, 2022 
March 
14, 2022 through March 17, 2022 
March 18, 2022 through March 24, 2022 
March 
25, 2022 through March 27, 2022 
March 
28, 2022 through April I, 2022 
revised contact end date to March 30, 2022 
(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: 
$5,674,096 
(I) The aggregate dollar value 	of the proposed changes as compared with the amount 	of the 
contract as awarded: 
$5,674,096 
(J) The date on which the contracting officer was notified 	of the proposed change: 
February 
16, 2022 
(K) The date on which the letter contract or emergency contract was executed: 
February 22, 2022 
3  (L) The reason why the proposed change was sent to Council for approval after it is intended to 
take effect: 
There was not sufficient time to submit the action to Council for approval, prior to the start 	of the 
emergency event. 
(M) The reason for the proposed change: 
The District received intelligence that the "People's Convoy" was in route to the city to disrupt the 
flow 
of traffic as a means of protest. In order to respond and prevent this, the District entered into 
the contract with the vendor to strategically place heavy duty wrecker trucks throughout the city to 
thwart the intended blockade. 
(N) The legal, regulatory, or contractual authority for the proposed change: 
27 DCMR 1702 
(0) 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: 
There was no established subcontracting plan for this emergency contract. 
(P) Performance standards and the expected outcome 	of the proposed contract: 
The contractor was expected to provide emergency towing services, 	if needed, in response to the 
emergency operation. 
(Q) 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: 
Contract - $3,128,400 -February 22, 2022 
Modification M02 - $633,600 -March 
13, 2022 
Modification M03 -
$1,108,800 -March 17, 2022 
Modification M04 - $475,200 -March 24, 2022 
Modification 
MOS - $396,000 -March 	25, 2022 
Modification M06 - $237,600 -March 
31, 2022 
Modification M07- $ 90,496 -June 30, 2023 
(R) The number of times the letter contract or emergency contract has been extended: 
Five 
4  (S) 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 Agency Fiscal Officer certified that there was sufficient funding for the proposed contract. 
(T) A certification that the contract is legally sufficient, including whether the proposed 
contractor has any pending legal claims against the District: 
The contract has been determined to be legally sufficient. 
(U) 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. 
(V) 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. 
(W) 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 vendor is not a CBE. 
(X) Other aspects of the proposed contract that the Chief Procurement Officer considers 
significant: 
None 
(Y) 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 proposed contractor 
is not debarred or suspended according to the federal or District excluded 
parties lists. 
5  (Z) 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): 
Determination and Findings for Use 	of Emergency Procurement 
Determination and Findings for Contractor Responsibility 
Determination and Findings for Price Reasonableness 
(AA) Where the contract, and any amendments or modifications, 	if executed, will be made 
available online: 
www.ocp.dc.gov 
(BB) Where the original solicitation, and any amendments or modifications, will be made 
available online: 
Not applicable 
6  * * * Government of the District of Columbia 
Office 
of the Chief Financial Officer 
Office 
of Tax and Revenue 
Date of Notice: May 12, 2023 
ABC TOWING INC 
PO BOX 58132 
WASHINGTON DC 20037-8132 
1101 4
th 
Street, SW 
Washington, DC 20024 
Notice Number: L0009606856 
FEIN: **-***0873 
Case ID: 1510990 
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 § 4 7-2862, 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 
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  QGOVERNMENT OF THE DISTRICT OF COLUMBIA 
OFFICE OF THE CHIEF FINANCIAL OFFICER 
* * * 
-
FINANCIAL PLAN AND BUDGET CERTIFICATION 
CONTRACT NUMBER: 
CAPTION: 
CONTRACTOR NAME: 
CONTRACT CEILING AMOUNT: 
AVAILABLE AMOUNT: 
ORGANIZATION CODE: 	CW97797 
Emergency Response for Heavy Duty Towing 
ABC Towing. 
$5,674,096 
$5,674,096 
POO 
I, Alemayehu Awas, Agency Financial Officer, hereby certify that the amount 	of 
$5,633,600 was available for the above referenced contract in FY22, and this amount was 
spent and obligated by the end 
of fiscal year 2022. OCP has an additional funding 	of 
$40,496 in its FY23 Local fund budget to cover the full cost 	of the contract. 
//~//~ 
Alemayehu Awas 
Agency Financial Officer 
Office 
of Contracting and Procurement 
06-27-2023 
Date  GOVERNMENT OF THE DISTRICT OF COLUMBIA 
Office 
of the Attorney General 
ATTORNEY GENERAL 
BRIAN L. SCHWALB 
Commercial Division 
Government Contract Section 
MEMORANDUM 
TO: Tommy Wells 
Director 
*** 
--
Office of Policy and Legislative Affairs 
FROM: Robert Schildkraut 
Section Chief 
DATE: June 30, 2023 
SUBJECT: Approval 
of Retroactive Emergency Contract Action for Heavy Duty On­
Call Towing Services 
Contract Number: CW97797 
Contractor: ABC Towing, Inc. 
Contract Amount: NTE $5,633,600.00 
This is to Certify that this Office has reviewed the above-referenced Contract and that we have 
found it to be legally sufficient conditioned upon the Council Summary being updated to include 
Modification 
7. 
Additionally, legal sufficiency 	is subject to the proviso that the process by which the Contract was 
entered into violated the requirements 
of DC Code § 2-352.02. (Criteria for Council review 	of 
multiyear contracts and contracts in excess 	of $1 million). Moreover, the public notice process was 
not followed after awarding this emergency contract. 
If you have any questions in this regard, please do not hesitate to call me at (202) 724-4018. 
P.P. ~,____--
Robert Schildkraut 
400 6
th 
Street NW, Suite 9100, Washington, DC 20001 (202) 727-3400  , 1. Contract Number Paqe of PaQes 
AMENDMENT OF SOLICITATION/ MODIFICATION OF CONTRACT 
CW97797 	1 11 
2. AmendmenVModification Number 3 Ertective Date 	4. ReQuisition/Purchase Request 	No. 5. Solicitation Caption 
M01 	See Section 16C 	Emergency Towing Services 
6. Issued 
by: 
Code 	I 
7. Administered by (If other than line 6) 
Office of Contracting and Procurement 	Department of Public Works 
Transportation and Specially Equipment Commodity Group Safety and Security Administration 
2000 14th Street. NW 6th Floor 	2000 14
th 
Street NE 
Washington. DC 20009 	Washington. DC 20002 
-------·-· --·--------·-···-----···"··----------·---·-----------·--·-•·--··- --·-·~---·----·-·-···-----··--
8. Name and Address of Contractor (No. street. city. county. state and zip code/ 9A. 	Amendment of Solicitation No 
ABC Towing 	9B. Dated (See Item 11 i 
2214 Channing Street NE 
Washington. DC 20018a 
10A. Modification of Contractor/Order No. 
CW78044 
10B. Dated 
(See Hem 13) 
Code 
I 	Facility I 	February 28. 2020 
11. THIS 
ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS 
0The above numbered solicitation 	,s amended as set forth 	1n item 14. The hour and date specified for recei	pt of Offers [8'.I is extended. Dis not extended. 
Offers must acknowledge receipt 
of tl'lls amendment prior to the hour and date specified in the solicrtation or as amended. 	by one of the foltowmg methods 
1a) By completing Items 8 and 15. and return,ng _ 1_ copies or the amendment: (bl By acknowledging recei	pt of this amendmont on each copy of the offer 
submitted: or 
(c) BY separate letter or fax wh,ch includes a reference 	to the solic,tation and amendment numbef. FAILURE 	OF YOUR ACKNOWLEDGMENT TO 
BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEI	PT OF OFFERS PRIOR TO 	THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION 
OF YOUR OFFER If by virlue of this amendment you desire 	to change an offer already submitled. such may 	be made by letter or fax. provided each 	letter or 
teleoram makes reference 
to the solicitation and this amendment. and 	,s received orior to the ooenino hour and date soec,fied. 
12. Accounting 
and Appropriation Data (II 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	): 
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. appropnahon data 
etc,) set forth in item 14. oursuant to the authoritv 
of 27 DCMR. Chaoter 36, Section 3601.2. 
' C. This supplemental agreement is entered into pursuant to authority of: 
:x 
I 
D. Other (Specify type of mOdificatlon and authority) 
27 DCMR 2008 Exercise of an Option 
E. IMPORTANT: Contractor LJ is not [81 is required to sign this document and return 	.1 copies to the issuing office. 
14. Description of Amendmen!/Modification (Organized 	by UCF Section headings, including solicitation/contract subject matter where 	feasible) 
I 
Contract CW97797 is hereby modified as follows: 
1. The payment terms for the contract are revised to reflect weekly invoicing and payment. 
2. Section G.1.2 is revised to read "The District will pay the Contractor on or before the 	7
th 
day after receiving 
a proper invoice from the Contractor''. 
I 
I 
I 
I 
Exceot as orovided herein all tenns 	and conditions or the document referenced in item (9A or 	10Ai remain unchanoed and in full force and effect. 
15A. 
Name and Title of SiQner (Type or print) 	16A, 	Name of Contractin~ Officer 
Richard Aburish 
;4rtney B Lallimore 
General 
Manager 	cor;ractin'p Officer _ i 
f. 
