B
OARD OF PUBLIC WORKS
TABLE OF CONTENTS
OCTOBER 4, 2023
MEETING LOCATION: ONLINE & STATE HOUSE, GOVERNORS RECEPTION ROOM
100 STATE CIRCLE, ANNAPOLIS, MD 21401
Item
Section
page no.
Overall
page no.
SECRETARY’S AGENDA
1
Department of Aging
1
2-3
Department of Agriculture
2
4
Board of Public Works
5
5
Board of Public Works - PAAR
6
6-8
Board of Public Works - Wetlands
7
9-10
Department of Housing and Community Development
11
11-12
Maryland Environmental Service
14
13
Maryland Stadium Authority - Bonds
17
14-19
Maryland Stadium Authority
19
20
Morgan State University
32
21
Maryland Department of Health
34
APPENDIX
A1
Department of Human Services
APP1
A2
Department of the Environment
APP3
A3-A4
Morgan State University
APP5
A5
State Board of Elections
APP9
SUPPLEMENT
DEPARTMENT OF NATURAL RESOURCES/REAL PROPERTY
1
Local Parks and Playgrounds Infrastructure
DNR1
2
Program Open Space Local Share/Community Parks and
Playgrounds Program
DNR2 67
3
Community Parks and Playgrounds Program
DNR3
4-5
Program Open Space Local Share
DNR5
6
Conservation Reserve Enhancement Program
DNR6
7
Timber Sale
DNR8
8
Supplemental: Program Open Space Local Share
DNR9
SUPPLEMENT
UNIVERSITY SYSTEM OF MARYLAND
1
General Miscellaneous
USM1
2
University of MD, College Park
USM3
3
University of MD Baltimore
USM6
4-5
University of MD Global Campus
USM8
PAGE TWO
BOARD OF PUBLIC WORKS
TABLE OF CONTENTS
OCTOBER 4, 2023
Item
Section
page no.
Overall
page no.
MARYLAND DEPARTMENT OF TRANSPORTATION
1-2
Maryland Aviation Administration (MAA)
MDOT1
87
3-4
Maryland Transportation Authority (MDTA)
MDOT5
91
5-8
Maryland Transit Administration (MTA)
MDOT9
95
9
Motor Vehicle Administration (MVA)
MDOT16
102
10-20
State Highway Administration (SHA)
MDOT18
104
21
The Secretary’s Office (TSO)
MDOT43
129
DEPARTMENT OF GENERAL SERVICES/
OFFICE OF STATE PROCUREMENT
1-12
Capital Grants and Loans
OSP1
131
13-15
Construction
OSP13
143
16-18
Services
OSP45
175
19-23
Information Technology
OSP51
191
24
General Miscellaneous
OSP84
230
25
Real Property
OSP85
231
26-27
Tenant Lease
OSP93
239
28
Supplemental: Information Technology
OSP111
241
29
Supplemental: Information Technology
OSP113
243
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
Contact: Pamela Sidle 410-767-2116
pamela.sidle@maryland.gov
1. DEPARTMENT OF AGING
Senior Center Capital Improvement Grant
Recommendation: That the Board of Public Works approve the following grant for
construction of a Queens Anne’s County Family YMCA and Senior
Center.
Recipient: Queen Anne’s County
Project: Queen Anne’s County Family YMCA and Senior Center
210 Vincit Street, Centreville, MD
Amount: $800,000
Purpose: New Construction
Authority: MCCBL 2022
Funding Sources: Queen Anne’s County – local government $ 3,500,000
Individual and Foundation Funding $ 15,235,000
State Capital Grant $ 3,065,000
Department of Aging (this Item) $ 800,000
$ 22,600,000
Description: The Queen Anne’s County Family YMCA and Senior Center is a newly
constructed $22.6 million, 70,000 square foot facility in Centreville. The former senior center in
Centreville closed in 2011. This partnership with the YMCA of the Chesapeake will allow, once
again, for a senior center to be open in the centrally located region of the County. Older adults
will not only have access to nutrition and senor activity programs generally provided but will
also be able to utilize the health promotion and activity services of the YMCA. The shared
facility will also encourage the opportunity for older adults to socialize not only with other older
adults, but with others from the whole community.
The Maryland Department of Aging has determined that the cost includes sufficient amounts for
the project to conform to building, fire, accessibility for persons with disabilities, and other code
requirements, and that the project may be reasonably completed with the funds being requested.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
1
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
Contact: Jason Keppler 410-841-5864
jason.keppler@maryland.gov
2. DEPARTMENT OF AGRICULTURE
Maryland Agricultural Cost-Share Program - Grants
Recommendation: That the Board of Public Works approve funding for 17 individual grants
under the Maryland Agricultural Cost-Share Program.
Authority: "Cost-Sharing-Water Pollution Control," §§ 8-701 to 8-705,
Agriculture Article, Annotated Code of Maryland
COMAR 15.01.05
Amount: $389,200
Fund Source: MCCBL of 2021: Provide funds for assistance for the implementation of
best management practices that reduce soil and nutrient runoff from
Maryland farms. Item 21552
County Grantee Agreement # Amount
Allegany Tony Alfred Flanagan
AT-2024-2164 $22,000
AT-2024-2165 $6,300
Caroline Levi T. Hayman CR-2024-2170 $69,000
Carroll
Broadview Farms, Inc. MP-2024-2190 $32,900
Raymond W. Howes
MP-2024-2186 $22,600
MP-2024-2187 $4,800
MP-2024-2188 $1,800
Timothy L. Hatfield
RS-2024-2145 $14,200
RS-2024-2161 $34,600
Dorchester Neil T. D'adamo CR-2024-2134 $20,600
Frederick
Mary Jo York MP-2024-2179 $15,300
New Design Acres, LLC MP-2024-2166 $5,300
Harford Molly Hill Farms, LLC AT-2024-2058-R $9,600
Kent P. Thomas Mason PA-2024-2167 $45,000
Prince George's Chantal N. Brooks PA-2024-2035 $16,500
Talbot
Phillip E. Councell, Jr CR-2024-2178 $62,300
Timothy W. Wilkins CR-2023-2752 $6,400
2
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
2. DEPARTMENT OF AGRICULTURE (cont’d)
Remarks: The Maryland Department of Agriculture has determined that each of these projects is
eligible for cost-share funds. Each project has received technical certification from the appropriate
Soil Conservation District Office. The farmer has signed the cost-share agreement and accepts the
grant conditions.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
3
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
Contact: Jason Keppler 410-841-5864
jason.keppler@maryland.gov
3. DEPARTMENT OF AGRICULTURE
Maryland Agricultural Cost-Share Program- Additional Funding
Recommendation: That the Board of Public Works approve granting additional general
obligation bond proceeds to three grantees under the Maryland Agricultural
Cost-Share Program.
Authority: "Cost-Sharing-Water Pollution Control," §§ 8-701 to 8-705, Agriculture
Article, Annotated Code of Maryland; COMAR 15.01.05
Amount: $73,493.12
Fund Source: MCCBL of 2019: Provide funds for assistance for the implementation of
best management practices that reduce soil and nutrient runoff from
Maryland farms. Item 19344
County Recipient Agreement # Amount
Carroll Jeffrey S. White RS-2021-2455 $3,474.88
Frederick Agelaoa, LLC MP-2021-2518-C $63,431.34
Queen Anne’s F. Kevin Leaverton CH-2023-2505 $6,586.90
Remarks: The Maryland Department of Agriculture has determined that these projects are eligible
for cost-share funds. The projects have received technical certification from the appropriate Soil
Conservation District Office. The farmer has signed the cost-share agreement and accepts the grant
conditions.
Additional funds are requested for these projects to offset additional costs realized at the
completion of each project. These additional costs are a result of design changes required based
on site conditions encountered during construction.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
4
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
Contact: David Bohannon 410-260-7335
david.bohannon4@maryland.gov
4. BOARD OF PUBLIC WORKS
Compensation to Erroneously Confined Individuals
Recommendation: That the Board determine the reimbursement language in the releases
executed under the prior version of Section 10-501, State Finance and
Procurement Article, Annotated Code of Maryland excludes any amount
for attorney fees from the amount that triggers reimbursement.
Remarks: Under the previous version of Section 10-501 of the State Finance and Procurement
Article Annotated Code of Maryland, the Board used its discretion to require Erroneously
Confined Individuals to execute a release providing reimbursement to the State under certain
conditions. Paragraph 4 of the release template provides:
[Exoneree] further agrees that if, after receiving payment granted under this
Release, he then enters into a settlement agreement with any
individual or
governmental entity arising from the Occurrence for a sum greater than or equal
to $15 Million, he shall reimburse the State of Maryland for the sum of money
paid under this Release, up to and including the amount received in the
settlement agreement.
This provision does not explicitly address if any amounts paid directly to an individual’s attorney
should count towards the sum triggering reimbursement. Providing clarity on the Board’s view
of this provision will assist compensated individuals evaluate options as they pursue related
claims as contemplated by the release. Excluding attorney fees from the triggering sum would be
consistent with the current statute under the revisions made by the Walter Lomax Act.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
5
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
Contact: Gabriel Gnall 410-260-7335
gabriel.gnall@maryland.gov
5. BOARD OF PUBLIC WORKS
Procurement Agency Activity Report
Recommendation: That the Board of Public Works approve the Procurement Agency Activity
Report submitted by:
Department of General Services March - April 2023
Authority: COMAR 21.02.01.05
Remarks: The content of the reports may be accessed on the Board of Public Works website:
www.bpw.maryland.gov/Pages/PAAR.aspx
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
6
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
Contact: Bill Morgante 410-260-7791
bill.morgante@maryland.gov
6. BOARD OF PUBLIC WORKS
Wetlands Licenses
Recommendation: The Board of Public Works Wetlands Administrator recommends that the
Board grant licenses for projects involving filling in the navigable waters of
Maryland.
MDE: The Maryland Department of the Environment concurs with this
recommendation.
Authority: Section 16-202, Environment Article, Annotated Code of Maryland: “The
Board shall decide if issuance of the [tidal wetlands] license is in the best
interest of the State, taking into account the varying ecological, economic,
developmental, recreational, and aesthetic values [the] application
presents.” See also COMAR 23.02.04.
ANNE ARUNDEL COUNTY
23-0120 GUNTRAM WEISSENBERG LLCTo reduce shoreline erosion and provide
beach nourishment by removing stone groins, constructing and backfilling a
bulkhead, repairing a stone groin, constructing stone groins, and filling and
grading with sand to nourish a beach.
Gibson Island, Chesapeake Bay
Special conditions: Requirements for design and construction of groin, sequencing
the construction of bulkhead, and beach nourishment area construction.
BALTIMORE CITY
23-0217 THE NATIONAL AQUARIUMTo improve water quality and provide
interpretive information on wetland habitat to aquarium and Inner Harbor visitors
by constructing an observation-educational platform with gangways and benches,
installing floating wetlands connected to anchor piles, authorize a new gangway,
floating platform, and boatlift on an existing pier.
Baltimore, Baltimore Harbor
Special conditions: Requirements for marsh establishment area construction,
signing and acceptance of marsh maintenance plan, and downloading the USACE
Maryland State Programmatic General Permit (MDSPGP) Category A permit.
Wetlands Created: 5,882 square feet
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
7
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
Contact: Bill Morgante 410-260-7791
bill.morgante@maryland.gov
7. BOARD OF PUBLIC WORKS
Wetlands License - #23-0415 – Baltimore Gas and Electric Company (BGE)
Recommendation: The Board of Public Works’ Wetlands Administrator recommends the
Board:
(1) Grant a wetlands license for a project involving installation of two
new 6-inch conduits within a bore by horizontally directionally
drilling under 241 linear feet of State Tidal Wetlands,
and
(2) Assess annual compensation of $1,205 to be deposited into the MDE
Wetlands and Waterways Program Fund.
MDE: The Department of the Environment concurs with this recommendation.
Application received May 4, 2023
Comment period closed August 1, 2023
MDE Report and Recommendation received September 1, 2023
Authority: Section 16-202, Environment Article, Annotated Code of Maryland. “The
Board shall decide if issuance of the [tidal wetlands] license is in the best
interest of the State, taking into account the varying ecological, economic,
developmental, recreational, and aesthetic values [the] application
presents.” See also COMAR 23.02.04.01.C. and COMAR 23.02.04.12.E.
Compensation: This license contains a recommendation that the Board assess
compensation. The licensee seeks to install 2 new conduits under 241
linear feet of State Tidal Wetlands. The Wetlands Administrator
recommends annual compensation of $1,205 calculated as follows:
482 linear feet (2 conduits, 241 linear feet each) x $2.50 per linear foot*
of tidal wetland impact = $1,205.00
*COMAR 23.02.04.15.D(3)(a)
BALTIMORE CITY
23-0415 BALTIMORE GAS AND ELECTRIC COMPANY (BGE)To provide upgraded
electric and improved reliability by horizontally directionally drilling under State
tidal wetlands and assessing annual compensation.
Baltimore, Colgate Creek
Special conditions: Requirements for annual fee for cables under State tidal
wetlands, following guidelines set forth in Horizontal Direction Drill (HDD) Good
Practices Guidelines 4th Edition, contacting United States Coast Guard, Fifth
Coast Guard District, providing geotechnical data, completing and returning frac-
out Contingency Plan, providing an Independent Environmental Monitor, Monitor
responsibilities, providing pre-construction bottom elevations, pre-construction
meeting, protocol in event of a frac-out, sealing abandoned drill holes,
8
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
7. BOARD OF PUBLIC WORKS (cont’d)
23-0415 BALTIMORE GAS AND ELECTRIC COMPANY (BGE) (cont’d)
Special conditions (cont’d):
Specified drilling fluid composition, an inadvertent release of drilling fluid or a
pollution event, Licensee transfer of ownership, evaluating geotechnical data, and
providing either Delft Geotechnics or formation pressure calculations. Restrictions
on discharging runoff.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
9
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
Contact: Bill Morgante 410-260-7791
bill.morgante@maryland.gov
8. BOARD OF PUBLIC WORKS
Wetlands License -- #22-0721 – Maryland Department of Natural Resources
Mitigation
Recommendation: The Board of Public Works Wetlands Administrator recommends that the
Board:
(1) Grant a tidal wetlands license to construct a timber jetty, install
stone armoring, and place piles, and
(2) Require mitigation in the form of Phragmites removal and planting
native wetlands grasses and shrubs to offset impacts to SAV.
MDE: The Maryland Department of the Environment concurs with
the recommendations.
Application received June 23, 2022
Public comment period ended February 1, 2023
MDE Report and Recommendation September 1, 2023
Authority: Section 16-202, Environment Article, Annotated Code of Maryland: “The
Board shall decide if issuance of the [tidal wetlands] license is in the best
interest of the State, taking into account the varying ecological, economic,
developmental, recreational, and aesthetic values [the] application
presents.” See also COMAR 23.02.04.
Mitigation: Constructing a timber jetty, installing stone armoring, and placing piles will result in
impacts to 4,386 square feet of SAV. MDE recommends that the licensee mitigate for the 4,386
square feet of impact to SAV at a 6:1 ratio (COMAR 23.02.04.11.B) by removing Phragmites and
planting 26,500 square feet of native wetlands grasses and shrubs. The 26,500 square feet of native
wetlands grasses and shrubs exceeds the required mitigation amount of 26,316 square feet.
4,386 square feet of impact x 6 (6:1 ratio) = 26,316 square feet of required mitigation
CECIL COUNTY
22-0721 MARYLAND DEPT OF NATURAL RESOURCESTo improve navigable access
and reduce shoreline erosion by constructing a timber jetty, installing stone
armoring, placing piles with warning signage, and installing osprey platforms.
North East, Elk River
Special conditions: Requirements for design and construction of revetment,
maintaining mitigation site, and mitigation project construction. Restrictions on
use of asphalt rubble in revetment.
Wetland Enhanced: 26,500 square feet
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
10
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
Contact: Amanda Sadler 301-429-7780
amanda.sadler@maryland.gov
9. DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT
Recommendation: That the Board of Public Works approve the establishment of an
easement in favor of Ms. Geraldine M. Stoll, a neighboring landowner,
on a parcel of land subject to a deed of trust lien in favor of the
State.
Rental Housing Sections 4-401 et seq. of the Housing and Community
Works Authority: Development Article of the Annotated Code of Maryland, as
amended, and the regulations promulgated for the Multifamily
Bond Program at COMAR Chapter 05.05.02
Disposition Section 10-305, State Finance and Procurement Article,
Authority: Annotated Code of Maryland
Project Address: 1516 Claremont Street, Baltimore City, Maryland
Grantee: Ms. Geraldine M. Stoll
Consideration: $0
Remarks: The Community Development Administration, a unit of the Division of
Development Finance of the Department of Housing and Community Development, a principal
department of the State of Maryland, intends to provide a Rental Housing Works loan in the
amount of $3,500,000 to Perkins Homes Phase III, LLC, to assist in the acquisition and new
construction of Perkins Phase III-PSO Transformation Plan, a 152 unit affordable housing
project in Baltimore City.
The project owner will grant an easement over a portion of the land between Perkins II and
Perkins III that will serve as a driveway providing the sole point of access to the surface parking
lot of Perkins III (Project). The easement will be a 4,885 square foot portion of land, more or
less, that traverses in a north/south direction between the 1500 block of Pratt Street to the north
and the 1500 block of Claremont Street to the south between Perkins II to the west and Perkins
III (Project) to the east to provide vehicular and pedestrian access via a paved driveway. The
easement will be twenty four+ (24) feet in width and one hundred ninety seven)+ (197) feet in
length, more or less, within the proposed easement area.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
11
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
Contact: Amanda Sadler 301-429-7780
amanda.sadler@maryland.gov
10. DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT
Rental Housing Production Project Loan Program
Recommendation: That the Board of Public Works approve the termination and
modification of existing easements in favor of Marian House II LP
on a parcel of land subject to a deed of trust lien in favor of the State.
Prior Approval: Secretary’s Agenda, Item 9 (11/30/2005)
Loan Authority: Rental Housing Production Project Loan Program
Sections 4-1501 through 4-1511, Housing and Community Development
Article Annotated Code of Maryland
Disposition Section 10-305, State Finance and Procurement Article,
Authority: Annotated Code of Maryland
Project Address: 932 Gorsuch Avenue, Baltimore, 21218, Baltimore City
Consideration: $0
Remarks: In October 2006, the Department provided a Rental Housing Production Project Loan
Program loan in the amount of $900,000 to Marian House II LP to assist with the development of
the Serenity Place, a 19-unit rental project (the “Project”) located at 932 Gorsuch Avenue (the
Property”). In 2022, Marian House II LP and its owners requested the Department’s consent to
the sale and assumption of the Property and the Project loans and use restrictions by an affiliate of
the non-profit co-general partner, Marian House, Inc.
In the course of reviewing the transfer request, it was determined that a prior easement on the
Property was unilaterally terminated, and new easements were recorded, without the knowledge
or consent of the Department or the State. As discussed below, the new easements do not have
any material adverse financial impact on the Project or the Department’s rights in the Property.
Nonetheless, the termination of the prior easements and placement of the new easements
constitute the disposition of State assets that would have required approval of the Board of
Public Works.
The original Declaration of Easements dated May 24, 1999 (Liber 8709, Page 118) provided
Marian House II LP with, among other things, rights of ingress and egress over adjoining parcels
and imposed certain easements on the Property in favor of the adjoining parcels. The subsequent
filings by the Marian House II LP and adjacent landowners terminated the prior Declaration of
Easement and replaced it with a Termination of Easements and Declaration of Certain New
Easements (Book 10269, Page 264) and a second Declaration of Easement (Book 10215, Page
0063).
12
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
10. DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT (cont’d)
Remarks (cont’d):
Several of the previous easements were simply restated as they existed in the prior Declaration of
Easements. The two changes impacting the Property were (1) the termination of an existing
easement for ingress and egress by vehicular and pedestrian access over the rear of Lot 3 (an
adjoining parcel), and (2) the termination of a previously existing easement in favor of Marian
House II LP for ingress and egress over the East side of Lot 1 (another adjoining parcel). Neither
of these changes impacts Marian House II LP’s ability to access the Property or materially alters
the Marian House II LP’s interest, nor the interest of the State, in the Property.
At closing of the ownership transfer and assumption, the Department will be subjecting its
interest in the Property to the terminations and easements referenced above and, as such, requests
approval by the Board of Public Works.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
13
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
Contact: Matthew Lapinsky 410-729-8259
11. MARYLAND ENVIRONMENTAL SERVICE
Dorsey Run Wastewater Treatment Plant
A/E Contract: Installation of Centrifuges at Dorsey Run WWTP
MES Project # 1-24-2-01-5
Description: The scope of this project is for the removal of the existing sludge dewatering
equipment and the installation of new sludge centrifuge equipment at the
Dorsey Run Wastewater Treatment Plant in Anne Arundel County.
Procurement: Competitive Sealed Bid
Bids: Johnston Construction Co., Dover, PA $ 2,542,261
HRI Construction LLC, Lancaster, PA $ 2,777,750
Clark Construction Group, LLC Rockville, MD $ 3,668,472
W. M. Schlosser Co., Inc., Hyattsville, MD $ 3,788,000
Award: Johnston Construction Co.
Amount: $ 2,542,261
Term: 550 days
MBE Participation: 16.2 %
Remarks: The existing belt filter press sludge dewatering equipment at the Dorsey Run
Wastewater Treatment Plant is 36 years old, obsolete and prone to failure. It is becoming
increasingly difficult to find repair parts when these units break down. The Wastewater Treatment
Plant is not capable of storing liquid sludge for more than a couple of days; anything beyond this
could upset the treatment process and result in a discharge permit violation.
This contract is for the installation of the new centrifuges and all appurtenances, which will provide
more efficient and reliable dewatering of the sludge. The MES Board of Directors will review this
procurement at their September 28, 2023 meeting.
Fund Source: MCCBL 2023 (MES Infrastructure Improvement Fund, UB00)
Appropriation Code: PCA #12250 -$ 2,542,261.00
Resident Business: Yes Tax Compliance No.: 23-3567-1101
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
14
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
Contact: Kenny Toro 410-729-8926
ktoro@menv.com
12. MARYLAND ENVIRONMENTAL SERVICE
Eastern Correctional Institution
A/E Contract: ECI Cogeneration Plant Boiler Fuel Conversion
MES Project # 1-22-4-25-3
Original Approval: Secretary’s Agenda, Item 17 (10/20/2021)
Award: HDR Engineering, Inc.
Baltimore, MD
Contract Description: Engineering design support during construction for the fuel
conversion projects at the Eastern Correctional Institution
in Somerset County.
Modification Description: Additional construction management for the propane fuel
conversion at the Eastern Correctional Institution.
Original Contract Term: 232 calendar days; June 30, 2022
Previous Modified Contract Term: 547 calendar days; December 29, 2023
Modified Contract Term: 245 calendar days; August 30, 2024
Original Amount: $ 248,581
Modification Amount (this Item): $ 158,408
Total Amount: $ 406,989
Percentage Increase: 33%
MBE Goal: 4%
MBE Compliance 0%
Remarks: The Eastern Correctional Institution (ECI) is converting the fuel source from propane
to natural gas for heating and domestic hot water equipment within the ECI Annex and Maryland
Correctional Enterprises (MCE) and extension of the existing underground natural gas pipeline to
the affected buildings. The design for this conversion was completed by HDR Engineering in
March 2023 and MES awarded a construction contract in August 2023 ($4,365,000; Secretary’s
Agenda, Item 11, 7/9/2023). Under this contract, HDR will provide construction administration
services and associated technical support necessary to complete construction activities. This
includes submittals review, requests for information reviews, coordination, and construction
meeting support.
15
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
12. MARYLAND ENVIRONMENTAL SERVICE (cont’d)
Remarks (cont’d):
The A/E has subcontracted an MBE vendor for administrative support increasing the MBE goal
from 0% to 4%. MBE participation is forecasted to begin when construction activities start in
October 2023.
Fund Source: General Funds (SB 290 of 2022 H00H01.02 Statewide Capital
Appropriation – Business Enterprise Administration)
Appropriation Code: H00H01.02 $158,408
Resident Business: Yes
Tax Compliance No.: 23-3628-1110
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
16
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
Contact: Michael J. Frenz 410-333-1560
13. MARYLAND STADIUM AUTHORITY
Sports Entertainment Facilities Series 2023
Revenue Bonds; Series 2023A (Hagerstown) & Series 2023B (Minor League Facilities)
Recommendation: That the Board of Public Works approve the Maryland Stadium Authority
issuing two or more series of bonds in a principal aggregate amount not to
exceed $120 million (the “Series 2023 Bonds”), and the Memoranda of
Agreements between the Authority and the local governments in connection
with the Series 2023 Bonds. The proceeds of the Series 2023 Bonds will
finance certain capital projects (the “Capital Projects”) at certain Maryland
minor league baseball stadiums (the “Stadium Projects”), and the remaining
costs to complete the Hagerstown Multi-Use Sport and Events Facility (the
“Hagerstown Facility”), capitalized interest, and pay the costs of issuance
of the Series 2023 Bonds.
