MURIEL BOWSER
MAYOR
September 17, 2020
The Honorable Phil Mendelson
Chairman
Council of 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 Council of the District of Columbia is the proposed Fiscal Year 2020-
2021 Annual Capital Transportation Plan for All Sources (Plan).
Pursuant to Mayor's Order 96-130 and a Memorandum of Agreement (Agreement), dated June 6, 1996,
entered into by and between the Federal Highway Administration, the Government of the District of
Columbia (District) and the now defunct District of Columbia Financial Responsibility and Management
Assistance Authority, the District was required to develop and implement a process for the expeditious
review and approval of Federal-aid Highway contracts. In accordance with clause 5 of the Agreement, the
District Department of Transportation was required to submit a Plan of Federal-aid Highway projects to
the Council for review and approval. Approval of the Plan is deemed approval of the individual contracts
that make up the Plan. This process continues to be used in order to ensure the expeditious review and
approval of District Federal-aid Highway contracts.
I am 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 Marc Scott, Chief Operating
Officer of the Office of Contracting and Procurement, at (202) 724-8759.
I look forward to the Council's favorable consideration of this contract.
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of Contracting and Procurement
COUNCIL CONTRACT SUMMARY
Pursuant to section 202(c) 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 following contract summary is
provided:
(A) The proposed contractor, contract amount, unit and method of compensation,
contract term, and type of contract:
The District of Columbia (District), by Memorandum of Agreement, dated June 6, 1996
committed to the award of Federal Highway Administration (FHWA) contracts within 45
days. The memorandum required the District Department of Transportation (DDOT) to
submit an annual program of FHWA projects to the District of Columbia Council and the
now defunct District of Columbia Financial Responsibility and Management Assistance
Authority for their review and approval. Since most of the proposed projects have not
been solicited, the exact name of contractors, contract award amount and types, unit and
method of compensation and contract terms are not known.
(B) 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 DDOT utilizes FHWA and matching District Highway Trust Funds to finance a
myriad of procurement initiatives that touch every resident within the District of
Columbia. Projects included in this years program include, but are not limited to:
1. bridge design, construction, inspection and risk assessment;
2. street design and construction;
3. streetlight system upgrading;
4. preservation, preventative maintenance and upgrade of District tunnels;
5. pedestrian bridge and trails construction;
6. streetscape improvements;
7. pavement restoration;
8. safety improvements;
9. traffic signal improvements;
10. underground utility improvements, and
11. various transportation studies financed with FHWA funds.
55 M Street S.E., 7th Floor, Washington DC 20003 Telephone: 202-671-2270
Economic Impact: Improvements in streetscape, signage, street design and parking will
improve the attractiveness of areas for both residential and commercial development,
improve traffic flow, and decrease pedestrian fatalities.
Social Impact: The transportation system plays a major role in the city's enhanced quality
of life, its attractiveness as a residential and business location, its opportunities for
entrepreneurship, and its position as the Nation's Capital and the cultural entertainment
core of the region. The proposed list of projects is designed to maintain and/or build upon
the citys transportation system. They will promote the safe and efficient movement of
people and goods with the goal of balancing all forms (automotive, bicycle, light-rail) of
transportation.
(C) The selection process, including the number of offerors, the evaluation criteria, and
the evaluation results, including the price and technical components:
DDOT utilizes the competitive sealed bid procedure to procure construction services. It
uses the competitive sealed proposal or the request for qualifications process to procure
design, construction management, and asset management services and engineering
studies. Projects in this program will continue to be procured in this manner. DDOT does
not anticipate utilizing the sole source procurement method for establishing a contract;
however, should the need occur DDOT will seek approval from the District's Chief
Procurement Officer prior to entering into such a contract.
(D) The background and qualifications of the proposed contractor, including its
organization, financial stability, personnel, and prior performance on contracts with
the District government:
Due to the varied types of projects included, proposed contractors will come from a
variety of backgrounds. However, the contracting officer shall make a determination of
contractors responsibility in accordance with District regulations prior to awarding each
contract.
(E) Performance standards and the expected outcome of the proposed contract:
Contract documents for each project will include individualized specifications to be
adhered to by the construction and services contractors. Other projects listed in the
program contain specific deliverables, milestones, and measures to be attained by the
contractor. DDOT staff will monitor all projects to ensure strict adherence to these
performance standards.
(F) 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 Associate Chief Financial Officer (ACFO) has provided the requisite certification.
Additionally, the ACFO will certify to the availability of funds for each contract prior to
award of the contract.
2
(G) A certification that the proposed contract is legally sufficient, including whether the
proposed contractor has any currently pending legal claims against the District:
All United States Department of Transportation (US DOT) funded contracts that are
competitively bid are exempt from review by the Office of the Attorney General (OAG);
nevertheless, the OAG retains review authority for negotiated services contracts in excess
of one million dollars. The OAG, where applicable, will make a certification of legal
sufficiency prior to contract award.
(H) A certification that the proposed contractor is current with its District and federal
taxes or has worked out and is current with a payment schedule approved by the
District or federal government:
All required administrative approvals, excluded parties reviews and tax clearances are
obtained prior to contract award.
(I) 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, effective October 20, 2005
(D.C. Law 16-33; D.C. Official Code 2-218.01 et seq.):
Because these projects are funded with US DOT dollars, the federal disadvantaged
business enterprise regulations (Title 49 CFR, Part 26) take precedence over state and
local regulations. As a result, the Districts regulations regarding the use of certified
local, small or disadvantaged business enterprises do not apply; however, federal
disadvantaged business enterprise goals are set for each construction and construction-
related services solicitations and the DDOT encourages contractors to use such District
certified business enterprises whenever possible.
