MURIELBOWSER Mayor November27,2023 HonorablePhilMendelson Chairman CounciloftheDistrictofColumbia JohnA.WilsonBuilding 1350PennsylvaniaAvenue,NW,Suite504 Washington,DC20004 DearChairmanMendelson: EnclosedforconsiderationandenactmentbytheCounciloftheDistrictofColumbiaisan emergencybill,the“ContractNo.DCRL-2022-B-0029withDistrictServicesManagement,LLC ‘ApprovalandPaymentAuthorizationEmergeneyActof2023,”andtheaccompanyingemergency declarationresolution. ThelegislationwillapproveContractNo.DCRL-2022-B-0029withDistrictServices Management,LLC,forschooltransportationservices,andModificationNos.001,002,and004 thereto.Inaddition,thelegislationwillapprovepaymentforthegoodsandservicesreceivedand tobereceivedunderthecontractandthemodifications. Myadministrationisavailabletodiscussanyquestionsyoumayhaveregardingtheproposed contractandmodifications.Inordertofacilitatearesponsetoanyquestionsyoumayhave,please haveyourstaffcontactEbonyTerrell,InterimAgencyChiefContractingOfficer,Childand FamilyServicesAgency,at(202)724-5300. TurgetheCounciltotakepromptandfavorableactionontheenclosedlegislation. Sincerely, MurflBoXser 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 ~ at the request of the Mayor A BILL IN THE COUNCIL OF THE DISTRICT OF COLUMBIA To approve, on an emergency basis, Contract No. DCRL-2022-B-0029 with District Services Management, LLC, and Modification Nos. 001, 002, and 004 thereto, and to authorize payment for the goods and services received and to be 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 "Contract No. DCRL-2022-B-0029 with District Services Management, LLC 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. DCRL-2022-B-0029 with District Services Management, LLC and Modification Nos. 001, 002, and 004 thereto and authorizes payment in the not-to-exceed amount of $1,884,026 for the goods and services received and to be received under the contract and modifications. Sec. 3. Fiscal impact statement. 33 The Council adopts the fiscal impact statement of the Chief Financial Officer as the fiscal 34 impact statement required by section 4a of the General Legislative Procedures Act of 1975, 35 approved October 16, 2006 (120 Stat. 2038; D.C. Official Code§ 1-301.47a). 36 Sec. 4. Effective date. 3 7 This act shall take effect following approval by the Mayor ( or in the event of veto by the 38 Mayor, action by the Council to override the veto), and shall remain in effect for no longer than 39 90 days, as provided for emergency acts of the Council of the District of Columbia in section 40 4 l 2(a) of the District of Columbia Home Rule Act, approved December 24, 1973 (87 Stat. 788; 41 D.C. Official Code§ 1-204.12(a)). 2 GOVERNMENT OF THE DISTRICT OF COLUMBIA Office of Contracting and Procurement * * * - Pursuant to section 202(c-1) of the Procurement Practices Reform Act of 2010, as amended, D.C. Official Code§ 2-352.02(c-l), the following contract summary is provided: (A) Contract Number: Proposed Contractor: Contract Amount: COUNCIL CONTRACT SUMMARY (Retroactive) DCRL-2022-B-0029 District Services Management, LLC (DSM) $1,221,226 (not-to-exceed [NTE]) Unit and Method of Compensation: Fixed Price Pricing Term of Contract: Type of Contract: Source Selection Method: Date of Award through September 30, 2023 Indefinite Delivery Indefinite Quantity Invitation for Bids (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: $1,221,226 NTE (C) The goods or services to be provided, the methods of delivering goods or services, and any significant program changes reflected in the proposed contract: The Contractor shall provide all supervision, personnel, licenses, insurance, vehicles, fuel, and operating supplies required to perform the transportation services for approximately 50 - 60 Child and Family Services Agency (CFSA) clients. (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: Solicitation No. DOC591660 titled "School Transportation Services -Invitation For Bids" was advertised on 1/7/2022 in Ariba e-Sourcing. The solicitation was set aside for certified business enterprises (CBEs). Three contractors responded to the IFB. DSM submitted the lowest evaluated bid price and was determined to be responsive and responsible by the contracting officer. (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: No protest has been filed. (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: DSM is a well-established CBE in the District of Columbia that provides transportation services. This organization provides emergency school transportation services for CFSA and has proven to provide deliverables on time and within the prescribed budget. DSM has adequate financial resources, based on a review of relevant financial information. DSM has the necessary personnel to perform the required services, based on a review of their qualifications and clearances. (G) The period of performance associated with the proposed change, including date as of which the proposed change is to be made effective: The proposed change would be made effective