Authority: Section 10-628, Economic Development Article,
Annotated Code of Maryland
General Information: The Authority expects to issue the Series 2023 Bonds in two series. The
first series will be issued as tax exempt bonds in a principal amount not to exceed $20 million and
designated as the Sports Entertainment Facilities (Hagerstown Facility) Tax-Exempt Series 2023A
(the “Series 2023A Bonds”). The second series will be issued as tax exempt bonds in a principal
amount not to exceed $100 million and designated as the Sports Entertainment Facilities (Minor
League Stadiums) Tax-Exempt Series 2023B (the “Series 2023B Bonds”).
The approval of this Item will authorize the Stadium Authority to issue up to $120 million of bonds
as Series 2023A and Series 2023B (or such other designations as approved by the Authority’s
Executive Director or Chairman) with the proceeds to be used to:
Pay costs related to the issuance of the bonds;
Fund a capitalized interest account;
Pay to complete construction of the Hagerstown Multi-Use Sport and Events
Facility;
Pay for capital improvements and related cost in connection with up to five minor
league baseball stadiums;
Debt service fund.
Approval of this Item includes:
Approval of the Comprehensive Plan of Financing, which was approved by the
Stadium Authority Board on August 1, 2023 and submitted to the fiscal committees
of the General Assembly for review and comment on August 3, 2023,
The Memoranda of Agreements, and
A Resolution of the Board of Public Works approving this bond issuance.
17
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
13. MARYLAND STADIUM AUTHORITY (cont’d)
Background: The Sports Entertainment Facilities and Events, Prince George’s County Blue Line
Corridor Facilities, and Racing Facilities Act (the “Sports Facilities Act” or the “Act”) was enacted
as Chapter 61 (HB 897) of the Acts of 2022 and amended by Chapter 468 (SB 442) of the Acts of
2023 (the “Amendment”) by the Maryland General Assembly. Subject to the terms and conditions
set forth in the Act as amended, the Authority is authorized to issue up to $220 million in bonds to
finance the design, construction, equipping, and furnishing of any segment of a Sports
Entertainment Facility (a “Sports Entertain Facility”) as defined in the Act.
The Amendment increased the Authority’s total bond issuing Authority related to Sports
Entertainment Facilities from $200 million to $220 million; and added Sports Entertainment
Facilities that will be owned or operated by nonprofit organizations as facilities eligible for
financing under the Act. The Act requires the Authority to have received certain written requests
for financing and construction management services and to have entered into certain agreements
prior to issuing bonds to finance a Sports Entertainment Facility. These requirements have been
satisfied with respect to the Sports Entertainment Facilities and the Hagerstown Facility benefitting
from the proceeds of the Series 2023 Bonds.
In accordance with the Act, the Series 2023 Bonds will be solely secured by, and payable from the
Sports Entertainment Facilities Financing Fund.
The details of the proposed bond issuance are set forth in the Comprehensive Financing Plan.
Bonds issued under the Act will not constitute a debt, liability, or pledge of the faith and credit or
the taxing power of the State, the Authority, or any other governmental unit.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
18
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
Contact: Phil Hutson 410-333-1560
phutson@mdstad.com
14. MARYLAND STADIUM AUTHORITY
Renovation Projects at M&T Bank Stadium Construction Management (CM) Services
Contract ID: 23-100
Recommendation: That the Board of Public Works approve the Maryland Stadium
Authority awarding a construction services contract for Guaranteed
Maximum Price (GMP) Package No. 1 for the Renovation Projects
at M&T Bank Stadium located in Baltimore City.
Contractor: Gilbane Building Company
Prior Approval: Secretary’s Agenda, Item 13 (5/17/2023)
Project: Renovation Projects at M&T Bank Stadium in Baltimore.
Contract Description: Professional Services Construction
Procurement Method: Competitive Sealed Proposals
Bid Package Description: GMP Package #1 Structural Steel, Operable Glass, & Micro Piles
Pre-Construction Amount: $1,003,365
GMP Package #1(this Item): $6,580,550
Revised Amount: $7,583,915
Term: 5/4/2023 - 5/2028
MBE Goal: 35% overall
Sub-goals: 8% African American; 11% Women-Owned
MBE Compliance: 0%
Remarks: Reference is made to Secretary’s Agenda, Item 13 (5/17/2023) in which the Stadium
Authority stated that it “[I]ntends to return with a recommendation to award several Guaranteed
Maximum Price contracts providing pre-construction performance is satisfactory.”
REVISED
19
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
14. MARYLAND STADIUM AUTHORITY (cont’d)
Remarks (cont’d):
The procurement process for GMP Package #1 proceeded as follows:
Starting on August 8, 2023, Gilbane advertised the project for trade contractor participation in the
following publications/services: eMaryland Marketplace Advantage, Maryland Stadium Authority
website, Maryland Washington Minorities Companies Association, and via direct solicitation. An
MBE outreach event was conducted by Gilbane and a pre-bid site walkthrough was held at M&T
Bank Stadium. Attendees were provided with summary project information.
Gilbane advertised for bids on construction packages for structural steel, operable glass, elevators,
and micro piles in the publications/services identified above. Competitive bids were received on
August 30, 2023 by representatives from Gilbane. The elevator package only received one bid so
the package will be re-bid with a future GMP.
Post-bid scope review meetings with selected trade contractors began on September 1, 2023
to ensure that the bids were both responsive and complete. Post bid scope review meetings
were conducted virtually and Gilbane and MSA representatives were in attendance.
Gilbane submitted GMP #1 Package on September 17, 2023.
Future GMP Package(s) will be presented to the Board of Public Works for approval.
The overall MBE participation goal for the construction phase of this project was set at 35%
with sub-goals of 8% African American-owned and 11% Women-owned. […] The MBE goal
for this project is a total goal inclusive of all GMPs. There are no GMP specific goals. This is
the first of several anticipated GMPs.
Gilbane has demonstrated the good faith effort required to satisfy the goals of the MBE
program and remains committed to meeting the MBE participation goals established for the
Project.
Fund Source: Series 2023 Bonds
Tax Compliance No.: 23-3475-1110
Resident Business: No
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
20
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
Contact: Gary McGuigan 410-223-4118
gmcguigan@mdstad.com
15. MARYLAND STADIUM AUTHORITY
Razing and Replacement of the Department of Legislative Services Building
Contract ID: CP-003-DLS-002
Project: Raze and replace the existing Department of Legislative Services Building
located at 90 State Circle Annapolis, MD 21201
Recommendation: Approve the use of funding appropriated up through the 2023 MCCBL
Prior Approvals: Secretary’s Agenda, Item 19 (7/7/2021 Pre-construction Services)
Secretary’s Agenda, Item 14 (3/23/2022 – GMP Package # 1)
Secretary’s Agenda Item 15 (6/22/2022 – GMP Package #2)
Secretary’s Agenda Item 16 (9/14/2022 GMP Package #3)
Authority: Section 10-622, Economic Development Article,
Annotated Code of MD
Contractor: The Whiting-Turner Contracting Company
Baltimore, MD 21286
Term: 3/23/2022 – 12/31/2024
Fund Source: GMP Package #1: MCCBL 2022 ($17,381,530)
GMP Package #2: MCCBL 2022 ($11,268,470)
MCCBL 2023 ($41,322,201)
GMP Package #3: MCCBL 2024 (Pre-Authorized $27,027,799)
MCCBL 2025 (Pre-Authorized $832,655)
Pre-Construction Amount: $228,884.10
GMP Package #1: $17,381,530
GMP Package #2: $52,590,671
GMP Package #3: $27,860,454
Revised Amount: $98,061,539
MBE Goal: 30%
Sub-goals: 8% African-American
11% Women
MBE Compliance: 32%
REVISED
21
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
15. MARYLAND STADIUM AUTHORITY (cont’d)
Remarks: Reference is made to Secretary’s Agenda, Item 15 (6/22/2022) and Item 16
(9/14/2022) in which the Maryland Stadium Authority (“MSA”) committed to returning to the
Board of Public Works in order to request use of project funds appropriated for the Razing and
replacement of the Department of Legislative Services Project.
MSA is requesting the use funds appropriated up to and including the 2023 MCCBL. MSA will
return to the Board of Public Works to authorize spending pursuant to any future authorizations.
Until then, MSA will only authorize work that does not exceed currently available funding.
Tax Compliance No.: 23-3610-1111
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
22
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
Contact: Gary McGuigan 410-223-4118
gmcguigan@mdstad.com
16. MARYLAND STADIUM AUTHORITY
Sale of Subdivided Herald Mail Building Property
Recommendation: That the Board of Public Works approve:
1. The Maryland Stadium Authority sale of a property in
Hagerstown, and
2. The Authority’s reinvestment of the sale proceeds into
Hagerstown Multi-Use Sports and Events Facility.
Property: Subdivided Herald Mail Building Property
Hagerstown, Washington County
Seller: Maryland Stadium Authority
Purchaser: 2023 Summit LLC, a Maryland limited liability company
Sale Price: $1,800,000
Appraisal Information:
Appraiser Name
Appraisal Date
Appraisal Amount
Melville Peters
(Associated Appraisers)
September 14, 2022
$2.8 million
Svetlana Lenovitz (JLL)
October 12, 2022
$3.5 million
Remarks: With the assistance of the Maryland Department of Transportation/State Highway
Administration (“MDOT”) the Authority acquired several parcels for the construction of the
Hagerstown Multi-Use Sports and Events Facility (the “Project”) pursuant to the Hagerstown
Multi-Use Sports and Events facility Act of 2021, as amended (the “Act”). One of those parcels,
the Herald Mail Building Property (the “Property”), was subdivided for the purpose of securing
the parking lot required for the Project. A new plat was recorded among the Washington County
Land Records to reflect the remaining Property which includes the Herald Mail Building (the
“Remainder Property”). The Board declared the Remainder Property surplus at its meeting on
February 15, 2023, (Secretary’s Agenda, Item 15) following the Clearinghouse
intergovernmental review and recommendation that the Remainder Property be declared surplus
to the needs of the State.
The Remainder Property consists of approximately 1.773 acres +/- and the Herald Mail Building
(the “Building”) which was constructed in 1979 as a newspaper printing press and consists of
approximately 53,514 square feet and a loading dock area. Notwithstanding the appraisals the
attendees of the pre-auction open houses indicated the space was too large and would require
significant financial investment. The consensus being that the age, size, and general architecture
inside and out does not lend itself to immediate inspiration for how or what it can be used for.
23
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
16. MARYLAND STADIUM AUTHORITY (cont’d)
Remarks (cont’d):
In 2022, MSA had two appraisals for the Remainder Property providing an average value of
$3,158,000. MDOT has conducted two public auctions for the Remainder Property on behalf of
MSA. The first auction was held on May 24, 2023, and resulted in a high bid of $1.5 million which
MSA rejected. MDOT held a second public auction on June 22, 2023, and received a sole bid for
$1.8 million which MSA accepted, subject to review by the Budget and Taxation and
Appropriations Committees (the “Committees”). After two open houses, two auctions, and the
minimal interest shown by perspective bidders, MSA is confident further attempts to sell the
Remainder Property are unlikely to yield better results. Furthermore, since acquiring the Property
in 2022, MSA has incurred the costs of maintaining the Building which include monthly fees for
utilities. These expenses are being paid with funds allocated for the construction of the Project.
At least 45 days have elapsed since notice required by State Finance & Procurement Article §
10-305(b) was received by the Committees.
Summary: Based on the foregoing information, MSA requests Board approval of MSA’s sale of
the Remainder Property for $1.8 million to the Grantee, and reinvestment the proceeds of said sale
into the Project.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
24
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
Contact: Gary McGuigan 410-223-4118
gmcguigan@mdstad.com
17. MARYLAND STADIUM AUTHORITY
Arthur Perdue Stadium Improvements
Design-Build (D/B) Services
Contract ID: MILB-02
Recommendation: That the Board of Public Works approve the Maryland Stadium
Authority awarding a design-build contract for design and
preconstruction services for Arthur Perdue Stadium Improvements
project located in Salisbury.
Project: Design and construction of improvements to Arthur Perdue Stadium
Authority: Chapter 61 Acts of 2022 as amended by Chapter 468 Acts of 2023,
codified in part in Title 10 subtitle 6 of Economic Development
Article, Annotated Code of Maryland.
Amount: $614,961
Term: 11/1/2023 – 12/31/2025
Fund Source: Sports Entertainment Facilities Revenue Bonds Series 2023B
(See Secretary’s Agenda, Item 13)
Contract Description: Professional Services
Procurement Method: Competitive Sealed Proposals
Contractor: Gilbane Building Company
Baltimore, MD
Proposals:
Offeror
Technical
Ranking
Price
Score
Overall
Score
Total Fee:
Gilbane Building Company
Baltimore, MD
1 1 1 $614,961.00
Whiting Turner Contracting
Company
Baltimore, MD
2 2 2 $1,278,303.26
MBE Participation (Design and Preconstruction): 16% overall;
This package participation includes 33.3% overall
[…]
REVISED
25
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
17. MARYLAND STADIUM AUTHORITY (cont’d)
Remarks: The Stadium Authority recommends awarding a contract to Gilbane Building Company
for design and preconstruction services for the Arthur Perdue Stadium Improvements project. The
procurement process proceeded as follows:
The RFP for this Project was issued on May 24, 2023 via eMaryland Marketplace Advantage, the
MSA website and GovDelivery. The procurement followed MSA’s Competitive Sealed Proposal
process and was based on the requirements outlined in the RFP. The RFP outlines the specific
scope of work for the project and describes the requirements for submitting a technical and
financial proposal.
A selection committee (hereinafter “the Committee”) comprised of members from MSA and
Wicomico County was formed to review and evaluate the proposals, oral presentations and all
other submissions related to this RFP.
Two firms submitted technical proposals on June 22, 2023. The Committee evaluated each
proposal based on the requirements established in the RFP. Upon completion of proposal
evaluations and the review of technical clarifications, the Committee recommended the short-
listing of both firms to participate in the oral presentation phase of this procurement. Oral
presentations were conducted on July 18, 2023. Upon completion of the oral presentations, the
committee short-listed both firms to participate in the financial proposal phase of the procurement.
Each firm was issued a Financial Proposal form that required them to provide a fee for design and
preconstruction services, estimated general conditions, construction administration, and
percentage mark-ups for bonds and insurances, contingency and fee to be used in the negotiation
of a Guaranteed Maximum Price (GMP) for construction. Password-protected financial proposals
were submitted on June 22, 2023 and passwords were requested from short-listed firms on July
21, 2023. Financial proposals and subsequently requested financial clarifications were reviewed.
Upon completion of all evaluations, Gilbane was deemed the Offeror to provide the most
advantageous fee structure and the overall best value to the project.
Gilbane exceeds the established overall MBE goal of 16% for design and preconstruction services
and has committed to meeting the overall goal of 20% participation established for construction
services.
The Authority intends to return with a recommendation to modify the contract upon negotiating
an acceptable GMP, which is estimated to exceed $15,000,000.
Tax Compliance No.: 23-3475-1110 Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
26
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
Contact: Gary McGuigan 410-223-4118
gmcguigan@mdstad.com
18. MARYLAND STADIUM AUTHORITY
Prince George’s Stadium Improvements
Design-Build (D/B) Services
Contract ID: MILB-01
Recommendation: That the Board of Public Works approve the Maryland Stadium
Authority awarding a design-build contract for design and
preconstruction services for Prince George’s Stadium
Improvements project located in Bowie.
Project: Design and construction of improvements to Prince George’s
Stadium
Authority: Chapter 61 Acts of 2022 as amended by Chapter 468 Acts of 2023,
codified in part in Title 10 subtitle 6 of Economic Development
Article, Annotated Code of Maryland.
Amount: $864,581.30
Term: 11/1/2023 – 12/31/2025
Fund Source: Sports Entertainment Facilities Revenue Bonds (Minor League
Stadium Projects) Series 2023B (See Secretary’s Agenda, Item 13)
Contract Description: Professional Services
Procurement Method: Competitive Sealed Proposals
Contractor: Gilbane Building Company
Baltimore, MD
Proposals:
Offeror
Technical
Ranking
Price
Score
Overall
Score
Total Fee:
Gilbane Building Company
Baltimore, MD
1 1 1 $864,581.30
Turner Construction Company
New York, NY
2 2 2 $1,054,388.03
MBE Goal (Design and Preconstruction): 33% overall
Sub-goals: 7% African American; 10% Women-Owned
This package participation includes 47.54% overall, 21.07% African American, and 20.47%
Women-Owned
REVISED
27
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
18. MARYLAND STADIUM AUTHORITY (cont’d)
Remarks: The Stadium Authority recommends Gilbane Building Company for design and
preconstruction services for the Prince George’s Stadium Improvements project. The procurement
process proceeded as follows:
The RFP for this Project was issued on May 16, 2023 via eMaryland Marketplace Advantage, the
MSA website and GovDelivery. The procurement followed MSA’s Competitive Sealed Proposal
process and was based on the requirements outlined in the RFP. The RFP outlines the specific
scope of work for the project and describes the requirements for submitting a technical and
financial proposal.
A selection committee (hereinafter “the Committee”) comprised of members from MSA and
Maryland-National Capital Parks and Planning Commission was formed to review and evaluate
the proposals, oral presentations and all other submissions related to this RFP.
Two firms submitted technical proposals on June 12, 2023. The Committee evaluated each
proposal based on the requirements established in the RFP. Upon completion of proposal
evaluations and the review of technical clarifications, the Committee recommended the short-
listing of both firms to participate in the oral presentation phase of this procurement. Oral
presentations were conducted on July 11, 2023. Upon completion of the oral presentations, the
committee short-listed both firms to participate in the financial proposal phase of the procurement.
Each firm was issued a Financial Proposal form that required them to provide a fee for
preconstruction services, estimated general conditions, construction administration, and
percentage mark-ups for bonds and insurances, contingency and fee to be used in the negotiation
of a Guaranteed Maximum Price (GMP) for construction. Password-protected financial proposals
were submitted on June 12, 2023 and passwords were requested from short-listed firms on July
13, 2023. Financial proposals and subsequently requested financial clarifications were reviewed.
Upon completion of all evaluations, Gilbane was deemed the Offeror to provide the most
advantageous fee structure and the overall best value to the project.
Gilbane exceeds the established overall MBE goal of 33%, as well as the subgoals of 7%
African-American, and 10% Women-owned businesses’ participation established for design and
preconstruction services and has committed to meeting the established 35% MBE goal and
subgoals of 8% African-American, and 11% Women-owned businesses’ participation for
construction services.
The Authority intends to return with a recommendation to modify the contract upon negotiating
an acceptable GMP, which is estimated to exceed $15,000,000.
Tax Compliance No.: 23-3475-1110 Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
28
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
Contact: Gary McGuigan 410-223-4118
gmcguigan@mdstad.com
19. MARYLAND STADIUM AUTHORITY
Wayne K. Curry Civic Plaza
Design-Build (D/B) Services
Contract ID: PGC-001
Recommendation: That the Board of Public Works approve the Maryland Stadium
Authority awarding a design-build services contract for the Wayne
K. Curry Civic Plaza.
Prior Approvals: Secretary’s Agenda, Item 6 (1/25/2023)
Project: Design and construction of a civic plaza.
Authority: Chapter 61 Acts of 2022, amended by Chapter 468 Acts of 2023,
codified in part as §§ 10-601, 10-646.4 and 10-657.6 et seq.
Economic Development Article, Annotated Code of Maryland.
Amount: $903,461.00 (Design and Preconstruction Services Only)
Term: 11/1/2023 – 2/28/2025
Fund Source: Lottery distribution pursuant to § 9-120(b)(xii), State Government
Article, Annotated Code of Maryland to the Prince George’s
County Blue Line Corridor Facility Fund (the “Fund”)
(predesign/construction up to $12.5 million).
Contract Description: Professional Services
Procurement Method: Competitive Sealed Proposals
Contractor: J. Vinton Schafer Construction, LLC, a Quandel Enterprise
Company (hereinafter “J. Vinton Schafer”); Abingdon, MD
Proposals:
Offeror
Technical
Ranking
Financial
Ranking
Overall
Ranking
Total Fee
J. Vinton Schafer
Construction, LLC, a Quandel
Enterprise Company
1
1
1
$1,945,513
North Point Builders of
Maryland
2
2
2
$2,215,970
Total Fee includes fixed amount for design and preconstruction services, estimated general
conditions, construction administration, and amounts corresponding to the application of
percentage mark-ups for bonds and insurances, contingency and fee.
REVISED
29
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
19. MARYLAND STADIUM AUTHORITY (cont’d)
MBE Goal (Design and Preconstruction): 31% overall
Sub-goals: 7% African American; 10% Women-Owned
This package participation includes 39.9% overall, 7.2% African American, and 26.4% Women-
Owned
Remarks: The Act authorizes the Maryland Stadium Authority (the “Authority”) to issue up to
$400 million in taxable or tax-exempt bonds to finance Prince George’s County Blue Line
Corridor Facilities (“Blue Line Projects”). The Act also directs the Comptroller after June 30,
2023 to deposit up to $27 million annually (in two installments) into the Fund. The Authority
does not expect to incur more than $12.5 million in expenses related to Blue Line Corridor
Facilities in the next 18 to 24 months and has therefore requested the Comptroller deposit lottery
funds in the amount of $12.5 million to pay predesign related expenses. Upon the advice of its
Financial Advisor, the Authority is delaying bond issuance until the amount needed is expected
to generate reasonable investor interest, terms, and a return on the bonds needed for construction.
The Memorandum of Understanding approved by the Board of Public Works as Secretary’s
Agenda, Item 6 on the January 25, 2023 meeting agenda is required by ED §10-646.4(e) prior to
bonds being issued for Blue Line Projects. The Memorandum of Understanding formalizes the
relationship between the Authority and Prince George’s County and the role of each party as it
relates to site acquisition and the planning, design, and construction of specific facilities
proposed to be included in the Prince George’s County Blue Line Corridor.
The Authority recommends awarding a contract to J. Vinton Shafer for design and preconstruction
services of the Wayne K. Curry Civic Plaza (the “Project”) to be located in the parking lot of the
Wayne K. Curry Building in Largo.
The procurement process proceeded as follows:
The RFP for this Project was issued on May 5, 2023 via eMaryland Marketplace Advantage, the
MSA website and GovDelivery. The procurement followed MSA’s Competitive Sealed Proposal
process and was based on the requirements outlined in the RFP. The RFP outlines the specific
scope of work for the project and describes the requirements for submitting a technical and
financial proposal.
A selection committee (hereinafter “the Committee”) comprised of members from MSA and
Prince George’s County was formed to review and evaluate the proposals, oral presentations and
all other submissions related to this RFP.
REVISED
30
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
19. MARYLAND STADIUM AUTHORITY (cont’d)
Remarks (cont’d):
Two firms submitted technical proposals on June 2, 2023. The Committee evaluated each proposal
based on the requirements established in the RFP. Upon completion of proposal evaluations and
the review of technical clarifications, the Committee recommended the short-listing of both firms
to participate in the oral presentation phase of this procurement. Oral presentations were conducted
on June 27, 2023 and June 28, 2023. Upon completion of the oral presentations, the committee
short-listed both firms to participate in the financial proposal phase of the procurement. Each firm
was issued a Financial Proposal form that required them to provide a fee for design and
preconstruction services as well as estimated general conditions, construction administration, and
percentage mark-ups for bonds and insurances, contingency and fee to be used in the negotiation
of a Guaranteed Maximum Price (GMP) for construction.
Password-protected financial proposals were submitted on June 2, 2023 and passwords were
requested from short-listed firms on June 28, 2023. Financial proposals and subsequently
requested financial clarifications were reviewed. Upon completion of all evaluations, J. Vinton
Shafer was deemed the Offeror to provide the most advantageous fee structure and the overall best
value to the project.
J. Vinton Shafer exceeds the established overall MBE goal of 31% for design and preconstruction
services and has committed to meeting the overall goal of 35% participation established for
construction services.
