District Of Columbia 2025 2025-2026 Regular Session

District Of Columbia Council Bill B26-0171 Introduced / Bill

Filed 03/06/2025

                     MURIELBOWSER
MAYOR
March6,2025
TheHonorablePhilMendelson
Chairman
CounciloftheDistrictofColumbia
JohnA.WilsonBuilding
1350PennsylvaniaAvenue,NW,Suite504
Washington,DC20004
DearChairmanMendelson:
EnclosedforconsiderationandenactmentbytheCounciloftheDistrictofColumbiaisan
emergencybill,the“ModificationNos.M0008,M0009,M0010,M0011,M0012,andM0013to
ContractNo.CW101233withMySister'sPlace,Inc.ApprovalandPaymentAuthorization
EmergencyActof2025,”andtheaccompanyingemergencydeclarationresolution.
ThelegislationwillapproveModificationNos.M0008,M0009,M0010,M0011,M0012,and
M0013toContractNo.CW101231withMySister’sPlace,Inc.,forcasemanagementservicesfor
familiesintheFamilyRehousingandStabilizationProgram,andtofullyexerciseoptionyeartwo
ofthecontract.Inaddition,thelegislationwillapprovepaymentforthegoodsandservices
receivedandtobereceivedunderthemodifications.
Myadministrationisavailabletodiscussanyquestionsyoumayhaveregardingtheproposed
contractmodifications.Tofacilitatearesponsetoanyquestionsyoumayhave,pleasehaveyour
staffcontactMareScott,ChiefOperatingOfficer,OfficeofContractingandProcurement,at(202)
724-8759.
TurgetheCounciltotakepromptandfavorableactionontheenclosedlegislation.
Sincerely,
MbrielBawser  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 
~~ 
~hairmanPhil Mendelson 
at the request 
of the Mayor 
A BILL 
IN THE COUNCIL OF THE DISTRICT OF COLUMBIA 
To approve, on an emergency basis, Modification Nos. M0008, M0009, 
M00l0, M00l 1, M0012, 
and M0013 to Contract No. CW101233 with My Sister's Place, Inc., and to authorize 
payment for the goods and services received and to be received under the modifications. 
BE IT ENACTED 
BY THE COUNCIL OF THE DISTRICT OF COLUMBIA, That this 
act may be cited 
as the "Modification Nos. M0008, M0009, 	M00l0, M00l 1, M0012, and M0013 
to Contract No. CW101233 with My Sister's Place, Inc. Approval and Payment Authorization 
Emergency Act 
of 2025". 
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 Modification 
Nos. M0008, M0009, 
M00l0, M00l 1, M0012, and M0013 to Contract No. CW101233 with My 
Sister's Place, Inc. and authorizes payment in the not-to-exceed amount 
of $1,694,810.52 for the 
goods and services received and to be received under the modifications. 
Sec. 3. Fiscal impact statement. 
1  2 
 
 The Council adopts the fiscal impact statement of the Chief Financial Officer as the fiscal 33 
impact statement required by section 4a of the General Legislative Procedures Act of 1975, 34 
approved October 16, 2006 (120 Stat. 2038; D.C. Official Code § 1-	301.47a). 35 
 Sec. 4. Effective date. 36 
 This act shall take effect following approval by the Mayor (or in the event of veto by the 37 
Mayor, action by the Council to override the veto), and shall remain in effect for no longer than 38 
90 days, as provided for emergency acts of the Council of the District of Columbia in section 39 
412(a) of the District of Columbia Home Rule Act, approved December 24, 1973 (87 Stat. 788; 40 
D.C. Official Code § 1-	204.12(a)).  41  1 
 
GOVERNMENT OF THE DISTRICT OF COLUMBIA 
Office of Contracting and Procurement 
 
 
 
 
Pursuant to section 202(c) of the Procurement Practices Reform Act of 2010, as amended, D.C. 
Official Code § 2-	352.02(c), the following contract summary is provided	: 
 
COUNCIL CONTRACT SUMMARY 
Tipping 
 
(A) Human Care Agreement Number:  CW101233 
         
Proposed Contractor:
   	My Sister’s Place, 	Inc. 
 
Proposed Contractor’s Principals:   Mercedes Lemp, Executive Director 
                     
Contract Amount (Option Two Period): $1,694,810.52 NTE  
 
Unit and Method of Compensation:   Firm Fixed Price with Cost Reimbursable 
Component-Task Orders issued under Human Care 
Agreement 
 
Term of Contract:             October 1, 2024, through September 30, 2025  
                                                                            Option Period Two 
  
Type of Contract:                         HCA under which task orders will be issued for                           
                                                                            District requirements. 
 Source Selection Method:            Request for Qualification (RFQ) 
 (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 th	e difference: 
 Base Period deemed approved by the Council         (CA25	-0188) Amount: $2,060,600 NTE 
 Option Period 1 deemed approved by the Council    (CA25	-0372) Amount: $1,713,977.16 NTE 
 
Option Period 2 Amount: $1,694,810.52 NTE 
Explanation of difference from base period (if applicable)	: Option period two: CLIN 2010 
Incentives were decreased. 
   2 
 
Option Period 3 Amount: $2,210,956 NTE 
Explanation of difference from base period (if applicable)	: The increase from the base period 
covers the cost-of-living adjustment  
 
Option Period 4 Amount: $2,279,242 NTE 
Explanation of difference from base period (if applicable)	: The increase from the base period 
covers the cost-of-living adjustment  
 
(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 Government of the District of Columbia, Department of Human Services is seeking to exercise 
the remaining option in year two for My Sister’s Place, 	Inc. to continue to provide case 
management services for families in the Family Rehousing and Stabilization Program. The FRSP 
provides short-term rental and utility assistance to families experiencing homelessness in 
Washington, DC. Families work with FRSP case managers to set goals for greater housing and 
economic self-sufficiency. 
 
