MURIEL BOWSER
MAYOR
June 10, 2020
The Honorable Phil Mendelson
Chairman
Councilof the District of Columbia
John A. Wilson Building
1350 Pennsylvania Avenue, NW, Suite 504
Washington, DC 20004
Dear Chairman Mendelson:
Pursuant to section 451 of the District of Columbia Home Rule Act (D.C. Official Code 1-
204.51) and the Procurement Practices Reform Act (D.C. Official Code 2-351.01 et seq.),
enclosed for consideration and approval by the Councilofthe District of Columbia is proposed
Modification No. M0004 to Contract No. CW77341 with ALC Schools, LLC. ("ALC") to exercise
option year 1 in the not to exceed amount of $1,963,653.75. The period of performance is from
July 01, 2020 to June 30, 2021.
Under the proposed modification, ALC shall continue to provide alternative student transportation
services for eligible students.
Tam available to discuss any questions you have regarding the proposed contract. In order to
facilitate a response to any questions you may have, please have your staff contact Mare Scott,
Chief Operating Officerofthe Office of Contracting and Procurement, at (202) 724-8759.
-8759.
T look forward to the Council's favorable consideration of this contract.
Sincerely,
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
(Standard)
(A) Contract Number: CW77341
Proposed Contractor: ALC Schools, LLC (ALC)
Contract Amount: (NTE) $1,963,653.75
Unit and Method of Compensation: Fixed fee per trip
Term of Contract: Option Year 1: July 1, 2020 to June 30, 2021
Type of Contract: Firm fixed unit price
Source Selection Method: Cooperative Purchase Agreement
(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: (NTE) $990,000.00
Option Period 1 Amount: (NTE) $1,963,653.75
Explanation of difference from base period (if applicable):
The need for alternative student transportation and attendants will increase in Option Year 1, due to
changes in student routing needs and capacity of additional contractors for transportation services.
1
(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:
ALC shall provide alternative student transportation services to eligible District of Columbia
students to and from education programs and their homes, in accordance with the Individuals with
Disabilities Education Act (IDEA) 34 CFR. In addition to transportation services, ALC must
provide a vehicle attendant to accompany the student during the transport service.
Method of delivery for transportation and attendant services will be in-person, twice per school day.
Deliverables such as completed trip tickets, accident and/or incident reports, no show reports, and
employee information will be delivered electronically.
There are no significant changes in the contract. However, the student transportation routes planned
for Option Year 1 have now increased due to the other alternative student transportation and
attendants contracts expiring on September 30, 2020. The original contract total for Option Year 1
was originally $990,000.00 and now it will increase to $1,963,653.75.
(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 State of Texas Region 4 Education Service Center (ESC) Procurement Office issued Request for
Proposals (RFP) #19-04 on January 23, 2019 to establish a national cooperative contract for alternate
student/customer transportation. There were a total of 110 vendors invited to the RFP, of which 2 offerors
responded, Adroit and ALC.
The evaluation factors for the RFP are as follows:
Factor Total Weighted Value (0 100 Points)
Product/ Pricing 40
Performance Capability 25
Qualifications and Experience 25
Value Added 10
Total Points 100
ALCs technical and price proposal received the highest score and was selected by The Cooperative
Purchasing Network (TCPN) to be awarded the cooperative agreement.
The contracting officer for OSSEs Division of Student Transportation found that participating in the
cooperative agreement is advantageous to the District of Columbia due to the alignment of requirements to the
Districts student transportation needs, the quality and capacity of their service, and considerable cost savings
for the services. ALCs rate is the lowest per trip cost amongst the current contractors that provide the
alternative student transportation and attendants services and they are capable. ALC has provided satisfactory
services to the District since July 2019, successfully meeting all needs.
2
(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 protests were filed related to this contract award.
(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:
ALC has more than 20 years of experience in providing student transportation needs. ALC provides
supplemental student transportation services to more than 300 school districts in 18 states across the
country and the District of Columbia. They offer a diverse fleet to meet all special transportation
needs, extensive dispatch and routing systems, successfully serving their customer school districts.