The Authority intends to return with a recommendation to modify the contract upon negotiating
an acceptable GMP, which is estimated to be between $7,000,000 and $8,000,000.
Tax Compliance No.: 23-3733-1010
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
31
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
Contact: David LaChina 443-885-3144
david.lachina@morgan.edu
20. MORGAN STATE UNIVERSITY
Service - Graduate School Recruitment Initiative
Contract ID: 24/PRO-0004-S
Recommendation: That the Board of Public Works approve a marketing contract to
attract prospective students to Morgan State University’s graduate
programs.
Award: EAB Global, Inc.
Washington, DC
Contract Term: 10/5/2023 - 6/30/2026
Amount: $1,098,811.31
Procurement Method: Sole Source
MBE/VSBE Participation: N/A / N/A
Performance Bond: N/A
Fund Source: Unrestricted University Funds
Remarks: Adult Learner Recruitment (ALR) effectively carries out the recruitment of post-
baccalaureate students at Morgan State University. ALR uses various means such as digital and
print mail communications and social media outreach to engage potential applicants and tracks
their progress until enrollment by integrating with the School of Graduate Studies applicant
system.
The ownership of Adult Learner Recruitment is with EAB Global, Inc., which has been
successfully operating at Morgan State University since July 1, 2020. The program aligns with the
University's Strategic Plan, 2021-2030, to increase enrollment.
EAB sets itself apart by using its niche expertise to provide a custom solution carefully designed
for the University over an extended period of eighteen months. EAB's exceptional knowledge base
results from its vast experience and data-gathering methodologies, translating into several
comprehensive advantages. These benefits are realized in the application of the Adult Learner
Recruitment service and the seamless integration between companion EAB services and Morgan
platforms.
32
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
20. MORGAN STATE UNIVERSITY (cont’d)
Remarks (cont’d):
The continuation of EAB's Adult Learner Recruitment is being procured under the procurement
method of Sole Source, which complies with the University's Procurement Policies and
Procedures. Additionally, it has been demonstrated through a cost-benefit analysis that a
continuous series of procurements from a single source over a period is advantageous, due to the
training and compatibility considerations with existing capital investments that justify using a sole
source.
Cost Benefit Analysis
Given the University’s significant engagement with EAB products, EAB has offered the
University discounts for our project. Specifically, due to our campus' use of other EAB products,
the EAB team has provided us with the following discounts:
Program Term Orig. Contract Discount % Final Contract
FY 2021 $262,300 $64,570 24.6 $197,730
FY 2022 $275,430 $30,570 11.1 $244,860
FY 2023 $289,240 $37,000 12.8 $252,240
FY 2024 $303,643 $38,850 12.8 $264,793
FY 2025 $312,753 $40,016 12.8 $272,737
FY 2026 $322,135 $41,216 12.8 $ 280,919
The EAB initiative has yielded remarkable outcomes, as evidenced by notable surges in both
applications and conversion rates. With anticipated modifications set for the forthcoming contract,
the University is optimistic about the potential for a substantial boost in ROI, projecting an increase
from 3:1 to 5:1 or even 6:1. Morgan State University firmly believes in the efficacy of the program
and is assured that it will continue to fulfill the institution's requirements.
Resident Business: No
MD Tax Clearance: 23-3297-1010
This item was withdrawn from the September 6, 2023 Board of Public Works meeting agenda as
Secretary’s Agenda, Item 13.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
33
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
Contact: Nick Napolitano 410-767-5195
nick.napolitano1@maryland.gov
21. MARYLAND DEPARTMENT OF HEALTH
Recommendation: That the Board of Public Works create 144 positions.
Authority: Section 7-236, State Finance and Procurement Article, Annotated Code
Maryland; Section 34 of Chapter 101 of 2023 (Budget Bill for FY 2024).
Amount: $0
Appropriation Codes: M00A01.01, M00A01.02, M00A01.07, M00B01.03, M00F01.01,
M00F02.01, M00F03.01, M00F03.04, M00F06.01, M00J02.01,
M00L01.01, M00L01.02, M00M01.01, M00M01.02, M00Q01.01,
M00Q01.02, M00Q01.04, M00Q01.05, M00Q01.08, M00Q01.09
Requesting Agency Remarks: Section 34 of Chapter 101 of 2023 (Budget Bill for FY 2024)
authorizes the Board of Public Works to create additional positions beyond the Rule of 100
established in provided that 1.25 full-time equivalent (FTE) contractual positions are abolished for
each regular position added and if there is no increase in agency funding in the current budget or
the next two budgets.
The Maryland Department of Health requests 144 contractual conversions to support critical
programming that impacts all Marylanders. Following the COVID-19 pandemic response, it
became apparent that an experienced, knowledgeable, stable public health workforce is essential
to perform many critical state-level functions that support the health and safety of Marylanders.
Converting current contractual employees to permanent state merit positions will provide stability
not offered by contractual employment and ultimately strengthen the state public health workforce
that we are rebuilding. In addition, many of these conversions will help ensure that Marylander's
eligible for Medicaid remain enrolled in the program. Specifically, positions support eligibility
determinations and enrollment for Medicaid’s various programs due to the increase in Medicaid
Provider participation and expansion of programs including a January 1, 2023 adult dental
expansion.
Finally, this SPP conversion request supports MDH Operations employees including a position
supporting our Office of Human Resources which are critical to make sure we meet the Moore-
Miller objective of filling State Government vacancies.
The Department identified 180 contractual FTE to be abolished to create the 144 regular positions
listed above. This is a ratio of 1.25 contractual FTE abolished to 1 regular position created.
REVISED
34
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
21 MARYLAND DEPARTMENT OF HEALTH (cont’d)
Requesting Agency Remarks (cont’d):
The 144 positions created are within the following MDH units:
EXECUTIVE DIRECTION - OFFICE OF THE SECRETARY
OPERATIONS - OFFICE OF THE SECRETARY
MDH HOSPITAL SYSTEM - OFFICE OF THE SECRETARY
OFFICE OF HEALTH CARE QUALITY - REGULATORY SERVICES
EXECUTIVE DIRECTION DEPUTY SECRETARY FOR PUBLIC HEALTH
SERVICES
OFFICE OF POPULATION HEALTH IMPROVEMENT
INFECTIOUS DISEASE AND ENVIRONMENTAL HEALTH SERVICES
PREVENTION AND HEALTH PROMOTION ADMINISTRATION
FAMILY HEALTH AND CHRONIC DISEASE SERVICES PREVENTION AND
HEALTH PROMOTION ADMINISTRATION
OFFICE OF PREPAREDNESS AND RESPONSE
LABORATORY SERVICES LABORATORIES ADMINISTRATION
PROGRAM DIRECTION BEHAVIORAL HEALTH ADMINISTRATION
COMMUNITY SERVICES BEHAVIORAL HEALTH ADMINISTRATION
PROGRAM DIRECTION DEVELOPMENTAL DISABILITIES ADMINISTRATION
COMMUNITY SERVICES DEVELOPMENTAL DISABILITIES
ADMINISTRATION
DEPUTY SECRETARY FOR HEALTH CARE FINANCING MEDICAL CARE
PROGRAMS ADMINISTRATION
OFFICE OF ENTERPRISE TECHNOLOGY MEDICAL CARE PROGRAMS
ADMINISTRATION
BENEFITS MANAGEMENT AND PROVIDER SERVICES MEDICAL CARE
PROGRAMS ADMINISTRATION
OFFICE OF FINANCE MEDICAL CARE PROGRAMS ADMINISTRATION
MAJOR INFORMATION TECHNOLOGY DEVELOPMENT PROJECTS MEDICAL
CARE PROGRAMS ADMINISTRATION
OFFICE OF ELIGIBILITY SERVICES MEDICAL CARE PROGRAMS
ADMINISTRATION
DBM REMARKS: The Secretary of the Department of Budget and Management has certified that
the FY 2024 budget includes the contractual positions to be abolished and that funds are available
for the new positions for which approval is requested.
REVISED
35
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
21 MARYLAND DEPARTMENT OF HEALTH (cont’d)
Regular Positions to be Created
FTE Position Title
Class
Code
Grade/Step
Salary and
Fringe
1.0
Accountant Advanced
4549
17/07
$90,612
1.0
Administrative Aide
2572
11/05
$58,789
1.0
Administrative Officer I
2711
13/02
$59,728
1.0
Administrative Officer I
2711
13/07
$70,220
1.0
Administrative Officer I
2711
13/08
$70,300
1.0
Administrative Officer I
2711
13/11
$74,271
1.0
Administrative Officer II
3235
14/10
$77,679
1.0
Administrative Officer II
3235
14/20
$93,858
2.0
Administrative Officer II
3235
14/03
$132,926
1.0
Administrative Officer II
3235
14/06
$73,386
1.0
Administrative Officer II
3235
14/22
$99,332
2.0
Administrative Officer III
2247
15/01
$130,458
1.0
Administrative Officer III
2247
15/02
$68,797
1.0
Administrative Officer II
3235
14/20
$93,858
2.0
Administrative Officer II
3235
14/03
$132,926
1.0
Administrative Officer II
3235
14/06
$73,386
1.0
Administrative Officer III
2247
15/03
$71,346
1.0
Administrative Officer III
2247
15/05
$76,740
1.0
Administrative Officer III
2247
15/10
$84,252
REVISED
36
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
21. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Regular Positions to be Created (cont’d)
FTE Position Title
Class
Code
Grade/Step
Salary and
Fringe
1.0
Administrative Officer III
2247
15/11
$85,862
1.0
Administrative Officer III
2247
15/17
$96,220
1.0
Administrative Specialist I
1755
10/09
$60,426
2.0
Administrative Specialist I
1755
10/14
$130,082
2.0
Administrative Specialist II
1756
11/02
$106,576
1.0
Administrative Specialist II
1756
11/03
$55,676
2.0
Administrative Specialist II
1756
11/07
$121,872
1.0
Administrative Specialist II
1756
11/08
$63,135
1.0
Administrative Specialist II
1756
11/10
$64,370
1.0
Administrative Specialist II
1756
11/12
$67,885
1.0
Administrative Specialist II
1756
11/19
$77,196
1.0
Administrative Specialist
III
5557
12/10
$68,502
2.0
Administrative Specialist I
1755
10/14
$130,082
2.0
Administrative Specialist II
1756
11/02
$106,576
1.0
Administrative Specialist II
1756
11/03
$55,676
2.0
Administrative Specialist II
1756
11/07
$121,872
1.0
Administrative Specialist II
1756
11/08
$63,135
1.0
Administrative Specialist II
1756
11/10
$64,370
1.0
Administrative Specialist II
1756
11/12
$67,885
1.0
Administrative Specialist II
1756
11/19
$77,196
REVISED
37
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
21. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Regular Positions to be Created (cont’d)
FTE Position Title
Class
Code
Grade/Step
Salary and
Fringe
1.0
Administrative Specialist III
5557
12/10
$68,502
2.0
Administrative Specialist I
1755
10/14
$130,082
2.0
Administrative Specialist II
1756
11/02
$106,576
1.0
Administrative Specialist II
1756
11/03
$55,676
2.0
Administrative Specialist II
1756
11/07
$121,872
1.0
Administrative Specialist III
2043
12/07
$64,853
1.0
Administrative Specialist III
2043
12/08
$66,034
1.0
Administrative Specialist III
2043
12/14
$74,995
1.0
Administrator I
7688
16/02
$72,017
1.0
Administrator I
2586
16/04
$78,806
1.0
Administrator I
2586
16/05
$81,784
1.0
Administrator I
2586
16/06
$81,945
1.0
Administrator I
2586
16/11
$90,075
1.0
Administrator I
2586
16/14
$95,361
1.0
Administrator I
2586
16/16
$100,754
1.0
Administrator I
2586
16/17
$100,968
1.0
Administrator II
2587
17/11
$96,113
1.0
Administrator II
2587
17/12
$97,964
1.0
Administrator III
2588
18/05
$91,497
REVISED
38
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
21. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Regular Positions to be Created (cont’d)
FTE Position Title
Class
Code
Grade/Step
Salary and
Fringe
1.0
Agency Grants Specialist II
0807
16/12
$93,375
1.0
Agency Grants Specialist
Supervisor
0809
18/12
$106,362
1.0
Agency Grants Specialist
Trainee
0805
13/14
$79,879
1.0
Community Health Educator II
1026
14/04
$68,314
1.0
Community Health Educator II
1026
14/12
$82,026
1.0
Community Health Educator III
2071
16/11
$90,075
1.0
Community Health Educator III
2071
16/14
$96,998
1.0
Community Health Educator III
2071
16/16
$99,064
1.0
Coordinator Special Programs
Health Services II,
Developmental Disabilities
2817
14/02
$64,638
1.0
Coordinator Special
Programs Health Services II,
Developmental Disabilities
2817
14/09
$77,572
1.0
Coordinator Special
Programs Health Services
III, Addiction
0476
15/11
$79,154
3.0
Coordinator Special
Programs Health Services
III, Developmental
Disabilities
0491
15/03
$203,146
2.0
Coordinator Special
Programs Health Services
III, Developmental
Disabilities
0491
15/06
$150,312
1.0
Coordinator Special
Programs Health Services
III, Developmental
Disabilities
0491
15/07
$79,637
REVISED
39
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
21. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Regular Positions to be Created (cont’d)
FTE Position Title
Class
Code
Grade/Step
Salary and
Fringe
1.0
Coordinator Special Programs
Health Services III,
Developmental Disabilities
0491
15/08
$74,861
4.0
Coordinator Special Programs
Health Services III,
Developmental Disabilities
0491
15/09
$317,908
1.0
Coordinator Special Programs
Health Services III,
Developmental Disabilities
0491
15/07
$79,637
1.0
Coordinator Special Programs
Health Services III,
Developmental Disabilities
0491
15/08
$74,861
4.0
Coordinator Special Programs
Health Services III,
Developmental Disabilities
0491
15/09
$317,908
1.0
Coordinator Special Programs
Health Services III,
Developmental Disabilities
0491
15/10
$84,252
1.0
Coordinator Special Programs
Health Services III,
Developmental Disabilities
0491
15/13
$82,186
1.0
Coordinator Special Programs
Health Services III, Health
Services
0484
15/03
$65,900
1.0
Coordinator Special Programs
Health Services IV, Addiction
1334
16/03
$70,139
1.0
Coordinator Special Programs
Health Services IV,
Developmental Disabilities
2819
16/02
$67,644
REVISED
40
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
21. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Regular Positions to be Created (cont’d)
FTE Position Title
Class
Code
Grade/Step
Salary and
Fringe
1.0
Coordinator Special Programs
Health Services IV,
Developmental Disabilities
2819
16/08
$79,771
1.0
Coordinator Special Programs
Health Services IV, Health
Services
2820
16/13
$95,174
1.0
Coordinator Special Programs
Health Services IV, Mental
Health
2344
16/06
$83,340
2.0
Epidemiologist I
3641
18/02
$166,358
1.0
Epidemiologist I
3641
18/05
$93,080
1.0
Epidemiologist I
3641
18/14
$110,494
1.0
Epidemiologist I
3641
18/16
$114,787
1.0
Epidemiologist II
3642
19/06
$99,520
1.0
Fiscal Accounts Clerk II
4518
10/11
$61,606
1.0
Fiscal Accounts Technician I
4522
11/03
$54,737
1.0
Fiscal Accounts Technician II
4523
12/03
$59,219
1.0
Health Facilities Surveyor
Nurse I
4244
20/08
$103,383
1.0
Health Planner II
3351
15/03
$71,346
REVISED
41
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
21. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Regular Positions to be Created (cont’d)
FTE Position Title
Class
Code
Grade/Step
Salary and
Fringe
1.0
Health Planner IV
3353
18/20
$157,826
1.0
Health Policy Analyst
Advanced
2420
19/16
$122,568
1.0
Health Policy Analyst
Associate
2417
16/01
$65,229
2.0
Health Policy Analyst
Associate
2417
16/02
$135,288
1.0
Health Policy Analyst I
2418
17/01
$69,441
2.0
Health Policy Analyst I
2418
17/02
$144,034
1.0
Health Policy Analyst I
2418
17/06
$81,945
1.0
Health Policy Analyst I
2418
17/17
$109,609
1.0
Health Policy Analyst II
2419
18/03
$86,345
1.0
Health Policy Analyst II
2419
18/06
$94,878
2.0
Health Policy Analyst II
2419
18/08
$189,326
1.0
Health Policy Analyst II
2419
18/09
$92,516
1.0
Health Policy Analyst II
2419
18/10
$102,364
1.0
HR Administrator II
4919
19/21
$132,523
1.0
IT Functional Analyst II
4499
16/11
$90,075
1.0
IT Quality Assurance
Specialist
4483
18/09
$98,742
1.0
Health Policy Analyst I
2418
17/17
$109,609
REVISED
42
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
21. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Regular Positions to be Created (cont’d)
FTE Position Title
Class
Code
Grade/Step
Salary and
Fringe
2.0
Medical Care Program
Associate I
4394
10/08
$116,666
1.0
Medical Care Program
Associate II
4395
11/01
$51,008
1.0
Medical Care Program
Associate II
4395
11/02
$52,832
1.0
Medical Care Program
Associate II
4395
11/06
$59,862
3.0
Medical Care Program
Associate II
4395
11/11
$198,906
1.0
Medical Care Program
Associate II
4395
11/13
$67,965
1.0
Nursing Program
Consultant/Administrator I
4261
22/16
$148,783
1.0
Nursing Program
Consultant/Administrator I
4261
22/17
$139,715
1.0
Nursing Program
Consultant/Administrator II
4262
23/10
$141,673
1.0
Nursing Program
Consultant-Administrator II
6646
23/23
$182,646
1.0
Office Clerk II
1375
07/06
$46,902
1.0
Office Clerk II
1375
07/09
$49,451
1.0
Office Clerk II
1375
07/10
$50,337
2.0
Office Clerk II
1375
07/12
$104,322
1.0
Office Services Clerk
1376
08/02
$44,193
1.0
Office Services Clerk
1376
08/08
$52,511
2.0
Office Services Clerk
1376
08/09
$105,074
1.0
Office Services Clerk Lead
1377
09/07
$53,905
REVISED
43
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
21. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Regular Positions to be Created (cont’d)
FTE Position Title
Class
Code
Grade/Step
Salary and
Fringe
1.0
Program Administrator I
Health Services
2941
16/08
$86,560
1.0
Program Administrator II
Health Services
2942
17/18
$111,728
1.0
Program Administrator II
Mental Health
1723
17/04
$84,038
1.0
Program Administrator II
Mental Health
1723
17/05
$87,231
1.0
Program Administrator III
Health Services
2943
18/20
$121,817
1.0
Program Administrator III
Mental Health
1725
18/11
$104,349
1.0
Program Administrator IV
Health Services
2944
19/01
$84,011
1.0
Program Manager II
5477
20/07
$108,267
1.0
Program Manager II
5477
20/14
$125,896
1.0
Program Manager II
5477
20/20
$140,975
1.0
Program Manager Senior I
5482
23/22
$191,956
1.0
Program Manager Senior II
5483
24/18
$173,066
1.0
Services Specialist
0916
09/15
$61,552
1.0
Social Worker I Health
Services
1991
16/14
$95,361
Total
144.0
$11,866,186
REVISED
44
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
21. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Contractual Positions to be Abolished
FTE
Position Title
Class
Code
Grade/Step
Salary and
Fringe
0.75
Accountant Advanced
4549
17/00
$53,205
1.0
Accountant Advanced
4549
17/07
$90,612
0.25
Accountant I
4546
15/00
$15,649
1.0
Administrative Aide
2572
11/05
$58,789
1.0
Administrative Officer I
2711
13/08
$70,300
1.0
Administrative Officer I
2711
13/07
$70,220
1.0
Administrative Officer I
2711
13/11
$74,271
1.0
Administrative Officer I
2711
13/00
$55,307
1.0
Administrative Officer I
2711
13/02
$59,728
1.0
Administrative Officer II
3235
14/20
$93,858
1.0
Administrative Officer II
3235
14/06
$73,386
2.0
Administrative Officer II
3235
14/03
$132,926
1.0
Administrative Officer II
3235
14/10
$77,679
1.0
Administrative Officer II
3235
14/22
$99,332
2.0
Administrative Officer III
2247
15/01
$130,458
1.25
Administrative Officer III
2247
15/00
$78,246
1.0
Administrative Officer III
2247
15/17
$96,220
1.0
Administrative Officer III
2247
15/02
$68,797
1.0
Administrative Officer III
2247
15/03
$71,346
REVISED
45
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
21. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Contractual Positions to be Abolished (cont’d)
FTE
Position Title
Class
Code
Grade/Step
Salary and
Fringe
1.0
Administrative Officer III
2247
15/05
$76,740
1.0
Administrative Officer III
2247
15/10
$84,252
1.0
Administrative Officer III
2247
15/11
$85,862
0.5
Administrative Program
Manager I
5472
19/00
$40,309
1.0
Administrative Specialist
I
1755
10/09
$60,426
2.0
Administrative Specialist
I
1755
10/14
$130,082
1.75
Administrative Specialist
II
1756
11/00
$85,643
2.0
Administrative Specialist
II
1756
11/02
$106,576
2.0
Administrative Specialist
II
1756
11/07
$121,872
1.0
Administrative Specialist
II
1756
11/03
$55,676
1.0
Administrative Specialist
II
1756
11/08
$63,135
1.0
Administrative Specialist
II
1756
11/10
$64,370
1.0
Administrative Specialist
II
1756
11/12
$67,885
1.0
Administrative Specialist
II
1756
11/19
$77,196
1.0
Administrative Specialist
III
5557
12/10
$68,502
0.75
Administrative Specialist
III
2043
12/00
$39,010
1.0
Administrative Specialist
III
2043
12/07
$64,853
1.0
Administrative Specialist
III
2043
12/08
$66,034
1.0
Administrative Specialist
III
2043
12/14
$74,995
REVISED
46
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
21. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Contractual Positions to be Abolished (cont’d)
FTE
Position Title
Class
Code
Grade/Step
Salary and
Fringe
6.25
Administrator I
2586
16/00
$416,418
1.0
Administrator I
2586
16/02
$72,017
1.0
Administrator I
2586
16/04
$78,806
1.0
Administrator I
2586
16/05
$81,784
1.0
Administrator I
2586
16/06
$81,945
1.0
Administrator I
2586
16/11
$90,075
1.0
Administrator I
2586
16/14
$95,361
1.0
Administrator I
2586
16/16
$100,754
1.0
Administrator I
2586
16/17
$100,968
1.0
Administrator II
2587
17/00
$70,940
1.0
Administrator II
2587
17/11
$96,113
1.0
Administrator II
2587
17/12
$97,964
1.0
Administrator III
2588
18/05
$91,497
1.0
Agency Budget Specialist
Supervisor
0989
18/00
$83,628
1.0
Agency Grants Specialist II
0807
16/12
$93,375
1.0
Agency Grants Specialist
Supervisor
0809
18/12
$106,362
1.0
Agency Grants Specialist
Trainee
0805
13/00
$61,100
1.0
Agency Grants Specialist
Trainee
0805
13/14
$79,879
REVISED
47
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
21. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Contractual Positions to be Abolished (cont’d)
FTE
Position Title
Class
Code
Grade/Step
Salary and
Fringe
1.0
Community Health Educator II
1026
14/04
$68,314
1.0
Community Health Educator II
1026
14/12
$82,026
0.5
Community Health Educator III
2071
16/00
$33,314
1.0
Community Health Educator III
2071
16/11
$90,075
1.0
Community Health Educator III
2071
16/14
$96,998
1.0
Community Health Educator III
2071
16/16
$99,064
4.25
Contractual Hourly
8998
00/00
$93,275
1.0
Contractual Hourly
8998
00/20
$191,956
1.5
Coordinator Special Programs
Health Services II, Developmental
Disabilities
2817
14/00
$82,961
1.0
Coordinator Special Programs
Health Services II, Developmental
Disabilities
2817
14/02
$64,638
1.0
Coordinator Special Programs
Health Services II, Developmental
Disabilities
2817
14/09
$77,572
1.0
Coordinator Special Programs
Health Services III, Addiction
0476
15/11
$79,154
3.5
Coordinator Special Programs
Health Services III,
Developmental Disabilities
0491
15/00
$242,127
1.0
Coordinator Special Programs
Health Services IV, Mental Health
2344
16/06
$83,340
2.0
Epidemiologist I
3641
18/02
$166,358
1.0
Epidemiologist I
3641
18/05
$93,080
1.0
Epidemiologist I
3641
18/14
$110,494
1.0
Epidemiologist I
3641
18/16
$114,787
REVISED
48
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
21. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Contractual Positions to be Abolished (cont’d)
FTE
Position Title
Class
Code
Grade/Step
Salary and
Fringe
1.0
Epidemiologist II
3642
19/06
$99,520
1.0
Fiscal Accounts Clerk II
4518
10/11
$61,606
1.0
Fiscal Accounts Technician I
4522
11/03
$54,737
0.5
Fiscal Accounts Technician II
4523
12/00
$26,006
1.0
Fiscal Accounts Technician II
4523
12/03
$59,219
3.0
Coordinator Special Programs
Health Services III,
Developmental Disabilities
0491
15/03
$203,146
2.0
Coordinator Special Programs
Health Services III,
Developmental Disabilities
0491
15/06
$150,312
1.0
Coordinator Special Programs
Health Services III,
Developmental Disabilities
0491
15/07
$79,637
1.0
Coordinator Special Programs
Health Services III,
Developmental Disabilities
0491
15/08
$74,861
4.0
Coordinator Special Programs
Health Services III,
Developmental Disabilities
0491
15/09
$317,908