(J) Other aspects of the proposed contract that the Chief Procurement Officer
considers significant:
Contractors are required to adhere to all applicable federal affirmative action, labor and
wage provisions.
(K) 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:
Prior to contract award, the Federal Debarment Status Listing and the District Office of
Contracting and Procurements Excluded Parties List are reviewed to determine that a
proposed contractor has not been debarred or suspended.
3
GOVERNMENT OF THE DISTRICT OF COLUMBIA.
OFFICE OF THE CHIEF FINANCIAL OFFICER
r=
GovernmentServices Chster
FINANCIAL PLAN AND BUDGET CERTIFICATION
Contract No. Various
Contract Name: FY-2020 and FY-2021 Capitol Transportation Plan of
Federal-Aid Contracts
Contractor: Varies
Funding Source: Federal Highway Administration and the District of
Columbia Transportation Trust Fund
Organization Code: KAO
Year of Appropriation: 2020 and 2021
foscaia Skinner, Agency Fiscal Officer, OCFO, herebycertify that the above referenced plan of
contracts for transportation related projects is consistent with the applicable approved
Memorandum of Agreement between the Federal Highway Administration and the
Government of the District of Columbia. Further, | certify that certification of funds will be
made prior to award of any contract or modification on this plan.
Calvin Skinner Date
Seency Fiscal Officer, OCFO
55 M Street, S.E., Washington, DC 20003 Telephone: (202) 671-2300
FY2020-FY2021 Plan of Transportation Contracts 2020
Obligation Estimated Federal Project
Title Ward Project Phase DC Number Location
Year Amount Percentage Advertisement
14th Street, SW between
Approach Bridges to 14th Street Bridge 2 2021 CE TBD Independence Ave and the $ 3,000,000 80%
Potomac River
14th Street, SW between
Approach Bridges to 14th Street Bridge 2 2021 Construction TBD Independence Ave and the $ 25,000,000 80%
Potomac River
14th Street, SW between
Approach Bridges to 14th Street Bridge 2 2020 Design MRR32A Independence Ave and the $ 1,000,000 80%
Potomac River
Description: Rehabilitation of the bridge sub/superstructures and approach roadway improvements.
Spring Road NW to Shepherd
16th St Bridge over Piney Branch Rd NW Rehabilitation 4 2021 Construction TBD $ 15,000,000 80%
Street NW
Spring Road NW to Shepherd
16th St Bridge over Piney Branch Rd NW Rehabilitation 4 2021 CE TBD $ 1,200,000 80%
Street NW
Description: Rehabilitation of 16th Street Bridge over Piney Branch Parkway, NW, Bridge No. 0022, to include deck repair, utlity replacement to preserve the
integrity and extend the life of the masonry and reinforced concrete arch superstructure. Completion of the interior safety walkways, and railings.
Multiple
16th Street NW Bus Lanes 2020 CE MRRB5A Arkansas Ave NW to H Street NW $ 2,000,000 80%
Wards
Multiple
16th Street NW Bus Lanes 2020 Construction MRRB5A/LMC01C Arkansas Ave NW to H Street NW $ 12,000,000 80%
Wards
Description: The project will improve transit performance and reliability on 16th Street NW between H Street and Arkansas Avenue.
2860 South Capitol Street Electric Bus Facility
8 2021 Construction TBD 2860 South Capitol Street $ 10,832,986 80%
Improvements
Description: The facility will be planned for a minimum 28-vehicle capacity and future expansion. DDOT is undertaking a separate solicitation to obtain design
services for the site. The selected consultant will determine the maximum number of vehicles that can be stored at the site, and complete engineering
for the pavement, structural, and utility elements for both sectors of the facility.
ADA Asset Inventory and Compliance Evaluation CW 2020 Design PM0G5A City Wide $ 1,000,000 80%
Description: Work includes asset inventory and evaluation for ADA compliance, accessibility, for assets in the public right of way, including sidewalks, wheelchair
ramps, crosswalks and bus stops.
ADA Compliance Improvements CW 2020 Construction MNT39A City Wide $ 2,000,000 80%
ADA Compliance Improvements CW 2021 Construction MNT39A City Wide $ 2,000,000 80%
Description: Scope of the project is to provide ADA compliance improvements on intersections per public request or as prioritize by the ADA Asset Inventory. The
project will reconstruct improvements to the sidewalks, curb ramps, bus stops, crosswalks and other assets within the public right of way.
Alabama Ave from MLK Ave to Bowen Rd SE
7,8 2020 Design PM05KA/LMS08C MLK Ave to Bowen Rd SE SE $ 2,932,000 83%
Reconstruction and Safety Improvements
Description: Implement recommendation from Alabama Avenue Corridor Safety Study and full depth reconstruction of roadway
June 19, 2020 1 of 21
FY2020-FY2021 Plan of Transportation Contracts 2020
Obligation Estimated Federal Project
Title Ward Project Phase DC Number Location
Year Amount Percentage Advertisement
Alabama Ave from MLK Ave to Bowen Rd SE Safety
7,8 2021 Design TBD MLK Ave to Bowen Rd SE SE $ 2,795,795 80%
Improvements
Alabama Ave from MLK Ave to Bowen Rd SE Safety
7,8 2021 Construction TBD MLK Ave to Bowen Rd SE SE $ 2,776,000 80%
Improvements
Description: This project will include preliminary planning and engineering design (30 percent) for Alabama Avenue from 7th Street SE to Ridge Road SE, a distance
of approximately four miles. The project includes the following elements: (1) development of current and planned improvement projects in the corridor,
(2) traffic analyses using SYNCHRO and VISSIM; (3) crash analysis, (5) alternatives developmen