ALC meets special transportation needs by coordinating a combination of SUVs, minivans,
wheelchair accessible vans, and sedans to transport special needs students. ALC has the ability to
service any trip type and any size student population, giving districts the flexibility to expand and
contract services based on the district's needs.
ALCs Dun & Bradstreet report supports their financial stability and ability to perform the services
of the contract without the financial stress that could affect their performance. ALC is compliant
with the District (Excluded Parties List) and the Federal S.A.M.
ALC has adequate personnel, partnering with established professional service providers that employ
drivers for transportation services. Additionally, they offer a 24-hour multilingual dispatch team
and field operations personnel to respond to all needs within 24-hours.
OCP initiated the services with ALC through a small purchase on July 16, 2019 to test the services
and capacity, which they successfully provided, and entered into the cooperative agreement with
ALC on January 10, 2020. ALCs contract performance evaluation rating on this current contract
was scored positively by the contract administrator as they provide quality service and present no
issues with providing the services. Additionally, ALC provides transportation services to support
COVID-related transportation needs (meal deliveries), completing deliveries each day since April
13, 2020. Satisfactory performance is also proven by ALC being awarded 34 new contracts in the
past three years under the current cooperative contract.
(G) A summary of the subcontracting plan required under section 2346 of the Small, Local, and
Disadvantaged Business Enterprise Development and Assistance Act of 2005, as amended,
D.C. Official Code 2-218.01 et seq. (Act), including a certification that the subcontracting
plan meets the minimum requirements of the Act and the dollar volume of the portion of the
contract to be subcontracted, expressed both in total dollars and as a percentage of the total
contract amount:
3
This is a cooperative agreement with ALC and exempt from the subcontracting requirement.
(H) Performance standards and the expected outcome of the proposed contract:
The District expects ALC to provide on-time alternative transportation and vehicle attendant
services to eligible students to and from education programs and their homes in accordance with
OSSE-DOT established ride times.
(I) 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.
(J) A certification that the proposed contract is within the appropriated budget authority for the
agency for the fiscal year and is consistent with the financial plan and budget adopted in
accordance with D.C. Official Code 47-392.01 and 47-392.02:
The Office of the Chief Financial Officer certifies 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.
(K) 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 reviewed the contract and finds it legally sufficient. The
Contractor does not have any pending legal claims against the District.
(L) 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):
As of April 6, 2020, ALC does not owe or is delinquent on any taxes with the Government of the
District of Columbia.
(M) 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:
As of April 6, 2020, ALC does not owe or is delinquent on any taxes with the Government of the
District of Columbia. The Contractor has certified it is current with its federal taxes by submitting a
Biddder/Offeror form.
4
(N) The status of the proposed contractor as a certified local, small, or disadvantaged business
enterprise as defined in the Small, Local, and Disadvantaged Business Enterprise
Development and Assistance Act of 2005, as amended; D.C. Official Code 2-218.01 et seq.:
The Contractor is not a certified local, small, or disadvantaged business enterprise.
(O) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
None.
(P) 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:
As of April 6, 2020, ALC is not debarred from providing services to any government entity.
(Q) Any determination and findings issues relating to the contracts formation, including any
determination and findings made under D.C. Official Code 2-352.05 (privatization
contracts):
None.
(R) Where the contract, and any amendments or modifications, if executed, will be made
available online:
OCP Website: http://app.ocp.dc.gov/RUI/information/scf/online_index.asp
(S) Where the original solicitation, and any amendments or modifications, will be made available
online:
All contract documents will be made available on https://ocp.dc.gov/.
5
Government of the District of Columbia
CERTIFICATE OF CLEAN HANDS
ALC SCHOOLS LLC
1492 S SILICON WAY STE B
SAINT GEORGE, UT 84770-7156
EIN :*****2150
i a
b
As reported in the Citywide Clean Hands system, the above referenced
individual or entity has no outstanding liability with the District of
m
Columbia. As of the date herein, you have complied with the following
u
Hands.
o l
official DC code and therefore are issued this Certificate of Clean
f C
TITLE 47. TAXATION, LICENSING, PERMITS, ASSESSMENTS AND FEES
t o
CHAPTER 28. GENERAL LICENSE LAW
SUBCHAPTER II. CLEAN HANDS BEFORE RECEIVING A LICENSE OR PERMIT
c
D.C. Code 47-2862 (2006)
r i
47-2862. Prohibition against issuance of license or permit.
t
D is
Date: Monday this 6th day of April 2020 05:48 PM
Authorized By Marc Aronin
Chief, Collection Division
Tracking#: 1273443 This document is a certified, complete and true copy.
