February 18, 2021
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
Capital Funding
(A) Proposed Contract Number: DCKA-2019-C-0060
Proposed Contractor: Bay Town Painting, Inc.
Contract Amount: $1,634,900.00
Unit and Method of Compensation: Fixed Unit Price
Term of Contract: January 07, 2021 to January 06, 2022
Mod#5: January 07, 2021 to February 06, 2021
Mod#6: February 07, 2021 to February 28, 2021
Type of Contract: Indefinite Delivery Indefinite Quantity
Source Selection Method: Invitation for Bid (IFB)
(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: $937,570.00 (not-to-exceed)
Option Period 1 Amount: $1,634,900.00 (not-to-exceed)
Explanation of difference from base period (if applicable:
Option Period 2 Amount: $1,705,120.00 (not-to-exceed)
Explanation of difference from base period (if applicable:
Option Period 3 Amount: $1,762,900.00 (not-to-exceed)
Explanation of difference from base period (if applicable:
Option Period 4 Amount: $1,816,680.00 (not-to-exceed)
Explanation of difference from base period (if applicable:
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:
The District of Columbia Department of Transportation (DDOT)-Transportation Operations
Administration (TOA) has an ongoing need to continue the services of Bay Town Painting,
Inc. to clean deteriorated paint and removal of proper disposal of existing paint, rust mill
scale and hazardous waste, streetlight, and traffic signal poles throughout the District of
Columbia city-wide.
(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:
DDOT issued an IFB solicitation with fixed unit prices. Three bids were received on the
closing date. After tabulating the bids and after applying DSLBD CBE preference
percentage reduction, Bay Town Painting, Inc. was found to be the lowest, responsive,
responsible evaluated bidder bringing the evaluated total price to $7,857,170.00. BTP has
provided satisfactory past performance for DDOT and emerged as the lowest and
responsible bidder.
CBE
Offeror Bids Preference Evaluated Total
Offeror A $7,857,170.00 N/A $7,857,170.00
Offeror B $9,382,450.00 N/A $9,382,450.00
Offeror C $24,142,724.61 12% $21,245,597.66
(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:
N/A.
2
(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:
The proposed Contractor has been serving the greater Washington, D.C. area. Bay Town
Painting, Inc. has performed and completed maintenance painting of existing facilities such
as CSX, BGE, DDOT for Federal, State and Local governmental entities specializing in lead
abatement, high performance coatings, abrasive blasting, water blast cleaning and industrial
painting, high pressure wash surface preparation, sandblasting and abrasive/water blasting.
The Contractor has provided the same and similar services for the District for many years
and consistently receives positive performance ratings. The Contractor has a positive rating
from Dun & Bradstreet and is able to obtain personnel and equipment to perform the
necessary services and provisions stated in the 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:
The proposed Contractor has submitted a Subcontractor Plan Form identifying, (A&A
Premium Paint & Evcon, Inc.) as the intended subcontractors for the completion of 35% of
the value of the contract as a DSLBD-certified business enterprise.
(H) Performance standards and the expected outcome of the proposed contract:
The Contractor will perform all work related to the Streetlight and Traffic Signal Pole
Painting and Cleaning in accordance with the proposed contracts terms and conditions.
(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:
N/A.
(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 District Department of Transportation Agency Chief Fiscal Officer has certified capital
funds for Option Year 1 in the amount of $1,634,900.00 are available within the agencys
appropriated budget authority for FY2021, consistent with the financial plan budget.
(K) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
3
The proposed contract has been reviewed by the Office of the Attorney General and deemed
legally sufficient.
(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):
The Contractor is current with its District taxes as evidenced by the Citywide Clean Hands
Certification document dated, October 22, 2020.
(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:
The Contractor is current with its Federal taxes as evidenced by the fact that there are no
active exclusions or debts in the Federal System Award Management (SAM) database that
indicates compliance with all relevant Federal entities and SAM report dated, October 22,
2020.
(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 proposed Contractor is not a District-certified local business. The proposed Contractor
has been providing the services for the Streetlight and Traffic Signal Pole Painting contract.
The Contractor has received positive performance evaluations from the base year.
(O) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
N/A.
(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:
Bay Town Paining, Inc. is not debarred, as evidenced by the Federal and District of
Columbia Excluded Parties Lists dated October 22, 2020.
4
(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):
N/A.