15B. Name of Contractor 	15C. 	Date Signed 
""I Oistri< !of ""'m 
I II 
16C. Date Signed 
1A 1 • I C, 'L-1.".!> -""22. f :·/l0~ -· ~~y 
,ll~i 
• 	Ill. --
\. ~- .....(Signature of Contracting omcerj 
1W1Ur r ,..--
J (S19naturef 
\. _, 
',--..._ ___  AMENDMENT OF SOLICITATION/ MODIFICATION OF CONTRACT 
1. Contract Number 
CW97797 
Page of Pages 
1 1 
2. Amendment/Modification Number 3. Effective Date 
M02 	March 14, 2022 
4. Requisition/Purchase Request No. 	5. Solicitation Caption 
Emergency Towing Services 
6. Issued by: 	Code 
Office of Contracting and Procurement 
Transportation and Specialty Equipment Commodity Group 
2000 14th Street, NW 6th Floor 
Washington, DC 20009 
8. Name and Address of Contractor (No. street, city, county, 	state and zip code) 
ABC Towing 
2214 Channing Street, 
NE 
Washington, DC 20018 
7. Administered by (If other than line 6) 
Department of Public Works 
Safety and Security Administration 
2000 14
th 
Street NW, 6
th 
Floor 
Washington, DC 20024 
X 
9A. Amendment of Solicitation No. 
9B. Dated (See Item 11) 
1 0A. Modification of Contractor/Order No. 
CW97797 
10B. Dated (See Item 13) 
Code 	Facility 	February 22, 2022 
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS 
0The above numbered solicitation is amended as set forth in item 14. The hour and date specified for receipt of Offers O is extended. Dis 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 2 copies of 	the amendment: (b) By acknowledging receipt of t	his 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 dates ecified. 
12. Accounting and Appropriation Data 	(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): 
The changes set forth 
in Item 14 are made in the contract/order no. in item 1 OA. 
B. The above numbered contract/order 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 27 DCMR, Cha ter 	36, Section 3601.2. 
X 
C. This supplemental agreement is entered into pursuant to authority 	of: 
D. Other (Specify type 
of modification and authority) 
27 DCMR 2008 Exercise of 
an O tion 
E. IMPORTANT: Contractor 0 is not D is required to sign this document and return 	_1 _copies to the issuing office. 
14. Description of AmendmentJModification (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.) 
Contract CW97797 is hereby modified as follows: 
1) Pursuant to Section F.2 	of the Contract, the District hereby exercises a partial Option Period One for the period 	of 
March 14, 2022 through March 17, 2022 	in the total amount of $633,600.00. 
2) The total contract increases from $3,128,400.00 by $633,600 to a revised not-to-exceed amount 	of $3,762,000.00. 
3) Modification M01 is corrected as follows: 
a. Section 10A is revised to read "CW97797". 
b. Section 1 OB is revised to read "February 22, 2022". 
rovided herein, all terms and conditions 	of the document referenced in item 9A or 1 OA remain unchan ed and in full force and effect. 
16A. Name 
of Contracting Officer 
· · t of Colombia d~ 
16C. Date Signed 
3/13/2022 
(Signature of Contracting Officer)  1. Contract Number Page 	of Pages 
AMENDMENT OF SOLICITATION/ MODIFICATION OF CONTRACT 
CW97797 	1 1 
2. Amendment/Modification Number 3. Effective Date 
M03 	March 18, 2022 
4. Requisition/Purchase Request No. 5. Solicitation Caption 
Emergency Towing Services 
6. Issued by: 	Code 
Office of Contracting and Procurement 
Transportation and Specialty Equipment Commodity Group 
2000 14th Street, NW 6th Floor 
Washington, 
DC 20009 
7. Administered by (If other than line 6) 
Department of Public Works 
Safety 
and Security Administration 
2000 
14
th 
Street NW, 6
th 
Floor 
Washington, DC 20024 
8. Name and Address of Contractor (No.street, city, county, state 	and zip code) 9A. Amendment 	of Solicitation No. 
ABC Towing 
9B. Dated (See Item 11) 
2214 Channing Street, NE 
Washington, DC 
20018 
X 1 0A. Modification of Contractor/Order No. 
CW97797 
1 OB. Dated (See Item 13) 
Code 	Facility 	February 22, 2022 
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS 
0The above numbered solicitation is amended as set forth in item 14. The hour and date specified for receipt of Offers O is extended. Dis 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 2 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 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 referen ce to the solicitation and this amendment, and is 	received rior to the o enin hour and dates ecified. 
12. Accounting and Appropriation Data (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): 
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 data 
etc. set forth 
in item 14, ursuant to the authori of 27 DCMR, Cha ter 36, Section 3601.2. 
C. This supplemental agreement is entered into pursuant to authority 
of: 
X D. Other (Specify type 	of modificati on and authority) 
27 DCMR 2008 Exercise of 
an O lion 
E. IMPORTANT: Contractor~ is not D is required to sign this document and return 	_1_copies to the issuing office. 
14. Description 
of Amendment/Modification (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.) 
Contract CW97797 is hereby modified as follows: 
1) Pursuant to Section F .2 of the Contract, the District hereby exercises a partial Option Period One for the period 	of 
March 18, 2022, through March 24, 2022, 	in the total amount of $1,108,800. 
2) The total contract increases from $3,762,000 by $1,108,800 to a revised not-to-exceed amount 	of $4,870,800. 
d herein, all terms and conditions 	of the document referenced in item 9A or 1 0A remain unchan ed and 	in full force and effect. 
16A. Name of Contracting Officer 
Courtney B. Lattimore 
Chief Contractin Officer 
· · ofColombla 	~ j~ 1:~
1
~::~;d 
(SiWe of Contracting Officer)  1. Contract Number Page 	of Pages 
AMENDMENT OF SOLICITATION/ MODIFICATION OF CONTRACT 
CW97797 	1 1 
2. AmendmenUModification Number 3. Effective Date 
M04 	March 25, 2022 
4. Requisition/Purchase Request No. 	5. Solicitation Caption 
Emergency Towing Services 
6. Issued by: 	Code 
Office of Contracting and Procurement 
Transportation and Specialty Equipment Commodity Group 
2000 14th Street, NW 6th Floor 
Washington, DC 20009 
8. Name and Address of Contractor (No.street, city, county, state 	and zip code) 
ABC Towing 
2214 Channing Street, NE 
Washington, DC 20018 
7. Administered by (If other than line 6) 
Department of Public Works 
Safety and Security Administration 
2000 14
th 
Street NW, 6
th 
Floor 
Washington, DC 20024 
X 
9A. Amendment of Solicitation No. 
9B. Dated (See Item 11) 
10A. Modification of Contractor/Order No. 
CW97797 
1 OB. Dated (See Item 13) 
Code 	Facility 	February 22, 2022 
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS 
0The above numbered solicitation is amended as set forth in item 14. The hour and date specified for receipt of Offers 	O is extended. Dis 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 2 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 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 dates ecified. 
12. Accounting and Appropriation Data (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): 
The changes set forth 
in Item 14 are made in the contracUorder no. i	rn 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 27 DCMR, Cha ter 	36, Section 3601.2. 
C. This supplemental agreement 
is entered into pursuant to authority of: 
1 X D. Other (Specify type 	of modification and authority) 
27 DCMR 2008 Exercise of 
an O tion 
E. IMPORTANT: Contractor~ is not D is required to sign this document and return 	_1_copies to the issuing office. 
14. Description 
of AmendmenUModification (Organized 	by UCF Section headings, including solicitation/contract subject matter where feasible.) 
Contract CW97797 is hereby modified as follows: 
1) Pursuant to Section F.2 of the Contract, the District hereby exercises a partial option period one for the period of 
March 
25, 2022, through March 27, 2022, in the total amount of $475,200.00. 
2) The total contract increases from $4,870,800.00 by $475,200.00 to a revised not-to-exceed amount of 
$5,346,000. 
rovided herein, all terms and conditions 	of the document referenced in item 9A or 1 QA remain unchan ed and 	in full force and effect. 
16A. Name of Contracting Officer 
Courtney B. Lattimore 
Chief Contractin Officer 
· · ofCol"mbla 	~ 
1
~ 
(SigQ of Contracting Officer) 
16C. Date Signed 
3/24/2022  AMENDMENT OF SOLICITATION/ MODIFICATION OF CONTRACT 
1. Contract Number 
CW97797 
Page of Pages 
1 1 
2. Amendment/Modification Number 	3. Effective Date 
MOS 	March 28, 2022 
4. Requisition/Purchase Request No. 5. Solicitation Caption 
Emergency Towing Services 
6. Issued by: 	Code 
Office of Contracting and Procurement 
Transportation and Specialty Equipment Commodity Group 
2000 14th Street, NW 6th Floor 
Washington, 
DC 20009 
8. Name and Address of Contractor ( No.street, city, county, state and zip code} 
ABC Towing 
2214 Channing Street, NE 
Washington, DC 20018 
7. Administered by {If other than line 6) 
Department of Public Works 
Safety and Security Administration 
2000 
14
th 
Street NW, 6
th 
Floor 
Washington, 
DC 20024 
X 
9A. Amendment of Solicitation No. 
9B. Dated (See Item 11) 
10A. Modification 
of Contractor/Order No. 
CW97797 
10B. Dated (See Item 13) 
Code 	Facility 	February 22, 2022 
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS 
DThe above numbered solicitat ion is amended as set forth in item 14. The hour and date specified for receipt of Offers D is extended. Dis 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 2 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 referen ce 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): 
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 data 
etc. set forth 
in item 14, ursuant to the authorit of 27 DCMR, Cha ter 36, Section 3601.2. 