July 1, 2023 through September 30, 2023. (H) The value of any work or services performed pursuant to a proposed change for which the Council has not provided approval, disaggregated by each proposed change if more than one proposed change has been aggregated for Council review: Modification MOO 1 -Dated June 1, 2023 to increase price schedule for the period June 1, 2023 - September 30, 2023 to $992,628.48. (I) The aggregate dollar value of the proposed changes as compared with the amount of the contract as awarded: The aggregate dollar value of the proposed change is $1,221,226 compared to the amount at contract award, $808,090. (J) The date on which the contracting officer was notified of the proposed change: May 22, 2023 (K) The reason why the proposed change was sent to Council for approval after it is intended to take effect: 2 The increase in child transportation needed for March 2023 through May 2023 exceeded the budgeted expectations. (L) The reason for the proposed change: To get approval through the remainder of the contract period. (M) The legal, regulatory, or contractual authority for the proposed change: 27 DCMR, Chapter 36, Section 3601.2(a) (N) A summary of the subcontracting plan required under section 2346 of the Small, Local, and Disadvantaged Business Enterprise Development and Assistance Act of 2005, as amended, D.C. Official Code§ 2-218.01 et seq. ("Act"), including a certification that the subcontracting plan meets the minimum requirements of the Act and the dollar volume of the portion of the contract to be subcontracted, expressed both in total dollars and as a percentage of the total contract amount: The current contractor, DSM is a certified small business, therefore subcontracting is not required for this contract. (0) Performance standards and the expected outcome of the proposed contract: The performance standards for the contract are set forth in the contract. The Contractor shall provide all supervision, personnel, licenses, insurance, vehicles, fuel, and operating supplies required to perform the transportation services for approximately 50 -60 CFSA clients from their residence to the school of origin. (P) The amount and date of any expenditure of funds by the District pursuant to the contract prior to its submission to the Council for approval: None. (Q) A certification that the proposed contract is within the appropriated budget authority for the agency for the fiscal year and is consistent with the financial plan and budget adopted in accordance with D.C. Official Code§§ 47-392.01 and 47-392.02: The Agency Fiscal Officer has certified that the agency, in its approved budget for fiscal year 2023, has sufficient funds to meet the obligations of the proposed contract. (R) A certification that the contract is legally sufficient, including whether the proposed contractor has any pending legal claims against the District: The Office of the Attorney General has certified that the proposed contract is legally sufficient. The contractor has no pending legal claims against the District. 3 (S) A certification that Citywide Clean Hands database indicates that the proposed contractor is current with its District taxes. If the Citywide Clean Hands Database indicates that the proposed contractor is not current with its District taxes, either: (1) a certification that the contractor has worked out and is current with a payment schedule approved by the District; or (2) a certification that the contractor will be current with its District taxes after the District recovers any outstanding debt as provided under D.C. Official Code§ 2-353.0l(b): The contractor is in compliance with the District's taxes as evidenced by the Clean Hands Certification. (T) A certification from the proposed contractor that it is current with its federal taxes, or has worked out and is current with a payment schedule approved by the federal government: DSM has certified that it is current with its federal taxes in accordance with the signed Bidders/Offeror Certification Form. (U) The status of the proposed contractor as a certified local, small, or disadvantaged business enterprise as defined in the Small, Local, and Disadvantaged Business Enterprise Development and Assistance Act of 2005, as amended, D.C. Official Code§ 2-218.01 et seq.: DSM is a CBE. CBE Number: LSZRVl 7348112024 (V) Other aspects of the proposed contract that the Chief Procurement Officer considers significant: None. (W) A statement indicating whether the proposed contractor is currently debarred from providing services or goods to the District or federal government, the dates of the debarment, and the reasons for debarment: DSM is not currently debarred from contracting with the District or federal government based on searches on the Office of Contracting and Procurement's Excluded Parties List, the Office of the Inspector General and the System for Award Management websites. (X) Any determination and findings issues relating to the contract's formation, including any