(D) The selection process, including the number of offerors, the evaluation criteria, and the 
evaluation results, including price, technical or quality, and past performance components:  
 
The solicitation was issued in the Washington Times on April 26, 2022. An electronic Request for 
Qualifications (RFQ), Doc600049, was issued in the open market utilizing the Office of 
Contracting and Procurement’s (OCP) Procurement Automated Support System (PASS) on April 
26, 2022, and officially closed on June 1, 2022. The District received twenty-	four submissions, in 
response to Doc600049.  Nineteen out of the twenty-	four submissions were deemed qualified to 
provide case management services for the FRSP.  The nineteen providers that were deemed 
qualified to perform case management services for the FRSP were notified on July 28, 2022. 
 
The responses were evaluated according to the qualification criteria set forth in the solicitation. The 
qualification criteria are FRSP program design; performance outcomes; performance and staff 
management; organizational capacity; and past performance. My Sister’s Place, Inc.	, met the 
qualifications indicated in the RFQ and has excellent performance providing similar services 
through current and prior HCAs with the District. 
 
The contracting officer awarded a letter contract after determining that My Sister’s Place, Inc. was 
qualified and responsible, and the proposed price was determined to be fair and reasonable. A 
definitive HCA was awarded to My Sister’s Place, Inc. 
 
(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. I	nclude the identity of the protestor, the grounds 
alleged in the protest, and any deficiencies identified by the District as a result of the protest:   
 
None.  
 
  3 
 
(F) A description of any other contracts the proposed contractor is currently seeking or holds 
with the District:    
 
None.  
 
(G) 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	: 
 
My Sister’s Place, Inc. is an experienced provider with the homeless population, providing case 
management services, and has the necessary organizational structure, experience, technical skills, 
and operational controls to perform the requirements of the HCA.  My Sister’s Place, Inc. has 
demonstrated knowledge and experience working with the consumer population on similar 
requirements. This evidence is provided on past performance evaluations submitted with their 
proposal.  
 
My Sister’s Place, Inc. has financial stability and can adequately obtain the resources required for 
the support services of this contract. This evidence is provided from the contractor’s financial 
history as reported by the Dun and Bradstreet Business Report; completed on January 8, 2025. 
 
(H) The period of performance associated with the proposed change, including the date as of 
which the proposed change is to be made effective: 
 
Modification No. M0008: October 1, 2024, through December 31, 2024 (exercise of partial option) 
Modification No. M0009: A	dministrative Mod  
Modification No. M0010: December 27, 2024, through September 30, 2025 (modification of certain 
prices for remainder of option period and reducing option amount	) 
Modification No. M0011: January 1, 2025, through March 31, 2025 (	extend the period of 
performance) 
Modification No. M0012: April 1, 2025, through April 30, 2025 (	extend the period of performance) 
Proposed Modification M0013: May 1, 2025, through September 30, 2025 (exercise of remainder 
of option period 2) 
 
(I) 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 No. M008: $439,902.63.  
Modification No. M009: $0.00 
Modification No. M0010: option amount reduced to $423,702.63 
Modification No. M0011: added $423,702.63 
Modification No. M0012: $0.00 
Proposed Modification No. M0013: adding $847,405.26 for the remainder of the option period, for 
a total amount for October 1, 2024 through September 30, 2025 of $1,694,810.52
   
 
(J) The aggregate dollar value of the proposed changes as compared with the amount of the 
contract as awarded: 
  4 
 
$847,405.26 
 
 
 
(K) The date on which the contracting officer was notified of the proposed change: 
 
October 11, 2024 
 
(L) The reason why the proposed change was sent to Council for approval after it is intended to 
take effect: 
 
The Contracting Officer exercised a partial option because DHS anticipated reducing the number of 
providers from seventeen to eleven, transferring the clients to the remaining eleven providers. 
 
(M) The reason for the proposed change: 
 
Due to the unpredicted delays of program exits and the extension of the appeals process timeline, it 
is necessary to have Maximus continue to provide case management without disruption to client 
services. 
 
(N) The legal, regulatory, or contractual authority for the proposed change: 
 
27 DCMR Sections 1905.4 and 3601. 
 
(O) 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: 
 
A subcontracting plan waiver, waiving the 35% subcontracting requirement, for option period two 
was approved on May 17, 2024, by the Department of Small and Local Business Development 
(DSLBD). 
 