C. This supplemental agreement is entered into pursuant to authority 
of: 
D. Other (Specify type of modification and authority) 
27 DCMR 2008 Exercise 
of an O lion 
E. IMPORTANT: Contractor [gj is not O is required to sign this document and return 	_1_copies to the issuing office. 
14. Description of Amendment/Modification (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.) 
Contract CW97797 is hereby modified as follows: 
1) Pursuant to Section F.2 of the Contract, the District hereby exercises the remainder 	of Option Peri od One for the 
period 
of March 28, 2022, through April 	1, 2022, in the total amount of $396,000. The number 	of trucks for the 
option period 
is reduced from 12 to six. 
2) The total contract increases from $5,346,000 by $396,000 to a revised not-to-exceed amount 	of $5,792,000. 
rovided herein, all terms and conditions 	of the document referenced in item 9A or 1 0A remain unchan 	ed and in full force and effect. 
16A. Name of Contracting Officer 
Courtney B. Lattimore 
Chief Contractin Officer 
· · of Columbia 
1 
,s,,QE 
16C. Date Signed 
3/25/2022  1. Contract Number Page 	of Pages 
AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT 
CW97797 	1 1 
2. Amendment/Modification Number 3. Effective Date 
M06 	See 16C below 
4. Requisition/Purchase Request No. 	5. Solicitation Caption 
Emergency Towing Services 
6. Issued by: 	Code 
Office of Contracting and Procurement 
Transportation and Specialty Equipment Commodity Group 
2000 14th Street, NW 6th Floor 
Washington, DC 20009 
8. Name and Address of Contractor (No.street, city, county, state and zip code) 
ABC Towing 
2214 Channing Street, NE 
Washington, DC 20018 
7. Administered by (If other than line 6) 
Department of Public Works 
Safety and Security Administration 
2000 14
th 
Street NW, 6
th 
Floor 
Washington, 
DC 20024 
X 
9A. Amendment of Solicitation No. 
98. Dated (See Item 11) 
1 0A. Modification 
of Contractor/Order No. 
CW97797 
1 OB. Dated (See Item 13) 
Code 	Facility 	February 22, 2022 
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS 
0The above numbered solicitation 	is amended as set forth in item 14. The hour and date specified for receipt of Offers 	O is extended. Dis not extended. 
Off
ers 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 2 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 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 referen ce to the solicitation and this amendment, and is received r ior 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): 
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 data 
etc. set forth 
in item 14, ursuant to the authorit of 27 DCMR, Cha ter 36, Section 3601.2. 
C. This supplemental agreement is entered into pursuant 
to authority of: 
D. Other (Specify type of modification and authority) 
27 DCMR 2008 Exercise of 
an O tion 
E. 
IMPORTANT: Contractor~ is not O is required to sign this document and return 	_1~copies to the issuing office. 
14. Description of Amendment/Modification (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.) 
Contract CW97797 is hereby modified as follows: 
1) The District has concluded its operation 	in response to the DC Truck Convoy. 
2) The end date of the partial option exercise 	is revised from April 1, 2022 to March 30, 2022. The revised amount 
of the partial option for the dates of March 28, 2022 through March 30, 2022 	is $237,600. 
3) The total contract increases from $5,346,000 by $396,000 to a revised not-to-exceed amount of $5,633,600. 
rovided herein, all terms and conditions 	of the document referenced in item 9A or 1 QA remain unchan ed and 	in full force and effect. 
16A. Name 
of Contracting Officer 
Courtney B. Lattimore 
Chief Contractin Officer 
· · ofColumbia d~ 
(Sign of Contracting Officer) 
16C. Date Signed 
3/31/2022  AMENDMENT OF SOLICITATION/ MODIFICATION OF CONTRACT 
1. Contract Number 
CW97797 
Page of Pages 
1 1 
2. AmendmenUModification Number 	3. Effective Date 
MO? 	See 16C below 
4. Requisition/Purchase Request No. 	5. Solicitation Caption 
Emergency Towing Services 
6. Issued by: 	Code 
Office of Contracting and Procurement 
Transportation and Specialty Equipment Commodity Group 
2000 14th Street, NW 6th Floor 
Washington, DC 20009 
8. Name and Address of Contractor (No.street, city, county, state 	and zip code) 
ABC Towing 
2214 Channing Street, 
NE 
Washington, DC 20018 
7. Administered by (If other than line 6) 
Department of Public Works 
Safety and Security Administration 
2000 
14
th 
Street NW, 6
th 
Floor 
Washington, 
DC 20024 
9A. Amendment of Solicitation No. 
98. Dated (See Item 11) 
X 1 0A. Modification of Contractor/Order No. 
CW97797 
1 OB. Dated (See Item 13) 
Code 	Facility 	February 22, 2022 
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS 
0The above numbered solicitation is amended as set forth in item 14. The hour and date specified for receipt of Offers D 	is extended. Dis not extended. 
Offe
rs 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 2 copies of 	the amendment: (b) By acknowledging receipt of this amendment 	on each copy of the 
offer submitted; or (c) BY separate le tter 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 submitted, such 	may be made by letter or fax, provided e ach 
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): 
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 
et
c. set forth in item 14, ursuant to the authorit of 27 DCMR, Cha ter 	36, Section 3601.2. 
C. This supplemental agreement 
is entered into pursuant to authority 	of: 
D. Other (Specify type 
of modification and authority) 
27 DCMR 2008 Exercise 
of an O lion 
E. IMPORTANT: Contractor IZJ is not Dis required to sign this document and return 	_1_copies to the issuing office. 
14. Description 
of AmendmenUModification (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.) 
Contract CW97797 is hereby modified as follows: 
1) Modification 6 is revised to correct the total contract amount wherein the amount should have been increased by 
$237,600 instead of $396,000. This error 
led to an overpayment of $50,000 for the contract. The corrected total 
for services 
is $5,583,600. 
2) The contract terms stipulated weekly payments. This contract was funded by the Contingency Reserve Fund 
which were not consistently provided 
in a timely manner. These delays led to the vendor receiving late payments 
which resulted 
is interest charges in the total amount of $90,496. The $50,000 overpayment addresses a portion 
of the interest amount due. This modification adds the remaining $40,496 owed the vendor 	in interest. 
erenced in item 9A or 1 0A remain unchan ed and 	in full force and effect. 
16A. Name 
of Contracting Officer 
Courtney B. Lattimore 
Contractin Officer 
1 istrict of Columbia _ l_uJJ.u.~-----
(SigQ of Contracting Officer) 
16C. Date Signed 
une 30, 2023  AW ARD/CONTRACT 
2. Contract Number 	3. Effective Dale 
CW97797 
5. Issued Bv: 
Oflicc of Contracting and Procurement 
Public \Vorks and Fleet Scr\'iccs Cluster 
2000 14
th 
Street NW. 6
th 
Floor 
Washington. D.C. 20009 
Fcbrnarv 22. 2022 
Code 
7. Name and Address of Contractor (No. street. city. county. state and Zip 	Code) 
ABC Towing 
2214 Ch.urning Street NE 
Washington, DC 20018 
1 . Reserved for later use 
4. Requisition/Purchase RequesVProiect 	No. 
6. 
Administered by (If other than line 5) 
Department of Public Works 
Safety 
and Security Administration 
2000 14'
1
' 
Street NW. 6'
h 
Flmir 
Washington. DC 20()09 
Page of Pages 
1 27 
8. Delivery 
□FOB Origin Oother (See Schedule Sectton F) 
9. Discount for prompt payment 
Duns 
No 	TIN 
10. Submit invoices lo the Address shown in 
,---------1 (2 copies unless otherwise specified) -	NIA 
Item 
11. Shi to/Mark For 
13. Reserved for future 
use 
15A. Item 
Code 
12. Pa ment will be made b 
14. Accounting and Appropriati	on Data 
ENCUMBRANCE CODE. :-..; : 
Code 
Total Estimated Maximum Amount of Contract 
16. Table of Contents 
IX Section 	Descri tion 	Pa e (X Section 	Descri iion 	Pae 
X A 
X B 
X C 
X D 
X E 
X F 
X G 
X H 
PART 1-THE SCHEDULE 
Contract Form 
Supplies 
or Services & Cost/Price 
Services 
Packing and Marking 
Inspection and Acceptance 
Contract Term 
Contract Administration data 
Special Contract Requirements 	2 
5 
8 
8 
9 
10 
15 
X 
X 
PART 11-CONTRACT CLAUSES 
Contract Clauses 	18 
PART Ill -LIST OF DOCUMENTS, EXHIBITS AND OTHER 
ATTACHMENTS 
J List of Attachments 
PART IV-REPRESENTATIONS AND INSTRUCTIONS 
K 
L 
M 
Representations. Certifications 
and Other Statements 
of 0fferors 
Instructions. conditions & notices 
to offerors 
Evaluation factors for 
award 
28 
Contractin Officer will com lete Item 17 	or 18 as a ltcable 
17 CONTRACTORS NEGOTIATED AGREEMENT (Contractor is 
required 
to sign this document and return (1) copies to issuing office.) 
Contractor agrees to furnish and deliver all items. perform all the services set forth 
or otherwise identified above and on any contmuation sheets. for the consideration 
stated herein. The rights and obligations 
of the parties to this contract shall be 
subject to and governed 
by the following documents: (a) !his award/contract. (b) 
the solicitation. if arty. and (c) such provisions. representat10ns. certifications, and 
:specifications, as are attached 
or incorporated by reference herein. (Attachments 
are listed herein. 