determination and findings made under D.C. Official Code § 2-352.05 (privatization contracts): Determination and Findings for Price Reasonableness Determination and Findings for Contractor Responsibility (Y) Where the contract, and any amendments or modifications, if executed, will be made available online: 4 www.ocp.dc.gov (Z) Where the original solicitation, and any amendments or modifications, will be made available online: www.ocp.dc.gov 5 * * * Government of the District of Columbia Office of the Chief Financial Officer Office of Tax and Revenue Date of Notice: October 12, 2023 DISTRICT SERVICES MANAGEMENT 5035 CST SE WASHINGTON DC 20019-7649 1101 4 th Street, SW Washington, DC 20024 Notice Number: LOO I 0390352 FEIN: **-***5236 Case ID: 1671977 CERTIFICATE OF CLEAN HANDS As reported in the Clean Hands system, the above referenced individual/entity has no outstanding liabi lity with the District of Columbia Office of Tax and Revenue or the Department of Employment Services. As of the date above, the individual/entity has complied with DC Code§ 47-2862, therefore this Certificate o f 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. l!0l 4th Street SW, Suite W270, Washington, DC 20024/Phone: (202) 724-5045/MyTax.DC.gov GOVERNMENT OF THE DISTRICT OF COLUMBIA Child and Family Services Agency * .. -- Office of Finance MEMORANDUM TO: FROM: DATE: SUBJECT: Robert Matthews Director Child and Family Services Agency Justin Kopc ,{]__-=1-fl. ~ Agency Fisc 0 a~r I r Child and Family Services Agency August 8, 2023 Certification of Funds Availability Total Contract Value: $1,221,226 The Office of the Chief Financial Officer hereby certifies that the sum of $1,221,226 is included in the District's Local Budget and Financial Plan for Fiscal Year 2023 to fund the costs associated with the CFSA 's contract with District Services Management (DSM) for School Transportation Services. This certification supports the DSM's contract during the period from October 1, 2022 through September 30, 2023. The fund allocation is as follows: Vendor: District Services Management Contract#: DCRL-2022-B-0029 Fiscal Year 2023 Funding: 10/1/2022 through 9/30/2023 Agency Project Award Sub- Account Fund Program Cost Amount Task Center RLO 7141009 1010001 700270 70409 $1,221,226.00 RLO FY 2023 Contract Total: $1,221,226.00 Upon approval of the District's Local Bud get and Financial Plan by the Council and the Mayor and completion of the thirty-day Congressional layover, funds will be sufficient to pay for fees and costs associated with the contract. There is no fiscal impact associated with the contract. Should you have any questions, please contact me at 202-727-7383. Headquarters: 200 I Street, SE ■ Washington, D.C. 20003 ■ 202-442-6100 www.cfsa.dc.gov ■ http://dc.mandatedreporter.org ■ www.adoptd ckids.org GOVERNMENT OF THE DISTRICT OF COLUMBIA Office of the Attorney General ATTORNEY GENERAL BRIAN L. SCHWALB *** -- Commercial Division MEMORANDUM TO: Ebony C. Terrell Agency Chief Contracting Officer DC Child and Family Services Agency FROM: Robert Schildkraut Section Chief Government Contracts Section DATE: October 12, 2023 SUBJECT: Approval of Contract for School Transportation Services Contractor: District Services Management, LLC Contract Number: DCRL-2022-B-029 Contract Amount: NTE $1,884,026.00 (Exercise of Base Period NTE $1,221,226.00) and (Exercise of Option Period One NTE $662,00.00) This is to Certify that this Office has reviewed the above-referenced contract and modifications and that we have found it to be legally sufficient subject 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 multi year contracts and contracts in excess of $1 million). The CFSA obligated and spent over $1 million before receiving Council approval for this contract, requiring retroactive approval. Although the CFSA's initial contract action was for under $1 million, CFSA did not obtain Counci 1 approval before executing the second modification, which increased the NTE conh·act amount above $1 million. Further, the partial exercise of option year one occurred before the base period of the conh·act was approved by Council. If you have any questions in this regard, please do not hesitate to call me at (202) 724-4018. Robert Schildkraut 400 6 th Street NW, Suite 9100, Washington, DC 2000 I (202) 727-3400 AMENDMENT OF SOLICITATION/ MODIFICATION OF CONTRACT 1 1. Solicitation / Contract No. I Paqe of Paqes DCRL-2022-C-0029 I 1 I 4 2. AmendmenUModification 3. Effective Date 4. Requisiti on/Purchase Request No. 5. Solicitation Caption Number School Transportation M001 06/01/2023 CAPWB-126 Services 6. Issued by: Code I RLO 7. Administered by {If other than line 6) Government of the District of Columbia Government of the District of Columbia Child and Fami ly Services Agency C hild and Family Services Agency Contrac ts and Procurement Administration Office of Well Being 200 I Stree t, S.E., Suite 2031 200 I Stree t, S.E., Wa shington, DC 20003 Washingt on, DC 20003 8. Name and Address of Contractor ( No. street, cit y, county, 9A. Amendment of Solicitation No. state, and zip cod e) 9B. Dated (See Item 11) District Services Management 1 0A. Modificati on of ContracUOrder No. 5035 C Street, SE. Washington, DC 20019 DCRL-2022-C-0029 Attn: Alieu Kamara, CEO Ema il: a.kamara@dsmdc.net 10B. Dated (See Item 13) 10/1/2022 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 Dis extended. D is not extended. Offers must acknowledge r eceipt of this amendment prior to the hour and date sp ecified in the solicitation or as amended, by one of the following meth ods: (a) By completing Items 8 and 15, and returning copies of the amendment; or (b) By acknowledging recei pt of this amendment on each copy of the offer submitted. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEI PT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIF IED MAY RESULT IN REJECTI ON OF YOUR OFFER. If by vi rtue of this amendment you desire to change an offer alre ady submitted, such may be made in accordance with the solicitation and is received prior to the openinq hour and date specified. 12. Accounting and Appropriation Data {If Required) 13. THIS ITEM APPLIES ONLY TO MO DIFICATIONS OF CONTRACT/ORDERS, IT MODIF IES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14 X A. This change order is issued pursuant to (Specify Authority): 27 DCMR, Chapt er 36, Contract Modifications The changes set forth in Item 14 are made in the contracUorder no. in item 10A. B. The above numbered contract/order is modified to reflect the administrative changes (such as changes in paying office, appropr iation data etc.) set forth in item 14, pursuant to the authority of 27 DCMR, Chapter 3 6, Section 3 601.2. C. This supplemental agreement is entered into pursuant to authority of: D. Other (Specify type of modification and authority) E. IMPORTANT: Contractor is not D is [83 required to sign this document. 14. Description of AmendmenUMod ificati on (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.) Pursuant to Article 15, Changes clause of the Standard Contract Provisions dated July 2010 and 27 DCMR Secti on 3601.2, the following changes are being made: A Delete Section B.3.1 and insert updated Pri ce Schedule B.3.1.R as shown on pages 2 and 3 of this modi fication. Except as provided he rein, all other terms and conditions of the document is referenced in It em 9A or 1 OA remain unchanged and in full force and effect. 15A. Name and Title of Signer (Type or print) 16A. Name of Contracting Officer Allieu Kamara Ebony Terrell 15B. Name of Contractor 15C. Date Signed 16B.~~~ 16C. Date Signed • /~1/ .;/-<: ~_,) l?c 'L<,,, ~-- --' -- , --~~·.-...r~- 06/01/2023 06 I 01 / 2023 (Sionature of oerson autho rized to sion) Delete/Sia nature of Contractina Office r) '"'--Ir\. Anf'-"'.J-A-,AL--1"1--f"l-"'1--l"'\...,_. __ n,t,1n_1-,....A"'I--.J'"'r" 1.Solicitation / Contract No. Page of Pages AMENDMENT OF SOLICITATION/ MODIFICATION OF DCRL-2022-C-0029 CONTRACT 2 14 3. Effective Date 4. Requisition/Purchase Request No. 5. Solicitation Capt ion 06/01/2023 CAPWB-126 School Transportation Services B.3.lR -BASE YEAR - For the period October 1, 2022 -May 31, 2023 Contract Line Item Price Quantity Minimum Quantity Maximum Item No. (CLIN) Description Per Unit Min Total Price Max Total Price (trips) (Unit price x (trips) (Unit price x Max min qty) qty) 0001R Trip within $44.48 Washington, DC per trip 15 $667.20 500 Not-to-Exceed $22,240.00 0002R Trip between $95.00 Washington, DC and destinations up per trip 15 $1,425.00 5,870 Not-To-Exceed to 14 miles be yond $557,650.00 the DC border 0003R Trip within State of $90.00 5 $450.00 2,480 Not-To-Exceed Maryland and trips between per trip $223,200.00 Washington, DC and destinations more than 14 miles be yond the Washington, DC border 0004R Client No Show Price per No Show Not-To-Exceed $50.00 $5,000.00 TOTAL NOT-TO-EXCEED For the period 10/01/2022 -05 /31/2023 $808,090.00 r' __ Ir'\. Anr"'-"-'-A-YA.£. __ ri __ ,.,,._,.... __ ,v'\-1 __ t'\AAn-L.'"IAl"'\--.-l"f'.'o 1.Solicitation / Contract No. Page of Pages AMENDMENT OF SOLICITATION/ MODIFICATION OF DCRL-2022-C-0029 3 14 CONTRACT 3. Effective Date 4. Requisition/Purchase Request No. 5. Solicitation Caption 06/01/2023 CAPWB-126 School Transportation Services B.3.lR BASE YEAR -For the period June 1, 2023 - September 30, 2023 Contract Line Item Price Quantity Minimum Quantity Maximum Item No. (CLIN) Description Per Unit Min Total Price Max Total Price (trips) (Unit price x (trips) (Unit price x min qty) Max qty) OOOtR Trip within $44.48 Washington, DC per trip 15 $667.20 301 Not-to-Exceed $13,388.48 0002R Trip between $95.00 Washington, DC per trip 15 $1,425 730 Not-To-Exc eed and destinations up .00 $69,350.00 to 14 miles beyond the DC border 0003R Trip within State of $90.00 5 $450.00 1,020 Not-To-Exceed Maryland and trips per trip $91,800.00 between Washington, DC and destinations more than 14 miles beyond the Washington, DC border 0004R Client No Show Price per No Show Not-To-Exceed $50 $10,000 TOTAL NOT-TO-EXCEED For the period 06/01/2023 -09/30/2023 $184,538.48 Total Contract Amount for the period 10/01/2023 -09/30/2023 $992,628.48 "--If'""\. Anr."