(P) A certification that the proposed contractor has been determined not to violate section 334a of 
the Board of Ethics and Government Accountability Establishment and Comprehensive 
Ethics Reform Amendment Act of 2011, D.C. Official Code § 1-	1163.34a; and (2) A 
certification from the proposed contractor that it currently is not and will not be in violation 
of section 334a of the Board of Ethics and Government Accountability Establishment and 
Comprehensive Ethics Reform Amendment Act of 2011, D.C. Official Code § 1-	1163.34a: 
 
A. My Sister’s Place, Inc. certifies that they are compliant with the campaign finance Board of 
Ethics and Government Accountability Establishment and Comprehensive Ethics Reform 
Amendment Act of 2011, D.C. Official Code § 1-	1163.34a 
  5 
 
B. My Sister’s Place, Inc. will comply and will not be in violation of section 334a of the Board of 
Ethics and Government Accountability Establishment and Comprehensive Ethics Reform 
Amendment Act of 2011, D.C. Official Code § 1-	1163.34a 
 
 
 
(Q) Performance standards and the expected outcome of the proposed modification contract: 
 
The District expects My Sister’s Place, Inc. to provide case management services for families in the 
DHS FRSP. The FRSP is a short-term housing intervention utilized to quickly house and stabilize 
families in permanent housing through individualized and time-limited assistance. Providers are 
expected to serve a minimum of 150 families.  In Section F. of the HCA, the District outlined the 
required deliverables that the contractor is responsible for providing.  The goal of this program is to 
stabilize families after they have experienced homelessness and to develop and implement a plan 
for long- term housing stability. 
 
(R) 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: 
 
$847,405.26 
 
(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: 
Per the Funding Certification, the agency’s Associate Chief Financial Officer certified that funds in 
the required amount are available to fund the services. 
 
(T) A certification that the 	contract is legally sufficient, including whether the proposed 
contractor has any pending legal claims against the District: 
 
The proposed modification contract with My Sister’s Place, Inc. has been reviewed for legal 
sufficiency by the Office of the Attorney General and has been determined to be legally sufficient. 
The proposed provider does not have any legal claims pending against the District. 
 
 
(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	-353.01(b): 
 
The Citywide Clean Hands database indicates the contractor is current with its District taxes, as of 
January 23, 2025. 
 
(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:  6 
 
 
Based on information contained in the Bidder Offeror certification form, My Sister’s Place, Inc. has 
certified that it is current with its federal taxes and does not have any outstanding debt to the federal 
government. 
 
 
(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 provider is not a certified local, small, or disadvantaged business enterprise. 
 
(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: 
 
My Sister’s Place, Inc. is not debarred or suspended from Federal or District procurements, based 
on searches of the District Office of Contracting and Procurement (OCP) excluded parties list, 
Office of Inspector General (OIG) exclusion database and the System for Award Management 
(SAM) database conducted on January 7, 2025. 
 
(Z) 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 Contractor’s Responsibility; dated February 5, 2025. 
 
(AA) Where the contract, and any amendments or modifications, if executed, will be made 
available online: 
 
The contract is available on the Office of Contracting and Procurement website, www.ocp.dc.gov. 
 
(BB) Where the original solicitation, and any amendments or modifications, will be made 
available online: 
 The solicitation and its amendments are available on the Office of Contracting and Procurement    website, www.ocp.dc.gov. 
   1101 4
th 
Street, SW
Washington, DC 20024
Date of Notice:January 23, 2025	L0013254608Notice Number: 
FEIN: **-***3256
Case ID: 18431837
 
Government of the District of Columbia
Office of the Chief Financial Officer
Office of Tax and Revenue 
MY SISTERS PLACE INC
2357 RHODE ISLAND AVE NE
WASHINGTON DC  20018-2828
  
Branch Chief, Collection and Enforcement Administration
Authorized By Melinda Jenkins
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. 
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 § 47-2862,  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
1101 4th Street SW, Suite W270, Washington, DC 20024/Phone: (202) 724-5045/MyTax.DC.gov
 
 
COPY GOVERNMENT OF THE DISTRICT OF COLUMBIA 
DEPARTMENT OF HUMAN SERVICES 
 
  
 
 
 
Office of the Agency Fiscal Office
 
 
MEMORANDUM 
 
TO: Nancy Hapeman 
Chief Procurement 	Officer 
  Office of Contracting and Procurement 
 
THRU: Delicia V. Moore 
Associate Chief Financial Officer 
  Human Support Services Cluster 
 
FROM: Hayden Bernard 
Agency Fiscal Officer 
  Department of Human Services  
 
DATE February 3, 202 5 
 
SUBJECT:  Certification of Funding Availability for My Sister’s Place - 	Contract # CW 101233 
 
The Office of the Chief Financial Officer hereby certifies that the sum of $	1,694,810.52 is included in the District’s 
Local Budget and Financial Plan 	for Fiscal Year 2025 	to fund the costs associated with the Department of Human 
Services Contract with My Sister’s Place for the Family Rehousing Stabilization Program. This certification supports 
The My Sister’s Place contract during the period from 	10/01/24 – 09/30/2 5.  The fund allocation is as follows: 
 
Vendor: My Sister’s Place 	Contract #: CW101233 
   
 
Fiscal Year 2025 Funding: 10/01/2024-09/3 0/2025 
Agency 
DIFS 
Fund 
DIFS 
Cost 
Center 
DIFS 
Program 
DIFS 
Account 
 
 
Project Award Subtask 
 
Amount 
JA0 1010001 70350 700186 7141002 202219 1000817 10.05 $423,702.63 
JA0 1010001 70346 700193 7141002 0 0 0 $423,702.63 
JA0 1010001 70498 700346 7132001 201448 1000817 10.01 
 
$847,405.26 
FY 2025 Contract Total: 	$1,694,810.52 
 There is no fiscal impact associated with the contract. Should you have any questions, please contact me at (202) 
671-4240.      
400 6th Street, NW, Suite 79100, Washington, DC 20001 ( 202) 727-3400 Fax (202) 347-8922 
 
 
GOVERNMENT OF THE DISTRICT OF COLUMBIA 
Office of the Attorney General 
  	A
TTORNEY GENERAL 
BRIAN
 L. SCHWALB 
 	Commercial Division 
 
MEMORANDUM 
 TO: Sarina Loy 
  Deputy Director 
 Office of Policy and Legislative Affairs FROM:  Robert Schildkraut 
  Section Chief 
  Government Contracts Section 
 DATE: February 20, 2025 
  SUBJECT: Contractor: My Sister’s Place Inc. 
Contract No.: CW100233  
 Total Amount: NTE $1,694,810.52.  
 