19A. Name and Title of Signer (Type or print) 
Richard Aburish, General Manager 
19C. Date Signed 
01.-1..l-1 
18 0 AWARD (Contractor is not required to sign this 	documenl.j 
Your offer on Solicitation Number 	including the 
additions or 
changes made by which additions or changes are set forth 
in full above. is hereby accepted as to the items listed above and 
on any 
continuation sheets. This award consummates the contract which 
consists 
of the following documents: (a) the Government's soltcitatt0n 
and your offer, and {b) this award/contract. 
No further contractual 
document is necessary. 
20A. 
Name of Contracting Officer  CW97797-Emergency Towing Services 
ABC Towing 
SECTION B -SUPPLIES OR SERVICE AND PRICE/COST 
B.1 The District 
of Columbia's Office of Contracting and Procurement, on behalf of 
the Department of Public Works, Solid and Security Administration(SSA) ("the 
District") 
is seeking a contractor to provide emergency towing 	of tractor trailers 
from various locations across the District 
of Columbia. 
B.2 The District awards a labor hour contract based on fixed hourly rates. The 
estimated hours stated herein reflect the best estimates available. The estimate 
shall not be construed as a representation that the estimated quantity will be 
required or ordered, or that conditions affecting requirements will be stable. 
2  CW97797-Emergency Towing Services 
ABC Towing 
B.3 PRICE SCHEDULE 
B.3.1 BASE PERIOD (February 22, 2022 through March 13, 2022) 
Contract Labor Category 	Hourly 	Labor Number Estimated 
Line 	Rate 
of Units Labor 
Item No. 
Hours 
(CLIN) 
0001 Heavy Duty Wreckers with $550.00 12 474 
Drivers 
GRAND 
TOTAL B.3.1 
B.3.2 OPTION PERIOD ONE (March 14, 2022 through April 1, 2022) 
Contract Labor Category 	Hourly 	Labor Number Estimated 
Line 
Rate of Units Labor 
Item No. 
Hours 
(CLIN) 
1001 Heavy Duty Wreckers with $550.00 12 456 
Drivers 
GRAND 
TOTAL B.3.2 
3 
Total Amount 
$3,128,400.00 
Not-to-Exceed 
Amount 
$3,128,400.00 
Total Amount 
$3,009,600.00 
Not-to-Exceed 
Amount 
$3,009.600  CW97797-Emergency Towing Services 
ABC Towing 
SECTION C: DESCRIPTION/SPECIFICATIONS/ 
WORK STATEMENT 
C.1 SCOPE: 
The District 
of Columbia's Office of Contracting and Procurement, on behalf 	of the 
Department 
of Public Works (DPW), Solid and Security Administration(SSA) ("the 
District") is seeking a contractor to provide emergency towing 
of tractor trailers from 
various locations across the District 
of Columbia. 
C.1.1 Definitions 
C.1.1.1 
C.1.1.2 
C.1.1.3 
These te1ms when used in this contract have the following meanings: 
Towing Control Center (TCC) -the TCC is operated by DPW and 
consists 
of an automated towing dispatch and tracking process built 
around a Computer Aided 
Dispatch (CAD). The TCC operates 24 hours, 
7 days per week and provided comprehensive tracking 
of all "public" 
tow
s, universal notifications to vehicle owners and real-time updates on 
vehicle location
s. The TCC interfaces with the Unified Communications 
Center (UCC) and can access a variety 
of databases within the District 
Government to detennine vehicle ownership or related status. 
Towing Control Number (TCN) -all public towing in the District must 
be channeled through the Office 
of Unified Communications to the TCC, 
which will issue a unique ECN to identify and track a towed vehicle. 
Unified Communications Center (UCC) -the facility operated by the 
Office 
of Unified Communications through which all Metropolitan Police 
Department (MPD) radio communications are channeled. 
4  CW97797-Emergency Towing Services 
ABC Towing 
C.2 BACKGROUND 
C.2.1 In response to the impending 	Trucker Convoy protest, the District is enlisting the 
services 
of a towing company to be 	on standby to remove tractor trailers from 
restricted areas as directed 
by DPW personnel. Contractor shall be responsible for 
towing vehicles that are single cab(s) with trailers that may be up to 
75'. 
C.3 REQUIREMENTS 
C.3.1 Upon award, the Contactor shall own or have access 	to no less than 12 heavy duty wrecker 
tow trucks and shall ensure availability 
of the trucks for the duration of the period of 
performance. 
C.3.2 The Contractor shall possess a valid license from the District 	of Columbia's Department of 
Consumer and Regulatory Affairs (DCRA). 
C.3.3 The Contractor shall provide towing services 	of tractor trailers as directed by DPW 
personnel beginning 0600 hours on Tuesday, February 22, 2022. 	The Contractor shall 
deploy all its 
tow trucks Lot 8B at RFK Stadium, 2400 East Capitol Street NE, 
Washington, 
DC 20003. 
C.3.3.1 The Contractor shall be deployed to alternate locations following the initial check­
m. 
C.3.4 The Contractor shall provide coverage 24 hours 	per day (two 12-hour shifts each day) 
through 
March 13, 2022. 
C.3.4.1 The Contactor's vehicles shall 	be sufficiently fueled to sustain each 12-hour shift. 	If a 
vehicle requires re-fueling during a shift, the District will provide an escort 
to the 
Contractor 
to and from a gas station in close proximity. 
C.3.5 The Contractor shall adhere to the following process upon being tasked 	to retrieve a 
vehicle: 
C.3.5.1 In accordance with DC Code 406, no public tow shall 	be conducted in the District of 
Columbia until DPW has issued a TCN. The Contractor shall call the TCC upon 
reaching the location 
of the vehicle to be towed to obtain the required number prior to 
relocating the vehicle: 
• The contact number for TCN 
Main Number (202) 541-6083 
Emergency Number (202) 497-3411 
C.3.5.2 
The Contractor shall document the following information: 
• The name 
of tow truck or towing business 
• Make, color, license state and tag number 
of the vehicle to be 
5  CW97797-Emergency Towing Services 
ABC Towing 
towed 
• VIN 
of the vehicle to be towed 
• The ticket number and violation cited by the District 
• The current location 
of the vehicle 
• Any damage to the vehicle 
The Contractor shall submit infonnation regarding all towed vehicles to the Contract 
Administrator (CA) or designee at the end 
of each shift. 
C.3.5.3 The Contractor shall tow the vehicle to a location designated by DPW personnel. 
C.3.5.4 The Contractor shall be responsible for any loss or damage sustained by a vehicle 
as 
the result of a public tow and not the responsibility 	of the Government of the 
District 
of Columbia, any department or agency thereof, or any government 
official who requested the tow. 
SECTION D: PACKAGING AND MARKING 
NIA 
SECTION E: INSPECTION ANDACCEPTANCE 
NIA 
SECTION F: DELIVERIES ORPERFORMANCE 
F.1 
TERM OF CONTRACT 
The contract shall be for the period of February 22, 2022 through 	March 13, 
2022. 
F.2 OPTION TO EXTEND THE TERM OF THE CONTRACT 
F.2.1 The District may extend the term 
of this contract for a period of 20 days or successive 
fractions thereof, by written notice to the Contractor before the expiration 
of the contract; 
provided that the District will give the Contractor preliminary written notice 
of its intent to 
extend at least ten days before the contract expires. The preliminary notice does not commit 
the District 
to an extension. The exercise of this option is subject to the availability 	of funds 
at the time 
of the exercise of this option. The Contractor may waive the ten day preliminary 
notice requirement by providing a written waiver to the Contracting Officer prior to 
expiration 
of the contract. 
F.2.2 
If the District exercises this option, the extended contract shall be considered to include this 
option provision. 
6  CW97797-Emergency Towing Services 
ABC Towing 
F.2.3 The price for the option period(s) shall be 
as specified in the Section B 	of the contract. 
F .2.4 The total duration of this contract, including the exercise 	of any options under this clause, 
shall not exceed 40 days. 
F.3 DELIVERABLES 
The Contractor shall perform the activities required 
to successfully complete the 
District's requirements and submit each deliverable to the Contract Administrator (CA) 
and 
CA Designee identified in section G.9 in accordance with the following: 
sow Deliverable Format/Method 	of Due Date 
Section 	Deliverv 
-
C.3.5.2 Towed vehicle Via email 	to CA End of each shift 
information and designee 
7  CW97797-Emergency Towing Services 
ABC Towing 
SECTION G: CONTRACT ADMINISTRATION 
G.1 INVOICE PAYMENT 
G.1.1 
The District will make payments to the Contractor, upon the submission 	of proper invoices, 
at the prices stipulated in this contract, for supplies delivered and accepted or services 
performed and accepted, less any discounts, allowances or adjustments provided for in this 
contract. 
G.1.2 The District will pay the Contractor on or before the 14th day after receiving a proper 
invoice from the Contractor. 
G.2 INVOICE SUBMITTAL 
G.2.1 
The Contractor shall create and submit payment requests in an electronic format through 
the DC Vendor Portal, http
s://vendorpo1ial.dc.gov 
G.2.2 The Contractor shall submit proper invoices on a weekly bas	is or as otherwise specified in 
Section G.4. 
G.2.3 To constitute a proper invoice, the Contractor shall enter all required information into the 
Portal after selecting the applicable purchase order number which 
is listed on the 
Contractor's profile. 
G.3 RESERVED 
G.4 PAYMENT 
G.4.1 PARTIAL PAYMENT 
Unless otherwise specified in this contract, payment will be made on partial deliveries 	of 
goods and services accepted by the District 	if: 
a) The amount due on the deliveries warrants it; or 
b) The Contractor requests it and the amount due on the deliveries 
is in accordance with 
the following: 
• "Payment will 
be made on completion and acceptance 	of each item in accordance 
with the agreed upon delivery schedule". 