-"'1..J-A"-TAL--"'1--f'\-"'--"".J--nAAn-Lr"\Ar"I---'",.. AMENDMENT OF SOLICITATION/ MODIFICATION OF CONTRACT 3. Effective Date 4. Requisition/Purchase Request No. 06/01/2023 CAPWB-126 1.Solicitation / Contract No. Page of Pages DCRL-2022-C-0029 4 14 5. Solicitation Capti on School Transoortation Services B. In accordance with section 38(d) of the Standard Contract Provisions (Way to Work Amendment Act of 2006), the living wage rate is hereby adjusted to $16.50 per hour, effective as of January 1, 2023 through June 30, 2023. Effective on July 1, 2023, the Minimum Wage and Living Wage will increase to $17.00 per hour C. Delete Attachment J.6 -Living Wage Act of 2006 and replace with Section J. 6R -The Living Wage Act Fact Sheet for 2023 (attached). D. Delete Attachment J.5 -Living Wage Act of 2006 and replace with Section J.5R -The Living Wage Act Notice for 2023 (attached). E. Delete Section H.2 Department of Labor Wage Determination and replace with Section H.2R U.S Department of Labor Wage Determination (shown below). DEPARTMENT OF LABOR WAGE DETERMINATIONS The Contractor shall be bound by the Wage Determination No. 26, dated 5/10/2023 issued by the U.S. Department of Labor in accordance with the Service Contract Act, 41 U.S.C. § 351 et seq., and incorporated herein as Section J.2. The Contractor shall be bound by the wage rates for the term of the contract subject to revision as stated herein and in accordance with clause 24 of the SCP. If an option is exercised, the Contractor shall be bound by the applicable wage rates at the time of the exercise of the option. If the option is exercised and the CO obtains a revised wage determination, the revised wage determination is applicable for the option periods and the Contractor may be entitled to an equitable adjustment. F. Delete Attachment J .2 - U.S. Department of Labor Wage Determination 2015-4281 Revision No 23 dated April 28, 2022 and replace with Section J. 2R -U.S. Department of Labor Wage Determination 2015-4281 Revision No. 26, dated May 10, 2023. r __ Ir"'\. Anr-_l""\.J- A"'7A.£ __ ,, __ r,._l"" __ /"lr\-1--0AAn_t..l""\A,, __ _.,,,... 1 1. Solicitation / Contract No. I Paae of Pages AMENDMENT OF SOLICITATION/ MODIFICATION OF CONTRACT DC RL-2022-C-0029 11 13 2. Amendment/Modification 3. Effective Date Number 4. Requisition/Purchase Request No. 5. Solicitation Caption School Transportation M002 See box 16C Services 6. Issued by: Code I RLO 7. Administered by (If other than line 6) Government of the District of Columbia Government of the District of Columbia Child and Family Services Agency Child and Family Services Agency Contracts and Procurement Administration Office of Well Being 200 I Street, S.E ., Suite 2031 200 I Street, S. E., Washington, DC 20003 Washington, DC 20003 8. Name and Address of Contractor (No. street, city, county, 9A. Am endment of Solicitation No. state, and zip code) 9B. Dat ed (See Item 11) District Services Management 1 0A. Modification of Contract/Order No. 5035 C Street, SE. Washington, DC 20019 DCRL-2022-C-0029 Attn: Alieu Kamara, CEO Email: a.kamara@dsmdc.net 10B. Dated (See Item 13) 10/1/2022 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 Dis extended. D is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completi ng Items 8 and 15, and returning copies of the amendment; or (b) By acknowledging receipt of this amendment on each copy of the offer submitted. 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 in accordance with the solicitati on and is received prior to the opening h our and date specified. 12. Accounting and Appropriation Data (If Required) 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACT/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14 X A. This change order is issued pursuant to (Specify Authority): 27 DCMR, Chapter 36, Contract Modifications The changes set forth in Item 14 are made in the contract/order no. in item 1 0A. B. The above numbered contract/order is modified to reflect the administrative changes (such as changes in paying office, appropriation data etc. l 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: D. Other (Specify type of modification and authority) E. IMPORTANT: Contractor is not D is [8] required to sign this document. 14. Description of Amendment/Modification (Organized by UCF Secti on headings, including solicitation/contract subject matter where feasible.) Pursuant to Article 15, Changes clause of the Standard Contract Provisions dated July 2010 and 27 DCMR Section 3601.2, the following changes are being made: A. Incorporate Price Schedule as shown on pages 2 and 3 of this modification to increase Base Year 1 price from October 1, 2022 -September 30,2023. Except as provided herein, all other terms and conditions of the document is referenced in Item 9A or 1 OA remain unchanged and in full force and effect. 