MEMORANDUM
TO: George Schutter
Chief Procurement Officer
Office of Contracting and Procurement
THRU: Rodney Aytch
Contracting Officer
Office of Contracting and Procurement
FROM: Paris Saunders
Agency Fiscal Officer
Office of the State Superintendent of Education
DATE: April 15, 2020
SUBJECT: FY 20-21 Funding Certification Exercise Option Year
#1 ALC Schools, LLC CW77341
The Office of the Chief Financial Officer of the District of Columbia hereby certifies that the sum of
$1,963,653.75 is included in the Districts budget and financial plan to exercise the first option year
of Contract CW77341. This contract will be used to provide alternative transportation services to
eligible District of Columbia students to and from education programs and their homes.
The total amount of funding required for the contract period of July 1, 2020 thru September 30, 2020 is
$710,000. The additional $1,253,653.75 required in FY 2021 is subject to appropriation. The total funding
required is broken down as follows:
AGY AY INDEX PCA CSG OBJECT PROJECT/PHASE FUND AMOUNT
FY 2020
GO0 20 M2703 M2703 0041 0409 20MEDI, 20 0799 $380,000.00 RF
GO0 20 M2103 M2103 0040 0408 20MEDI, 20 0799 $140,000.00 RF
GO0 20 M2601 M2601 0040 0408 20MEDI, 20 0799 $170,000.00 RF
GO0 20 T0601 T0601 0040 0408 0100 $20,000.00 RF
FY 2021
GO0 21 TBD TBD TBD TBD TBD 0799 $1,253,653.75
Future orders above the available funding are contingent upon the identification of additional funding.
Should you have any questions concerning this funding certificate, please contact Ms. Reesha Forney,
Budget Analyst at (202) 727-8281.
CC: Hanseul Kang, State Superintendent, Office of the State Superintendent of Education
Gretchen Brumley, Director, OSSE-Division of Student Transportation
1050 First St. NE, Washington, DC 20002 Phone: (202) 727-6436 TTY: 711 osse.dc.gov
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
xe
ATTORNEY GENERAL Eee
KARL A. RACINE aaa
Government Contraets Section
MEMORANDUM
TO: Ronan Gulstone
Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Chief, Government Contracts Section
Commercial Di
DATE: May 29, 2020
SUBJECT: Certit ate of Legal Sufficiency for award of Option Year One between the
District and ALC Schools, LLC., under Cooperative Agreement between the
State of Texas, Region 4 Educational Service Center and ALC Schools, LLC.
(Contract No. #R190401)
Task Order Number: CW77341/ Mod 4
Contractor: ALC Schools, LLC,
Contract Not to Exceed Amount: 1,963,653.75 (NTE)
This 0s toCotify hal is ottice has reviewed the referenced contract
and that we have found it to be legally sufficient. Ifyou have any questions, please do not
hesitate to call me at 724-4018.
lH2
Robert Schildkraut
441 Fourth Street, NW, Suite 1100S, Washington, D.C. 20001, (202) 727-3400, Fax (202) 741-0580
T REGUSTTON HOMER Tice
GOVERNMENT OF THE DISTRICT OF COLUMBIA
TASK ORDER/DELIVERY ORDER FOR SERVICES RK140469 1of5
OFFEROR TO COMPLETE
TETHERORDER RGREERENT NO,BLOCKS|18SaarGTETSG
8 29, ate] CONTRACT OVER SOLEATONWINER] & SOUTTATON BSUE ATE
(CW77341 See 30C below Texas Contract N/A N/A
#R190401
FOR SET TOR RFORNATION [AWARE ETEEFIONE poco TOFRRDUE
DE]
saen Anthonisher Fel 202-741-8849
Ena
Salts afeltonadcaoy nthonisha Felton 727
FAX NO. 202-727-8450
ope eae 0: TFRCQUETTON TSTDESTHATION