G.4.2 HOURLY RATE CEILING 
G.4.2.1 
G.4.2.2 
The ceilings for specified hourly rate items are set forth in Sections B.3.	land B.3.2. 
The hourly rates in this contract shall be fully loaded and include wages, overhead, 
8  CW97797-Emergency Towing Services 
ABC Towing 
general and administrative expenses, and profit and the total cost to the District shall 
not exceed the ceilings specified in Sections B.3.1 and B.3.2. 
G.4.2.3 The Contractor agrees to use its best efforts to perform the work specified in this 
contract and to meet all obligations under this contract within the hourly rate 
ceilings. 
G.4.2.4 The Contractor must notify the CO, in writing, whenever it has reason to believe 
that the total cost for the hourly rate items 
of this contract will be either greater or 
substantially less than the hourly rate ceilings. 
G.4.2.5 As part of the notification, the Contractor must provide the CO a revised estimate 	of 
the total cost of the hourly rate items of this contract. 
G.4.2.6 The District is not obligated to reimburse the Contractor for hourly rates incurred in 
excess 
of the hourly rate ceilings specified in Sections B.3. 	land B.3.2, and the 
Contractor is not obligated to continue providing hourly rate items under this 
contract (including actions under the Termination clauses 
of this contract), or 
otherwise incur costs in excess 	of the hourly rate ceilings specified in Section B.3 	.1 
and B.3.2, until the CO notifies the Contractor, in writing, that the estimated cost 
has been increas
ed and provides revised hourly rate ceilings for the hourly rate 
items in this contract. 
G.4.2.7 No notice, communication, or representation in any form from any person other 
than the CO shall change the hourly rate ceilings. In the absence 
of the specified 
notice, the District is not obligated to reimburse the Contractor for any costs in 
excess 
of the hourly rate ceilings, whether such costs were incurred during the 
course 
of contract performance or 	as a result of termination. 
G.4.2.8 If any hourly rate ceiling specified 	in Sections B .3 .1 or B.3 .2 is increased, any costs 
the Contractor incurs before the increase that are in excess 
of the previous hourly 
rate ceilings shall be allowable to the same extent as 
if incurred afterward, unless 
the CO issues a termination or other notice directing that the increase is solely to 
cover termination or other specified expenses. 
G.4.2.9 A change order shall not be considered an authorization to exceed the applicable 
hourly rate ceilings specified in Sections B.3 
.1 and B.3 .2, unless the change order 
specifically increases the hourly rate ceilings 
G.5 ASSIGNMENT OF CONTRACT PAYMENTS 
G.5.1 
In accordance with 27 	DCMR 3250, the Contractor may assign to a bank, trust company, 	or 
other financing institution funds due 	or to become due as a result of the performance of this 
contract. 
G.5.2 Any assignment shall cover all unpaid amounts payable under this contract and shall not be 
made to more than one party. 
9  CW97797-Emergency Towing Services 
ABC Towing 
G.5.3 Notwithstanding an assignment 	of contract payments, the Contractor, not the assignee, is 
required to prepare invoices. Where such an assignment has been made, the original copy 
of the invoice must refer to the assignment and must show that payment 	of the invoice is to 
be made directly to the assignee 
as follows: 
"Pursuant to the instrument 
of assignment dated _____ , make payment of this 
invoice to (name and address 
of assignee)." 
G.6 THE QUICK PAYMENT ACT 
G.6.1 Interest Penalties to Contractors 
G.6.1.1 
The District will pay interest penalties on amounts due to the Contractor under the 
Quick Payment Act, D.C. Official 
Code§ 2-221.01 et seq., as amended, for the period 
beginning on the day after the required payment date and ending on the date on which 
payment 
of the amount is made. Interest shall be calculated at the rate 	of at least 1.5% 
per month. No interest penalty shall be paid 
if payment for the completed delivery 	of 
the item of property or service is made on or before the required payment date. The 
required payment date shall be: 
G.6.1.1.1 The date on which payment 	is due under the terms of the contract; 
G.6.1.1.2 Not later than 7 calendar days, excluding legal holidays, after the date 	of delivery of 
meat or meat food products; 
G.6.1.1.3 Not later than 10 calendar days, excluding legal holidays, after the date 	of delivery of a 
perishable agricultural commodity; or 
G.6.1.1.4 30 calendar days, excluding legal holidays, after receipt 	of a proper invoice for the 
amount 
of the payment due. 
G.6.1.2 No interest penalty shall be due to the Contractor 	if payment for the completed delivery 
of goods or services is made on or after: 
G.6.1.2.1 yd day after the required payment date for meat or a meat food product; 
G.6.1.2.2 5
th 
day after the required payment date for an agricultural commodity; or 
G.6.1.2.3 15
th 
day after any other required payment date. 
G.6.1.3 Any amount of an interest penalty which remains unpaid at the end 	of any 30-day 
period shall be added to the principal amount 
of the debt and thereafter interest penalties 
shall accrue on the added amount. 
G.6.2 Payments to Subcontractors  CW97797-Emergency Towing Services 
ABC Towing 
G.6.2.1 The Contractor must take one 	of the following actions within seven (7) days 	of receipt 
of any amount paid to the Contractor by the District for work performed by any 
subcontractor under the contract: 
G.6.2.1.1 Pay the subcontractor(s) for the proportionate share 	of the total payment received from 
the District that is attributable to the subcontractor(s) for work performed under the 
contract; or 
G.6.2.1.2 Notify the CO and the subcontractor(s), in writing, 	of the Contractor's intention to 
withhold all or part 
of the subcontractor's payment and state the reason for the 
nonpayment. 
G.6.2.2 The Contractor must pay any subcontractor or supplier interest penalties on amounts 
due to the subcontractor or supplier beginning on the day after the payment is due and 
ending on the date on which the payment is made. Interest shall be calculated at the rate 
of at least 1.5% per month. No interest penalty shall be paid on the following 	if payment 
for the completed delivery 
of the item of property or service is made on or before the: 
G.6.2.2.1 3
rd 
day after the required payment date for meat or a meat product; 
G.6.2.2.2 5
th 
day after the required payment date for an agricultural commodity; or 
G.6.2.2.3 15
th 
day after any other required payment date. 
G.6.2.3 Any amount of an interest penalty which remains unpaid by the Contractor at the end 	of 
any 30-day period shall be added to the principal amount 	of the debt to the 
subcontractor and thereafter interest penalties shall accrue on the added amount. 
G.6.2.4 A dispute between the Contractor and subcontractor relating to the amounts or 
entitlement 
of a subcontractor to a payment or a late payment interest penalty under the 
Quick Payment Act does not constitute a dispute to which the District 
is a party. The 
District may not be interpleaded in any judicial or administrative proceeding involving 
such a dispute. 
G.6.3 Subcontract requirements. 	The Contractor shall include in each subcontract under this 
contract a provision requiring the subcontractor to include in its contract with any lower­
tier subcontractor or supplier the payment and interest clauses required under paragraphs 
(1) and (2) 
ofD.C. Official Code§ 2-221.02(d). 
G.7 CONTRACTING OFFICER (CO) 
Contracts will be entered into and signed on behalf 	of the District only by contracting 
officers. The contact information for the Contracting Officer 
is: 
Courtney Lattimore 
Chief Contracting Officer -Office 
of Contracting and Procurement 
Supporting the District Department 
of Public Works 
2000 14th Street 
NW, 6th Floor 
11  CW97797-Emergency Towing Services 
ABC Towing 
Washington, DC 20009 
(202) 671-2327 
Courtney. lattimore@dc.gov 
G.8 AUTHORIZED CHANGES 	BY THE CONTRACTING OFFICER 
G.8.1 
The CO is the only person authorized 	to approve changes in any 	of the requirements of this 
contract. 
G.8.2 The Contractor shall not comply with any order, directive or request that changes or 
modifies the requirements 
of this contract, unless issued in writing and signed by the CO. 
G.8.3 In the event the Contractor effects any change at the instruction or request 	of any person 
other than the CO, the change will be considered to have been made without authority and 
no adjustment will be made in the contract price to cover any cost increase incurred as a 
result thereof. 
G.9 CONTRACT ADMINSTRATOR (CA) 
G.9.1 
The CA or designee is responsible for general administration 	of the contract and advising 
the CO as 
to the Contractor's compliance or noncompliance with the contract. The CA has 
the responsibility 
of ensuring the work conforms to the requirements 	of the contract and 
such other responsibilities and authorities 
as may be specified in the contract. 
G.9.1. l 
G.9.1.2 
G.9.1.3 
G.9.1.4 
G.9.1.5 
Keeping the CO fully informed 
of any technical or contractual difficulties 
encountered during the performance period and advising the CO 
of any 
potential problem areas under the contract; 
Coordinating site entry for Contractor personnel, 
if applicable; 
Reviewing invoices for completed work and recommending approval by the 
CO 
if the Contractor's cost are consistent with the negotiated amounts and 
progress 
is satisfactory and commensurate with the rate 	of expenditure; 
Reviewing and approving invoices for deliverables to ensure receipt 
of 
goods and services. This includes the timely processing 	of invoices and 
vouchers in accordance with the District's payment provisions; and 
Maintaining a file that includes all contract correspondence, modifications, 
records 
of inspections (site, data, equipment) and invoice 	or vouchers. 