1.0
Coordinator Special Programs
Health Services III,
Developmental Disabilities
0491
15/10
$84,252
1.0
Coordinator Special Programs
Health Services III,
Developmental Disabilities
0491
15/13
$82,186
1.0
Coordinator Special Programs
Health Services III, Health
Services
0484
15/00
$69,179
REVISED
49
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
21. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Contractual Positions to be Abolished (cont’d)
FTE
Position Title
Class
Code
Grade/Step
Salary and
Fringe
1.0
Coordinator Special Programs
Health Services III, Health
Services
0484
15/03
$65,900
1.0
Coordinator Special Programs
Health Services IV, Addiction
1334
16/03
$70,139
1.0
Coordinator Special Programs
Health Services IV,
Developmental Disabilities
2819
16/02
$67,644
1.0
Coordinator Special Programs
Health Services IV,
Developmental Disabilities
2819
16/08
$79,771
0.75
Coordinator Special Programs
Health Services IV, Health
Services
2820
16/00
$46,948
1.0
Coordinator Special Programs
Health Services IV, Health
Services
2820
16/13
$95,174
1.0
Coordinator Special Programs
Health Services IV, Mental
Health
2344
16/06
$83,340
2.0
Epidemiologist I
3641
18/02
$166,358
1.0
Epidemiologist I
3641
18/05
$93,080
1.0
Epidemiologist I
3641
18/14
$110,494
1.0
Epidemiologist I
3641
18/16
$114,787
1.0
Epidemiologist II
3642
19/06
$99,520
1.0
Fiscal Accounts Clerk II
4518
10/11
$61,606
1.0
Fiscal Accounts Technician I
4522
11/03
$54,737
0.5
Fiscal Accounts Technician II
4523
12/00
$26,006
1.0
Fiscal Accounts Technician II
4523
12/03
$59,219
REVISED
50
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
21. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Contractual Positions to be Abolished (cont’d)
FTE
Position Title
Class
Code
Grade/Step
Salary and
Fringe
1.0
Health Facilities Surveyor
Nurse I
4244
20/08
$103,383
1.0
Health Planner II
3351
15/03
$71,346
1.0
Health Planner III
3352
16/00
$66,627
1.0
Health Planner IV
3353
18/20
$157,826
1.0
Health Policy Analyst
Advanced
2420
19/16
$122,568
2.0
Health Policy Analyst
Associate
2417
16/00
$125,194
2.0
Health Policy Analyst
Associate
2417
16/02
$135,288
1.0
Health Policy Analyst
Associate
2417
16/01
$65,229
0.75
Health Policy Analyst I
2418
17/00
$49,971
1.0
Health Policy Analyst I
2418
17/01
$69,441
2.0
Health Policy Analyst I
2418
17/02
$144,034
1.0
Health Policy Analyst I
2418
17/06
$81,945
1.0
Health Policy Analyst I
2418
17/17
$109,609
1.0
Health Policy Analyst II
2419
18/00
$70,940
1.0
Health Policy Analyst II
2419
18/03
$86,345
REVISED
51
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
21. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Contractual Positions to be Abolished (cont’d)
FTE
Position Title
Class
Code
Grade/Step
Salary and
Fringe
1.0
Health Policy Analyst II
2419
18/06
$94,878
2.0
Health Policy Analyst II
2419
18/08
$189,326
1.0
Health Policy Analyst II
2419
18/09
$92,516
1.0
Health Policy Analyst II
2419
18/10
$102,364
1.0
HR Administrator II
4919
19/21
$132,523
1.0
IT Functional Analyst II
4499
16/11
$90,075
1.0
IT Quality Assurance
Specialist
4483
18/09
$98,742
1.0
Medical Care Program
Associate I
4394
10/00
$36,704
2.0
Medical Care Program
Associate I
4394
10/08
$116,666
1.0
HR Administrator II
4919
19/21
$132,523
1.0
IT Functional Analyst II
4499
16/11
$90,075
0.75
Medical Care Program
Associate II
4395
11/00
$46,066
1.0
Medical Care Program
Associate II
4395
11/01
$51,008
1.0
Medical Care Program
Associate II
4395
11/02
$52,832
1.0
Medical Care Program
Associate II
4395
11/06
$59,862
3.0
Medical Care Program
Associate II
4395
11/11
$198,906
1.0
Medical Care Program
Associate II
4395
11/13
$67,965
2.0
Nursing Program
Consultant /
Administrator I
4261
22/00
$183,546
1.0
Nursing Program
Consultant /
Administrator I
4261
22/16
$148,783
REVISED
52
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
21. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Contractual Positions to be Abolished (cont’d)
FTE
Position Title
Class
Code
Grade/Step
Salary and
Fringe
1.0
Nursing Program
Consultant /
Administrator I
4261
22/17
$139,715
1.0
Nursing Program
Consultant /
Administrator II
4262
23/10
$141,673
1.25
Office Clerk II
1375
07/00
$53,007
1.0
Office Clerk II
1375
07/06
$46,902
1.0
Office Clerk II
1375
07/09
$49,451
1.0
Office Clerk II
1375
07/10
$50,337
2.0
Office Clerk II
1375
07/12
$104,322
1.0
Office Services Clerk
1376
08/02
$44,193
1.0
Office Services Clerk
1376
08/08
$52,511
2.0
Office Services Clerk
1376
08/09
$105,074
0.25
Office Services Clerk
Lead
1377
09/00
$10,845
1.0
Office Services Clerk
Lead
1377
09/07
$53,905
1.0
Program Administrator I
Health Services
2941
16/08
$86,560
1.0
Program Administrator II
Health Services
2942
17/18
$111,728
1.0
Program Administrator II
Mental Health
1723
17/04
$84,038
1.0
Program Administrator II
Mental Health
1723
17/05
$87,231
REVISED
53
BOARD OF PUBLIC WORKS
SECRETARY'S
ACTION AGENDA
October 4, 2023
21. MARYLAND DEPARTMENT OF HEALTH (cont’d)
Contractual Positions to be Abolished (cont’d)
FTE
Position Title
Class Code
Grade/Step
Salary and
Fringe
1.0
Program Administrator III
Health Services
2943
18/20
$121,817
1.0
Program Administrator III
Mental Health
1725
18/11
$104,349
0.5
Program Administrator IV
Health Services
2944
19/00
$40,309
1.0
Program Administrator IV
Health Services
2944
19/01
$84,011
1.0
Program Manager II
5477
20/07
$108,267
1.0
Program Manager II
5477
20/14
$125,896
1.0
Program Manager II
5477
20/20
$140,975
1.0
Program Manager Senior II
5483
24/18
$173,066
1.0
Social Worker I Health
Services
1991
01/14
$95,361
Total
180
$13,898,462
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
54
BOARD OF PUBLIC WORKS
SECRETARY'S ACTION AGENDA
APPENDIX
October 4, 2023
APP 1
Contact: Nneka Willis-Gray 410-767-7675
nneka.willisgray@maryland.gov
A1. DEPARTMENT OF HUMAN SERVICES
Social Services Administration (SSA)
Foster Care Maintenance Payments Program
Contract Title: Residential Child Care Services
SSA/RCCDD-24-006, ADPICS # N00B4600057
Contract Type: Services
Contract Description: Emergency placement of one youth.
Procurement Method: Emergency
Award: Chesapeake Developmental Support Services, Inc.
Owings Mills, MD
Amount: $170,871 (not to exceed)
Term: 8/25/2023 – 2/29/2024
Date Emergency Declared: 8/25/2023
Contract Award Date: 8/25/2023
Date Emergency Reported: 9/07/2023
MBE / VSBE Participation: 0% / 0%
Fund Source: 100% General
Appropriation Code: N00G0001
Remarks: Nature of Emergency: Emergency placement of one youth, age 17, diagnosed with
Autism Spectrum Disorder associated with intellectual impairment; moderate Attention/Deficit-
Hyperactivity Disorder with combined presentation of Diabetes Mellites and hypertension.
Basis for Selection: Due to the unique needs of the youth, the Dorchester Local Department of
Social Services (LDSS) determined that Chesapeake Developmental Support Services, Inc. is the
most appropriate placement as they provide residential placement services with support that
specializes in a wide array of individually-designed services for youth. The youth was placed
with the provider on August 25, 2023.
55
BOARD OF PUBLIC WORKS
SECRETARY'S ACTION AGENDA
APPENDIX
October 4, 2023
APP 2
A1. DEPARTMENT OF HUMAN SERVICES (cont’d)
Remarks (cont’d):
Chesapeake Development Support Services Inc. is committed to improving the lives of
individuals served with developmental disabilities. They are a person-centered provider offering
support in the community waivers for adults that reinforce inclusion and choices in services
throughout Maryland.
Youth are monitored via monthly caseworker visits and case reviews to assess progress,
readiness for discharge, and permanency goals. The provider's performance and compliance is
also reviewed at the monthly Children's Check-In call, facilitated by the Maryland Department of
Health’s (MDH) Office of Health Care Quality, which includes representatives from other state
agencies. The youth’s plan is reassessed by the LDSS monthly for placement into stepped down
care.
The youth is currently stable. When clinically appropriate the youth will be stepped down to a
less restrictive placement. If the youth is discharged prior to the end of the contract term, there is
no additional cost to the State as these are reimbursement contracts and providers are paid solely
for the actual number of youth placed with them during each year, and then only for the actual
number of day(s) each child is actually placed with the provider.
The proposed price for this contract is fair and reasonable because the price is set by the
Maryland State Department of Health, Developmental Disabilities Administration, using the
same established methodology in price setting for all In-State providers.
Resident Business: Yes
MD Tax Clearance: 23-3512-0110
BOARD OF PUBLIC WORKS THIS ITEM WAS:
ACCEPTED REMANDED
WITH DISCUSSION WITHOUT DISCUSSION
56
BOARD OF PUBLIC WORKS
SECRETARY'S ACTION AGENDA
APPENDIX
October 4, 2023
APP 3
Contacts: Bobbie James 410-537-3083 bobbie.james@maryland.gov
Mike Garner, Mining Program 301-689-1460 mike.garner@maryland.gov
A2. DEPARTMENT OF THE ENVIRONMENT
Land and Materials Administration – Mining Program
Contract Title: Sinkhole Repairs, Frostburg University
ADPICS NO. U00P46000241
Contract Type: Maintenance
Contract Description: Emergency Repair of sinkhole on the campus of Frostburg State
University.
Procurement Method: Emergency
Bids: Howard Concrete Pumping Co., Canonsburg, PA $138,630
Award: Howard Concrete Pumping Co.
Amount: $138,630
Term: 8/28/2023 – 9/30/2023
Date Emergency Declared: 8/18/2023
Contract Award Date: 8/28/2023
Date Emergency Reported: 9/14/2023
MBE / VSBE Participation: 0% / 0%
Fund Source: 100% Federal
Appropriation Code: U00A06.01
Remarks: Nature of Emergency: A sinkhole opened up on the campus of Frostburg State
University, caused by an abandoned mine and located above electric and sewer utility lines.
There is the potential for further erosion and danger to the inhabitants of the area. The
emergency needed to be mitigated immediately to prevent harm and further loss.
57
BOARD OF PUBLIC WORKS
SECRETARY'S ACTION AGENDA
APPENDIX
October 4, 2023
APP 4
A2. DEPARTMENT OF THE ENVIRONMENT (cont’d)
Remarks (cont’d):
The sinkhole opened over an eight-inch sewer line that is 21 feet deep and services half of the
campus and a portion of the City of Frostburg. The sewer line is still intact but has begun to sag
as seen through a pipe camera on August 18, 2023. Approximately five feet on both sides of the
sewer line contain additional utilities. On the south side is a four-inch high pressure water main
that services half of the campus. A break in this line would leave half of the campus without
water for an undetermined period of time. On the north side of the sewer line is an electrical duct
bank that provides electrical service to seven buildings. Impacts to the duct bank would cause
complete power loss to these seven buildings. Fall classes start August 29, 2023, so it is
imperative that the sinkhole be repaired expeditiously.
The Maryland Department of Environment determined that the sinkhole qualifies for funding
under Maryland’s Abandoned Mine Land Program. Mining-related sinkholes typically are
repaired by filling the holes but this one is unique with the sewer line and will require a
cementitious grout to be pumped under the sewer line to support it prior to placing fill on top of
the sewer line. This will require a specialized contractor with experience in this type of work.
The cost estimate for the repair project was approximately $100,000 - $150,000 with funding
made available from MDE’s Federal Bipartisan Infrastructure Law (BIL) Grant.
Basis for Selection: The use of the emergency procurement method was immediately necessary
to prevent harm and further loss. The Department of General Services Chief Procurement Officer
was notified on August 18, 2023, and approval to utilize the emergency procurement method was
granted on August 21, 2023. MDE obtained the services of a reputable contractor servicing
Western Maryland with experience in performing this type of work and who was available to
assess the situation and begin the work quickly. Competition was not sought based on the nature
of the repair work to be performed and the timing of students returning to campus. The selected
contractor, Howard Concrete Pumping, Co., is an experienced contractor specializing in this
unique type of sinkhole emergency repairs and construction and qualified to perform the repairs
expeditiously and properly.
Resident Business: No
MD Tax Clearance: 23-3456-0001
BOARD OF PUBLIC WORKS THIS ITEM WAS:
ACCEPTED REMANDED
WITH DISCUSSION WITHOUT DISCUSSION
58
BOARD OF PUBLIC WORKS
SECRETARY'S ACTION AGENDA
APPENDIX
October 4, 2023
APP 5
Contact: David LaChina 443-885-3144
david lachina@morgan.edu
A3. MORGAN STATE UNIVERSITY
Contract ID: Student Off-Campus Residential Transportation
24-PRO-0001S
Contract Type: Services
Contract Description: Transportation service agreement to provide shuttle services for
students living in off-campus housing.
Procurement Method: Emergency
Award: Charter Bus Pros, Inc., dba Charter Linkz
Staten Island, NY
Amount: $1,483,047.50
Term: 8/11/2023 - 5/19/2024
Date Emergency Declared: 8/02/2023
Contract Award Date: 8/07/2023
Date Emergency Reported: 9/05/2023
MBE/VSBE Participation: 0% / 0%
Fund Source: 100% Auxiliary Funded (unrestricted)
Remarks: Nature of Emergency: The condition justifying the use of an emergency procurement
relates to the continuance of necessary University functions within the discretion of the University.
The emergency arises out of the criticality of availability and timing given the proximity to the
start of the fall 2023 semester and the need to provide shuttle services to students living in off-
campus housing.
MSU Procurement Authority: The Morgan State University (MSU) Procurement Policies and
Procedures distinctly give the University the authority to invoke Emergency/Urgent Procurements
when "an emergency condition justifies the use of an emergency procurement when that condition
threatens one (1) or more of the following:
a. The health or safety of any person (s) or animals;
b. The preservation or protection of property; or
c. The continuance of necessary University functions within the discretion of the
President or designee.
59
BOARD OF PUBLIC WORKS
SECRETARY'S ACTION AGENDA
APPENDIX
October 4, 2023
APP 6
A3. MORGAN STATE UNIVERSITY (cont’d)
Remarks (cont’d):
MSU is experiencing a continuation of its historic enrollment for the fall 2023 semester, exceeding
9,000 for the second time in history. This record enrollment includes a continuation of the record
number of first-year students admitted in 2021 and 2022 and the anticipated yield numbers for fall
2023. Record out-of-state student demand continues to drive the need for additional off-campus
residential housing.
For students being placed in off-campus residential housing without personal transportation, the
University must provide transportation so students may attend classes and campus activities, and
utilize campus services. The additional housing is within a 5-7-mile radius of the University which
includes the following locations; HH Midtown (The Varsity), Altus Town Row, Towson Town
Place, Lord Baltimore Hotel (LBH), Marble Hall Gardens (MHG), and Morgan View (MV); these
locations house approximately 2,930 students.
Basis for Selection: Given the time constraints, the procurement was handled as an emergency.
The vendor was carefully chosen based on their familiarity with the route, satisfactory past
performance, and the availability of buses at Morgan facilities. Due to time limitations and
concerns regarding a new vendor's ability to scale up services, a formal solicitation was not
feasible. On August 4, 2023, the MSU Procurement Department contacted the vendor and
negotiated the pricing based on a thorough analysis of historical costs. After carefully considering
both fixed and variable expenses associated with the services, it was concluded that the pricing
was fair and aligned with the market competition level.
Reason for Late Report: Due to an administrative oversight, this contract is being reported late.
Measures have been put in place to ensure this type of oversight does not occur in the future.
Resident Business: No
MD Tax Clearance: 23-3107-0000
BOARD OF PUBLIC WORKS THIS ITEM WAS:
ACCEPTED REMANDED
WITH DISCUSSION WITHOUT DISCUSSION
60
BOARD OF PUBLIC WORKS
SECRETARY'S ACTION AGENDA
APPENDIX
October 4, 2023
APP 7
Contact: David LaChina 443-885-3144
david lachina@morgan.edu
A4. MORGAN STATE UNIVERSITY
Contract ID: Student Off-Campus Residential Transportation
24-PRO-0002S
Contract Type: Services
Contract Description: Transportation service agreement to provide shuttle services for
students living in off-campus housing.
Procurement Method: Emergency
Award: RTW Management, Inc.
Salt Lake City, Utah
Amount: $1,951,464.00
Term: 8/11/2023 - 5/19/2024
Date Emergency Declared: 8/02/2023
Contract Award Date: 8/09/2023
Date Emergency Reported: 9/05/2023
MBE/VSBE Participation: 0% / 0%
Fund Source: 100% Auxiliary Funded (unrestricted)
Remarks: Nature of Emergency: The condition justifying the use of an emergency procurement
relates to the continuance of necessary University functions within the discretion of the University.
The emergency arises out of the criticality of availability and timing given the proximity to the
start of the fall 2023 semester and the need to provide shuttle services to students living in off-
campus housing.
MSU Procurement Authority: The Morgan State University (MSU) Procurement Policies and
Procedures distinctly give the University the authority to invoke Emergency/Urgent Procurements
when "an emergency condition justifies the use of an emergency procurement when that condition
threatens one (1) or more of the following:
a. The health or safety of any person (s) or animals;
b. The preservation or protection of property; or
c. The continuance of necessary University functions within the discretion of the
President or designee.
61
BOARD OF PUBLIC WORKS
SECRETARY'S ACTION AGENDA
APPENDIX
October 4, 2023
APP 8
A4. MORGAN STATE UNIVERSITY (cont’d)
Remarks (cont’d):
MSU is experiencing a continuation of its historic enrollment for the fall 2023 semester, exceeding
9,000 for the second time in history. This record enrollment includes a continuation of the record
number of first-year students admitted in 2021 and 2022 and the anticipated yield numbers for fall
2023. Record out-of-state student demand continues to drive the need for additional off-campus
residential housing.
For students being placed in off-campus residential housing without personal transportation, the
University must provide transportation so students may attend classes and campus activities, and
utilize campus services. The additional housing is within a 5-7-mile radius of the University which
includes the following locations; HH Midtown (The Varsity), Altus Town Row, Townson Town
Place, Lord Baltimore Hotel (LBH), Marble Hall Gardens (MHG), and Morgan View (MV); these
locations house approximately 2,930 students.
Basis for Selection: Given the time constraints, the procurement was handled as an emergency.
The vendor was carefully chosen based on their familiarity with the route, satisfactory past
performance, and the availability of buses at Morgan facilities. Due to time limitations and
concerns regarding a new vendor's ability to scale up services, a formal solicitation was not
feasible. On August 4, 2023, the MSU Procurement Department contacted the vendor and
negotiated the pricing based on a thorough analysis of historical costs. After carefully considering
both fixed and variable expenses associated with the services, it was concluded that the pricing
was fair and aligned with the market competition level.
Reason for Late Report: Due to an administrative oversight, this contract is being reported late.
Measures have been put in place to ensure this type of oversight does not occur in the future.
Resident Business: No
MD Tax Clearance: 23-3144-0111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
ACCEPTED REMANDED
WITH DISCUSSION WITHOUT DISCUSSION
62
BOARD OF PUBLIC WORKS
SECRETARY'S ACTION AGENDA
APPENDIX
October 4, 2023
APP 9
Contact: Jared DeMarinis 410-269-2840
jared.demarinis@maryland.gov
A5. STATE BOARD OF ELECTIONS
RETROACTIVE
Contract Title: Managed Security Services Provider (Security Operations Center)
D38P4600024
Contract Type: Information Technology
Contract Description: Contract to provide 24/7 threat monitoring, detection, alerting, and
lightweight response for potential threats to State Board of
Elections information assets to minimize risks and allow timely
containment and response to potential threats for the 2024
Presidential Election Cycle.
Retroactive Approval: As the term exceeds the 365-day maximum limitation for
emergency contracts, the State Board of Elections also requests
retroactive approval of a waiver of that limitation provision found
in COMAR.21.05.06.02(A).
Procurement Method: Emergency
Bids: Silversky Inc, Milford, CT $55,264.50
Dell Marketing LP, Round Rock, TX $55,887.00
Award: Silversky Inc., Milford CT
Amount: $55,264.50
Term: 9/05/2023 - 11/30/2024
Date Emergency Declared: 8/07/2023
Contract Award Date: 9/01/2023
Date Emergency Reported: 9/07/2023
MBE / VSBE Participation: 0% / 0%
Fund Source: 100% Special (County Funds)
Appropriation Code: D38I0102
63
BOARD OF PUBLIC WORKS
SECRETARY'S ACTION AGENDA
APPENDIX
October 4, 2023
APP 10
A5. STATE BOARD OF ELECTIONS (cont’d)
Remarks: Nature of Emergency: The State Board of Elections (SBE) had a contract in place for
a Managed Security Operations (SOC) Provider, procured via the Competitive Sealed Proposal
(CSP) process and approved by Board of Public Works on April 27, 2022 (Department of
General Services Agenda, Item 42-IT; Contract #D38B1600017). SBE became aware of the
selected Contractor’s (Digital Lantern LLC) default on August 7, 2023. The base period of that
contract was slated to end 12/31/2023 and there were two available 2 year option periods. As a
result, SBE was forced to procure this emergency procurement so that SBE would not be without
critical security monitoring services of its information technology assets.
On August 7th, 2023, Digital Lantern's subcontractor, Foresite Labs, notified Digital Lantern and
SBE that it was terminating its cybersecurity reporting due to non-payment by Digital Lantern.
Digital Lantern was not able to cure the default and did not respond with the necessary attention
to the matter. This left SBE without an independent cybersecurity monitoring and reporting
service because that service was being provided by Foresite Labs. This service is critical to
SBE's ability to make informed and timely decisions should a cybersecurity incident occur.
SBE’s Chief Information Officer and Assistant Attorney General concurred that the agency must
have cybersecurity threat monitoring and reporting before and during the 2024 Presidential
Election cycle, which is why the term for this emergency contract award is 15 months.
SBE requests retroactive approval of a waiver of the 365-day maximum emergency contract
duration limitation in COMAR.21.05.06.02(A), in accordance with the waiver provision in
COMAR 21.01.03.06. The Office of the Attorney General has approved the waiver for form and
legal sufficiency. If the Board of Public Works approves this waiver request, the Board will have
determined that application of the regulation COMAR 21.05.06.02(A) in this specific case or
emergency situation would be inequitable or contrary to the purposes of State law.