 This is to Certify that this Office has reviewed the above-	referenced Contract and that we have 
found it to be legally sufficient. If you have any questions in this regard, please do not hesitate to 
call me at 724-4018. 
 
 
______________________________ 
 Robert Schildkraut 
     AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 
1.Contract Number Page of Pages 
CW101233 
1 3 
2.Amendment/Modification Number3.Effective Date	4.Purchase Order/Requisition
No.
5. Solicitation Caption 
M0008	October 1, 2024 
Family Rehousing and Stabilization 
Program (FRSP) 
6.Issued by:	Code 	7.Administered by (If other than line 6)
Office of Contracting and Procurement 
On behalf of Department of Human Services 
64 New York Ave, NE 6th FL 
 Washington, DC 20002 
Department of Human Services Family 
Services Administration  
64 New York Ave, NE 6th FL  Washington, DC 20002 
8. Name and Address of Contractor (No. street, city, county, state and zip code) 
My Sister’s Place Inc.
2357 Rhode Island Avenue NE
Washington, DC 20018
POC: mlemp@mysistersplacedc.org
9A. Amendment of Solicitation No. 
9B. Dated (See Item 11) 
X 
10A. Modification of Contract/Order No. 
CW101233 
10B. Dated (See Item 13) 
10/01/22 
11.THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
The above numbered solicitation is amended as set forth in item 14. The hour and date specified for receipt of Offers is extended. is not extended. Offerors 
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: (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or 
(c) BY separate modification 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 modification or fax, provided each modification or telegram makes
reference to the solicitation and this amendment, 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 CONTRACTS/ORDERS.
IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14
A.This change order is issued pursuant to (Specify Authority):
B., The changes set forth in Item 14 are made in the contract/order no. in item 10A.
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 authority of 27 DCMR, Chapter 36, Section 3601.1.
C.This supplemental agreement is entered into pursuant to authority of:
     X 
D. Other (Specify type of modification and authority)
  27 DCMR, Chapter 36, Section 3601.2 -Exercise Option Period Two 
E.IMPORTANT: Contractor  ____is not x   is required to sign this document and return __1    copy to the issuing office.
14.Description of Amendment/Modification (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.)
1.In 
accordance with Human Care Agreement No	. CW101233, Section D.3, Option to Exten	d the Term of the Agreement, the 
Government of the District of Columb
ia hereby partial exercises Option Period Two (2) to extend the term of 	this Human Care 
Agreement from Octo
ber 1, 2024 th rough December 3 1, 2024 in the not-to-exce ed amount of $439,902.63 	per Attachment A below. 
Serv
ices to b e performed are subject to the issuance of task orders. Fun	ding will be encumbered 	on each task order.
2.In 
accordance with Section H.2 “Departmen t of Lab or Wage Determinations”, the US Department of Labo	r Wage Determination No. 
2
015-4281, Revision No. 29, dated April 11, 2024 is incorporated by reference and available at: https://sam.gov/wage-
determin
ation/2015-4281 /26
3.In accordance with the Way to Wo
rk Amendment Act o f 2006, the District of Colu	mbia 2023 Living Wage rate is adjusted to $17.05 
per hour effective January 1, 2024 until June 30, 202
4. Effective July 1, 2024, the District’s 	Minimum Wage and Living 	Wage will 
increase to
 $17.50 per hour. The 2024 Livin	g Wage Notice and Fact Sh	eet are hereby incorporated by reference:
20
24 Living Wage Notice 	| ocp (dc.gov)
2
024 Living Wage Fact Sheet | ocp (d	c.gov)
Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A remain unchanged and in full force and effect. 
15A. Name and Title of Signer (Type or print) 	16A. Name of Contracting Officer 
Camille Christian 
15B.Contractor Signature 
(Signature of person authorized to sign 
15C. Date 
Signed 
16B. District of Columbia 
(Signature of Contracting Officer) 
16C. Date Signed  9/26/2024 Mercedes Lemp, Executive Director  10/01/2024    1 
B.5 PRICE SCHEDULE
B.4.3 A. Option Period Two Case Management – Firm Fixed Unit Price
  Contract Line 
Item  
  No. (CLIN 
 