G.9.2 The address and telephone number 	of the CA is: 
Robert Garrett -Facility Operations Specialist 
Safety and Security Administration 
Department 
of Public Works 
2000 
14
th 
Street, NW - 6
th 
Floor 
12  CW97797-Emergency Towing Services 
ABC Towing 
G.9.2.1 
Washington, DC 20019 
(202) 673-6757 
Robeti. Garrett@dc.gov 
The address and telephone number 
of the CA Designee is: 
Warnique West -Emergency Planning Officer 
Safety and Security Administration 
Department 
of Public Works 
2000 
14
th 
Street, NW - 6
th 
Floor 
Washington, DC 20019 
(202) 369-3923 
Wamique. West@dc.gov 
G.9.3 The CA shall NOT have the authority to: 
1. Award, agree to, or sign any contract, delivery order or task order. Only the CO 
shall make contractual agreements , commitments or modifications; 
2. Grant deviations from or waive any 
of the terms and conditions of the contract; 
3. Increase the dollar limit of the contract or authorize work beyond the dollar limit 	of 
the contract, 
4. Authorize the expenditure 
of funds by the Contractor; 
5. Change the period 
of performance; or 
6. Authorize the use of District property, except 	as specified under the contract. 
G.9.4 The Contractor will be fully responsible for any changes not authorized in advance, in 
writing, by the CO; may be denied compensation or other relief for any additional work 
performed that 
is not so authorized; and may also be required, at no additional cost to the 
District, to take all corrective action necessitated by reason 
of the unauthorized changes. 
13  CW97797-Emergency Towing Services 
ABC Towing 
SECTION H: SPECIAL 
CONTRACT REQUIREMENTS 
H.1 RESERVED 
H.2 RESERVED 
H.3 PREGNANT WORKERS FAIRNESS 
H.3.1 The Contractor shall c
omply with the Protecting Pregnant Workers Fairness Act 	of 20 I 6, 
D.C. Official Cod
e§ 32-1231.01 et seq. (PPWF Act ). 
H.3.2 The Contractor shall not: 
(a) Refuse to make reasonable accommodations to the known limitations 
related to 
pregnancy, childbi1th, related medical conditions, or breastfeeding for an employee, unless 
the Contractor can demonstrate that the accommodation would impose an undue hardship; 
(b) Take an adverse action against 	an employee who requests or uses a reasonable 
accommodation 
in regard to the employee's conditions or privileges 	of employment, 
including failing to reinstate the employee when the need for reasonable accommodations 
ceases to the employee's original 
job or to an equivalent position with equivalent: 
(1) Pay; 
(2) Accumulated seniority and retirement; 
(3) Benefits; and 
( 4) Other applicable service credits; 
(c) Deny employment opportunities to an employee, or a 	job applicant, if the denial is 
based 
on the need of the employer to make reasonable accommodations to the known 
limitations related to pregnancy, childbirth, related medical conditions, 
or breastfeeding; 
(d) Require an employee affected by pregnancy, childbirth, related medical conditions, or 
breastfeeding to accept an accommodation that the employee chooses not to accept 
if the 
employee does not have a known limitation related to pregnancy, childbirth, related 
medical conditions, or breastfeeding or the accommodation 
is not necessary for the 
employee to perfonn her duties; 
(e) Require an employee to take leave 	if a reasonable accommodation can be provided; or 
(f) Take adverse action against 	an employee who has been absent from work as a result 	of 
a pregnancy-related condition, including a pre-birth complication. 
H.3.3 The Contractor shall post and maintain in a conspicuous place a notice 
of rights in both 
English and Spanish and provide written notice 	of an employee's right to a needed 
reasonable accommodation related 
to pregnancy, childbirth, related medical conditions, 	or 
14  CW97797-Emergency Towing Services 
ABC Towing 
breastfeeding pursuant to the PPWF Act to: 
(a) New employees at the commencement 
of employment; 
(b) Existing employees; and 
(c) 
An employee who notifies the employer 	of her pregnancy, or other condition covered by 
the PPWF Act, within 
IO days of the notification. 
H.3.4 The Contractor shall provide an accurate written translation 
of the notice of rights to any 
non-English or non-Spanish speaking employee. 
H.3.5 Violations 
of the PPWF Act shall be subject to civil penalties 	as described in the Act. 
H.4 UNEMPLOYED ANTI-DISCRIMINATION 
H.4.1 The Contractor shall comply with the Unemployed Anti-Discrimination Act 
of 2012, D.C. 
Official 
Code§ 32-1361 et seq. 
H.4.2 The Contractor shall not: 
(a) Fail 
or refuse to consider for employment, or fail or refuse to hire, an individual 	as an 
employee because 
of the individual's status as unemployed; or 
(b) Publish, in print, on the Internet, or 	in any other medium, an adve11isement or 
announcement for any vacancy 
in a job for employment that includes: 
(1) Any provision stating or indicating that an individual's status 	as unemployed 
disqualifies the individual for the job; or 
(2) Any provision stating or indicating that an employment agency will not consider 
or 
hire an individual for employment based on that individual's status as unemployed. 
H.4.3 Violations 
of the Unemployed Anti-Discrimination Act shall be subject to civil penalties as 
described in the Act. 
H.5 RESERVED 
H.6 RESERVED 
H.7 RESERVED 
H.8 RESERVED 
H.9 RESERVED 
15  CW97797-Emergency Towing Services 
ABC Towing 
H.10 FAIR CRIMINAL RECORD SCREENING 
H.10.1 
H.10.2 
H.10.3 
H.10.4 
H.10.5 
The Contractor shall comply with the provisions 	of the Fair Criminal Record Screening 
Amendment Act 
of 2014, effective December 17, 2014 (D.C. Law 20-152) ("Act" 	as 
used in this section). This section applies to any employment, including employment 
on a temporary or contractual basis, where the physical location 
of the employment is in 
whole or substantial part within the District 
of Columbia. 
Prior to making a conditional offer 
of employment, the Contractor shall not require an 
applicant for employment, or a person who has requested consideration for employment 
by the Contractor, to reveal or disclose an arrest or criminal accusation that is not then 
pending or did not result in a criminal conviction. 
After making a conditional offer 
of employment, the Contractor may require an 
applicant to disclose or reveal a criminal conviction. 
The Contractor may only withdraw a conditional offer 
of employment, or take adverse 
action against an applicant, for a legitimate business reason 
as described in the Act. 
This section and the provisions 
of the Act shall not apply: 
(a) Where a federal or District law or regulation requires the consideration 
of an 
applicant's criminal history for the purposes 
of employment; 
(b) To a position designated by the employer 
as part of a federal or District 
government program or obligation that is designed to encourage the employment 
of 
those with criminal histories; 
(c) To any facility or employer that provides programs, services, or direct care to, 
children, youth, or vulnerable adults; or 
( d) To employers that employ less than 
11 employees. 
H.10.6 A person claiming to be aggrieved by a violation 	of the Act may file an administrative 
complaint with the District 
of Columbia Office of Human Rights, and the Commission 
on Human Rights may impose monetary penalties against the Contractor. 
H.11 DISTRICT RESPONSIBILITIES 
The District will provide facilities for the Contractor's use during each shirt. 	s. 
16  CW97797-Emergency Towing Services 
ABC Towing 
SECTION I: CONTRACT CLAUSES 
1.1 APPLICABILITY OF STANDARD CONTRACT PROVISIONS 
The Standard Contract Provisions for use with District 	of Columbia Government Supplies 
and Services Contracts dated July 2010 (SCP) are incorporated 
as part of the contract. To 
obtain a copy 
of the SCP go to http://ocp.dc.gov, under Quick Links click on "Required 
Solicitation Documents". 
1.2 CONTRACTS THAT CROSS FISCAL YEARS 
Continuation of this contract beyond the current fiscal year 	is contingent upon future fiscal 
appropriations. 
1.3 CONFIDENTIALITY OF INFORMATION 
The Contractor shall keep all information relating to any employee or customer 	of the 
District in absolute confidence and shall not use the information in connection with any 
other matters; nor shall it disclose any such information to any other person, firm or 
corporation, in accordance with the District and federal laws governing the confidentiality 
of records. 
1.4 TIME 
Time, if stated in a number of days, will include Saturdays, Sundays, and holidays, unless 
otherwise stated herein. 
1.5 RESERVED 
1.6 OTHER CONTRACTORS 
The Contractor shall not commit or permit any act that will interfere with the performance 
of work by another District contractor or by any District employee. 
1.7 SUBCONTRACTS 
The Contractor hereunder shall not subcontract any 	of the Contractor's work or services to 
any subcontractor without the prior written consent 
of the CO, work dispatched to 
independent contractor drivers and/or motor carriers operating under the authorities 
of 
Contractor being excluded. Any work or service so subcontracted shall be performed 
pursuant to a subcontract a greement, which the District will have the right to review and 
approve prior to its execution by the Contractor. Any such subcontract shall specify that the 
Contractor and the subcontractor shall be subject 
to every provision of this contract. 
Notwithstanding any such subcontract approved by the District, the Contractor shall remain 
liable to the District for all Contractor's work and services required hereunder. 
