District Of Columbia 2023 2023-2024 Regular Session

District Of Columbia Council Bill B25-0586 Introduced / Bill

Filed 11/27/2023

                      
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)