MURIEL BOWSER
MAYOR
September 18, 2023
Honorable Phil Mendelson
Chairman
Councilofthe District of Columbia
John A. Wilson Building
1350 Pennsylvania Avenue, NW, Suite 504
Washington, DC 20004
Dear Chairman Mendelson:
Pursuant to section 451 of the District of Columbia Home Rule Act (D.C. Official Code § 1-
204.51) and section 202 of the Procurement Practices Reform Act of 2010 (D.C. Official Code §
2-352.02), enclosed for consideration and approval by the Council of the District of Columbia is
proposed Modification No. M01 to Contract No. DCAM-23-NC-RFP-0009H with One Kare
Enterprise, LLC to exercise option year one in the not-to-exceed amountof$3,023,688.55. The
period of performance is from October 1, 2023, through September 30, 2024.
Under the proposed modification, One Kare Enterprise, LLC will continue to provide
comprehensive janitorial and related supplemental services.
My administration is available to discuss any questions you may have regarding the proposed
contract. In order to facilitate a response to any questions you may have, please contact Delano
Hunter, Acting Director, Department of General Services (“DGS”), or have your staff contact
George G. Lewis, DGS’s Chie of Contracts
f and Procurement, at (202) 727-2800.
I look forward to the Council’s favorable considerationofthis contract modification.
Sincerely,
Murifl BowSer
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
Pursuant to Section 202(c-1) of the Procurement Practices Reform Act of 2010, as amended, D.C.
Official Code § 2-352.02(c-1), the following contract summary is provided:
COUNCIL CONTRACT SUMMARY
(Options)
Modification No. M01 to Exercise Option Year One (“OY1”) of Contract for
City-wide Comprehensive Janitorial and Related Supplemental Services
(A) Contract Number: DCAM-23-NC-RFP-009H
Modification No. M01 to Exercise Option Year
One
Proposed Contractor: One Kare Enterprise, LLC
Contract Amount (Option Period): Not-To-Exceed (“NTE”): $3,023,688.55
Term of Contract (Option Period): October 1, 2023, through September 30, 2024
Type of Contract: Firm-Fixed Price Contract with a Cost Reimbursement to
be paid on a Firm-Fixed per Service and Time and Material
Basis
(B) Identifying number of the underlying contract, including the identifiers assigned to the
underlying contract by the Council for the base period and any subsequent option periods:
Base Period: NTE Amount: $921,927.50
Option Year One: Proposed Modification No. M01
NTE Amount: $3,023,688.55
(C) A statement that Citywide Clean Hands database indicates that the proposed contractor is
current with its District taxes. If the Citywide Clean Hands Database indicates that the
proposed contractor is not current with its District taxes, either: (1) a certification that the
contractor has worked out and is current with a payment schedule approved by the District; or
(2) a certification that the contractor will be current with its District taxes after the District
recovers any outstanding debt as provided under D.C. Official Code § 2-353.01(b):
The Citywide Clean Hands database indicates that the Contractor is current with its District taxes.
The applicable Clean Hands certification for the Contractor accompanies this Council Package.
1
(D) A statement that the proposed contract is within the appropriated budget authority for the
agency for the fiscal year and is consistent with the financial plan and budget adopted in
accordance with D.C. Official Code §§ 47-392.01 and 47-392.02:
The Fiscal Officer has certified that the proposed Contract Modification is within the appropriated
capital and operating budget authority for the agency for the fiscal year 2024 and is consistent with
the financial plan and budget adopted in accordance with D.C. Official Code §§ 47-392.01 and 47-
392.02. The applicable Fiscal Sufficiency certification accompanies this Council Package.
(E) A certification that the proposed contractor has not been determined to be in violation of D.C.
Official Code § 1-1163.34a:
Based upon a certification from the Contractor, the Contractor has not been determined to be in
violation of D.C. Official Code § 1-1163.34a.
2
()8784ÿÿ458ÿ 474ÿÿ*
+8ÿÿ458ÿ58ÿ *ÿ+87 0010ÿ345ÿ6478849ÿ6
+8ÿÿ,-ÿ.ÿ/8)88ÿ 549ÿÿ113
48ÿÿ48 684887ÿ09ÿ1 48ÿ87110101
+!ÿ01/!ÿ!,!/2/"6!ÿ !"ÿ##$###%&
01ÿ(ÿ6,ÿ!ÿ63",!ÿ11 8ÿ"ÿ0
164"(,+ÿÿÿ111
ÿ ÿ
?@ABCDC?EB@ÿGDÿ?H@EIÿJEIKL
1 ÿ78748.ÿÿ458ÿ*8ÿ4 .ÿ7489ÿ458ÿ)8ÿ788788.ÿ.).*M8447ÿ5 ÿÿ44.