    SERVICE DESCRIPTION 
   Number 
   of Personnel 
  Not-To-Exceed 
Monthly Rate  No. 
 of Months 
            Total Price 
   2001  Program Director 
1 $7,815.17 	3 $23,445.51 
   2002  Program Manager 	1 $10,549.50 	3 $31,648.50
  2003  Case Manager Supervisor 2 $20,180.34 	3 
 $60,541.02 
  2004  Case Manager 
7 $64,812.44 
3 $194,437.32
  2005  Housing Coordinator 
1 $9,258.92 3 
 $27,776.76
  2006  HMIS Admin/Data Specialist 
1 $3,658.92 
3 $10,976.76
  2007  Employment Specialist 
1 $9,258.92
3 
 $27,776.76
  Option Period Two Not-t	o
-exceed C ase Management Services Total A mount 
   $
376,602.63 
*The Provider’s rates shall include overhead, profit, all insurance costs including Workers Compensation, employer
payroll taxes (FICA, Medicare, Federal and State) and other direct costs.
**All nonprofits organization’s fixed rates shall be fully loaded and include the organization’s unexpired NICRA. If a 
nonprofit organization does not have an unexpired NICRA, the nonprofit organization may elect to be compensated for 
indirect costs: (1) As calculated using a de minimis rate of 10% of all direct costs under this contract; (2) By negotiating 
a new percentage indirect cost rate with the DHS; (3) As calculated with the same percentage indirect cost rate as the 
nonprofit organization negotiated with any District agency within the past 2 years; or (4) As calculated with a percentage 
rate and base amount, determined by a certified public accountant using the nonprofit organization’s audited financial 
statements from the immediately preceding fiscal year, pursuant to the OMB Uniform Guidance, and certified in writing 
by the certified public accountant.
B.4.3 B. Option Period Two Incentives
Contract 
Line 
Item No. 
(CLIN) 
Item Description 
(A) 
Estimated Number 
of Clients that will 
receive Incentives 
(B) 
Unit Monthly 
Maximum 
Incentive Amount 
Per Client 
(C) 
Number of 
Months 
(D) 
Total Price 
(A x B x C) 
2008 Client Incentives NTE 5 Clients NTE $2,000 3 NTE $0.00 
2009 Provider Incentives NTE 5 Clients NTE $2,000 	3 NTE $0.00 
2010 Exit Bonus NTE 5 Clients NTE $1,080 	3 NTE $16,2 00.00 
         Option Period Two Not-to-Exceed Incentives Total Amount    $16,200.00  2 
B.4.3 C. Option Period Two Cost Reimbursement
B.4.3 D. Option Period Two Total
Service 	Price 
Case Management Services (total from chart) 	$376,602.63 
Incentives (total from chart) 	$16,200.00 
Cost Reimbursement Component (total from chart) 	$47,100.00 
Option Period Two Grand Total Not-to-exceed 	$439,902.63 
Contract 
Line-Item 
No. 
(CLIN) 
Item Description Quantity Unit Price No. of Unit Total Price 
2011 
Transportation 
1 
$2500 
3 NTE $7,500.00 
2012 
Initial Application Fee NTE 6 clients 
$150 3 NTE $2,700.00 
2013 Emergency Utility Assistance NTE 20 clients $300 	3 NTE $18,000.00 
2014 Household Essentials NTE 6 clients $300 	3 NTE $5,400.00 
2015 Move Out Cost NTE 6 clients 	$600 	3 	NTE $10,800.00 
2016 Move Out Application Fees NTE 6 clients 	$150 	3 	NTE $2,700.00 
2017 
Onboarding Fee Per Case 
Manager*One Time fee at 
the time of hiring a Case 
Manager assigned to the 
Contract for a new case load. 
5 
$1,000 1 NTE $0.00 
   Option Period Two Not-to-Exceed Cost Reimbursement Total Amount    $47,100.00  AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 
1.Contract Number Page of Pages 
CW101233 
1 1 
2.Amendment/Modification Number3.Effective Date	4.Purchase Order/Requisition
No.
5. Solicitation Caption 
M0009	See Block 16c.
Family Rehousing and Stabilization 
Program (FRSP) 
6.Issued by:	Code 	7.Administered by (If other than line 6)
Office of Contracting and Procurement 
On behalf of Department of Human Services 
64 New York Ave, NE 6th FL 
 Washington, DC 20002 
Department of Human Services Family 
Services Administration  
64 New York Ave, NE 6th FL  Washington, DC 20002 
8. Name and Address of Contractor (No. street, city, county, state and zip code) 
My Sister’s Place Inc.
2357 Rhode Island Avenue NE
Washington, DC 20018
     POC: mlemp@mysistersplacedc.org 
9A. Amendment of Solicitation No. 
9B. Dated (See Item 11) 
X 
10A. Modification of Contract/Order No. 
CW101233 
10B. Dated (See Item 13) 
10/01/22 
11.THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
The above numbered solicitation is amended as set forth in item 14. The hour and date specified for receipt of Offers is extended. is not extended. Offerors 
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: (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or 
(c) BY separate modification 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 modification or fax, provided each modification or telegram makes
reference to the solicitation and this amendment, 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 CONTRACTS/ORDERS.
IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14
A.This change order is issued pursuant to (Specify Authority):
B.THE CHANGES CLAUSE, 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, pursuant to the authority of
   X C.This supplemental agreement is entered into pursuant to authority of: 27 DCMR, Chapter 36, Section 3601.3.
D. Other (Specify type of modification and authority)
E.IMPORTANT: 	Contractor  _ X ___ is not ____ is required to sign this document and return __    copy to the issuing office.
14.Description of Amendment/Modification (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.) 
The Contract Number CW101233 identified in Block 10A above, is hereby modified as follows:
1.Delete Contracting Officer Brenda Allen
2.Replace withCamille Christian, MPA 
Supervisory C ontract Specialist  
Office of Contracting a nd Procurement 
64 New Y ork Avenue, N E 
Washington, DC 2	0002 
Email: camille.christian@dc.gov 
Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A remain unchanged and in full force and effect. 
15A. Name and Title of Signer (Type or print) 	16A. Name of Contracting Officer 
Brenda Allen 
15B.Contractor Signature 
     (Signature of person authorized to sign 
15C. Date 
Signed 
16B. District of Columbia 
(Signature of Contracting Officer) 
16C. Date Signed  9/11/2024     
 