15A. Name and Title of Signer (Type or print) 16A. Name of Contracting Officer Allieu Kamara -CEO Ebony Terrell 15B. Name of Contractor 15C. Date Signed 16B. District of Columbia 16C. Date Signed ((, '{;~'/ • .I '...,) e~ ~ ature of Contractinq Officer) • 'l' t-·· --·,,, ,( (' _') -~ C.:''llt"i .... <·-~ 06/26/2023 07/01/2023 fSianature of oerson aut orized to s,anl 1.Solicitation / Contract No. Page of Pages AMENDMENT OF SOLICITATION/ MODIFICATION OF DCRL-2022-C-0029 CONTRACT 2 14 3. Effective Date 4. Requisition/Purchase Request No. 5. Solicitati on Caption See box 16C School Transportation Services B.3.lR -BASE YEAR - For the Jeriod October 1, 2022 -May 31, 2023 Contract Line Item Price Quantity Minimum Quantity Maximum Item No. (CUN) Description Per Unit Min Total Price Max Total Price (trips) (Unit price x (trips) (Unit pr ice x Max min qty) qty) 0OOlR Trip within $44.48 Washington, DC per trip 15 $667.20 500 Not-to-Exceed $22,240 0002R Trip between $95.00 Washington, DC and destinations up per trip 15 $1,425 5,870 Not-To-Exceed to 14 miles beyond $557,650 the DC border 0003R Trip within State of $90.00 5 $450 2,480 Not-To-Exceed Maryland and trips between per trip $223,200 Washington, DC and destinations more than 14 miles beyond the Washington, DC border 0004R Client No Show Price per No Show Not-To-Exceed $50 $5,000 TOTAL NOT-TO-EXCEED For the period 10/01/2022 - 05/31/2023 $808,090 1.Solicitation I Contract No. Page of Pages AMENDMENT OF SOLICITATION/ MODIFICATION OF DCRL-2022-C-0029 CONTRACT 3 14 3. Effective Date 4. Requisition/Purchase Request No. 5. Solicitation Caption See box 16C School Transportation Services B.3.lR BASE YEAR-For the period June 1, 2023 - June 30, 2023 Contract Line Item Price Quantity Minimum Quantity Maximum Item No. (CLIN) Description Per Unit Min Total Price Max Total Price (trips) (Unit price x (trips) (Unit price x min qty) Max atv) OOOIR Trip within $44.48 Washington, DC per trip 15 $667.20 301 Not-to-Exceed $13,388.48 0002R Trip between $95.00 Washington, DC per trip 15 $1,425 730 Not-To-Exceed and destinations up $69,350 to 14 miles beyond the DC border 0003R Trip within State of $90.00 5 $450 1,020 Not-To-Exceed Maryland and trips per trip $91,800 between Washington, DC and destinations more than 14 miles beyond the Washington, DC border 0004R Client No Show Price per No Show Not-To-Exceed $50 $10,000 TOTAL NOT-TO-EXCEED For the period 06/01/2023 - 06/30/2023 $184,538.48 AMENDMENT OF SOLICITATION/ MODIFICATION OF CONTRACT 3. Effective Date 4. Re uisition/Purchase Re uest No. 1.Solicitation / Contract No. Page of Pages DC RL-2022-C-0029 3 4 5. Solicitation Ca lion See box 16C School Trans ortation Services B.3.lR BASE YEAR - For the eriod Jul 1, 2023 -Se tember 30, 2023 Contract Line Item Price Quantity Minimum Item No. (CLIN) Description Per Unit Min Total Price (trips) (Unit price x mm OOOIR Trip within $44.48 Washington, DC per trip 15 $667.20 0002R Trip between $95.00 Washington, DC per trip 15 $1,425 and destinations up to 14 miles beyond the DC border 0003R Trip within State of $90.00 5 $450 Maryland and trips per trip between Washington, DC and destinations more than 14 miles beyond the Washington, DC border 0004R Client No Show TOTAL NOT-TO-EXCEED For the period 06/01/2023 - 06/30/2023 Total Contract Amount for the eriod 10/01/2023 -09/30/2023 Quantity Max (trips) 399 1,400 865 Maximum Total Price (Unit price x Max Not-to-Exceed $17,747.52 Not-To-Exceed $133,000 Not-To-Exceed $77,850 $228,597.52 $1,221,226 1 1. Solicitation / Contract No. I Paqe of Paqes AMENDMENT OF SOLICITATION/ MODIFICATION OF CONTRACT DCRL-2022-C-0029 I 1 13 2. AmendmenVModification 3. Effective Date 4. Requisition/Purchase Request No. 5. Solicitation Caption Number M002a See box 16C School Transportation CAPWB-126 Services 6. Issued by: Code I RL0 7. Administered by (If other than line 6) Government of the District of Columbia Government of the District of Columbia Child and Family Services Agency Child and Family Services Agency Contracts and Procurement Administration Office of Well Being 200 I Street, S.E., Suite 2031 200 I Street, S. E., Washington, DC 20003 Washington, DC 20003 8. Name and Address of Contractor (No. street, city, county, 9A. Amendment of Solicitation No. state, and zip code) 9B. Dated (See Item 11) District Services Management 1 0A. Modification of ContracVOrder No. 5035 C Street, SE. Washington, DC 20019 DCRL-2022-C-0029 Attn: Alieu Kamara, CEO Email: a.kamara@dsmdc.net 10B. Dated (See Item 13) 10/3/2022 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 recei pt of Offers D is extended. D is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning copies of the amendment; or (b) By acknowledging receipt of this amendment on each copy of the offer submitted. FAILURE OF YOUR ACKNOWLEDG MENT 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 in accordance with the solicitati on and is received prior to the openino hour and date specified. 