1.8 INSURANCE 
17  CW97797-Emergency Towing Services 
ABC Towing 
A. GENERAL REQUIREMENTS. The Contractor shall procure and maintain, during the 
entire period 
of performance under this contract, the types 	of insurance specified 
below. The Contractor shall have its insurance broker or insurance company submit a 
Certificate 
of Insurance to the CO giving evidence 	of the required coverage prior 	to 
commencing performance under this contract. In no event shall any work be 
performed until the required Certificates 
of Insurance signed by an authorized 
representative 
of the insurer(s) have been provided to, and accepted by, the CO. All 
insurance shall be written with financially responsible companies authorized to do 
business in the District 
of Columbia or in the jurisdiction where the work 	is to be 
performed and have an A.M. Best Company rating 
of A-VIII or higher. The 
Contractor shall maintain or contractually require all 
of its subcontractors to carry the 
same insurance required herein. The Contractor shall ensure that all policies provide 
that the CO shall be given thirty (30) days prior written notice in the event the stated 
limit in the declarations page 
of the policy is reduced via endorsement or the policy 	is 
canceled prior to the expiration date shown on the certificate. The Contractor shall 
provide the CO with ten ( 10) days prior written notice in the event 
of non-payment of 
premmm. 
1. Commercial General Liability Insurance. The Contractor shall provide 
evidence satisfactory to the CO with respect to the services performed that it 
carries $1,000,000 per occurrence limits; $2,000,000 aggregate; Bodily Injury 
and Property Damage including, but not limited 
to: premises-operations; broad 
form property damage; Products and Completed Operations; Personal and 
Advertising Injury; contractual liability and independent contractors. The policy 
coverage shall include the District 
of Columbia as an additional insured, shall be 
primary and non-contributory with any other insurance maintained by the 
District 
of Columbia, and shall contain a waiver 	of subrogation. The Contractor 
shall maintain Completed Operations coverage for five (5) years following final 
acceptance 
of the work performed under this contract. 
2. Automobile Liability Insurance. The Contractor shall provide automobile 
liability insurance to cover all owned, hired or non-owned motor vehicles used 
in conjunction with the performance 
of this contract. The policy shall provide a 
$1,000,000 per occurrence combined single limit for bodily injury and property 
damage. 
3. Workers' Compensation Insurance. The Contractor shall provide Workers' 
Compensation insurance in accordance with the statutory mandates 
of the 
District 
of Columbia or the jurisdiction in which the contract is performed. 
4. Employer's Liability Insurance. The Contractor shall provide employer's 
liability insurance as follows: $500,000 per accident for injury; $500,000 per 
employee for disease; and $500,000 for policy disease limit. 
18  CW97797-Emergency Towing Services 
ABC Towing 
B. DURATION. The Contractor shall carry all required insurance until all contract work is 
accepted by the District, and shall carry the required General Liability; any required 
Professional Liability; and any required Employment Practices Liability insurance for five 
(5) years following final acceptance 
of the work performed under this contract. 
C. LIABILITY. These are the required minimum insurance requirements established 	by the 
District 
of Columbia. HOWEVER, THE REQUIRED MINIMUM INSURANCE 
REQUIREMENTS PROVIDED ABOVE WILL NOT IN 
ANYWAY LIMIT THE 
CONTRACTOR'S LIABILITY UNDER THIS CONTRACT. 
D. CONTRACTOR'S PROPERTY. Contractor and subcontractors are solely responsible for 
any loss or damage to their personal property, including but not limited to tools and 
equipment, scaffolding and temporary structures, rented machinery, 
or owned and leased 
equipment. A waiver 
of subrogation shall apply in favor 	of the District of Columbia. 
E. MEASURE OF PAYMENT. The District shall not make any separate measure or payment 
for the cost 
of insurance and bonds. The Contractor shall include all 	of the costs of 
insurance and bonds in the contract price. 
F. NOTIFICATION. The Contractor shall immediately provide the CO with written notice in 
the event that its insurance coverage has or will be substantially changed, canceled or not 
renewed, and provide an updated certificate 
of insurance to the CO. 
G. CERTIFICATES OF INSURANCE. The Contractor shall submit certificates 	of insurance 
giving evidence 
of the required coverage as specified in this section prior to commencing 
work. Evidence 
of insurance shall be submitted to the Contracting Officer. 
H. DISCLOSURE OF INFORMATION. The Contractor agrees that the District may disclose 
the name and contact information 
of its insurers to any third party which presents a claim 
against the District for any damages or claims resulting from or arising out 
of work 
performed by the Contractor, its agents, employees, servants or subcontractors in the 
performance 
of this contract. 
1.9 EQUAL EMPLOYMENT OPPORTUNITY 
In accordance with the District 	of Columbia Administrative Issuance System, 	Mayor's 
Order 85-85 dated June 10, 1985, the forms for completion 	of the Equal Employment 
Opportunity Information Report are incorporated herein as Section J.3. 
An award cannot 
be made to any bidder who has not satisfied the equal employment requirements. 
1.10 ORDER OF PRECEDENCE 
The contract awarded will contain the following clause: 
ORDER OF PRECEDENCE 
A conflict in language shall be resolved by giving precedence to the document in the highest 
order 
of priority that contains language addressing the issue in question. The following 
19  CW97797-Emergency Towing Services 
ABC Towing 
documents are incorporated into the contract by reference and made a part 
of the contract in the 
following order 
of precedence: 
(1) An applicable Court Order, 
if any 
(2) Contract document 
(3) Standard Contract Provisions 
(4) Contract attachments other than the Standard Contract Provisions 
(5) Contractor's revised bid dated February 20, 2022 
1.11 DISPUTES 
Delete clause 14, Disputes, of the Standard Contract Provisions dated July 2010 for use with 
District 
of Columbia Government Supplies and Services Contracts and substitute the following 
clause 
14, Disputes, in its place: 
14. Disputes 
All disputes arising under or relating to the contract shall be resolved as provided herein. 
(a) 
Claims by the Contractor against the District: 	Claim, as used in paragraph (a) 
of this clause, means a written assertion by the Contractor seeking, as a matter 
of right, the payment of money in a sum certain, the adjustment or interpretation 
of contract terms, or other relief arising under or relating to the contract. A claim 
arising under a contract, unlike a claim relating to that contract, 
is a claim that 
can be resolved under a contract clause that provides for the relief sought by the 
claimant 
( 
1) All claims by a Contractor against the District arising under or relating to a contract 
shall be in writing and shall be submitted to the CO for a decision. The Contractor's 
claim shall contain at least the following: 
(i) A description 
of the claim and the amount in dispute; 
(ii) Data or other information in support 
of the claim; 
(iii)A brief description 
of the Contractor's efforts to resolve the dispute prior to 
filing the claim; and 
(iii) The Contractor
's request for relief or other action by the CO. 
(2) The CO may meet with the Contractor in a further attempt to resolve the claim by 
agreement. 
(3) The CO shall issue a decision on any claim within 120 calendar days after receipt 
of 
the claim. Whenever possible, the CO shall take into account factors such as the size 
and complexity 
of the claim and the adequacy of the information in support of the 
claim provided by the Contractor. 
(4) The 
CO's written decision shall do the following: 
20  CW97797-Emergency Towing Services 
ABC Towing 
(i) Provide a description of the claim or dispute; 
(ii) Refer to the pertinent contract terms; 
(iii) State the factual areas 
of agreement and disagreement; 
(iv) State the reasons for the decision, including any specific findings 
of fact, although specific findings 	of fact are not required and, 	if 
made, shall not be binding in any subsequent proceeding; 
( v) 
If all or any part of the claim is determined to be valid, 
determine the amount 
of monetary settlement, the contract 
adjustment to be made, or other relief to be granted; 
(vi) Indicate that the written document 
is the CO's final decision; and 
(vii) Inform the Contractor 
of the right to seek further redress by 
appealing the decision to the Contract Appeals Board. 
(5) Failure by the CO to issue a decision on a contract claim within 120 days 
ofreceipt 
of the claim will be deemed to be a denial 	of the claim, and will authorize the 
commencement 
of an appeal to the Contract Appeals Board as provided by D.C. 
Official Code 
§ 2-360. 04. 
( 6) If a contractor is unable to support any part 	of its claim and it is determined 
that the inability 
is attributable to a material misrepresentation 	of fact or 
fraud on the part 
of the Contractor, the Contractor shall be liable to the 
District for an amount equal to the unsupported part 
of the claim in addition 
to all costs to the District attributable to the cost 
of reviewing that part of the 
Contractor's claim. Liability under this paragraph (a)(6) shall be determined 
within six ( 6) years 
of the commission of the misrepresentation of fact or 
fraud. 
(7) Pending final decision 
of an appeal, action, or final settlement, the Contractor shall 
proceed diligently with performance 
of the contract in accordance with the decision 
of the CO. 
(b) 
Claims by the District against the Contractor: 	Claim as used in paragraph (b) 
of this clause, means a written demand or written assertion by the District 
seeking, as a matter 
of right, the payment of money in a sum certain, the 
adjustment 
of contract terms, or other relief arising under or relating to the 
contract. A claim arising under a contract, unlike a claim relating to that 
contract, 
is a claim that can be resolved under a contract clause that provides for 
the relief sought by the claimant. 
(1) The CO shall decide all claims by the District against a contractor arising under 
or 
relating to a contract. 
(2) The CO shall send written notice 
of the claim to the contractor. The 	CO's 
written decision shall do the following: 
(i) Provide a description 
of the claim or dispute; 
21  CW97797-Emergency Towing Services 
ABC Towing 
(ii) Refer to the pertinent contract terms; 
(iii) State the factual areas 
of agreement and disagreement; 
(iv) State the reasons for the decision, including any specific findings 
of fact, although specific findings 	of fact are not required and, 
if made, shall not be binding in any subsequent proceeding; 
( v) 
If all or any part of the claim is determined to be valid, determine the 
amount 
of monetary settlement, the contract adjustment to be made, or 
other relief to be granted; 
(vi) Indicate that the written document 
is the CO's final decision; and 
(vii) Inform the Contractor 
of the right to seek further redress by 
appealing the decision to the Contract Appeals Board. 
