MURIEL BOWSER
MAYOR
June 17, 2024
Honorable Phil Mendelson
ChairmanLett
Council of the District ofColumbia
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 202ofthe Procurement Practices Reform Act of 2010 (D.C. Official Code §
2-352.02), enclosed for consideration and approval by the Councilofthe District of Columbia is
proposed Modification No. M01 to Contract No. DCAM-23-NC-RFP-0005B with U Street
Parking, Inc., to exercise option year one in the not-to-exceed amount of $10,000,000. The
modification’s period of performance is from October 1, 2024 through September 30, 2025.
Under the proposed modification, U Street Parking, Inc., will continue to provide security guard
services, including management. tools, supplies, equipment, storage, vehicles, and labor, to ensure
effective performance at public education facilities located throughout the District of Columbia
pursuant to its agreement with the Department of General Services (“DG
My administration is available to discuss any questions you may have regarding the proposed
contract modification. In order to facilitate a response to any questions you may have, please
contact Delano Hunter, Director, DGS, or have your staff contract George G. Lewis, Chief of
Contracts and Procurement, DGS, at (202) 727-2800.
I look forward to the Council's favorable considerationof this contract modification.
Sincerely,
Miriel Bowser
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
(Options)
Armed/Unarmed Security Guard Personnel Services - Asset Class B [Public Education]
Exercise of Option Year 1
(A) Contract Number: DCAM-23-NC-RFP-0005B
Modification No. 1 to Exercise Option Year 1
Proposed Contractor: U Street Parking, Inc.
Proposed Contract Amount: Guaranteed Minimum: $250
Not-to-Exceed (“NTE”) amount: $10,000,000.00
Term of Contract: October 1, 2024, through September 30, 2025
Type of Contract: Indefinite Delivery/Indefinite Quantity (IDIQ)
(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:
Contract Base Year: DCAM-23-NC-RFP-0005B
Council Approval: CA25-0640, March 29, 2024
Contract Amount: Guaranteed Minimum: $250
NTE: $10,000,000
Exercise of Option Year 1: Proposed Modification No. 1
Proposed Contract Amount: Guaranteed Minimum: $250
NTE: $10,000,000
(C) A statement that the 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):
Page 2 of 2
The Citywide Clean Hands database indicates that the Contractor is current with its District
taxes. The relevant certification is attached.
(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 Office of the Chief Financial Officer has certified that the guaranteed minimum value of
$250 of proposed Modification No. 1 is within the appropriated budget authority for the agency
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 been determined not to 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;
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:
Based upon a certification from the Contractor, the Contractor has been determined not to be in
violation of D.C. Official Code § 1-1163.34a; and will not be in violation of D.C. Official Code
§ 1-1163.34a.
________________________________________________________________________
Department of General Services 3924 Minnesota Avenue NE, Washington DC 20019
Government of the District of Columbia
Office of the Chief Financial Officer 1101 4th Street, SW
Office of Tax and Revenue Washington, DC 20024
Date of Notice: May 24, 2024 Notice Number: L0011883772
U STREET PARKING INC FEIN: **-***9670
1208 9TH ST NW Case ID: 7230009
WASHINGTON DC 20001-4202
CERTIFICATE OF CLEAN HANDS
As reported in the Clean Hands system, the above referenced individual/entity has no outstanding
CO
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)
PY
§ 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.
1101 4th Street SW, Suite W270, Washington, DC 20024/Phone: (202) 724-5045/MyTax.DC.gov
Memorandum
To: Delano Hunter
Director
From: Antoinette Hudson Beckham
Agency Fiscal Officer
Reference: Armed/Unarmed Security Guard Personnel Services - Asset Class A [Parks and
Recreation]
Contract Number: DCAM-23-NC-RFP-0005B, Option Year One (OY1)
Contractor: U Street Parking, Inc.
Base Period Value: Guaranteed Minimum Order Amount - $250
Estimated NTE Maximum - $10,000,000
Date: June 7, 2024
Subject: Fiscal Sufficiency Review
In my capacity as the Agency Fiscal Officer of the Department of General Services (the
“Department”), I hereby certify that Contract DCAM-23-NC-RFP-0005B for armed/unarmed
security guard personnel services – Asset Class B – Public Education (the “Contract”) in the
Option Year One (“OY1”) minimum ordering amount of $250 is consistent with the FY2025
DGS budget. The funds are included in the District’s Local Budget and Financial Plan
submitted to Congress by the Chairman of the Council to the Speaker of the House of
Representatives for Fiscal Year 2025.
The agreement with U Street Parking, Inc. will have a guaranteed minimum ordering amount of
$250 and an estimated aggregate OY1 maximum value up-to $10,000,000. Funds supporting
individual task orders, if any, will be certified at the time of task order issuance and will be subject
to availability of funding in the Fiscal Year 2025 approved budget.