Basis for Selection: SBE solicited four vendors for bids for this emergency procurement on
August 15, 2023. The vendors solicited were Dell Marketing LP, Silversky Inc., Foresite Labs,
and Herjavec Group. SBE received two bids, and one “no-bid” response. SBE selected Silversky
Inc. based on pricing, experience performing the scope of work, and Silversky’s proposed
solution that will be more efficient and expedient to implement in SBE's datacenters because the
proposed solution does not require installing agents on all assets.
64
BOARD OF PUBLIC WORKS
SECRETARY'S ACTION AGENDA
APPENDIX
October 4, 2023
APP 11
A5. STATE BOARD OF ELECTIONS (cont’d)
Remarks (cont’d):
RETROACTIVE approval requested pursuant to § 11-204(c) State Finance & Procurement
Article, Annotated Code of Maryland. The State Board of Elections has determined that this
contract should be treated as voidable rather than void because: (1) all parties have acted in good
faith; (2) ratification for the procurement contract would not undermine the purposes of the
Procurement Law; and (3) the violation, or series of violations, was insignificant or otherwise did
not prevent substantial compliance with the Procurement Law.
Resident Business: No
MD Tax Clearance: 23-3712-1001
BOARD OF PUBLIC WORKS THIS ITEM WAS:
ACCEPTED REMANDED
WITH DISCUSSION WITHOUT DISCUSSION
65
Board of Public Works
Department of Natural ResourcesReal Property
Supplement
October 4, 2023
DNR 1
Contact: Emily Wilson 410-260-8436
emilyh.wils[email protected]
1A. LOCAL PARKS AND PLAYGROUNDS INFRASTRUCTURE
Allegany County
Recommendation: Approval to commit $64,581.18 for the following development project.
Ellerslie Community Park Upgrades - $64,581.18
Allegany County
LPPI# LPPI-1-22
Background: Construct improvements at Ellerslie Community Park including tennis court
resurfacing, benches, pavilion repairs, a walking track extension, new fencing, ballfield and
batting cage upgrades, a concrete pad for concession stand, picnic area upgrades and associated
site amenities.
Fund Source: Maryland Consolidated Capital Bond Loan 2021, Chapter 63, Acts of 2021
Local Parks and Playgrounds Infrastructure
Source Code: 21523 $1,081.18
Maryland Consolidated Capital Bond Loan 2022, Chapter 344, Acts of 2022
Local Parks and Playgrounds Infrastructure
Source Code: 22116 $63,500.00
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
66
Board of Public Works
Department of Natural ResourcesReal Property
Supplement
October 4, 2023
DNR 2
Contact: Emily Wilson 410-260-8436
emilyh.wils[email protected]
2A. PROGRAM OPEN SPACE LOCAL SHARE
COMMUNITY PARKS AND PLAYGROUNDS PROGRAM
Carroll County
Recommendation: Approval to commit $333,450 for the following development projects.
1. Veterans Memorial Park – Memorial Garden - $247,000
Carroll County
POS #7602-6-426 MD20230721-0637
Background: Construct a memorial garden at Veterans Memorial Park. The project includes the
construction of a plaza with seating and a memorial, sidewalks, benches, interpretive signage,
plantings and associated site amenities.
Fund Source: Outdoor Recreation Land Loan 2020, Chapter 565, Acts of 2019
Program Open Space Local
Source Code: 20011 $12,448.91
Outdoor Recreation Land Loan 2021, Chapter 19, Acts of 2020
Program Open Space Local
Source Code: 21011 $234,551.09
2. Union Bridge Community Center Playground Improvements - $86,450
Town of Union Bridge
CPP #7573-6-428 MD20230718-0622
Background: Purchase and install new tot lot playground equipment and safety surfacing
consistent with National Playground Safety Standards and the Americans with Disabilities Act at
the Union Bridge Community Center.
Fund Source: Maryland Consolidated Capital Bond Loan of 2023, Chapter 102, Acts of 2023
Community Parks and Playgrounds Program
General Obligation Bonds $86,450.00
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
67
Board of Public Works
Department of Natural ResourcesReal Property
Supplement
October 4, 2023
DNR 3
Contact: Emily Wilson 410-260-8436
emilyh.wils[email protected]
3A. COMMUNITY PARKS AND PLAYGROUNDS PROGRAM
Montgomery County
Recommendation: Approval to commit $180,000 for the following development project.
Dillingham Skatepark Expansion – $180,000
Town of Poolesville
CPP #7584-15-737 MD20230714-0611
Background: Expand the existing skatepark and provide associated site amenities at Dillingham
Park.
Fund Source: Maryland Consolidated Capital Bond Loan of 2023, Chapter 102, Acts of 2023
Community Parks and Playgrounds Program
General Obligation Bonds $180,000.00
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
68
Board of Public Works
Department of Natural ResourcesReal Property
Supplement
October 4, 2023
DNR 4
Contact: Emily Wilson 410-260-8436
emilyh.wils[email protected]
4A. PROGRAM OPEN SPACE LOCAL SHARE
Prince George’s County
Recommendation: Approval to commit $750,000 for the following development project.
Cosca Regional Park - Imagination Playground – $750,000
M-NCPPC (Prince George’s County)
POS #7604-16-864 MD20230721-0640
Background: Purchase and install new playground equipment and safety surfacing consistent
with National Playground Safety Standards and the Americans with Disabilities Act, and
associated site amenities at Cosca Regional Park.
Fund Source: Outdoor Recreation Land Loan 2018, Chapter 150, Acts of 2017
Program Open Space Local
Source Code: 18011 $12,087.50
Outdoor Recreation Land Loan 2019, Chapter 570, Acts of 2018
Program Open Space Local
Source Code: 19011 $737,912.50
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
69
Board of Public Works
Department of Natural ResourcesReal Property
Supplement
October 4, 2023
DNR 5
Contact: Emily Wilson 410-260-8436
emilyh.wils[email protected]
5A. PROGRAM OPEN SPACE LOCAL SHARE
Washington County
Recommendation: Approval to commit $286,099 for the following development projects.
1. Poplar Street Park Development - $202,500
Town of Funkstown
POS #7608-21-431 MD20230728-0656
Background: Construct improvements at Poplar Street Park. The project includes a pavilion,
paved parking area, access roads, sidewalks, electrical upgrades, picnic area and associated site
amenities.
Fund Source: Outdoor Recreation Land Loan 2023, Chapter 484, Acts of 2022
Program Open Space Local
Source Code: 23002 $202,500.00
2. Veterans Park Gazebo Area Grading and Lighting - $83,599
Town of Smithsburg
POS #7609-21-432 MD20230728-0659
Background: Construct concrete pathways from the gazebo area to the parking lot and install
pole lights at Veterans Park.
Fund Source: Outdoor Recreation Land Loan 2023, Chapter 484, Acts of 2022
Program Open Space Local
Source Code: 23002 $83,599.00
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
70
Board of Public Works
Department of Natural ResourcesReal Property
Supplement
October 4, 2023
DNR 6
Contact: Emily Wilson 410-260-8436
emilyh.wils[email protected]
6A. CONSERVATION RESERVE ENHANCEMENT PROGRAM
Reaver, Brian Sr. & Brian Jr., Frederick County
Recommendation: Approval to grant $357,269.99 to Frederick County from Program Open
Space Stateside Funds to acquire a 55.32-acre Conservation Reserve Enhancement Program
easement.
Background/Prior Approvals: Reference is made to Program Open Space Agenda Item 9A
(September 16, 2009) in which the Board of Public Works approved the Conservation Reserve
Enhancement Program (CREP) easement acquisition program and authorized the use of Program
Open Space funds to be used for acquiring permanent conservation easements on stream side
forests, natural areas and wetlands.
Project Description: Acquisition of this CREP easement permanently protects water quality by
retaining forested and vegetative buffers in the vicinity of Stony Branch and along Motters Run in
the Tom’s Creek watershed, which is a designated Use Class IV-P Recreational Trout Waters and
Public Water Supply. Tom’s Creek is a tributary to the Monocacy River. As part of the
transaction, the landowner will be donating 2.19 acres of the property into the easement for 57.51
acres of total protection. The easement, CREP No. 34706 and POS No.3470, will be held by
Frederick County and the Maryland Department of Natural Resources.
Easement Value: $334,722.00 ($6,050 per acre)
Purchase Price: $334,722.00 ($6,050 per acre)
Total Other Costs Administrative: $10,041.66
Incidentals: $ 7,485.50
Compliance: $ 5,020.83
$22,547.99
Total Amount Requested: $357,269.99
CREP Targeting: The CREP easement program focuses its efforts on “Target Level 1” and
“Target Level 2” counties where the easement practices will have the greatest impact on water
quality. Targeting for CREP was a multiagency and conservation partnership organization effort
that utilized nine high priority, science based, data sets and areas of special consideration
developed from the past 10 years of research and study of water quality and natural resource
conditions in the State’s 134 watersheds. Frederick County is a Target Level 1 county.
71
Board of Public Works
Department of Natural ResourcesReal Property
Supplement
October 4, 2023
DNR 7
6A. CONSERVATION RESERVE ENHANCEMENT PROGRAM (cont’d)
Reaver, Brian Sr. & Brian Jr., Frederick County
Easement Valuation System: DNR uses an easement evaluation system based on:
(1) whether the property is located within a “Target Level 1” or “Target Level 2” county;
(2) the width of the buffers; and
(3) the amount of land in the CREP contract that will be covered by the easement.
The program seeks to retain conservation practices beyond the 10- to 15-year contract period
available under the federal CREP rental program. The easement acquires development rights
and a portion of the agricultural production value beginning at the end of the federal contract
term and continuing into perpetuity.
Fund Sources: Outdoor Recreation Land Loan of 2021, Chapter 19, Acts of 2020
Program Open Space Stateside
Source Code: 21010 $357,269.99
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
72
Board of Public Works
Department of Natural ResourcesReal Property
Supplement
October 4, 2023
DNR 8
Contacts: Robert Feldt 410-836-4571 rob.feldt@maryland.gov
Emily Wilson 410-260-8436 emilyh.wils[email protected]
7A. TIMBER SALE
Worcester County
Recommendation: That the Board of Public Works approve this timber sale of 703,881 board
feet of sawtimber, and 171 cords of pulpwood, which will be conducted in Compartment 6,
Stand 6 of the Nazareth Church Tract of Pocomoke State Forest.
Pocomoke State Forest
37.9 acres /Compartment 6 (P-01-24)
Description: This will be a harvest of mature loblolly pine. Twenty percent (9.2 acres) of the
proposed harvest area has been set aside as retention, and consists of low areas, flood plain and
stream buffers. This retention will benefit various wildlife species. Within the harvest area, pond
pine legacy trees will be retained to regenerate the harvest area. Natural regeneration is the
preferred method.
No bond money was used in the purchase of this land.
Authority: Natural Resources Article § 5-102 and § 5-214, Annotated Code of Maryland.
Sales Method: Competitive Sealed Bid (One-step method). See BPW Advisory 2005-2.
Bids:
Millville Lumber Company, Inc
Eastern
Shore Forest Products, Inc.
MD
MD
$92,915
$53,800
Award: Millville Lumber Co. Inc.
Amount: $92,915
Estimated Value: $78,794.91
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
73
Board of Public Works
Department of Natural ResourcesReal Property
Supplement
October 4, 2023
DNR 9
Contact: Emily Wilson 410-260-8436
emilyh.wils[email protected]
8A. PROGRAM OPEN SPACE LOCAL SHARE
Baltimore County
Recommendation: Approval to commit $4,000,000 for the following acquisition and
development projects.
1. Sparrows Point Park - Tradepoint Atlantic Property Acquisition - $0
Baltimore County
POS #7524-3-520 MD20230405-0255
Background: Acquire 21.465 acres of wooded, waterfront land for the new Sparrows Point Park
in southeastern Baltimore County. The two parcels have been donated to Baltimore County by
TPA Properties 37, LLC and were part of the former Bethlehem Steel plant. As authorized in
Section 5-905(d) of the Natural Resources Article, the county is using 75% of the appraised
value of the donated land toward the required county matching share on the development project
(POS #7603-3-522). In exchange, the county will place the property under the Program Open
Space Local covenant which requires it remains in public recreation and open space use in
perpetuity.
Appraised Value: Dunkin Real Estate Advisors $2,400,000.00
S.H. Muller & Associates $2,500,000.00
2. Sparrows Point Park Development - $4,000,000
Baltimore County
POS #7603-3-522 MD20230721-0639
Background: Develop and construct a new 21.465-acre community park in Sparrows Point. The
project includes construction of access roads and parking lots, a 16,000-square foot recreation
center, multisport synthetic turf surface athletic field, paved walking paths, pier with a kayak and
canoe launch, picnic areas and associated site amenities. The project also includes playground
equipment and safety surfacing consistent with National Playground Safety Standards and the
Americans with Disabilities Act.
Fund Source: Outdoor Recreation Land Loan 2022, Chapter 357, Acts of 2021
Program Open Space Local
Source Code: 22011 $1,645,172.13
Outdoor Recreation Land Loan 2023, Chapter 484, Acts of 2022
Program Open Space Local
Source Code: 23002 $2,354,827.87
This item was withdrawn as Item 1A from the 09/20/2023 DNR Real Property Agenda.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
74
Board of Public Works
University System of Maryland
Supplement
October 4, 2023
USM 1
Contact: Thomas Hickey 410-576-5736
1-GM. GENERAL MISCELLANEOUS
Recommendation: That the Board of Public Works approve use of general obligation
bond funding proceeds for the following contracts totaling $1,071,050.
Authority: State Finance and Procurement Article, Annotated Code of Maryland,
§ 8-301(general obligation bond funding)
Bowie State University
Campus-Wide Surveillance Cameras
Description: Furnish and install Network Surveillance Cameras – Campus-Wide
Phase II
Procurement Method: Cooperative Agreement
Award: CDW-G, Shelton, CT
Amount: $187,618
Fund Source: MCCBL 2022: Provide funds to design, construct and equip the
Thurgood Marshall Library, Jericho Park Road and Campus
Security at Bowie State University. Item #291
Resident Business: No MD Tax Clearance: 23-3055-1110
University of Maryland, College Park for The Universities at Shady Grove
Biomedical Sciences and Engineering Education Building
Description: One (1) CNC Router/Mill Equipment
Procurement Method: Simplified Procurement-Non-Competitive
Award: Tormach, Inc., Monona, WI
Amount: $20,786
Fund Source: MCCBL of 2018: Provide funds to complete construction and
equipping of the new Biomedical Sciences and Engineering
Education Building. Item #18-248
Resident Business: No MD Tax Clearance: 23-3504-1100
75
Board of Public Works
University System of Maryland
Supplement
October 4, 2023
USM 2
1-GM. GENERAL MISCELLANEOUS (cont’d)
Coppin State University
Tennis Court Upgrades
Description: Provide and install upgrades for eight tennis courts
Procurement Method: NCPA (National Cooperative Purchasing Alliance) Contract #08-18
Award: ATC CORP, Dundalk, MD
Amount: $862,646
Fund Source: MCCBL 2023: Provide funds to design, construct, and equip
infrastructure upgrades to athletic facilities campuswide. Item 116
Resident Business: Yes MD Tax Clearance: 23-3676-1111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
76
Board of Public Works
University System of Maryland
Supplement
October 4, 2023
USM 3
Contact: Thomas Hickey 410-576-5736
2-C-OPT\MOD. UNIVERSITY OF MARYLAND, COLLEGE PARK
On-Call Mechanical Contracting Services Contract
Renewal Option\Modification
Contract ID: Mechanical Construction Related Projects and Service,
Maintenance & Repair Agreement, RFP 36983-E
Contract Approved: USM Item 3-C (10/17/2018) ($8 million Not to Exceed)
USM Item 2-C-OPT (10/7/2020) ($5.5 million Not to Exceed)
USM Item 2-C-OPT (10/7/2020) ($1,613,647 – Retroactive)
USM Item 4-C-OPT/MOD (9/1/2021) $2.5 million-Modification
thru 10/16/21)
USM Item 4-C-OPT/MOD (9/1/2021) ($6.5 million Not to
Exceed)
USM Item 5-C-OPT/MOD (10/12/2022) ($6.5 million Not to
Exceed)
Contractors: Shapiro & Duncan Rockville, MD
W. L. Gary Company, Inc. Washington, DC
American Combustion Industries, Inc. Glen Dale, MD
M & M Welding & Fabricators, Inc. Mount Airy, MD
Contract Description: Provide mechanical contracting services for construction projects and
service, repair and maintenance at the institutions of the University System of Maryland College
Park Service Center on an as needed basis
Option Description: Exercise fourth renewal option and increase option amount to $8
million for the one-year renewal period (See Requesting Institution
Remarks)
Original Term: 10/17/2018 – 10/16/2020 (w/four 1-year renewal options)
Option Term: 10/17/2023 – 10/16/2024 (4
th
renewal)
Original Amount: $8,000,000 (Not to Exceed) 2-yr base term
$4,000,000 (Not to Exceed) 1st renewal option
$4,000,000 (Not to Exceed) 2nd renewal option
$4,000,000 (Not to Exceed) 3rd renewal option
$4,000,000 (Not to Exceed) 4th renewal option
$24,000,000 (Not to Exceed) Total
77
Board of Public Works
University System of Maryland
Supplement
October 4, 2023
USM 4
2-C-OPT\MOD. UNIVERSITY OF MARYLAND, COLLEGE PARK (cont’d)
Option Amount: $4 million (Not to Exceed) (fourth renewal option)
Modification Amount: $4 million (Not to Exceed)
Total Option\Modification: $8 million
Revised Amount-Base:
Period plus Option Years: $8,000,000 (Not to Exceed) 2-yr base term
$1,613,647 (Not to Exceed) Retroactive Modification
$5,500,000 (Not to Exceed) 1st renewal option
$2,500,000 (Not to Exceed) Modification-current period
thru 10/16/2021
$6,500,000 (Not to Exceed) 2nd renewal option
$6,500,000 (Not to Exceed) 3rd renewal option
$8,000,000 (Not to Exceed) 4th renewal option\modification
$38,613,647 (Not to Exceed) Total
Procurement Method: Competitive Sealed Proposals
MBE Participation: MBE goals assigned on Task Orders exceeding $50,000
MBE Goal: Overall: 16%
MBE Compliance: 18.80%
Performance Security: Equal to contract amount.
Requesting Institution Remarks: Renewal is recommended for the four firms based on
satisfactory job performance. Mechanical construction related projects will be competed among
the four firms and awarded on a task order basis. For service calls, a rotational method based on
service expertise will be employed. The University is requesting that the yearly not to exceed
amount for this one-year renewal option be increased to $8 million in anticipation of an increase
in the required services over the next year.
Fund Source: Fund Sources will be presented on each task order award over $1
million requiring Board of Public Works approval.
78
Board of Public Works
University System of Maryland
Supplement
October 4, 2023
USM 5
2-C-OPT\MOD. UNIVERSITY OF MARYLAND, COLLEGE PARK (cont’d)
Resident Business/MD Tax Clearance:
Company Name
Resident Business
MD Tax Clearance
W. L. Gary Company, Inc.
No
23-3612-1111
Shapiro & Duncan, Inc.
Yes
23-3632-1111
M & M Welding & Fabricators, Inc.
Yes
23-3614-1111
American Combustion Industries, Inc.
Yes
23-3613-0110
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
79
Board of Public Works
University System of Maryland
Supplement
October 4, 2023
USM 6
Contact: Thomas Hickey 410-576-5736
3-C-OPT. UNIVERSITY OF MARYLAND BALTIMORE
On-Call Mechanical/Electrical/Plumbing and Building Envelope
Commissioning Services
Contract ID: On-Call Mechanical/Electrical/Plumbing (MEP) and Building
Envelope (BE) Commissioning Consultant Services for the
University of Maryland, Baltimore, RFP # 88897 CB/VHR
Prior Approval: USM Item 1-C 11/4/2020
Contract Description: Professional MEP and BE commissioning services to be provided on an
‘on call as needed’ basis for the University of Maryland, Baltimore. The awarded firms may
provide a variety of commissioning services during design, construction, and warranty phases of
a project.
Option Description: Exercise first renewal option.
Awardees:
MEP Commissioning:
Bowman Consulting Group Ltd., Reston, VA
Complete Commissioning, Inc., Baltimore, MD
FST-HEA, LLC, Chandler, AZ
RMF Engineering, Inc., Baltimore, MD
Building Envelope Commissioning Services:
FST-HEA, LLC, Chandler, AZ
Coleman Consulting, Baltimore, MD
Gale Associates, Inc., Towson, MD
Note: Original Awardee Horizon Engineering Associates, LLP joined FST-HEA, LLC December
16, 2020, and Original Awardee, Kibart Engineering, joined Bowman Consulting Group
December 15, 2021.
Original Term: 11/5/2020 – 11/4/2023 (w/ one two-year renewal option)
Option Term: 11/5/2023 – 11/4/2025
Original Amount: $4,500,000 (not to exceed) (3-year base term)
Option Amount: $2,250,000 (not to exceed) (2-year renewal option)
Revised Amount: $6,750,000 (not to exceed) Total
80
Board of Public Works
University System of Maryland
Supplement
October 4, 2023
USM 7
3-C-OPT. UNIVERSITY OF MARYLAND BALTIMORE (cont’d)
Original Procurement Method: Competitive Sealed Proposals
Fund Source: Various Institutional funds
MBE Participation: To be set for any task order including appropriate subgoals for any
task order over $200,000.
MBE Compliance: N/A (See Requesting Institution Remarks)
Performance Security: None
Requesting Institution Remarks: Renewal is recommended for all four firms in the MEP
category and all three firms in the Building Envelope Category.
During the initial term, only one task order was issued off the Building Envelope Category and
none were issued off the MEP Category. Due to the size of the task order (less than $50,000) and
the type of work that was being requested, there was no opportunity for MBE participation for
the single task-order issued.
As projects arise, the University will compete each project among the awarded on-call firms.
These firms will be required to utilize the quoted maximum hourly rates for any task orders done
under the master contracts for the initial term of the contract. There have been no requests for
rate increases so the 3
rd
Year pricing will remain for this option period. Through the
commissioning efforts that will be performed under these master contracts, the University will
strive to have its equipment and systems operate and function at an optimal level of efficiency. In
addition, commissioning is an integral part of the LEED certification processes.
Resident /MD Tax Clearance:
Company Name- MEP Commissioning
Resident Business
MD Tax Clearance
Bowman Consulting Group Ltd.
No
23-3129-1111
Complete Commissioning, Inc
Yes
23-3130-0111
FST-HEA, LLC
No
23-3131-0100
RMF Engineering, Inc
Yes
23-3132-1111
Company Name – BE Commissioning
Resident Business
MD Tax Clearance
FST-HEA, LLC
No
23-3131-0100
Coleman Consulting
Yes
23-3133-0111
Gale Associates, Inc.
Yes
23-3134-0111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
81
Board of Public Works
University System of Maryland
Supplement
October 4, 2023
USM 8
Contact: Thomas Hickey 410-576-5736
4-S-MOD. UNIVERSITY OF MARYLAND GLOBAL CAMPUS
Digital Advertising Media Buying Services
Contract ID: Digital Advertising Media Buying Services, RFP 91561
Original Contract Approved: USM Item 4-S (1/23/2019)
Contractors: TrafficBuyer.com d/b/a Blacklight MA New York, NY
Kepler Group, LLC New York, NY
Adobe Systems, Inc. San Jose, CA
Converge Direct, LLC Mount Kisco, NY
Contract Description: Provide indefinite-delivery indefinite-quantity digital-advertising media-
buying services in regional and national markets.
Modification Description: Reallocate the remaining funds for digital advertising media buying
services contracts for the purpose of continuing to grow UMGC’s student base in local, regional,
and national markets. Remove firm that has since dissolved. There is no change in the aggregate
spend limit originally approved, but a reallocation of the remaining amounts.
Modification:
Vendor
Original
Allocation
Spent
As of June 30
Remaining +
Re-
Allocation
Trafficbuyer.com d/b/a Blacklight, NY, NY
$83,000,000
$58,980,472
$77,019,528
Kepler Group, NY, NY
$67,000,000
$59,646,620
$32,353,380
Adobe Systems, San Jose, CA
$67,000,000
$0
$22,000,000
Converge Direct, Mt. Kisco, NY
(VOLUNTARILY DISSOLVED)
$33,000,000
$0
$0
TOTAL
$250,000,000
$118,627,092
$131,372,908
Original Contract Term: 1/24/2019-1/23/2025 (6 years)
Modification Term: No change
Original Contract Amount: $250,000,000
Original Procurement Method: Competitive Sealed Proposal
82
Board of Public Works
University System of Maryland
Supplement
October 4, 2023
USM 9
4-S-MOD. UNIVERSITY OF MARYLAND GLOBAL CAMPUS (cont’d)
MBE Participation: 0% (See Requesting Institution Remarks)
MBE Compliance: N/A
Requesting Agency Remarks: In June, 2018, the Board of Regents approved UMGC entering
four, Indefinite Delivery, Indefinite Quantity (IDIQ) contracts to provide digital advertising
media buying services. These contracts were subsequently approved by the Board of Public
Works in January, 2019, with a six-year term ending January, 2025. The total combined spend
limit for the four contracts remains $250,000,000. One of the originally awarded firms, Converge
Direct, voluntarily dissolved its status with the Maryland Department of Assessments and
Taxation as an approved business entity in the State of Maryland. As of June 30, 2023,
$118,627,092 has been spent.