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 
1. Contract Number Page of Pages 
CW101233 
1 3 
2. Amendment/Modification Number 3. Effective Date 
 4. Purchase Order/Requisition 
No. 
5. Solicitation Caption 
  
 
M0010 	See Block 16a 
Family Rehousing and Stabilization 
Program (FRSP) 
6. Issued by: 	Code  	7. Administered by (If other than line 6)   
Office of Contracting and Procurement 
On behalf of Department of Human Services 
64 New York Ave, NE 6th FL 
 Washington, DC 20002 
 Department of Human Services Family Services 
Administration  
64 New York Ave, NE 6th FL 
 Washington, DC 20002 
  
8. Name and Address of Contractor (No. Street, city, county, state and zip 
code) 
 
My Sister’s Place Inc. 
2357 Rhode Island Avenue NE 
Washington, DC 20018 
     POC: mlemp@mysistersplacedc.org  
 9A. Amendment of Solicitation No. 
9B. Dated (See Item 11) 
X 
10A. Modification of Contract/Order No. 
CW101233 
10B. Dated (See Item 13) 
10/01/22 
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS 
The above numbered solicitation is amended as set forth in item 14. The hour and date specified for receipt of Offers   is extended. is not extended. Offerors 
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: (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or 
(c) BY separate modification 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 modification or fax, provided each modification or telegram makes 
reference to the solicitation and this amendment, 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 CONTRACTS/ORDERS. 
IT MODIFIES THE CONTRACT/ORDER 	NO. AS DESCRIBED IN ITEM 14 
 A. This change order is issued pursuant to (Specify Authority):  
B. 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, pursuant to the authority of  
    C. This supplemental agreement is entered into pursuant to the authority of: 27 DCMR, Chapter 3601.2 
  
 
D. Other (Specify type of modification and authority)         
E. IMPORTANT: Contractor  __ is not is required to sign this document and return _one (1)    copy to the issuing office. 
14. Description of Amendment/Modification (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.) 
This modification to Human Care Agreement identified in Block 10A above, is hereby modified as follows: 
 
1. Option Period Two Price Schedule B has been modified. See Attachment A 
 
2. CLIN 2010 total not-to-exceed (NTE) amount has decreased from $16,200 to $0.00.  Option Period Two 
Incentives Total not-to-exceed amount is $0.00. 
 
3. Option Period Two grand total not-to-exceed amount is $423,702.63
 
 
Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A remain unchanged and in full force and effect. 
15A. Name and Title of Signer (Type or print) 	16A. Name of Contracting Officer 
 
Camille Christian 
15B.Contractor Signature 
 
 
 
                  (Signature of person authorized to sign 
15C. Date 
Signed 
16B. District of Columbia 
 
 
 
(Signature of Contracting Officer) 
16C. Date Signed 
 
  Mercedes Lemp, Executive Director 12/27/2024  12/27/2024     
2 
 
 
  B.5.3.A  Option Period Two Case Management – Firm Fixed Unit Price  
Contract 
Line-Item 
No. (CLIN 
 
SERVICE 
DESCRIPTION 
Number of 
Personnel 
Not-To- 
Exceed 
Monthly 
Rate 
 
No. of 
Months 
 
Total Price 
2001 Program Director 
1 
$7,815.17  3 
$23,445.51  
 
2002 
 
Program Manager 
1 
$10,549.50  
 
3 
$31,648.50  
 
2003 
 
Case Manager Supervisor 
2 
$20,180.34  
 
3 
$60,541.02  
 
2004 
Case Manager 
7 $64,812.44  
 
3 $194,437.32  
 
2005 Housing Coordinator 
1 
$9,258.92  
 
3 
$27,776.76  
 
2006 
 
HMIS Admin/Data Specialist 
1 
$3,658.92  
 
3 
$10,976.76  
 
2007 
 
Employment Specialist 
1 
$9,258.92  
 
3 
$27,776.76  
 
Option Period Two Not-to-exceed Case Management Services Total Amount $376,602.63 
*The Provider’s rates shall include overhead, profit, all insurance costs including Workers Compensation, employer 
payroll taxes (FICA, Medicare, Federal, and State) and other direct costs. 
 
**All nonprofits organization’s fixed rates shall be fully loaded and include the organization’s unexpired NICRA. If a 
nonprofit organization does not have an unexpired NICRA, the nonprofit organization may elect to be compensated for 
indirect costs: (1) As calculated using a de minimis rate of 10% of all direct costs under this contract; (2) By 
negotiating a new percentage indirect cost rate with the DHS; (3) As calculated with the same percentage indirect cost 
rate as the nonprofit organization negotiated with 	any District agency within the past 2 years; or (4) As calculated with 
a percentage rate and base amount, determined by a certified public accountant using the nonprofit organization’s 
audited financial statements from the immediately preceding fiscal year, pursuant to the OMB Uniform Guidance, and 
certified in writing by the certified public accountant. 
 