12. Accounting and Appropriation Data (If Required) 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACT/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14 A. This change order is issued pursuant to (Specify Authority): 27 DCMR, Chapter 36, Contract Modifications The cha nges set forth in Item 14 are made in the contracVorder no. in item 10A. X B. The above numbered contracVorder is modified to reflect the administrative changes (such as changes in paying office, appropriation data etc.) set forth in item 14, pursuant to the authority of 27 DCMR, Chapter 36, Section 3601. 2. C. This supplemental agreement is entered into pursuant to authority of: D. Other (Specify type of modification and authority) E. IMPORTANT: Contractor is not D is ~ required to sign this document. 14. Description of AmendmenVModification (O rganized by UCF Section headings, including solicitation/contract subject matter where feasible.) This is an administrative modification to correct the period of performance dates on modification 002 in accordance with the signed contract. A. The corrected period of performance for Base Year B.3.1.R is June l, 2023 -October 2, 2023. Below is the modified Price Schedule B.3.lRR. Except as provided herein, all other terms and conditions of the document is referenced in Item 9A or 1 0A remain unchanged and in full force and effect. 15A. Name and Title of Signer (Type or Qint) 16A. Name of Contracting Officer Allieu Kamara Jr -CE Ebony Terrell 15B. Name of Contractor 1 SC. Date Signed 16B. District of Columbia 16C. Date Signed -;~;/ ,;f:-~---;1-/ t~%J de --,.~(, ,;_ __ ') . -----c·, •,y,~,· -- 09/21/2023 )9 I 2s / 2023 (Sianature of pers on authorized to sion) (S ianature of Contractina Officer) 1.Solicitation / Contract N o. Page of Pages AMENDMENT OF SOLICITATION/ MODIFICATION OF DCRL-2022-C-0029 CONTRACT 2 13 3. Effective Date 4. Requisition/Purchase Request No. 5. Solicitation Caotion See box 16C CAPWB-126 School Transportation Services B.3.IRR -BASE YEAR-For the period October 3, 2022 - May 31, 2023 Contract Line Item Price Quantity Minimum Quantity Maximum Item No. (CLIN) Description Per Unit Min Total Price Max Total Price (trips) (Unit price x (trips) (Unit price x Max min qty) qty) OOOJR Trip within $44.48 Washington, DC per trip 15 $667.20 500 Not-to-Exceed $22,240 0002R Trip between $95.00 Washington, DC per trip 15 $1,425 5,870 Not-To-Exceed and destinations up to 14 miles beyond $557,650 the DC border 0003R Trip within State of $90.00 5 $450 2,480 Not-To-Exceed Maryland and trips per trip $223,200 between Washington, DC and destinations more than 14 miles beyond the Washington, DC border 0004R Clie nt No Show Price p er No Show Not-To-Exceed $50 $5,000 TOTAL NOT-TO-EXCEED For the period 10/03/2022 - 05/31/2023 $808,090 1.Solicitation / Contract No. Page of Pages AMENDMENT OF SOLICITATION/ MODIFICATION OF DCRL-2022-C-0029 3 13 CONTRACT 3. Effective Date 4. Requisition/Purchase Request No. 5. Solicitation Caption See box 16C CAPWB-126 School Transportation Services B.3.lRR BASE YEAR -For the oeriod J une 1, 2023 - October 2, 2023 Contract Line Item Price Quantity Minim um Quantity Maximum Item No. (CLIN) Description Per Unit Min Total Price Max Total Price (tr ips) (Unit price x (trips) (Unit price x min qty) Max qty) 0001R Trip within $44.48 Washington, DC per trip 15 $667.20 700 Not-to-Exceed $31,136 0002R Trip between $95. 00 Washington, DC per trip 15 $1,425 2,130 Not-To-Exceed and destinations up $202,350 to 14 miles beyond the DC border 0003R Trip within State of $90.00 5 $450 1,885 Not-To-Exceed Maryland and trips per trip $169,650 between Washington, DC and destinations more than 14 miles beyond the Washington, DC border 0004R Client No Show Price per No Show Not-To-Exceed $50 $10,000 TOTAL NOT-TO-EXCEED For the period 06/01/2023 - 10/02/2023 $413,136 Total Contract Amount for the period 10/03/2022 -10/02/2023 $1,221,226 1 1. Solicitation / Contract No. I Paqe of Paqes AMENDMENT OF SOLICITATION/ MODIFICATION OF CONTRACT DCRL-2022-C-0029 11 11 2. Amendment/Modification 3. Effective Date Number 4. Requisition/Purchase Request No. 5. Solicitation Caption School Transportation M002b See box 16C CAPWB-126 Services 6. Issued by: Code I RLO 7. Administered by (If other than line 6) Government of the District of Columbia Government of the District of Columbia Child and Family Services Agency Child and Fami ly Services Agency Contracts and Procurement Administration Office of Well Being 200 I Street, S.E ., Suite 2031 200 I Street, S.E., Washington, DC 20003 Washington, DC 20003 8. Name and Address of Contractor (No. Street, city, county, 9A. Amendment of Solicitation No. state, and zip code) 9B. Dat ed (See Item 11) District Services Management 1 0A. Modification of Contract/Order No. 5035 C Street, SE. Washington, DC 20019 DCRL-2022-C-0029 Attn: Alieu Kamara, CEO Email: a.kamara@dsmdc.net 10B. Dated (See Item 13) 10/3/2022 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS DThe above numbered solicitation is amended as set forth in item 14. The hour and date specified for receipt of Offers D is extended. D is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning copies of the amendment; or (b) By acknowledging receipt of this amendment on each copy of the offer submitted. 