UMGC shifts and refinements are the result of constant evaluation and measurement of
performance of our marketing efforts for each vendor which have helped us significantly
increase student headcount. Over the past four years, UMGC has been able to better determine
which vendors have the right expertise for the marketing strategy for the remainder of the
contract term. Reallocation of the remaining funds is the only way to ensure spending levels will
support UMGC’s growth goals. If the original contract funds are not reallocated, UMGC’s
contract amounts will not be in line with its digital advertising strategy.
The original procurement for Digital advertising services required awarded firms to place ads in
the digital advertising space. There are no other components to this procurement that can be sub-
contracted, as the function is essentially a pass-through for UMGC’s marketing dollars. Rates,
demand of leads, space and time, and state licenses vary by state which requires a high level of
experience and national marketing knowledge. National Media Buyers serving UMGC’s needs
must generate national media marketing strategies and national media advertising that are
adaptable from area to area. There were a handful of firms that were identified as having the
capacity to market UMGC at the national level.
Fund Source: Institutional Funds
MD Tax Clearance/Resident Business:
Contractor
MD Tax Clearance
Resident Business
Trafficbuyer.com d/b/a Blacklight
23-3198-0000
No
Kepler Group, LLC
23-3197-0100
Adobe Systems, Inc.
23-3196-1111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
83
Board of Public Works
University System of Maryland
Supplement
October 4, 2023
USM 10
Contact: Thomas Hickey 410-576-5736
5-S-MOD. UNIVERSITY OF MARYLAND GLOBAL CAMPUS
Offline Advertising Media Buying Services
Contract ID: Offline Advertising Media Buying Services, RFP 91578
Original Contract Approved: USM Item 5-S (1/23/2019)
Contractors: Harmelin & Associates, Inc. d/b/a Harmelin Media Bala Cynwyd, PA
BCW, LLC d/b/a HZ Rockville, MD
Lockard & Wechsler Direct, LLC Irvington, NY
TBC, Inc. Baltimore, MD
U.S. International Media, LLC Los Angeles, CA
Contract Description: Provide indefinite-delivery indefinite-quantity offline-advertising services
in regional and national markets.
Modification Description: Reallocate the remaining spend for offline advertising media buying
services contracts for the purpose of continuing to grow UMGC’s student base in local, regional,
and national markets. Remove firm that has since dissolved. There is no change in the aggregate
spend limit originally approved, but a reallocation of the remaining amounts.
Modification Terms:
Vendor
Original
Allocation
Spent as of
June 30
Remaining +
Re-
Allocation
Harmelin & Associates, Inc d/b/a Harmelin
Media, Bala Cynwyd, PA
$37,000,000 $13,043,419 $36,956,581
BCW, LLC d/b/a HZ, Rockville, MD
$42,000,000
$1,897,162
$40,102,838
Lockard & Wechsler Direct, Irvington, NY
$71,000,000
$55,589,139
$60,410,861
TBC, Inc., Baltimore, MD
$42,000,000
$19,692,331
$22,307,669
U.S. International Media, LLC, Los Angeles,
CA (VOLUNTARILY DISSOLVED)
$58,000,000 $0 $0
TOTAL
$250,000,000
$90,222,051
$159,777,949
Original Contract Term: 1/24/2019-1/23/2025 (6 years)
Modification Term: No change
Original Contract Amount: $250,000,000
Original Procurement Method: Competitive Sealed Proposal
84
Board of Public Works
University System of Maryland
Supplement
October 4, 2023
USM 11
5-S-MOD. UNIVERSITY OF MARYLAND GLOBAL CAMPUS (cont’d)
MBE Participation: 0% (See Requesting Agency Remarks)
MBE Compliance: N/A
Requesting Agency Remarks: In June, 2018, the Board of Regents approved UMGC entering five,
Indefinite Delivery, Indefinite Quantity (IDIQ) contracts to provide offline advertising media
buying services. These contracts were subsequently approved by the Board of Public Works in
January, 2019, with a six-year term ending January, 2025. The total combined spend limit for the
contracts remains $250,000,000. One of the originally awarded firms, U.S. International Media,
LLC, voluntarily dissolved its status with the Maryland Department of Assessments and Taxation
as an approved business entity in the State of Maryland. As of June 30, 2023, $90,222,051 has
been spent.
UMGC shifts and refinements are the result of constant evaluation and measurement of
performance of our marketing efforts for each vendor which have helped us significantly increase
student headcount. Over the past four years, UMGC has been able to better determine which
vendors have the right expertise for the marketing strategy for the remainder of the contract term.
Reallocation of the remaining funds is the only way to ensure spending levels will support
UMGC’s growth goals. If the original contract funds are not reallocated, UMGC’s contract
amounts will not be in line with its offline advertising strategy.
The original procurement for Offline advertising services required awarded firms to place ads in
the offline advertising space. There are no other components to this procurement that can be sub-
contracted, as the function is essentially a pass-through for UMGC’s marketing dollars. Rates,
demand of leads, space and time, and state licenses vary by state which requires a high level of
experience and national marketing knowledge. National Media Buyers serving UMGC’s needs
must generate national media marketing strategies and national media advertising that are
adaptable from area to area. There were a handful of firms that were identified as having the
capacity to market UMGC at the national level.
Fund Source: Institutional Funds
MD Tax Clearance/Resident Business:
Contractor
MD Tax Clearance
Resident
Business
Lockard & Wechsler Direct, LLC
23-3231-0000
No
Harmelin & Associates, Inc. d/b/a Harmelin Media
23-3230-0000
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
85
Wes Moore
Governor
Aruna Miller
Lt. Governor
Paul J. Wiedefeld
Secretary
BOARD OF PUBLIC WORKS
ACTION AGENDA
October 4, 2023
Item #s Mode Pages
1 – 2 Maryland Aviation Administration (MAA) 1 – 4
3 4 Maryland Transportation Authority (MDTA) 5 8
5 – 8 Maryland Transit Administration (MTA) 9 15
9 Motor Vehicle Administration (MVA) 16 17
10 – 20 State Highway Administration (SHA) 18 – 42
21 The Secretary’s Office (TSO) 43
86
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 1
Contact: Linda Dangerfield 410-859-7097
ldangerfield@mdot.maryland.gov
1-C-MOD. MARYLAND AVIATION ADMINISTRATION
Modification: Construction Contract
Contract ID: Restroom Improvements Phase 1 at Baltimore/Washington International
Thurgood Marshall (BWI Thurgood Marshall) Airport; MAA-CO-21-008
EPICS No.: CO411992
Contract Approved: MDOT 2-C, 10/06/2021
Contract Description: Renovation to six sets of existing airside restrooms including
demolition of the existing restroom, renovation work, extension of the building envelope, complete
replumbing of the new spaces and reconfiguration of the mechanical systems. The scope also
provides for increasing the existing Terminal with two story building additions to allow the area
of the restrooms to be expanded. The building expansions require utility relocations as well as
removal and replacement of a portion (27,300 square feet) of the concrete aircraft parking apron
at each restroom location. At all six restroom locations, three additional customer service
amenities are being created in the form of Adult Change Restroom, Family Assist Restroom, and
a Lactation Room for a total of 30 rooms. Additionally, a total of 14,900 square feet of new
Terminal floorspace is being constructed as part of this project which will accommodate an
increase in the number of toilet stalls from 173 to 216, and urinals from 50 to 55. Toilet stalls are
also larger to accommodate an aging population as recommended by the Transportation Research
Board/Airport Cooperative Research Program, the leading authority in airport facility design.
Modification Description: Material change to provide fire rated glass in a UL listed
system at the six exterior storefront window locations, increase contract authority, and add time
(80 calendar days) due to unforeseen conditions encountered during demolition and construction.
Award: The Whiting-Turner Contracting Company; Greenbelt, MD
Contract Term: 11/03/2021 – 01/12/2024 (800 calendar days)
Modification Term: 10/26/2023 – 04/02/2024 (80 calendar days)
Original Contract Amount: $54,936,919.00
Modification Amount: $ 2,500,000.00
Prior Mods/Options: None
Total Contract Amount: $57,436,919.00
Percent +/- Change(this item): 4.5%
Overall Percent +/- Change: 4.5%
REVISED
87
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 2
1-C-MOD. MARYLAND AVIATION ADMINISTRATION (cont’d)
Procurement Method: Competitive Sealed Proposal
MBE/VSBE Participation: 24.88% / 0%
MBE/VSBE Compliance: 25.34% / 0%
Performance Security: Payment & Performance Bonds
Hiring Agreement Eligible: Yes
Requesting Agency Remarks: The new restrooms are Smart Restrooms” that incorporate
“Intelligent Restroom Components” which provide energy efficiencies including touchless soap
dispensers, paper towel dispensers, hand sanitizer dispensers, toilet stall occupancy sensors,
indicator lights, low e-insulated glass units and continuous building envelope insulation. The
project has incurred significant expenditures due to unforeseen conditions, consisting mainly of
differing site and concealed conditions. The conditions were uncovered as the work related to the
six additions in each concourse (B.R1, B.R2, C.R2, C.R3, DX, DY) progresses.
Unforeseen conditions were encountered during excavation activities related to these additions as
some of the utilities were either not shown on the existing as-built plans or were not in the expected
location. Also, the renovations within the existing restroom/concourse areas resulted in uncovering
additional conflicts behind walls, above ceilings and within slabs. The unforeseen conditions
accounts for $1,460,000.
The procurement was issued for bid during the pandemic. Due to the pandemic, several products
that were specified in the original contract (sinks, soap dispensers, plywood, solid surface
materials, etc.) have experienced supply chain issues, material shortages, or the item has been
discontinued, which has resulted in approximately 14% material cost increases.
The Whiting-Turner Contracting Company is currently exceeding the established MBE
participation goal by 0.46% to achieve 25.34% certified firm participation.
Fund Source: 100% Other (Passenger Facility Charge Bond)
Approp. Code: J06I0003
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
88
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 3
Contact: Linda Dangerfield 410-859-7097
ldangerfield@mdot.maryland.gov
2-M. MARYLAND AVIATION ADMINISTRATION
Maintenance Contract
Contract ID: Security Guard Services at Baltimore/Washington International Thurgood
Marshall (BWI Thurgood Marshall) Airport
EPICS No.: MAAMC23014
Contract Description: Provide unarmed, security guard services at BWI Thurgood
Marshall Airport to assist the Maryland Aviation Administration Office of Airport Security with
maintaining compliance with the Transportation Security Regulations CFR 49 Part 1542 and any
security directives required by the Department of Homeland Security Transportation Security
Administration.
Award: Universal Protection Services, LLC
dba Allied Universal Security Services; Baltimore, MD
Contract Term: 11/01/2023 – 10/31/2028 (w/one 2-year renewal option)
Amount: $46,831,116.50 NTE (Base: 5 years)
$20,042,604.42 (Renewal Option#1 incl. 2.1% CPI: 2 years)
$66,873,720.92 Aggregate Total
Procurement Method: Competitive Sealed Bidding (Multi-Step)
Bids:
Bidders
Amounts
Universal Protection Services, LLC
dba Allied Universal Security Services
Baltimore, MD
$46,831,116.50 (Base)
$20,042,604.42 (Renewal)
$66,873,720.92
Global Security Consulting Group, Inc.
Garden City, NY
$67,085,621.60 (Base)
$29,712,047.27 (Renewal)
$96,797,668.27
Living Wage Eligible: Yes
MBE/VSBE Participation: 29% / 1%
Performance Security: 100% Performance and Payment Bonds (Annualized)
Hiring Agreement Eligible: Yes
89
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 4
2-M. MARYLAND AVIATION ADMINISTRATION (cont’d)
Incumbent: Same
Requesting Agency Remarks: The solicitation was advertised on February 13, 2023, via
eMaryland Marketplace Advantage to 44 contractors, including one certified MBE and six
certified-VSBE contractors, the Maryland Aviation Administration’s website, and by way of direct
solicitation to 8 contractors. Two bids were received on May 11, 2023.
MAA reached out to the non-bidding contractors to ascertain why they did not bid and found that
one contractor did not have the experience necessary to perform the required services and another
contractor stated the project does not fit within their business model. No other responses were
received.
The disparity in pricing is due to the second bidder providing significantly higher hourly wages
for their personnel. The incumbent contractor has confirmed its pricing.
MD Works declined pursuing this project for completion by a Community Service Provider. This
contract includes a provision authorizing an extension for a reasonable, limited, and defined time
to spend funds remaining on the contract as provided in Board Advisory 1995-1.
Fund Source: 100% Special Funds (Transportation Trust Funds)
Approp. Code: J06I0002
Resident Business: Yes
MD Tax Clearance: 23-2523-1110
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
90
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 5
Contact: Donna DiCerbo 410-537-7814
ddicerbo@mdot.maryland.gov
3-M. MARYLAND TRANSPORTATION AUTHORITY
Maintenance Contract
Contract ID: Sludge Debris Removal for MDTA’s Fort McHenry Tunnel; MT-00210823
Contract Description: Remove liquids, sludge, and debris from four wet wells located at the Fort
McHenry Tunnel (FMT), in Baltimore, Maryland.
Award: The Julian Companies, Incorporated; Upper Marlboro, MD
Contract Term: 11/01/2023* to 10/31/2026 (w/one 2-year renewal option)
(*or earlier upon BPW approval)
Amount: $ 329,085 NTE (3 years)
$ 219,390 NTE (w/one 2-year renewal option)
$ 548,475 NTE Total (5 Years)
Procurement Method: Competitive Sealed Bidding
Bids:
Bidders
Amounts
Julian Companies, Incorporated; Upper Marlboro, MD
$ 548,475
Tri-State Solutions; Upper Marlboro, MD
$ 661,000
ACE Environmental; Baltimore, MD
$1,848,800
Eldredge, Inc.; W. Ashton, PA
$3,686,100
Miller Environmental Group, Inc.; Baltimore, MD
$4,412,850
Living Wage Eligible: No
MBE/VSBE Participation: 0% / 0% (Single Element of Work)
Performance Security: None
Incumbent: None
Requesting Agency Remarks: The solicitation was advertised on e-Maryland Marketplace
Advantage on June 1, 2023. Five bids were received and opened on July 25, 2023. The lowest
bidder was found to be responsive and responsible, therefore, is recommended for award.
91
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 6
3-M. MARYLAND TRANSPORTATION AUTHORITY (cont’d)
Agency Remarks (cont’d):
The MDTA is seeking approval for this contract for the removal and disposal of liquids, sludge,
and debris from four wet wells inside the Fort McHenry Tunnel (FMT) located at the East Portal
Pump Room, West Portal Pump Room, and two Low Point Sumps. The contractor will be
responsible for removing the sludge; thereby reducing the amount of sediment into the Bay to avert
flooding. The MDTA has determined that it is in the best interest of the State to utilize this contract.
No MBE nor VSBE participation goals were established for this contract due to the single element
of work outlined in the contract scope of work. Furthermore, one Small Business reserve firm was
identified during the Procurement Review Group process, resulting in no Small Business Reserve
designation.
The contract includes a provision authorizing an extension for a total period no longer than one-
third of the base term to spend funds remaining on the contract as provided in the Board of Public
Works (BPW) Advisory 1995-1 found on the BPW website.
Fund Source: 100% Toll Revenue
Approp. Code: J00.J00-41
Resident Businesses: Yes
MD Tax Clearance: 23-3220-0110
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
92
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 7
Contact: Donna DiCerbo 410-537-7814
ddicerbo@mdot.maryland.gov
4-M. MAINTENANCE CONTRACT
Maryland Transportation Authority
Contract ID: Janitorial Services for the Maryland Transportation Authority’s (MDTA) John F.
Kennedy (JFK) Memorial Highway and Thomas J. Hatem (TJH) Memorial Bridge Facilities; MT-
00210859
Contract Description: Provide comprehensive janitorial services, including supervision,
supplies, labor, and equipment at for at the Maryland Transportation Authority JFK and TJH
Facilities.
Award: Lyle’s Cleaning Services LLC; Baltimore, MD
Contract Term: 11/01/2023 - 10/31/2026 (w/one 2-year renewal option)
Amount: $1,262,037 NTE (Base: 3 years)
$ 898,851 NTE (Renewal Option #1: 2 years)
$2,160,888 NTE Total
Procurement Method: Preferred Provider
MBE/VSBE Participation: N/A / N/A
Living Wage Eligible: Yes
Performance Security: None
Incumbent: Same
Requesting Agency Remarks: Lyle’s Cleaning Services LLC is a Preferred Provider under
the Employment Works Program pursuant to COMAR 21.11.05. Pricing for this contract was
approved and certified as fair market value by the Pricing and Selection Committee on July 27,
2023. The contract pricing has been confirmed.
Lyle’s Cleaning Services, LLC will furnish all labor, equipment and supplies for comprehensive
janitorial services. Services include but are not limited to daily cleaning and general disinfecting
of surfaces as well as periodic cleaning services for carpets, various types of floors and windows.
No MBE nor VSBE participation goals were established for this contract as awards made to
Preferred Providers do not warrant the consideration.
This contract includes a provision authorizing an extension for a reasonable, limited, and defined
time to spend funds remaining on the contract as provided in Board Advisory 1995-1.
93
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 8
4-M. MAINTENANCE CONTRACT (cont’d)
Fund Source: 100% Special (Toll Revenue)
Approp. Code: J00J00.41
Resident Businesses: Yes
MD Tax Clearances: 23-3015-1110
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
94
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 9
Contact: Memory Hewlett 410-767-8374
mhewlet[email protected]yland.gov
5-M. MARYLAND TRANSIT ADMINISTRATION
Maintenance Contract
Contract ID: Forklifts Maintenance and Service; AGY-23-006-MT
EPICS No.: AGY23006MT
Contract Description: Provide inspection, preventative maintenance, service, and repair of
various makes and models of forklifts and other equipment for the Maryland Transit
Administration (MTA).
Award: Taylor Northeast, Inc.; Baltimore, MD
Contract Term: 10/05/2023 – 10/04/2028 (5 years)
Amount: $769,600.00
Procurement Method: Competitive Sealed Bidding
Bids:
Living Wage Eligible: No
MBE/VSBE Participation: 0% / 0%
Incumbent: None
Requesting Agency Remarks: This solicitation was published on eMaryland Marketplace
Advantage on October 12, 2022, notifying 106 vendors. Additionally, ten vendors were solicited
directly. Four bid opening extensions were made to this solicitation. The bid opening was
conducted on January 12, 2023, and two bids were received.
This contract provides for the inspection, preventative maintenance, service, and repair of various
makes and models of forklifts and other equipment. The contractor shall ensure that each forklift
unit is fully inspected, tested, tagged, serviced, and certified during a specified annual period to
ensure ongoing operational readiness of all units. Upon completion of each inspection, all known
deficiencies affecting any unit’s efficiency at any location shall be identified and reported in
writing to the MTA’s Project Manager or designee.
Bidders
Amounts
Taylor Northeast, Inc.; Baltimore, MD
$769,600.00
Eastern Lift Truck Company; Dundalk, MD
$781,787.50
95
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 10
5-M. MARYLAND TRANSIT ADMINISTRATION (cont’d)
Agency Remarks (cont’d):
The MTA Procurement Review Group determined that no subcontracting opportunities existed
because this contract only calls for a single element of work. Therefore, no MBE or VSBE
participation goals were established.
This contract includes a provision authorizing an extension for a total period no longer than one-
third of the base term to spend funds remaining on the contract as provided in the Board of Public
Works (BPW) Advisory 1995-1.
Fund Source: 100% Special (Transportation Trust Funds)
Approp. Code: J05H0102
Resident Business: Yes
MD Tax Clearance: 23-1875-1111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
96
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 11
Contact: Memory Hewlett 410-767-8374
mhewl[email protected]aryland.gov
6-M. MARYLAND TRANSIT ADMINISTRATION
Maintenance Contract
Contract ID: Wheel Lathe Machine Maintenance; LR-23-015-MT
EPICS No.: LR23015MT
Contract Description: Provide repairs and maintenance for a wheel lathe machine owned
by the Maryland Transit Administration’s (MTA) Light RailLink.
Award: NSH USA Corporation.; Albany, NY
Contract Term: 10/05/2023 – 10/04/2026 (3 years)
Amount: $108,360.00 NTE
Procurement Method: Sole Source (Proprietary)
MBE/VSBE Participation: 0% / 0%
Incumbent: Same
Requesting Agency Remarks: The above-referenced wheel lathe machine is used to re-profile the
wheel treads of the MTA’s Light Rail Link Vehicles to exact specifications. These wheel treads
become worn from use and can have flat spots from low adhesion conditions. The wheel lathe
machine also returns the wheel back to rotational trueness and balance. If wheels are left
unprofiled, there is a risk of vehicle derailment.
The contract requires a 6-month cycle preventive maintenance program to keep the wheel lathe
machine in a state of good operational condition. The duration shall be three years with a total of
six maintenance services by the contactor’s factory trained technicians. The technician will
inspect, check, calibrate, and perform routine maintenance and repair tasks as needed, to keep the
machine in good working condition.
NSH USA Corporation is the original developer and designer of the MTA’s wheel lathe machine
and holds the proprietary design rights and distributorship. The machine must be remanufactured
by NSH USA Corporation’s certified technicians who maintain the necessary records to meet the
required specifications. The price has been determined to be fair and reasonable based on a
historical price analysis conducted of the 2019 award for the same services, pursuant to BPW
Advisory 2016-1.
97
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 12
6-M. MARYLAND TRANSIT ADMINISTRATION (cont’d)
Agency Remarks (cont’d):
This contract includes a provision authorizing an extension for a total period no longer than one-
third of the base term to spend funds remaining on the contract as provided in BPW Advisory
1995-1 found on the BPW website.
Fund Source: 100% Special (Transportation Trust Funds)
Approp. Code: J05H0102
Resident Business: No
MD Tax Clearance: 23-1311-0001
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
98
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 13
Contact: Memory Hewlett 410-767-8374
mhewlet[email protected]yland.gov
7-M. MARYLAND TRANSIT ADMINISTRATION
Maintenance Contract
Contract ID: Tree Trimming and Vegetation Control on the Metro Rail Line; MTR-23-002-MT
EPICS No.: MTR23002MT
Contract Description: Provide regular maintenance and on-call emergency tree trimming
and vegetation management maintenance for the Maryland Transit Administration’s (MTA) Metro
SubwayLink.
Award: Independence Constructors Corp.; Chester Springs, PA
Contract Term: 10/05/2023 - 10/04/2026
Amount: $1,899,600.00 NTE
Procurement Method: Competitive Sealed Bidding (Single Bid received)
Bid:
Living Wage Eligible: Yes
Hiring Agreement Eligible: Yes
MBE/VSBE Participation: 15% / 0%
Incumbent: None
Requesting Agency Remarks: On April 7, 2023, MTA issued an Invitation for Bid (IFB) reaching
63 vendors on eMaryland Marketplace Advantage (eMMA). Additionally, ten vendors were
directly solicited. After a two-week extension to provide vendors additional opportunity to respond
to the IFB, bids were opened on May 19, 2023, and one bid was received. MTA followed up with
prospective vendors and obtained no bid responses. Companies expressed a lack of interest due
to this project not being located near other services they provide or that they had other
commitments that precluded them from pursuing this contract.
This contract provides scheduled and emergency services as needed for removal and disposal of
trees and vegetation. Areas subject to this maintenance include vegetation interfering or
encroaching on railroad right-of-way, third rail, fencing, switches, cables and signal wire, and the
visibility of wayside signals.
Bidder
Amount
Independence Constructors Corp.; Chester Springs, PA
$ 1,899,600.00
99
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 14
7-M. MARYLAND TRANSIT ADMINISTRATION (cont’d)
Agency Remarks (cont’d):
The Procurement Review Group established a 15% MBE goal for this contract and Independence
Constructors Corp. has committed to this goal. No VSBE goal was established for this contract.