(R) Where the contract, and any amendments or modifications, if executed, will be made
available online:
http://ocp.dc.gov
(S) Where the original solicitation, and any amendments or modifications, will be made
available online:
http://ocp.dc.gov
5
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: February 16, 2021 Notice Number: L0004812186
BAY TOWN PAINTING & MARINE REPAIR, INC FEIN: **-***4623
PO BOX 1679 Case ID: 687180
GLEN BURNIE MD 21060-1679
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 Marc Aronin
Chief, Collection Division
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
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
xk *
ATTORNEY GENERAL TS
KARL A. RACINE sera
Commercial Di
Government Contracts Section
MEMORANDUM
TO: Ronan Gulstone
Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Chief, Procurement Section
Commercial Division
DATE: December 17, 2020
SUBJECT: Award of Proposed Option Year 1
Traffic Signal Pole Painting and Cleaning Services Citlywide
Contractor: Bay Town Painting, Inc.
Contract No. DCKA-2019-C-0060
Total Not-to-Exceed Amount: $1,634,900.00
(PL-568921)
Thin inteCotify UWeA vis ortice has reviewed the above-referencedproposed
option year 1 and we have founditto be legally sufficient. Ifyou have any questions in this
regard, please do not hesitate to call me at 724-4018.
2 -Z
Robert Schildkraut
400 6 Street, N.W., Washington, D.C. 20001 (202) 724-4018
GOVERNMENT OF THE DISTRICT OF COLUMBIA
OFFICE OF THE CHIEF FINANCIAL OFFICE
di =
Government Services Cluster
FINANCIAL PLAN AND BUDGET CERTIFICATION
Contract No.: DCKA-2019-C-0060
Contract Name: Streetlight and Traffic Signal Pole Painting and
Cleaning
Contract Option: Option Year 1
Contractor: Bay Town Painting, Inc.
Contract Ceiling: $1,634,900.00
Certification Amount: $1,634,900.00
Funding Source: AD304C (Fund 0300)
Year ofAppropriation: 2003
Contract Year: 2021
|, Calvin Skinner, hereby certify that the amount of $1,634,900.00 is available for the
above referenced contract. The service is within the appropriate budget authority for the
agency for FY 2021 and is consistent with the applicable approved financial plan. Future
orders above the available funding are contingent upon the identification of additional
funding
ee ae h/r4
Calvin Skinner Date
Agency Fiscal Officer, OCFO
55 M Street, S.E., Washington, DC 20003 Telephone: (202) 671-2300
1. Contract Number Page of Pages
AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT DCKA-2019-C-0060 1 2
2. Amendment/Modification Number 3. Effective Date 4. Requisition/Purchase Request No. 5. Solicitation Caption
Modification No. 05 See Block 16C Streetlight and Traffic
Signal Pole Painting
Contract, Option Year #1
6. Issued by: Code 7. Administered by (If other than line 6)
Office of Contracting and Procurement District Department of Transportation
District Department of Transportation Transportation Operations Administration
55 M Street SE 7th Floor 55 M Street SE, Suite 500
Washington, DC 20003 Washington, D.C. 20003
8. Name and Address of Contractor (No. street, city, county, state and zip code) 9A. Amendment of Solicitation No.
Bay Town Painting, Inc. 9B. Dated (See Item 11)
137 Stahl Point Rd. 10A. Modification of Contractor/Order No.
Baltimore, Maryland 21226 X
DCKA-2019-C-0060
10B. Dated (See Item 13)
Code Facility
January 07, 2020
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 one (1) copy 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 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 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 CONTRACTORS/ORDERS ,
IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14
A. This change order is issued pursuant to (Specify Authority): 27 DCMR, Chapter 36, Section 3601.2(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 authority of: 27 DCMR 3601.2
Change Clause, 27 DCMR 2005.6(d) as amended
X D. Other (Specify type of modification and authority) 27 DCMR Chapter 20, Section 2091.1 & Chapter 36, Section 3601.3
27 DCMR 2008 Exercise of an Option
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.)
1. In accordance with Contract Section F.3.1 of the contract Option to Extend the Term of the Contract, for the provision of
Streetlight and Traffic Signal Pole Painting and Cleaning Streetlight upgrades and replacement of poles city-wide. The
District hereby partially exercises Option Year One to preserve the Option Year Period.
2. The period of performance shall be from January 07, 2021 through February 06, 2021.
3. No work shall be performed during the exercised partial option year one period of January 7, 2021 through February 06,
2021. It is a no cost partial Option Year One exercise.
Except as provided herein, all terms and condit