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 in accordance with the solicitation and is received prior to the openin!'.l hour and date specified. 12. Accounting and Appropriation Data (If Required) 1 3. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACT/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14 A. This change order is issued pursuant to (Specify Authority): 27 DCMR, Chapter 36, Contract Modifications The changes set forth in Item 14 are made in the contract/order no. in item 10A. I X 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, pursuant to the authoritv of 27 DCMR, Chaoter 36, Section 3601.2. C. This supplemental agreement is entered into pursuant to authority of: D. Other (Specify type of modification and authority) E. IMPORTANT: Contractor is not D is [gl required to sign this document. 14. Description of Amendment/Modification (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.) This is an administrative modification to correct the period of performance date in M002a in accordance with the signed contract. A. The period of performance for the Base Year is from October 3, 2022 -October 2, 2023. Except as provided herein, all other terms and conditions of the document is referenced in Item 9A or 1 OA remain unchanged and in full force and effect. 15A. Name and Title of Signer (Type or print) 16A. Name of Contracting Officer Allieu Kamara Jr. -CEO/Founder Ebony Terrell 15B. Name of Contractor 15C. Date Sign ed 16B.l4~ 16C. Date Signed '2 .{/1;1/ / / ~/ ( ... , "l., {l.S ~-·~ ·-_, (? ~..-,t'~-.,"'~ -" 10/4/2023 10 I 04 I 2023 . .... (. "\.' (SiQnature of person autho rized to s iQn) ( Sia nature of Contractina O fficer) Doc ID: b594adbd6b7ccd7f120a43564dd57daf2c9ad4d3 1 1. Solicitation / Contract No. I Paqe of Paqes AMENDMENT OF SOLICITATION/ MODIFICATION OF CONTRACT DC RL-2022-B-0029 I 1 11 2. AmendmenUModification 3. Effective Date 4. Requisition/Purchase Request No. 5. Solicitation Caption Number School Transportation M004 October 3, 2023 Services 6. Issued by: Code I RLO 7. Administered by (If other than line 6) Government of the District of Columbia Government of the District of Columbia Child and Family Services Agency Child and Family Services Agency Contracts and Procurement Administration Office of Well Being 200 I Street, S. E., Suite 2031 200 I Street, S.E., Washington, DC 20003 Washington, DC 20003 8. Name and Address of Contractor (No. street, city, county, 9A. Amendment of Solic itation No. state, and zip code) 9B. Dated (See Item 11) District Services Management 10A. Modificati on of ContracUOrder No. 5035 C Street, SE. Washington, DC 20019 DCRL-2022-B-0029 Attn: Alieu Kamara, CEO Email: a.kamara@dsmdc.net 10B. Dated (See It em 13) 10/3/2022 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. 0 is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning copies of the amendment; or (b) By acknowledgi ng receipt of this amendment on each copy of the offer submitted. 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 in accordance with the solicitati on and is received prior to the opening hour and date specified. 12. Accounting and Appropriation Data (If Required) 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACT/ ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14 A. This change order is issued pursuant to (Specify Authority): 27 DCMR, Chapter 36, Contract Modifications The changes set forth in Item 14 are made in the contracUorder no. in item 10A. B. The above numbered contracUorder is modified to reflect the administrative changes (such as changes in paying office, appropriation data etc.) set forth in item 14, pursuant to the authoritv of 27 DCMR, Chapter 36, Section 3601.2. C. This supplemental agreement is entered into pursuant to authority of: X D. Other (Specify type of modification and authority) 27 DCMR, Chapter 20, Section 2008 E xercise of Option E. IMPORTANT: Contractor is not [8J is D required to sign this document. 14. Description of AmendmenUModification (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.) A. In accordance with Section F.2, Option to extend the term of the Contract, the District of Columbia hereby exercises partial Option Year One (OYl) of the contract. The period of performance is October 3, 2023 through January 31, 2024, in the not-to-exceed amount of $662,800.00. Except as provided herein, all other terms and conditions of the document is referenced in Item 9A or 1 OA remain unchanged and in full force and effect. 15A. Name and Title of Signer (Type or print) 16A. Name of Contracting Officer Ebony Terrell 15B. Name of Contractor 15C. Date Signed 16B. District of Columbia 16C. Date Signed f"~%J 1( I 02 I 2023 (SiQnature of person authorized to siQn) /Sionature of Contractina Officer)