The pricing was determined to be fair and reasonable based on prior competition. In January of
2022, MTA solicited a similar service for Light Rail. There were two bids received and the pricing
for that contract is comparable to the pricing submitted for this single bid contract.
This contract includes a provision authorizing an extension for a total period no longer than one-
third of the base term to spend funds remaining on the contract as provided in the Board of Public
Works (BPW) Advisory 1995-1.
Fund Source: 100% Special (Transportation Trust Fund)
Approp: J05H0104
Resident Business: No
MD Tax Clearance: 23-3085-0000
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
100
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 15
Contact: Memory Hewlett 410-767-8374
mhewl[email protected]aryland.gov
8-M. MARYLAND TRANSIT ADMINISTRATION
Maintenance Contract
Contract ID: Metro Landscaping and Snow Removal; MTR-23-069-MT
EPICS No.: MTR23069MT
Contract Description: Provide all necessary labor, tools, materials, equipment, and
supervision required to properly maintain landscaping and snow removal services for Maryland
Transit Administration’s (MTA) MetroLink facilities.
Award: HNB Services, LLC.; Baltimore, MD (Certified VSBE)
Contract Term: 10/26/2023 – 10/25/2026 (w/two 1-year renewal options)
Amount: $5,255,261.80 NTE
Procurement Method: Preferred Provider
MBE/VSBE Participation: N/A / N/A
Incumbent: HNB Services, LLC.; Baltimore, MD (Landscaping) &
National Center on Institutions and Alternatives, Baltimore, MD
(Snow Removal)
Requesting Agency Remarks: This contract provides MTA with a contractor who will perform
landscaping and snow removal services for the Metro facilities throughout the Baltimore area. The
snow removal and landscaping services were initially two separate contracts but have been
combined into one.
On June 8, 2023, the Pricing and Selection Committee for the Employment Works Program
certified the price as fair and reasonable based on market value.
Awards made within the Preferred Provider Program are not eligible for MBE nor VSBE
subcontracting goals; however, the recommended awardee is a certified VSBE firm.
This contract includes a provision authorizing an extension for a total period no longer than one-
third of the base term to spend funds remaining on the contract as provided in the Board of Public
Works (BPW) Advisory 1995-1 found on the BPW website.
Fund Source: 100% Special (Transportation Trust Funds)
Approp. Code: J05H0104
Resident Business: Yes MD Tax Clearance: 23-3391-1111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
101
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 16
Contact: Mallela Ralliford 410-768-7252
mralliford@mdot.maryland.gov
9-C. MOTOR VEHICLE ADMINISTRATION
Construction Contract
Contract ID: Roof Replacement at the MVA Waldorf Branch Office; V-WAL-24007-C
EPICS No.: VWAL24007C
Contract Description: Replace the roof at the MVA Waldorf Branch Office.
Award: Northeast Contracting Corporation; Lorton, VA
(Certified Small Business)
Contract Term: 120 Calendar Days from NTP
Amount: $641,271.00 NTE
Procurement Method: Competitive Sealed Bidding (SBR-designated)
Bids:
Bidders
Amounts
Northeast Contracting Corporation, Lorton, VA
$ 641,271.00
Patriot dba Certified Incorporation, Columbia, MD
$ 787,486.00
Swain Construction Group LLC, Baltimore, MD
$ 824,000.00
Vertex Roofing Contractors Inc.; Manassas, VA
$ 824,935.00
St Mary's Roofing and Home Improvement LLC, Hollywood, MD
$1,084,600.00
MBE / VSBE Participation: 25.05% / 1%
Performance Security: Performance and Payment Bonds
Requesting Agency Remarks: A notice of the availability of the Invitation for Bid with a Small
Business Reserve-designation was published on eMaryland Marketplace Advantage on June 23,
2023, electronically notifying 98 vendors. One hundred eight prospective vendors were directly
solicited. Five bids were received and opened on July 27, 2023.
Several reminders and attempts were made to contact prospective vendors to determine why a bid
was not submitted. Two (2) vendors submitted a no-bid response form citing no interest, and no
response was received from the others.
The contract provides for all labor, equipment, and materials necessary to replace the existing roof
at the MVA Waldorf Branch Office.
102
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 17
9-C. MOTOR VEHICLE ADMINISTRATION (cont’d)
Agency Remarks (cont’d):
A 24% MBE participation goal was established for this contract; however, Northeast Contracting
Corporation has committed to exceeding the goal to achieve 25.05% MBE participation goal. The
firm has also committed to meeting the 1% VSBE participation goal established for this contract.
Fund Source: 100% Special (Transportation Trust Funds)
Approp. Code(s): J04E0003
Resident Business(es): No
MD Tax Clearance(s): 23-3108-0110
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
103
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 18
Contact: Jada Wright 410-545-0330
jwright18@mdot.maryland.gov
10-AE. STATE HIGHWAY ADMINISTRATION
Architecture/Engineering Contract
Contract ID: Geotechnical & Highway Explorations and Engineering Services, Statewide;
BCS 2021-23 C
EPICS No.: SBCS2123C
Contract Description: One of four open-ended, work-order based contracts to provide
geotechnical & highway explorations and engineering services - Statewide for the State Highway
Administration (SHA).
Award: Rummel, Klepper & Kahl, LLP; Baltimore, MD
Contract Term: 10/26/2023 –10/25/2028 (5 Years)
Amount: $ 2,500,000.00 NTE
Procurement Method: Qualification Based Selection
Proposals:
Offerors
Technical Proposal
Ratings (Max 100)
(Rankings)
Awards
KCI Technologies, Inc
Hunt Valley, MD
83.86
(1)
(Contract A)
Century Engineering, LLC, a Kleinfelder Company
Hanover, MD
83.71
(2)
(Contract B)
Rummel, Klepper & Kahl, LLP
Baltimore, MD
82.90
(3)
$2,500,000 NTE
Contract C
Schnabel Engineering, LLC
Baltimore, MD
82.76
(4)
(Contract D)
DIW Group, Inc T/A Specialized Engineering
Hanover, MD
81.78
(5)
Pennoni Associates, Inc.
Columbia, MD
81.77
(6)
HDR Engineering, Inc.
Fulton, MD
80.70
(7)
104
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 19
10-AE. STATE HIGHWAY ADMINISTRATION (cont’d)
Proposals (cont’d):
DBE/VSBE Participation: 24% / N/A
Incumbents: KCI Technologies, Inc., EBA Engineering, Inc., DIW Group, Inc.
T/A Specialized Engineering, Schnabel Engineering, LLC
Requesting Agency Remarks: On November 24, 2021, the solicitation was advertised in The
Daily Record, MDOT SHA’s web page, and eMaryland Marketplace Advantage (eMMA). The
advertisement was for four contracts for $2,500,000 each not to exceed $10 million for
geotechnical & highway explorations and engineering services - Statewide for SHA. A total of
735 firms were notified via eMMA. SHA received 12 expressions of interest and invited 11 firms
to submit technical proposals. SHA received 10 submissions on November 16, 2022.
One firm invited to submit a technical proposal failed to deliver its submission by the required
due date and time and the submission was determined to be late per COMAR 21.05.03.02(F) by
the Office of Procurement and Contract Management.
After the procurement officer had completed their review of the remaining 10 technical proposal
submissions, one proposal was determined to be non-responsive for failing to complete required
MDOT DBE Form A Utilization and Fair Solicitation Affidavit and MDOT DBE Form B
participation Schedule.
SHA used qualifications-based selection and found four consultants eligible for contract award.
There were no protests for this contract.
The purpose of this contract is to provide Geotechnical and Highway Explorations and Engineering
Support Services, statewide for the State Highway Administration (SHA), including but are not
necessarily limited to performing geotechnical explorations and engineering in field explorations
and/or instrumentation and soil, rock, pavement and bridge testing services; exploration surveys
relative to surface and subsurface conditions; inspections to ensure work is performed in
accordance with standards; prepare reports based on field data and/or laboratory results; develop
data analysis and reporting tools; develop specification documents related to Field Exploration
services; and provide technical support in all phases of project delivery and in support of the SHA
operations.
Offerors
Technical Proposal
Ratings (Max 100)
(Rankings)
Awards
Johnson, Mirmiran & Thompson, Inc.
Baltimore, MD
80.38
(8)
Terracon Consultants, Inc.
Hunt Valley, MD
79.04
(9)
105
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 20
10-AE. STATE HIGHWAY ADMINISTRATION (cont’d)
Agency Remarks (cont’d):
A 20% DBE participation goal was established for each contract within this award series.
However, Rummel, Klepper & Kahl, LLP has committed to achieving 24% DBE participation for
Contract C.
Fund Source: 80% Federal; 20% Special (Transportation Trust Fund)
Approp. Code: J02B0101
Resident Business: Yes
MD Tax Clearance: 23-3258-1111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
106
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 21
Contact: Jada Wright 410-545-0330
jwright18@mdot.maryland.gov
11-AE. STATE HIGHWAY ADMINISTRATION
Architecture/Engineering Contract
Contract ID: Survey & Engineering Services, District 7; BCS 2022-01 A, BCS 2022-01 B, and
BCS 2022-01C
EPICS No. SBCS2201A, SBCS2201B, and SBCS2201C
Contract Description: Three of five open-ended, work-order based contracts to provide survey
and engineering services - District 7 State Highway Administration (SHA).
Awards: Brudis & Associates, Inc., Columbia, MD Contract A
McCormick Taylor, Inc., Baltimore, MD Contract B
Century Engineering, LLC, Hunt Valley, MD Contract C
Contract Term: 10/26/2023-10/25/2028 (5 years)
Amount: $3,000,000 NTE each
$9,000,000 Total for this item
Procurement Method: Qualification Based Selection
Proposals:
Offerors
Technical
Proposal
Ratings (Max 100)
(Rankings)
Awards
Brudis & Associates, Inc.
Columbia, MD
77.45
(1)
$3,000,000 NTE
Contract A
McCormick Taylor, Inc.
Baltimore, MD
77.22
(2)
$3,000,000 NTE
Contract B
Century Engineering, LLC
Hunt Valley, MD, MD
77.07
(3)
$3,000,000 NTE
Contract C
Dewberry Engineers Inc
Owings Mills, MD
76.77
(4)
(Contract D)
Rummel, Klepper & Kahl, LLP
Baltimore, MD
76.51
(5)
Approved 11-AE
09/20/2023
Contract E
Wallace, Montgomery & Associates, LLP
Hunt Valley, MD
76.10
(6)
AECOM Technical Services, Inc.
Hunt Valley, MD
75.78
(7)
107
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 22
11-AE. STATE HIGHWAY ADMINISTRATION (cont’d)
Proposals (cont’d):
Offerors
Technical Proposal
Ratings (Max 100)
(Rankings)
Awards
The Wilson T. Ballard Company
Owings Mills, MD
75.54
(8)
Mead & Hunt, Inc.
Columbia, MD
75.47
(9)
Urban Engineers, Inc.
Baltimore, MD
75.24
(10)
PRIME AE Group, Inc.
Baltimore, MD
74.98
(11)
Whitney, Bailey, Cox & Magnani, LLC
Baltimore, MD
74.91
(12)
WSP USA Inc
Baltimore, MD
74.69
(13)
DBE / VSBE Participation: 27% / N/A
Incumbents: Rummel, Klepper & Kahl, LLP, KCI Technologies, Inc., Century
Engineering, Inc., Wallace Montgomery & Associates, LLP ,
Whitney, Bailey, Cox & Magnani, LLC, Brudis & Associates, Inc.
Requesting Agency Remarks: On March 11, 2022, the solicitation was advertised in The Daily
Record, SHA’s web page, and eMaryland Marketplace Advantage (eMMA). The advertisement
was for five contracts for $3 million each not to exceed $15 million for survey and engineering
services - District 7 SHA. A total of 762 firms were notified via eMMA and an additional 620
DBE were directly solicited. SHA received 22 expressions of interest and developed a Reduced
Candidate List per COMAR 21.12.02.04. From the Reduced Candidate List, SHA invited 13 firms
to submit technical proposals. SHA used qualifications-based selection and found five consultants
eligible for contract award.
On April 6, 2023, SHA received a protest disputing the following:
Weaknesses and omissions of the vendor’s proposal presented to them during the SHA
debriefing that were addressed in their submission.
The debriefing scoring sheet presented to the vendor had an error that could have altered
the outcome of the procurement.
108
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 23
11-AE. STATE HIGHWAY ADMINISTRATION (cont’d)
Agency Remarks (cont’d):
SHA reviewed each of the issues presented in the vendor’s protest at length, with extensive counsel
from the Office of the Attorney General and issued a Procurement Officer’s Final Decision to
Vendor (POFD), on June 9, 2023. SHA’s POFD stated that the vendor’s disagreement with the
evaluation is not a basis for reevaluation or overturning the reasonable scoring of the evaluation
committee. In addition, SHA acknowledged a typographical error in the manually created scoring
sheet presented during the debriefing. The debriefing sheet was completely separate from the
equations used by SHA during the rating and ranking process and the error did not alter the
selection of contract awardees. SHA provided the vendor with a corrected sheet as an attachment
to the POFD response. The vendor was notified of their ability to file an appeal with the Maryland
State Board of Contract Appeals (MSBCA) within 10 days from the date of receipt. SHA
contacted the MSBCA and confirmed that the vendor did not file an appeal.
This comprehensive survey and engineering services contract series to provide survey and
engineering services in support of highway design projects that improve safety, operations, and
maintain the integrity of highway infrastructure. Designs may include concept studies,
construction plans, IFB’s and estimates. Detailed design services required include highway
geometrics, drainage, stormwater management utility coordination and/or designation,
topographic surveys, right of way plats, landscape, environmental, traffic control devices,
construction phasing, maintenance of traffic, sidewalks/shared used paths, structures,
erosion/sediment control, and geotechnical analysis/design. Tasks will primarily be within SHA
District 7, but tasks may be assigned in other areas of the State in support of other SHA offices.
The type of number specific project assignments will depend upon the district’s needs during the
life of the contract and may include on-site staffing.
A 27% DBE participation goal was established for each contract within this award series.
Fund Source: 80% Federal; 20% Special (Transportation Trust Fund)
Approp. Code: J02B0101
Resident Business: Yes
MD Tax Clearance: Brudis & Associates, Inc. 23-3371-1111
McCormick Taylor, Inc. 23-3278-0111
Century Engineering, LLC 23-3279-0111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
109
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 24
Contact: Jada Wright 410-545-0330
jwright18@mdot.maryland.gov
12-AE. STATE HIGHWAY ADMINISTRATION
Architecture/Engineering Contract
Contract ID: Comprehensive Environmental & Engineering Services, Statewide;
BCS 2022-04 F
EPICS No.: SBCS2204F
Contract Description: One of seven open-ended, work-order based contracts to provide
comprehensive environmental & engineering services, for the State Highway Administration
(SHA).
Awards: Rummel, Klepper & Kahl, LLP, Baltimore, MD
Contract Term: 10/26/2023 – 10/25/2028 (5 years)
Amount: $5,000,000 NTE each
Procurement Method: Qualification Based Selection
Proposals:
Offerors
Technical Proposal
Ratings (Max 100)
(Rankings)
Awards
McCormick Taylor, Inc.
Baltimore, MD
86.91
(1)
(Contract A)
Wilson T. Ballard Company
Owings Mills, MD
86.54
(2)
Approved 9-AE
08/02/2023
Contract B
Wallace, Montgomery & Associates, LLP
Hunt Valley, MD
84.35
(3)
Approved 9-AE
08/02/2023
Contract C
RS&H, Inc./
ATCS P.L.C. (JV)
Towson, MD
82.87
(4)
(Contract D)
Century Engineering, Inc./
Gannett Fleming, Inc. (JV)
Windsor Mill, MD
82.75
(5)
(Contract E)
Rummel, Klepper & Kahl, LLP
Baltimore, MD
81.29
(6)
$5,000,000 NTE
Contract F
A. Morton Thomas and Associates, Inc./
A.D. Marble & Co. Inc., (JV)
Towson, MD
77.46
(7)
(Contract G)
110
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 25
12-AE. STATE HIGHWAY ADMINISTRATION (cont’d)
Proposals (cont’d):
Offerors
Technical Proposal
Ratings (Max 100)
(Rankings
Awards
Brudis & Associates, Inc./
Skelly & Loy, Inc. (JV)
Columbia, MD
77.19
(8)
AECOM Technical Services, Inc.
Hunt Valley, MD
77.17
(9)
KCI Technologies, Inc.
Sparks, MD
72.20
(10)
WSP USA, Inc./
Johnson, Mirmiran & Thompson, Inc. (JV)
Baltimore, MD
69.25
(11)
STV Incorporated/
Stantec Consulting Services, Inc. (JV)
Owings Mills, MD
67.44
(12)
Jacobs Engineering Group, Inc.
Baltimore, MD
59.23
(13)
Barton & Loguidice, P.C.
Annapolis, MD
41.27
(14)
DBE/VSBE Participation: 28% / N/A
Incumbents: Rummel, Klepper, & Kahl, LLP; Century Engineering/Gannett
Fleming (JV); McCormick Taylor, Inc.; Wallace, Montgomery, &
Associates, LLP; STV/Stantec (JV); Jacobs Engineering Group,
Inc.; JV of Skelly & Loy, Inc./Brudis & Associates
Requesting Agency Remarks: On April 12, 2022, the solicitation was advertised in The Daily
Record, SHA’s web page, and eMaryland Marketplace Advantage (eMMA). The advertisement
was for seven contracts for $5 million each not to exceed $35 million for comprehensive
environmental and engineering services for SHA. A total of 762 firms were notified via eMMA
and an additional 745 certified DBEs were directly solicited. SHA received 15 Expressions of
Interest and developed a Reduced Candidate List per COMAR 21.12.02.04. From the Reduced
Candidate List, 14 firms to submit technical proposals. One firm, Devine Professional Consulting
Group, was ineligible for contract award and was excluded from submitting a technical proposal.
SHA used qualifications-based selection and found seven consultants eligible for contract award.
No protests were filed.
111
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 26
12-AE. STATE HIGHWAY ADMINISTRATION (cont’d)
Agency Remarks (cont’d):
The comprehensive architectural and engineering (A/E) services pursued through this contract will
include all environmental and engineering services, including but not limited to: transportation
purpose and need assessments, multi-modal evaluations, logical termini/independent utility
analyses, engineering feasibility and transportation planning studies, alternatives analyses, and
completing all stages of project planning and development; perform environmental and
engineering inventories and field surveys; perform travel forecast modelling and traffic analyses,
prepare cost estimates; complete engineering through final design up to plans, specifications and
estimates (PS&E); perform a variety of agency, public and stakeholder involvement activities;
analyze growth management issues; analyze climate change resiliency; conduct detailed
environmental technical analyses for environmental documentation; prepare both draft and final
environmental documents; and provide staff for on-site work as requested. The consultant will
furnish all personnel, equipment, labor, computer software, materials, transportation, space, and
related support facilities to perform these services support facilities to perform these services and
other duties as assigned.
A 28% DBE participation goal was established for each contract within this award series.
Fund Source: 80% Federal; 20% Special (Transportation Trust Funds)
Approp. Code: J02B0101
Resident Business: Yes
MD Tax Clearance: 23-3281-1111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
112
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 27
Contact: Jada Wright 410-545-0330
jwright18@mdot.maryland.gov
13-AE. STATE HIGHWAY ADMINISTRATION
Architecture/Engineering Contract
Contract ID: Engineering Design, Inspection, Construction Management and Support Services
Statewide; BCS 2022-06 B and BCS 2022-06 E
EPICS No.: SBCS2206B and SBCS2206E
Contract Description: Two of ten open-ended, work-order based contracts to provide engineering
design, inspection, construction management and support services – Statewide for State Highway
Administration (SHA).
Awards: Century Engineering, LLC/ Contract B
McCormick Taylor, Inc. (JV); Baltimore, MD
Whitman, Requardt and Associates, LLP; Baltimore, MD Contract E
Contract Term: 10/26/2023 – 10/25/2028 (5 years)
Amount: $25,000,000 NTE each
$50,000,000 NTE total for this item
Procurement Method: Qualification Based Selection
Proposals:
Offerors
Technical Proposal
Ratings (Max 100)
(Rankings)
Awards
Rummel, Klepper & Kahl, LLP/
The Wilson T. Ballard Company (JV)
Baltimore, MD
85.93
(1)
Approved 10-AE,
09/20/2023
Contract A
Century Engineering, LLC/
McCormick Taylor, Inc. (JV)
Baltimore, MD
85.13
(2)
$25,000,000 NTE
Contract B
Johnson, Mirmiran & Thompson, Inc.
Hunt Valley, MD
84.37
(3)
Approved 10-AE,
09/20/2023
Contract C
Gannett Fleming, Inc./
KCI Technologies, Inc. (JV)
Baltimore, MD
83.50
(4)
Approved 10-AE,
09/20/2023
Contract D
Whitman, Requardt and Associates, LLP
Baltimore, Maryland
82.48
(5)
$25,000,000 NTE
Contract E
113
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 28
13-AE. STATE HIGHWAY ADMINISTRATION (cont’d)
Offerors
Technical
Proposal
Rating
(Max 100)
Award
PRIME AE Group, Inc./ WSP USA Inc. (JV)
Baltimore, Maryland
82.01
(6)
(Contract F)
Wallace, Montgomery & Associates, LLP
Hunt Valley, Maryland
81.99
(7)
(Contract G)
Whitney, Bailey, Cox & Magnani, LLC/ Dewberry
Engineers, Inc. (JV)
Baltimore, Maryland
81.66
(8)
(Contract H)
Stantec Consulting Services, Inc./ Mead & Hunt,
Inc./ A. Morton Thomas & Associates, Inc. (TV)
Laurel, MD
80.77
(9)
(Contract I)
AECOM Technical Services, Inc.
Hunt Valley, MD
80.72
(10)
(Contract J)
ATCS, P.L.C./STV Incorporated (JV)
Timonium, Maryland
79.26
(11)
Greenman-Pendersen, Inc./Pennoni
Associates, Inc. JV
Baltimore, Maryland
79.23
(12)
Brudis & Associates, Inc. / Volkert, Inc. (JV)
Columbia, Maryland
77.55
(13)
Jacobs Engineering Group, Inc.
Baltimore, Maryland
76.71
(14)
Kittelson & Associates, Inc./ RS&H, Inc./ Urban
Engineers, Inc. (JV)
Baltimore, Maryland
76.21
(15)
DBE / VSBE Participation: 25% / N/A
Incumbents: Wallace, Montgomery & Associates, LLP / Century Engineering, Inc.;
Dewberry Consultants, LLC / Alpha Construction and Engineering
Corporation; Rummell, Klepper & Kahl, LLP; Johnson, Mirmiran and
Thompson, Inc.; Whitman, Requardt & Associates, LLP / KCI
Technologies, Inc.; McCormick Tylor, Inc. / Greenman-Pedersen, Inc.;
Jacobs Engineering Group, Inc. / EBA Engineering, Inc.; AECOM
Technical Services, Inc. / Gannett Fleming, Inc.
114
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 29
13-AE. STATE HIGHWAY ADMINISTRATION (cont’d)
Requesting Agency Remarks: On April 7, 2022, the solicitation was advertised in The Daily
Record, SHA’s web page, and eMaryland Marketplace Advantage (eMMA). The advertisement
was for ten contracts for $25 million each not to exceed $250 million for engineering design,
inspection, construction management and support services - Statewide for SHA. A total of 831
firms were notified via eMMA and an additional 764 were directly solicited. SHA received 15
expressions of interest and invited 15 firms to submit technical proposals. SHA used
qualifications-based selection and found 10 consultants eligible for contract award. No protests
were filed.
Services shall encompass all aspects of highway design, from planning to construction, to include
planning, engineering, construction management and inspection services; Project planning,
including National Environmental Policy Act (NEPA) process; Highway design, from planning to
concept development to preparation of construction documents; Hydraulics and hydrology design;
Stormwater management design; Erosion and sediment control design; Traffic engineering design,
traffic data collection, traffic analysis, and maintenance of traffic design; Structural design and
condition inspection; Utility design of aerial and underground facilities; topographical,
photogrammetric, and lidar surveys; Plat preparation; Subsurface utility exploration, including
video pipe inspection; Environmental design, including landscape design, tree surveys, wetland
delineation, and wetland mitigation design; Environmental compliance support and inspection;
Stream assessments, stream relocation, restoration, and stabilization design; Support of National
Pollutant Discharge and Elimination System (NPDES) Program and all federal requirements;
Geotechnical design and pavement design; Construction management and inspection; Project
management; Site layout and design; Innovative construction and project delivery methods;
Program support; Value engineering study facilitation and engineering expertise; Onsite consultant
staff may be required to work at SHA facilities or other designated locations, as specified by SHA;
General engineering consultant and project management consultant services; On-site engineering
services.