   B.5.3.B Option Period Two Incentives 
Contract 
Line Item 
No. (CLIN) 
 
Item Description 
(A) 
Estimated Number 
of Clients that will 
receive Incentives 
(B) 
Unit Monthly 
Maximum Incentive 
Amount Per Client 
© 
Number of 
Months 
(D) 
Total Price 
 
(A x B x C) 
 
2008 
 
Client Incentives 
 
NTE 5 Clients 
 
NTE $2,000 
 
3 
 
NTE $0.00 
2009 Provider Incentives NTE 5 Clients NTE $2,000 3 NTE $0.00 
2010 Exit Bonus NTE 5 Clients NTE $1,080 3 NTE $0.00 
 
Option Period Two Not-to-Exceed Incentives Total Amount $0.00   
3 
 
 
 
   B.5.3.C. Option Period Two Cost Reimbursement 
 
Contract 
Line Item 
No. (CLIN) 
 
Item Description 
 
Quantity 
 
Unit Price 
 
No. of 
Unit 
 
Total Price 
 
 
2011 
 
 
Transportation 
 
 
1 
 
 
$2500 
 
 
3 
 
 
NTE $7,500 
 
2012 
 
Initial Application Fee 
 
NTE 6 clients 
 
$150 
 
3 
 
NTE $2,700 
2013 Emergency Utility Assistance 
NTE 20 clients $300 3 NTE $18,000 
2014 Household Essentials 
NTE 6 clients $300 3 NTE $5,400 
2015 Move Out Cost 
NTE 6 clients $600 3 NTE $10,800 
2016 Move Out Application Fees 
NTE 6 clients $150 3 NTE $2,700 
2017 Onboarding Fee Per Case 
Manager 
*One Time fee at the time of 
hiring a Case Manager 
assigned to the Contract for a 
new case load. 
 
 
5 
 
 
$1,000 
 
 
1 
 
 
NTE $0.00 
 
Option Period Two Not-to-Exceed Cost Reimbursement Total Amount $47,100.00 
 
 
 
 
 
 
 
B.5.3.D. Option Period Two Total 
 
Service 
 
Price 
 
Case Management Services (total from chart) 
 
$376,602.63 
 
Incentives (total from chart) 
 
$0.00 
 
Cost Reimbursement Component (total from chart) 
 