**47ÿN45ÿ458ÿ 474ÿÿ* ÿ+8ÿÿ,-ÿ.ÿ/8)88ÿ7ÿ458ÿ87484ÿÿ!*784
687)8;ÿ1 ÿÿ458ÿ.48ÿ)89ÿ458ÿ.).*M8447ÿ5 ÿ*8.ÿN45ÿÿ.8ÿOÿ3$&9ÿÿ4587878
45 ÿ87448ÿÿ*8ÿ4 .ÿÿ 8.;
,",!ÿ3;ÿ,1P1,"+9ÿ"!6"(9ÿ2!/8",69ÿ166!668!,69ÿ1ÿ!!6
412,!/ÿ&ÿ(!!/1ÿ"!6!
635412,!/ÿ"";ÿ!1ÿ416ÿ5! +/!ÿ/!!"="(ÿ1ÿ"!6!ÿ+/ÿ2!/8",
;;ÿ+!ÿOÿ3$&ÿQ11R
Oÿ3$&ÿ2/+4"5","+ÿ1(1"6,ÿ"6631!ÿ+ ÿ"!6!ÿ+/ÿ2!/8",
145768.ÿ57ÿ88*.ÿ98:
575ÿ589ÿ**84ÿ.ÿ!7884ÿ1. 474
,ÿ)*.48ÿ45 ÿ874489ÿ*8 8ÿ) 4ÿ87,-;;);ÿ+ÿ458ÿ87,-ÿÿ5889ÿ*:ÿ458
<= *.48ÿÿ87448ÿÿ*8ÿ4 .>ÿ5787*:ÿ.87ÿ458ÿ*8ÿ4 .ÿ84;
SSTSÿUVWÿLVXYYVÿLZ[ÿL\]VYÿZ^_T[ÿZ`aW]bcVdb[ÿK?ÿ^TT^UefWdbYgÿh^T^iÿ_^UjkTUkelmB`noK?ocdp
ÿ
Memorandum
To: Delano Hunter
Acting Director
From: Antoinette Hudson-Beckham
Agency Fiscal Officer
Reference: One Kare Enterprise, Inc.
Exercise of Option Year One (OY1) – Proposed Modification No. 01 to Contract
Number: DCAM-23-NC-RFP-0009H | City-Wide Comprehensive Janitorial and
Related Supplemental Services
Date: September 13, 2023
Subject: Fiscal Sufficiency Review
The proposed Modification No. 01 to the Contract for City-Wide Comprehensive Janitorial and
Related Supplemental Services (thereafter, the “Services”) with One Kare Enterprise, Inc. (the
“Contractor”) has a Not-to-Exceed (“NTE) value of $3,023,688.55 for Fiscal Year 2024 (a total
NTE of $2,773,688.55 for basic services and a $250,000.00 ordering ceiling for cost
reimbursable, supplemental services). The Contractor will provide the Services covering a period
from October 1, 2023 through September 30, 2024.
As the Agency Fiscal Officer of the Department, I hereby acknowledge that the Mayor’s
Proposed Fiscal Year 2024 Budget for the Department includes funds for the proposed
modification to the Contract with One Kare Enterprise, LLC. in the amount of $3,023,688.55.
However, I am unable to certify these funds until final approval of the District’s FY 2024 Budget
and Financial Plan.
Page 2 of 2
Sum of
FUND AGENCY PROGRAM PROGRAM_DETAILS COSTCENTER ACCOUNT PROJECT RK/PO
FY24
FACILITIES - PARKS
1010001 AM0 500056 50098 7121011 N/A 510,003.60
AND RECREATION
HOMELESS
SERVICES
1010001 JA0 700186 70350 7121011 400564 623,407.20
CONTINUUM -
GENERAL
FACILITIES -
1010001 AM0 500054 GOVERNMENT 50098 7121011 N/A 733,659.75
OPERATIONS
FLEET
1010001 GO0 500055 MANAGEMENT - 40260 7121011 400465 906,618.00
GENERAL
City-wide Basic Service Janitorial Fiscal Certification 2,773,688.55 TBD
FACILITIES - PARKS
1010001 AM0 500056 50098 7121011 N/A 45,967.99
AND RECREATION
HOMELESS
SERVICES
1010001 JA0 700186 70350 7121011 400564 56,189.37
CONTINUUM -
GENERAL
FACILITIES -
1010001 AM0 500054 GOVERNMENT 50098 7121011 N/A 147,842.64
OPERATIONS
City-wide Cost Reimbursable Janitorial Fiscal Certification 250,000.00 TBD
Total City-wide Janitorial Fiscal Certification 3,023,688.55 TBD
Department of General Services 2000 14th Street, NW, Washington D.C. 20009
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
___________________________________________________________________________
OFFICE OF THE GENERAL COUNSEL
MEMORANDUM
TO: Thomas Wells
Director, Office of Policy and Legislative Affairs
FROM: Kristen Walp
Senior Assistant General Counsel
SUBJECT: Legal Sufficiency Certification
Modification No. M01 to Exercise Option Year One of the Contract for
for City-Wide Comprehensive Janitorial and Related Supplemental Services
Contract Number: DCAM-23-NC-RFP-0009H
Contractor: One Kare Enterprise, LLC
DATE: September 13, 2023
_____________________________________________________________________________
This is to certify that this Office has reviewed the above-referenced proposed Modification No.