Antoinette Hudson-Beckman
Agency Fiscal Officer
Department of General Services
GOVERNMENT OF THE DISTRICT OF COLUMBIA
DEPARTMENT OF GENERAL SERVICES
OFFICE OF THE GENERAL COUNSEL
MEMORANDUM
TO: Tomás Talamante
Director, Office of Policy and Legislative Affairs
FROM: Kristen Walp
Senior Assistant General Counsel
SUBJECT: Legal Sufficiency Certification
Proposed Modification No. 1 to Armed/Unarmed Security Guard Personnel
Services – Asset Class B [Public Education]
Contract Number: DCAM-23-NC-RFP-0005B
Contractor: U Street Parking, Inc.
DATE: June 12, 2024
_____________________________________________________________________________
This is to certify that this Office has reviewed the above-referenced proposed Modification No. 1
and has found it to be legally sufficient, subject to submission of: (i) any required materials to
Council for 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, Washington, DC 20019 | Telephone (202) 727-2800 | Fax (202) 727-7283
1. Contract Number Page of Pages
MODIFICATION OF CONTRACT DCAM-23-NC-RFP-0005B 1 3
2. Modification Number 3. Effective Date 4. Requisition/Purchase Request No. 5. Contract Caption
Armed/Unarmed Security Guard Personnel
M01 1-Oct-2024 TBD BY TASK ORDER
Services Asset Classes B [Public Education]
6. Issued By: 7. Administered By (If other than line 6)
Department of General Services Department of General Services
Contracting and Procurement Division Protective Services Division
3924 Minnesota Avenue NE, 5th Floor 3924 Minnesota Avenue NE, 3rd Floor
Washington, DC 20019 Washington, DC 20019
Attention: Kianna Shepherd (202) 360-7207 kianna.shepherd@dc.gov Attention: Rose Parra PH: (202) 698-8670 EMAIL: rose.parra@dc.gov
8. Name and Address of Contractor (No. Street, city, country, state and ZIP Code) 9A. Amendment of Solicitation No.
U STREET PARKING, INC. 9B. Dated (See Item 11)
1503 9TH STREET NW
Washington, D.C. 20001 10A. Modification of Contract/Order No.
DCAM-23-NC-RFP-0005B
X
10B. Dated (See Item 13)
ATTN: Henok Tesfaye (202) 265-0010 henok@uspholdings.com April 11, 2024
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-0005B 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.)
Armed/Unarmed Security Guard Personnel Services Asset Classes B [Public
Contract No. DCAM-23-NC-RFP-0005B is hereby modified as follows:
Education]
1. In accordance with Section F.2.1 Option Year, the District hereby exercises Option Year One (OY1) of the Contract. The Contract Period
of Performance is October 1, 2024 through September 30, 2025.
2. In accordance with Section B.4.2 Contract Price/Compensation, the Department will order and the Contractor shall deliver at least the
minimum of $250.00 and the maximum of $10,000,000.00 in services during the Option Year One (OY1) period of performance, in
accordance with the firm-fixed, fully loaded labor rates established in Exhibit A - OY1 Service Schedule Estimates.
3. The US Department of Labor Wage Determination Schedule No. 2015-4281 Rev No. 29 dated April 11, 2024 is hereby incorporated as
Exhibit B to Modification No. 1. The Contractor agrees and acknowledges that it shall be in compliance with the most current
requirements of the US Department of Labor Wage Determination Schedule which is applicable on the effective date of the modification.
Thus, the Contractor agrees and acknowledges that the most current requirements of the US Department of Labor Wage Determination
Schedule shall be incorporated into the Contract via a subsequent modification.
4. The Contractor agrees and acknowledges that is 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 – 2-220.1, that are applicable on the effective date of the Modification No. 1 and
incorporated as Exhibit C . 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.
5. The continuation of services beyond September 30, 2024 is subject to the availability of FY25 appropriated budget funding.
6. 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.
7. ALL OTHER TERMS AND CONDITIONS OF THIS CONTRACT NO.: DCAM-23-NC-RFP-0005B REMAIN UNCHANGED.
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
Henok Tesfaye, CEO KIANNA SHEPHERD
CONTRACTING OFFICER
15B. Name of Contractor 15C. Date Signed 16B. District of Columbia 16C. Date Signed
6/10/24
(Signature of Contracting Officer)
(Continuation)
Contract Number Modification No. Page of Pages
DCAM-23-NC-RFP-0005B M01 2 3
1. Base Year April 11, 2024 through September 30, 2024
a. Not to Exceed Value $10,000,000.00
$10,000,000.00