$47,100.00 
 
  Option Period Two Grand Total Not-to-exceed 	$423,702.63 
  AAMENDMENT OOF SSOLICITATION/MODIFICATION OOF CCONTRACT 
1. Contract Number Page of Pages
CW101233
11
2. Amendment/Modification Number 3. Effective Date	4. Purchase Order/Requisition
No.
5. Solicitation Caption
M0011	See Block 16a
Family Rehousing and Stabilization 
Program (FRSP)
6. Issued by:	Code	7. Administered by (If other than line 6)
Office of Contracting and Procurement On behalf of Department of Human Services
64 New York Ave, NE 6th FL
Washington, DC 20002
Department of Human Services Family Services 
Administration 
64 New York Ave, NE 6th FL
Washington, DC 20002
8. Name and Address ofContractor(No.Street, city, county, state and zip
code)
My Sister’s Place Inc.  
2357 Rhode Island Avenue NE
Washington, DC 20018
     POC: mlemp@mysistersplacedc.org
9A. Amendment ofSolicitation No.
9B. Dated(SeeItem 11)
X 
10A.Modification ofContract/OrderNo.
CW101233
10B. Dated(See Item 13)
10/01/22
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
The above numbered solicitation is amended as set forth in item 14. The hour and date specified for receipt of Offers   is extended. is not extended. Offerors
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: (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or 
(c) BY separate modification 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 modification or fax, provided each modification or telegram makes
reference to the solicitation and this amendment, 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 CONTRACTS/ORDERS.
IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14
A. This change order is issued pursuant to (Specify Authority):
B. 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, pursuant to the authority of
   XC. This supplemental agreement is entered into pursuant to the authority of:27 DCMR, Chapter 3601.2
D. Other (Specify type of modification and authority)
E. IMPORTANT: Contractor__is not  is requiredto sign this document and return _one (1)   copy to the issuing office.
14. Description of Amendment/Modification (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.)
This modification to Human Care Agreement identified in Block 10A above, is hereby modified as follows: 
1. Option Period Two Period has been extended from January 1, 2025 through March 31, 2025.
2. The total not-to-exceed (NTE) amount of Option Period Two is hereby increased from $423,702.83 by
$423,702.83 to $847,405.26.
3. All other terms and conditions shall remain the same.
Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A remain unchanged and in full force and effect.
15A. Name and Title of Signer (Type or print)	16A. Name of Contracting Officer
Camille Christian
15B.Contractor Signature
     (Signature of person authorized to sign
15C. Date
Signed
16B. District of Columbia
(Signature of Contracting Officer)
16C. Date Signed
actorSignature
natureofpersonauthorized
Mercedes Lemp, Executive Director
12/30/24 12/31/2024    AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 
1.Contract Number Page of Pages 
CW101233 
1 4 
2.Amendment/Modification Number3.Effective Date	4.Purchase Order/Requisition
No.
5. Solicitation Caption 
M0012	January 21, 2025 
Family Rehousing and Stabilization 
Program (FRSP) 
6.Issued by:	Code 	7.Administered by (If other than line 6)
Office of Contracting and Procurement
On behalf of the Department of Human Services 
64 New York Ave, NE 6th FL 
 Washington, DC 20002 
Department of Human Services Family Services 
Administration  
64 New York Ave, NE 6th FL 
 Washington, DC 20002 
8.Name and Address of Contractor (No. street, city, county, state, and zip
code)
My Sister’s Place Inc. 
2357 Rhode Island Avenue NE 
Washington, DC 20018 
 POC: mlemp@mysistersplacedc.org 
9A. Amendment of Solicitation No.
9B. Dated (See Item 11)
X 
10A. Modification of Contract/Order No.
CW101233 
10B. Dated (See Item 13)
10/01/22 
11.THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
The above-numbered solicitation is amended as set forth in item 14. The hour and date specified for receipt of Offers is extended. is not extended. Offerors 
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: (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or 
(c) BY separate modification 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 	THE REJECTION OF YO
UR
OFFER. If by virtue of this amendment, you desire to change an offer already submitted, such may be made by modification or fax, provided each modification ortelegram makes reference to the solicitation and this amendment, 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 CONTRACTS/ORDERS.
IT MODIFIES THE CONTRACT/ORDER 	NO. AS DESCRIBED IN ITEM 14
A.This change order is issued pursuant to (Specify Authority):
B. 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, pursuant to the authority of
C.This supplemental agreement is entered into pursuant to the authority of:
D.Other (Specify the type of modification and authority)
E.IMPORTANT: Contractor  __ is not is required to sign this document and return _one (1)    copy to the issuing office.
14.Description of Amendment/Modification (Organized by UCF Section headings, including solicitation/contract subject matter
where feasible.)
The modification to the Human Care Agreement identified in Block 10A above is hereby modified as follows:
Modification M0012 is executed to extend the 	period of performance from April 1, 2025, to April 30, 2025, at 
no cost per 27 DCMR 3601.3.
Change the Contracting 
Officer from Camille Christian to Constance Weaver-Thomas, 64 New Y	ork Avenue, 
NE, Washington, D C 20002, E mail: Constance Weaver -Thomas@dc.gov
Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A remain unchanged and in full force and effect. 
15A. Name and Title of Signer (Type or print) 	16A. Name of Contracting Officer 
Constance Weaver-Thomas 
15B.Contractor Signature 
     (Signature of person authorized to sign 
15C. Date 
Signed 
16B. District of Columbia 
(Signature of Contracting Officer) 
16C. Date Signed 
  1/21/25    AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 
1.Contract Number Page of Pages 
CW101233 
1 1 
2.Amendment/Modification Number3.Effective Date	4.Purchase Order/Requisition
No.
5. Solicitation Caption 
M0013	See Block 16c.
Family Rehousing and Stabilization 
Program (FRSP) 
6.Issued by:	Code 	7.Administered by (If other than line 6)
Office of Contracting and Procurement
On behalf of Department of Human Services 
64 New York Ave, NE 6th FL 
 Washington, DC 20002 
Department of Human Services Family Services 
Administration  
64 New York Ave, NE 6th FL 
 Washington, DC 20002 
8. Name and Address of Contractor (No. street, city, county, state and zip
code)
My Sister’s Place Inc. 
2357 Rhode Island Avenue NE 
Washington, DC 20018 
     POC: mlemp@mysistersplacedc.org 
9A. Amendment of Solicitation No.
9B. Dated (See Item 11)
X 
10A. Modification of Contract/Order No.
CW101233 
10B. Dated (See Item 13)
10/01/22 
11.THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
The above numbered solicitation is amended as set forth in item 14. The hour and date specified for receipt of Offers   is extended. is not extended. Offerors 
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: (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or 
(c) BY separate modification 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 modification or fax, provided each modification or telegram makes
reference to the solicitation and this amendment, 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 CONTRACTS/ORDERS.
IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14
A.This change order is issued pursuant to (Specify Authority):
B. 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, pursuant to the authority of
   X C.This supplemental agreement is entered into pursuant to the authority of: 27 DCMR, Chapter 36, Section 3601.2
D. Other (Specify type of modification and authority)
E.IMPORTANT: Contractor  __ is not is required to sign this document and return _one (1)    copy to the issuing office.
14.Description of Amendment/Modification (Organized by UCF Section headings, including solicitation/contract subject matter where feas
ible.)
The modification to Human Care Agreement identified in Block 10A above, is hereby modified as follows:
1.Exercise the remaining contract 	term for option period two. The to
tal not-to-exceed amount of o	ption period two is hereby 
increased from $847,405.26 by $847,405.26 to $1,694,810.52. The 
period of performance is May 1, 2025 through September 30, 
2025
2
.In accordance with the Way to Work Amendment Act of 2006, the District of Columbia 2023 Living Wage rate is adjusted to $17.50 
per hour effective January 1, 2025 until June 30, 2025. Effective July 1, 2025, the District’s Minimum Wage and Living Wage will 
increase to $18.00 per hour. The 2025
 Living Wage Notice and Fact Sheet are hereby incorporated by reference:
2025 Living Wage Notice | ocp (dc.gov)
2025 Living Wage Fact Sheet | ocp (dc.gov)
Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A remain unchanged and in full force and effect. 
15A. Name and Title of Signer (Type or print) 	16A. Name of Contracting Officer 
Constance Weaver-Thomas 
15B.Contractor Signature 
     (Signature of person authorized to sign 
15C. Date 
Signed 
16B. District of Columbia 
(Signature of Contracting Officer) 
16C. Date Signed   Mercedes Lemp, Executive Director 2/4/25