M01 and has found it to be legally sufficient, subject to submission of: (i) any required materials
and Council approval; (ii) Council’s approval of the same; and (iii) a Fiscal Certification issued
by the Department of General Services’ Agency Fiscal Officer.
Please feel free to contact me at (202) 727-2800 with any questions.
____________________________
Kristen Walp
Senior Assistant General Counsel
3924 Minnesota Avenue NE, 6th Floor, Washington DC 20019 | Telephone (202) 727-2800 |Fax (202) 727-7283
1. Contract Number Page of Pages
MODIFICATION OF CONTRACT DCAM-23-NC-RFP-0009H 1 2
2. Modification Number 3. Effective Date 4. Requisition/Purchase Request No. 5. Contract Caption
City-wide Comprehensive Janitorial and Related
M01 1-Oct-2023 TBD Supplemental Services
6. Issued By: 7. Administered By (If other than line 6)
Department of General Services Department of General Services
Contracting and Procurement Division Contracts and Procurement Division
2934 Minnesota Avenue, NE 2934 Minnesota Avenue, NE
Washington, DC 20019 Washington, DC 20019
Attention: Ashley Willis 202.379.8951 ashley.willis@dc.gov Attention: Vaughn Wallace PH: 202.481.3442 EMAIL: vaughn.wallace@dc.gov
8. Name and Address of Contractor (No. Street, city, country, state and ZIP Code) 9A. Amendment of Solicitation No.
One Kare Enterprise, LLC 9B. Dated (See Item 11)
10 G Street NE
Washington, D.C. 20002 10A. Modification of Contract/Order No.
DCAM-23-NC-RFP-0009H
X
Attention: Selamawit Tewolde | 301.675.7003 | onekarellc@gmail.com 10B. Dated (See Item 13)
May 30, 2023
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.
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 1 copies of the amendment: (b) By acknowledging receipt of this
amendment on each copy of the offer submitted; or (c) By separate letter or fax which includes a reference to the solicitation and
amendment number. FAILURE OF YOUR ACKNOWLEDGEMENT 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 change may be made by letter or fax, provided each letter 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)
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
date, etc.) set forth in item 14.
C. This supplemental agreement is entered into pursuant to authority of:
D. Other (Specify type of modification and authority) Contract DCAM-23-NC-RFP-0009H and Title 27 DCMR Sections 4727
X
E. IMPORTANT: Contractor is not, X is required to sign this document and return 1 copy to the issuing office.
14. Description of modification (Organized by UCF Section headings, including solicitation/contract subject matter where feasible.)
Contract No. DCAM-23-NC-RFP-0009H City-wide Comprehensive Janitorial and Related Supplemental Services is hereby modified as follows:
1. In accordance with Section F.2 Option To Extend The Term of the Contract, the District hereby fully exercises Option Year One (OY1). The Contract Period
of Performance is October 1, 2023 through September 30, 2024.
2. The Total Firm Fixed, Fully Loaded Price for Basic Services is $2,773,688.55. The Cost Reimbursement Component for Supplemental Services is
$250,000.00. The Total Contract Not-To-Exceed Value for Option Year One (OY1) is $3,023,688.55 in accordance with the Contractor's Price Schedule,
Exhibit A.
3. CONTRACT RECAP: The total Contract ceiling for Basic Services and Cost Reimbursement Services against this Contract during Option Year One (OY1)
shall Not-Exceed $3,023,688.55 .
4. The US Department of Labor Wage Determination Schedule No.2015-4282 Rev No. 27 dated June 30, 2023 is hereby incorporated Exhibit B by this
Modification No. 01.
5. The Contractor agrees and acknowledges that it shall be in compliance with the most current requirements of the District of Columbia Living Wage Act of
2006, D.C. Official Code §§ 2-220.01 – 2-220.11, that are applicable on the effective date of the Contract. Thus, the Contractor agrees and acknowledges
that the most current requirements of the Living Wage Act of 2006 shall be incorporated into the Contract via a subsequent modification.
6. All other Terms and Conditions of Contract DCAM-23-NC-RFP-0009H remain unchanged.
7. RELEASE: It is mutually agreed that in exchange for this Modification and other consideration, the Contractor hereby releases, waives, settles, and holds
the Department harmless from any and all actual or potential claims or demands for delays, disruptions, additional work, additional time, additional costs,
contract extensions, compensation, or liability under any theory, whether known or unknown, that the Contractor may have now or in the future against the
Department arising from or out of, as a consequences or result of, relating to or in any manner connected with this Modification, the above-referenced
Services, and the work provided pursuant to the Agreement.
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
Domonique L. Banks
Elssa Solomon Supervisory Contract Specialist | Contracting Officer
15B. Name of Contractor 15C. Date Signed 16B. District of Columbia 16C. Date Signed
(Signature of person authorized to sig