(3) The CO shall support the decision 
by reasons and shall inform the 
Contractor 
of its rights as provided herein. 
( 4) Before or after issuing the decision, the CO may meet with the Contractor 
to attempt to resolve the claim by agreement. 
(5) The authority contained in this paragraph (b) shall not apply to a claim or 
dispute for penalties or forfeitures prescribed by statute or regulation which 
another District agency is specifically authorized to administer, settle or 
determine. 
(6) This paragraph shall not authorize the CO to settle, compromise, pay, or 
otherwise adjust any claim involving fraud. 
( c) Decisions 
of the CO shall be final and not subject to review unless the Contractor 
timely commences an administrative appeal for review 
of the decision, by filing a 
complaint with the Contract Appeals Board, as authorized 
by D.C. Official Code § 
2-360.04. 
( d) Pending final decision 
of an appeal, action, or final settlement, the 
Contractor shall proceed diligently with performance 
of the contract in 
accordance with the decision 
of the CO. 
1.12 CHANGES 
Delete clause 15, Changes, of the Standard Contract Provisions dated July 2010 for use with 
District 
of Columbia Government Supplies and Services Contracts and substitute the following 
clause 15, Changes, in its place: 
15. Changes: 
(a) The CO may, at any time, by written order, and without notice to the surety, 	if any, 
make changes in the contract within the general scope hereof. 
If such change causes an 
22  CW97797-Emergency Towing Services 
ABC Towing 
increase or decrease in the cost 
of performance of the contract, or in the time required 
for performance, an equitable adjustment shall be made. Any claim for adjustment for 
a change within the general scope must be asserted within ten (10) days from the date 
the change 
is ordered; provided, however, that the CO, 	if he or she determines that the 
facts justify such action, may receive, consider and adjust any such claim asserted at 
any time prior to the date 
of final settlement of the contract. If the parties fail to agree 
upon the adjustment to be made, the dispute shall be determined as provided in 
clause 
14 Disputes. 
(b) The District shall not require the Contractor, and the Contractor shall not require a 
subcontractor, to undertake any work that is beyond the original scope 
of the contract 
or subcontract, including work under a District-issued change order, when the 
additional work increases the contract price beyond the not-to-exceed price or 
negotiated maximum price 
of this contract, unless the CO: 
(1) Agrees with Contractor, and 
if applicable, the subcontractor on a price for 
the additional work; 
(2) Obtains a certification 
of funding to pay for the additional work; 
(3) Makes a written, binding commitment with the Contractor to pay for the 
additional work within 30-days after the Contractor submits a proper 
invoice; and 
(4) Provides the Contractor with written notice 
of the funding certification. 
(c) The Contractor shall include in its subcontracts a clause that requires the Contractor to: 
(1) Within 5 business days 
of its receipt of notice the approved additional 
funding, provide the subcontractor with notice 
of the amount to be paid to 
the subcontractor for the additional work to be performed 
by the 
subcontractor; 
(2) Pay the subcontractor any undisputed amount to which the subcontractor is 
entitled for the additional work within 
10 days of receipt of payment from 
the District; and 
(3) Notify the subcontractor and CO in writing 
of the reason the Contractor 
withholds any payment from a subcontractor for the additional work. 
(d) Neither the District, Contractor, nor any subcontractor may declare another party to be 
in default, or assess, claim, or pursue damages for delays, until the parties to agree on a 
price for the additional work. 
1.13 NON-DISCRIMINATION CLAUSE 
Delete clause 19, Non-Discrimination Clause, 	of the Standard Contract Provisions dated July 2010 
for use with District 
of Columbia Government Supplies and Services Contracts and substitute the 
following clause 
19, Non-Discrimination Clause, in its place: 
23  CW97797-Emergency Towing Services 
ABC Towing 
19. Non-Discrimination Clause: 
(a) The Contractor shall not discriminate 	in any manner against any employee or applicant 
for employment that would constitute a violation 
of the District of Columbia Human 
Rights Act, effective December 13, 1977, as amended (D.C. Law 2-38; D.
C. Official 
Code§ 2-1401.01 et seq.) ("Act", as used in this clause). The Contractor shall include a 
similar clause in all subcontract
s, except subcontracts for standard commercial supplies 
or raw materials. In addition, the Contractor agrees, and any subcontractor shall agree, 
to post in conspicuous places, available to employees and applicants for employment, a 
notice setting forth the provisions 
of this non-discrimination clause as provided in 
section 
251 of the Act. 
(a) Pursuant to Mayor's Order 85-85, (6/10/85), Mayor's Order 2002-175 (10/
23/02), 
Mayor's Order 2011-155 
(9/9/11) and the rules of the Office of Human Rights, Chapter 
11 of Title 4 of the D.C. Municipal Regulations, the following clauses apply to the 
contract: 
(1) The Contractor shall not discriminate against any employee or 
applicant for employment because 
of actual or perceived: race, color, 
religion, national origin, sex, age, marital status, personal appearance, 
sexual orientation, gender identity or expression, family 
responsibilities, genetic information, disability, matriculation, political 
affiliation, or credit information. Sexual harassment 
is a form of sex 
discrimination which 
is prohibited by the Act. In addition, harassment 
based on any 
of the above protected categories 	is prohibited by the 
Act. 
(2) The Contractor agrees to take affirmative action to ensure that 
applicants are employed, and that employees are treated during 
employment, without regard 
to their actual or perceived: race, color, 
religion, national origin, sex, age, marital status, personal appearance, 
sexual orientation, gender identity or expression, family 
responsibilities, genetic information, disability, matriculation, political 
affiliation, or credit information. The affirmative action shall include, 
but not be limited to the following: 
(a) employment, upgrading or transfer; 
(b) recruitment, or recruitment advertising; 
( c) demotion, layoff or termination; 
(d) rates 
of pay, or other forms of compensation; and 
( e) selection for training and apprenticeship. 
(3) The Contractor agrees to post in conspicuous places, available to 
employees and applicants for employment, notices to be provided by 
the contracting agency, setting forth the provisions in paragraphs 
l 9(b )(1) and (b )(2) concerning non-discrimination and affirmative 
action. 
24  CW97797-Emergency Towing Services 
ABC Towing 
( 4) The Contractor shall, in all solicitations or advertisements for 
employees placed by or on behalf 
of the Contractor, state that all 
qualified applicants will receive consideration for employment 
pursuant to the non-discrimination requirements set forth in paragraph 
19(b)(2). 
(5) The Contractor agrees to send to each labor union or representative 
of . 
workers with which it has a collective bargaining agreement or other 
contract or understanding, a notice to be provided by the contracting 
agency, advising the said labor union or workers' representative 
of 
that contractor's commitments under this nondiscrimination clause and 
the Act, and shall post copies 
of the notice in conspicuous places 
available to employees and applicants for employment. 
(6) The Contractor agrees to permit access to its books, records, and 
accounts pertaining to its employment practices, by the Chief 
Procurement Officer or designee, or the Director 
of the Office of 
Human Rights or designee, for purposes 	of investigation to ascertain 
compliance with the Act, and to require under terms 
of any 
subcontractor agreement each subcontractor 
to permit access of such 
subcontractors' books, records, and accounts for such purposes. 
(7) The Contractor agrees to comply with the provisions 
of the Act and 
with all guidelines for equal employment opportunity applicable in the 
District adopted by the Director 
of the Office of Human Rights, or any 
authorized official. 
(8) The Contractor shall include in every subcontract the equal 
opportunity clauses, i.e., paragraphs 19(b )( 
1) through (b )(9) of this 
clause, so that such provisions shall be binding upon each 
subcontractor. 
(9) The Contractor shall take such action with respect to any subcontract as the 
CO may direct as a means 
of enforcing these provisions, including sanctions 
for noncompliance; provided, however, that in the event the Contractor 
becomes involved in, or 
is threatened with, litigation with a subcontractor or 
vendor as a result 
of such direction by the contracting agency, the Contractor 
may request the District to enter into such litigation to protect the interest 
of 
the District. 
1.14 COST AND PRICING DATA 
Delete clause 25, Cost and Pricing Data, 	of the Standard Contract Provisions dated July 2010 for 
use with District 
of Columbia Government Supplies and Services Contracts. 
25  CW97797-Emergency 	Towing Services 
ABC Towing 
1.5 LICENSES, PERMITS AND REGISTRATION 
The contractor shall obtain at its expense, any licenses, permits 	or registrations 
necessary for the perfonnance 
of this contract. 
26  CW97797-Emergency Towing Services 
ABC Towing 
SECTION J: ATTACHMENTS 
The following list of attachments is incorporated into the solicitation by reference. 
Attachment 
Document 
Number 
Government of the District of Columbia Standard Contract Provisions for 
J.1 Use with the Supplies and Services Contracts (July 2010) 
Way to Work Amendment Act 
of 2006 -Living Wage Notice available at 
J.2 http://ocp. dc.gov, under Quick Links click on "Required Solicitation 
Documents" 
Way to Work Amendment Act 
of 2006 -Living Wage Fact Sheet available 
J.3 at http://ocp.dc.gov, under Quick Links click on "Required Solicitation 
Documents" 
J.4 	Contractor's Bid 
27