A 25% DBE participation goal was established for each contract within this award series.
Fund Source: 80% Federal; 20% Special (Transportation Trust Funds)
Approp. Code: J02B0101
Resident Business: Yes
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
115
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 30
Contact: Jada Wright 410-545-0330
jwri[email protected]aryland.gov
14-M. STATE HIGHWAY ADMINISTRATION
Maintenance Contract
Contract ID: Tractor Median and Roadside Mowing, Trimming and Litter Pickup Along I-83
JFX from Joppa Road to the Baltimore City Line for the Hereford Shop Area in Baltimore
County; 427D4JFX26SB
EPICS No.: 427D4JFX26
Contract Description: Provide tractor median and roadside mowing, trimming and litter pickup
along I-83 JFX from Joppa Road to the Baltimore City line for the Hereford Shop Area in
Baltimore County.
Awards: Manuel Landscaping, Inc; Owings Mills, MD
(Certified Small Business)
Contract Term: 10/26/2023 – 12/31/2026 (3 years, 2 months, 6 days)
Amount: $444,000.00 NTE
Procurement Method: Competitive Sealed Bidding (SBR-designated)
Bids:
Bidders
Amounts
Manuel Landscaping, Inc; Owings Mills, MD
$444,000.00
Hoppergrass Lawn Care LLC ., Bowie, MD
$477,075.00
PLWMS DBA Patriot Natural Resources; Beallsville, MD
$491,000.00
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
Performance Security: None
Incumbent: None
Requesting Agency Remarks: This solicitation was advertised on eMaryland Marketplace
Advantage (eMMA) on June 6, 2023, notifying 181 potential contractors, 18 of which were
MDOT-certified Minority Business Enterprises (MBEs). Three bids were received and opened on
July 20, 2023. Maryland Works granted a one-year waiver for these services on March 22, 2023.
There were no protests filed for this contract.
116
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 31
14-M. STATE HIGHWAY ADMINISTRATION (cont’d)
Agency Remarks (cont’d):
The State Highway Administration has confirmed Manuel Landscaping, Inc.’s bid price and the
work conducted on this contract is performed 100% by a State-certified Small Business.
Due to the limited number of certified enterprises identified as capable of providing these services.
There was only one sub-contractable category where a goal could have been applied, however that
category of work is on-call, as-needed, and unknown as to how often it would be used. The
remaining sub-contractable areas would be the main elements of work, which would be performed
by the prime contractor. As such, no MBE or VSBE participation goals were established for this
contract.
Fund Source: 100% Special (Transportation Trust Funds)
Approp. Code: J02B0102
Resident Business: Yes
MD Tax Clearance: 23-3031-0111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
117
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 32
Contact: Jada Wright 410-545-0330
jwright18@mdot.maryland.gov
15-M. STATE HIGHWAY ADMINISTRATION
Maintenance Contract
Contract ID: Highway Lighting Maintenance and Repair at Various Locations in Northern
Anne Arundel County; 528G51426
EPICS No.: 5282G51426
Contract Description: Provide highway lighting maintenance and repair at various
locations in Northern Anne Arundel County, Maryland.
Awards: Lighting Maintenance, Inc.; Harmans, MD
Contract Term: 10/26/2023* – 12/31/2026 (*or earlier upon BPW approval)
(3 years, 2 months, 6 days)
Amount: $2,443,443.40 NTE
Procurement Method: Competitive Sealed Bidding
Bids:
Bidders
Amounts
Lighting Maintenance, Inc.; Harmans, MD
$2,443,443.40
Rommel Infrastructure, Inc.; Linthicum, MD
$2,698,146.00
Living Wage Eligible: Yes
MBE/VSBE Participation: 5% / 0%
Performance Security: Annual Renewable Performance and Payment Bonds for 100% of
the award amount exists for this contract.
Incumbent: Rommel Infrastructure, Inc.; Linthicum, MD
Requesting Agency Remarks: This solicitation was advertised on eMaryland Marketplace
Advantage (eMMA) on May 9, 2023, notifying 86 potential contractors, nine of which were
MDOT-certified Minority Business Enterprises (MBEs). Two bids were received and opened on
June 8, 2023. There were no protests filed for this contract.
The State Highway Administration has confirmed Lighting Maintenance, Inc.’s bid price.
A 5% MBE participation goal has been established for this contract, to which the recommended
awardee has committed. No VSBE participation goal was set due to no certified firms available to
perform the work.
118
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 33
15-M. STATE HIGHWAY ADMINISTRATION (cont’d)
Fund Source: 100% Special (Transportation Trust Funds)
Approp. Code: J02B0102
Resident Business: Yes
MD Tax Clearance: 23-2361-1111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
119
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 34
Contact: Jada Wright 410-545-0330
jwri[email protected]aryland.gov
16-M. STATE HIGHWAY ADMINISTRATION
Maintenance Contract
Contract ID: Install, Repair, or Replace Traffic Barrier at Various Locations in Baltimore and
Harford Counties; 477D4W1426
EPICS No.: 477D4W1426
Contract Description: Install, repair, or replace traffic barrier at various locations in Baltimore
and Harford Counties.
Awards: L. S. Lee, Inc.; York, PA
Contract Term: 10/26/2023* – 12/31/2026 (*or earlier upon BPW approval)
(3 years, 2 months, 6 days)
Amount: $3,749,676.00 NTE
Procurement Method: Competitive Sealed Bidding
Bids:
Bidders
Amounts
L. S. Lee, Inc.; York, PA
$3,749,676.00
Guardrails Etc., Inc.; Baltimore; MD
$4,053,435.00
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
Performance Security: Annual Renewable Payment and Performance Bonds exists for
100% of this contract
Incumbent: Same
Requesting Agency Remarks: This solicitation was advertised on eMaryland Marketplace
Advantage (eMMA) on May 16, 2023, notifying 124 potential contractors, 20 of which were
MDOT-certified Minority Business Enterprises (MBEs). Three bids were received and opened on
June 15, 2023. There were no protests filed for this contract.
The original low bidder requested to have their bid withdrawn because they were unable to
commence work in September 2023 (as required by the contract) due to on-going commitments
on the same type of contract in another area. This reason did not satisfy the criteria for a bid
withdrawal as listed under COMAR 21.05.02.12C(2). MDOT SHA rejected their bid and
determined that they were a non-responsible bidder. MDOT SHA moved forward with the next
apparent low bidder.
120
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 35
16-M STATE HIGHWAY ADMINISTRATION (cont’d)
Agency Remarks (cont’d):
The State Highway Administration has confirmed L. S. Lee, Inc.’s bid price.
Due to the limited number of certified enterprises identified as capable of providing these services,
it was determined that no sub-contracting opportunities are available for this contract. There was
only one sub-contractable category where a goal could have been applied, however it was only
0.16%, with a low dollar value of $5,400.00. As such, no MBE or VSBE participation goals were
established for this contract.
Fund Source: 100% Special (Transportation Trust Funds)
Approp. Code: J02B0102
Resident Business: No
MD Tax Clearance: 23-3260-1110
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
121
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 36
Contact: Jada Wright 410-545-0330
jwri[email protected]aryland.gov
17-M. STATE HIGHWAY ADMINISTRATION
Maintenance Contract
Contract ID: Hand Mowing, Trimming of Medians and Roadsides from I-695 (Exit 24) to
Belfast Road on I-83 for the Hereford Shop Area in Baltimore County; 4283HGRL26SB
EPICS No.: 4283HGRL26
Contract Description: Provide hand mowing, trimming of medians and roadsides from I-
695 (Exit 24) to Belfast Road on I-83 for the Hereford Shop Area in Baltimore County
Awards: Manuel Landscaping, Inc., Owings Mills, MD
(Certified Small Business)
Contract Term: 10/26/2023 – 12/31/2026 (3 years, 2 months, 6 days)
Amount: $429,065.60 NTE
Procurement Method: Competitive Sealed Bidding (SBR-designated)
Bids:
Bidders
Amount
Manuel Landscaping, Inc.; Owings Mills, MD
$ 429,065.60
Hoppergrass Lawn Care LLC; Bowie, MD
$ 472,448.80
PLWMS DBA Patriot Natural Resources, Beallsville, MD
$ 493,832.00
Dixon Enterprises, LLC; Owings Mills, MD
$ 916,589.20
P2 Cleaning Services, LLC; Laurel, MD
$ 1,456,496.00
Just Work Landscaping; Rockville, MD
$213,244,000.00
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
Performance Security: None
Incumbent: None
Requesting Agency Remarks: This solicitation was advertised on eMaryland Marketplace
Advantage (eMMA) on June 20, 2023, notifying 192 potential contractors, 18 of which were
MDOT-certified Minority Business Enterprises (MBEs). Seven bids were received and opened on
July 20, 2023. There were no protests filed for this contract.
122
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 37
17-M. STATE HIGHWAY ADMINISTRATION (cont’d)
Agency Remarks (cont’d):
This work was previously being performed by the MDOT SHA District 4 Shop using their own
workforce.
The original low bidder was rejected because an analysis of their bid revealed that the bid price
for the protection vehicle was lower than the minimum amount required. Upon review, the highest
bidder stated that mathematical errors within their bid resulted in the significantly higher than
average bid amount.
The State Highway Administration has confirmed Manuel Landscaping, Inc.’s bid price and the
work conducted on this contract is performed 100% by a State-certified Small Business.
No MBE nor VSBE participation goals were established for this contract due to the on-call and as-
needed nature of work to be performed and the lack of certified firms in the contract work area.
Fund Source: 100% Special Funds (Transportation Trust Fund)
Approp. Code: J02B0102
Resident Business: Yes
MD Tax Clearance: 23-3028-0111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
123
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 38
Contact: Jada Wright 410-545-0330
jwri[email protected]aryland.gov
18-M. STATE HIGHWAY ADMINISTRATION
Maintenance Contract
Contract ID: Full-Width Litter Pick-Up at Various Locations in the Hereford Shop Area in
Baltimore County; 4323HF426BSB
EPICS No.: 4323HF426B
Contract Description: Provide full-width litter pick-up at various locations in the
Hereford Shop Area in Baltimore County
Award: P2 Cleaning Services; Laurel, MD
(Certified Small Business)
Contract Term: 10/26/2023 – 12/31/2026 (3 years, 2 months, 6 days)
Amount: $334,398.00 NTE
Procurement Method: Competitive Sealed Bidding ((SBR-designated)
Bids:
Bidders
Amounts
P2 Cleaning Services; Laurel, MD
$334,398.00
Hoppergrass Lawn Care, LLC; Bowie, MD
$336,000.00
Just Work Landscaping, Rockville, MD
$426,000.00
Dixon Enterprises, LLC; Owings Mills, MD
$592,500.00
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
Performance Security: None
Incumbent: None
Requesting Agency Remarks: This solicitation was advertised on eMaryland Marketplace
Advantage (eMMA) on June 20, 2023, notifying 66 potential contractors, 12 of which were
MDOT-certified Minority Business Enterprises (MBEs). Maryland Works granted a one-year
waiver for these services on March 22,2023. Four bids were received and opened on July 13,
2023. There were no protests filed for this contract.
124
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 39
18-M. STATE HIGHWAY ADMINISTRATION (cont’d)
Agency Remarks (cont’d):
This contract ensures that necessary resources are available for the shop to address numerous
complaints and requests from citizens and elected officials to have the abundance of unsightly
litter, trash and debris removed from the SHA interstates and roadways in Baltimore County.
The State Highway Administration has confirmed P2 Cleaning Services bid price and the work
conducted on this contract is performed 100% by a State-certified Small Business.
Due to the limited number of certified enterprises identified as capable of providing these services,
it was determined that no sub-contracting opportunities are available for this contract. As such, no
MBE or VSBE participation goals were established for this contract.
Fund Source: 100% Special (Transportation Trust Funds)
Approp. Code: J02B0102
Resident Business: Yes
MD Tax Clearance: 23-2986-1101
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
125
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 40
Contact: Jada Wright 410-545-0330
jwri[email protected]aryland.gov
19-M. STATE HIGHWAY ADMINISTRATION
Maintenance Contract
Contract ID: Median and Roadside Mowing, Trimming, and Litter Pick-Up Along Primary and
Secondary Roadways at Various Locations South of Bel Air in Harford County; 42712S1426SB
EPICS No.: 42712S1426
Contract Description: Provide median and roadside mowing, trimming, and litter pick-up
along primary and secondary roadways at various locations South of Bel Air in Harford County.
Award: Manuel Landscaping, Inc; Owings Mills, MD
(Certified Small Business)
Contract Term: 10/26/2023 – 12/31/2026
(3 years, 2 months, 6 days)
Amount: $213,350.00 NTE
Procurement Method: Competitive Sealed Bidding (SBR-designated)
Bids:
Bidders
Amounts
Manuel Landscaping, Inc; Owings Mills, MD
$213,350.00
Hoppergrass Lawn Care LLC ., Bowie, MD
$220,920.00
Bluestone Contracting Corporation; Somerdale, NJ
$305,865.00
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
Performance Security: None
Incumbent: None
Requesting Agency Remarks: This solicitation was advertised on eMaryland Marketplace
Advantage (eMMA) on May 23, 2023, notifying 49 potential contractors, nine of which were
MDOT-certified Minority Business Enterprises (MBEs). Three bids were received and opened on
June 22, 2023. Maryland Works granted a 1-year waiver for these services on March 22, 2023.
There were no protests filed for this contract.
126
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 41
19-M. STATE HIGHWAY ADMINISTRATION (cont’d)
Agency Remarks (cont’d):
The State Highway Administration has confirmed Manuel Landscaping, Inc’s bid price and the
work conducted on this contract is performed 100% by a State-certified Small Business.
Due to the limited number of certified enterprises identified as capable of providing these services,
it was determined that no sub-contracting opportunities are available for this contract. There was
only one sub-contractable category, however it was only 0.47%, for the low amount of $1,000.00
The other sub-contractable areas would be the main elements of work, to be performed by the
prime contractor. As such, no MBE or VSBE participation goals were established for this contract.
Fund Source: 100% Special (Transportation Trust Funds)
Approp. Code: J02B0102
Resident Business: Yes
MD Tax Clearance: 23-2590-0111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
127
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 42
Contact: Olu Okunola 410-545-8754
ookunola@mdot.maryland.gov
20-RP. STATE HIGHWAY ADMINISTRATION
Real Property Easement
Recommendation: That the Board of Public Works approve the Maryland Department of
Transportation State Highway Administration (MDOT SHA) releasing a snow fence easement.
Authority: State Finance and Procurement Article, § 10-305
Annotated Code of Maryland
Property: MC # 23-2793
Diffendal, Pratt, and Drescher (100 feet, +/-), located north side of
MD 150 and East of Interstate 695, Essex, Baltimore County
Grantor: State of Maryland, SHA
Grantee: RREEF CPIF 8250 Eastern Ave Industrial, LLC
Consideration: $500
Appraised Value: N/A
Requesting Agency Remarks: In 1941, SHA acquired the subject property from Diffendal,
Pratt, and Dresher for a road widening project along MD Route 150. SHA proposes to release
the snow fence easement to the adjoining owner at an administrative cost of $500.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
128
DEPARTMENT OF TRANSPORTATION
ACTION AGENDA
October 4, 2023
MDOT 43
Contact: Mashel Wakil 410-865-1234
mwaki[email protected]land.gov
21-LL. THE SECRETARY’S OFFICE
Lease/Landlord
Recommendation: That the Board of Public Works approve the Maryland Department of
Transportation State Highway Administration (MDOT SHA) leasing real property as landlord.
Authority: State Finance and Procurement Article, § 10-305
Annotated Code of Maryland
Property: Item #59520
Caton Corporation (± 0.411 acres), located at the Northwest
quadrant of Sulphur Spring Road and Benson Ave, at 1518
Sulphur Spring Rd in Arbutus, Baltimore County
Landlord: State of Maryland, SHA
Tenant: Eastern Outdoor Advertising Company
Space Type: Parking
Lease Type: Renewal (Continued Use)
Lease Term: 3 years
Effective Date: 10/05/2023
Procurement Method: Renewal
Annual Rent: $23,632
Requesting Agency Remarks: SHA proposes to lease the subject property for three years to the
above tenant, solely for the purpose of parking of customer vehicles.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
129
DEPARTMENT OF GENERAL SERVICES
O
FFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
Item# Category Pages
1 - 12 Capital Grants and Loans 1 - 12
13 - 15 Construction 13 44
16 - 18 Services 45 - 50
19 - 23 Information Technology 51 - 83
24 General Miscellaneous 84
25 Real Property 85 - 92
26 - 27 Tenant Lease 93 94
28 Supplemental: Information Technology 111
29 Supplemental: Information Technology 113
130
OSP 1
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
1-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
Board of Trustees of Franklin Square Hospital Center, Inc. d.b.a. MedStar Franklin
MedStar Franklin Square Hospital (Baltimore County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping infrastructure
improvements at MedStar Franklin Hospital Center, including a labor and delivery
unit.”
Maryland Consolidated Capital Bond Loan of 2023 (MISC– Chapter 102, Acts of 2023)
DGS Item 23-492, (SL-019-230-038) $ 1,000,000
Matching Fund: No match is required.
Background: Total Project $ 5,875,307
23-492 (This Action) $ 1,000,000 (Non-match)
Local Cost $ 4,857,307
(Prior Actions: None)
Remarks:
1. This action is in accordance with the enabling legislation and complies with the tax- exempt
bond provisions of the Internal Revenue Code.
2. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections
5A-325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and
convey a perpetual preservation easement pursuant to the terms of the enabling legislation.
3. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
4. This project may include the renovation of the triage, labor and delivery areas, c-section
operating rooms, and the public areas of the women’s pavilion.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
131
OSP 2
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
2-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into grant agreements for the following
grants:
The Board of Directors of Music City Maryland Association […] Inc.
Music City Maryland Amphitheater (Baltimore County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Music City
Maryland Amphitheater.”
Maryland Consolidated Capital Bond Loan of 2023 (LHI– Chapter 102, Acts of 2023)
DGS Item 549 (SL-016-230-038) $ 30,000
Maryland Consolidated Capital Bond Loan of 2023 (LSI– Chapter 102, Acts of 2023)
DGS Item 660 (SL-016-230-038) $30,000
Matching Fund: No match is required.
Background: Total Project $ 60,000
23-549 (This Action) $ 30,000 (Non-match)
23-660 (This Action) $ 30,000 (Non-match)
Local Cost $ 0
(Prior Actions: None)
Remarks:
1. This action is in accordance with the enabling legislation and complies with the tax- exempt
bond provisions of the Internal Revenue Code.
2. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections
5A-325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and
convey a perpetual preservation easement pursuant to the terms of the enabling legislation.
3. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
4. This project may include building an amphitheater and other amenities at the 12-acre
property of the Christian Athletic Association located in Catonsville.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
132
OSP 3
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
3-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into grant agreements for the following
grants:
The Board of Directors of the Pride of Baltimore, Inc.
Pride of Baltimore II (Baltimore City)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Pride of Baltimore
II, located in Baltimore City.”
Maryland Consolidated Capital Bond Loan of 2021 (MISC– Chapter 63, Acts of 2021)
DGS Item 282 (SL-215-210-038) $ 100,000
Maryland Consolidated Capital Bond Loan of 2021 (LSI– Chapter 63, Acts of 2021)
DGS Item 424 (SL-215-210-038) $350,000
Matching Fund: No match is required.
Background: Total Project $ 450,000
21-282 (This Action) $ 100,000 (Non-match)
21-424 (This Action) $ 350,000 (Non-match)
Local Cost $ 0
(Prior Actions: None)
Remarks:
1. This action is in accordance with the enabling legislation and complies with the tax- exempt
bond provisions of the Internal Revenue Code.
2. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections
5A-325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and
convey a perpetual preservation easement pursuant to the terms of the enabling legislation.
3. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
4. This project may include maintenance projects on the historical Pride of Baltimore II to
prolong the life for use by promoting the use of more “green” and safe replacement parts.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
133
OSP 4
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
4-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
Board of Trustees of the Chesapeake Bay Trust
Chesapeake Bay Trust Green Campus (Anne Arundel County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of infrastructure
improvements to the Chesapeake Bay Trust campus, including green
infrastructure.”
Maryland Consolidated Capital Bond Loan of 2023 (MISC– Chapter 102, Acts of 2023)
DGS Item 23-371, (SL-017-230-038) $ 250,000
Matching Fund: No match is required.
Background: Total Project $ 1,240,000
23-371 (This Action) $ 250,000 (Non-match)
Local Cost $ 990,000
(Prior Actions: None)
Remarks:
1. This action is in accordance with the enabling legislation and complies with the tax- exempt
bond provisions of the Internal Revenue Code.
2. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections
5A-325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and
convey a perpetual preservation easement pursuant to the terms of the enabling legislation.
3. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
4. This project may include the transformation of the campus into a net zero energy and zero
stormwater property.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
134
OSP 5
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
5-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
Mayor and City Council of the City of Laurel
City of Laurel Multi-Service Center (Prince George’s County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the City of Laurel Multi-
Service Center
Maryland Consolidated Capital Bond Loan of 2021 (MISC– Chapter 63, Acts of 2021)
DGS Item 21-181, (SL-080-210-038) $ 2,500,000
Matching Fund: No match is required.
Background: Total Project $ 5,700,000
21-181 (This Action) $ 2,500,000 (Non-match)
Local Cost $ 3,200,000
(Prior Actions: None)
Remarks:
1. This action is in accordance with the enabling legislation and complies with the tax- exempt
bond provisions of the Internal Revenue Code.
2. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections
5A-325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and
convey a perpetual preservation easement pursuant to the terms of the enabling legislation.
3. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
4. This project may include, as a Phase 1, creating a separate entrance into the exterior part of
the building which will function with the existing gymnasium. It may also include the
construction of storage space and a new HVAC system. A Phase 2 of this project may
include the demolition and rebuilding of the Multi Service Center.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
135
OSP 6
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
6-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
Executive Committee of the Disney-Bell Post No. 66 American Legion Corporation
Disney-Bell American Legion Post No. 66 (Prince George’s County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Disney-Bell
American Legion Post No. 66 property.”
Maryland Consolidated Capital Bond Loan of 2023 (LSI– Chapter 102, Acts of 2023)
DGS Item 23-707, (SL-018-230-038) $ 200,000
Matching Fund: No match is required.
Background: Total Project $ 200,000
23-707 (This Action) $ 200,000 (Non-match)
Local Cost $ 0
(Prior Actions: None)
Remarks:
1. This action is in accordance with the enabling legislation and complies with the tax- exempt
bond provisions of the Internal Revenue Code.
2. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections
5A-325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and
convey a perpetual preservation easement pursuant to the terms of the enabling legislation.
3. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
4. This project may include improvements to the property including roof replacement,
HVAC, septic system, parking lot, walk in cooler, pavilion, and exterior electrical signage.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
136
OSP 7
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
7-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
Board of Directors of the Langton Green, Inc.
Langton Green Community Farm (Anne Arundel County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Langton Green
Community Farm facilities, including facilities walkways, grounds, and
landscaping.”
Maryland Consolidated Capital Bond Loan of 2022 (MISC– Chapter 344, Acts of 2022)
DGS Item 22-519, (SL-229-220-038) $ 100,000
Matching Fund: No match is required.
Background: Total Project $ 100,000
22-519 (This Action) $ 100,000 (Non-match)
Local Cost $ 0
(Prior Actions: None)
Remarks:
1. This action is in accordance with the enabling legislation and complies with the tax-
exempt bond provisions of the Internal Revenue Code.
2. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections
5A-325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and
convey a perpetual preservation easement pursuant to the terms of the enabling legislation.
3. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
4. This project may include exterior renovations which include building level concrete pads,
wider walkways, enhanced common areas, and work to improve mobility.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
137
OSP 8
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
8-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
Board of Directors of The Mission of Love Charities, Incorporated
Mission of Love Charities (Prince George’s County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Mission of Love
Charities, located in Prince George’s County.”
Maryland Consolidated Capital Bond Loan of 2021 (MISC– Chapter 63, Acts of 2021)
DGS Item 21-387, (SL-210-210-038) $ 240,000
Matching Fund: No match is required.
Background: Total Project $ 1,900,000
21-387 (This Action) $ 240,000 (Non-match)
21-270 (Prior Action) $ 760,000 (Non-match)
Local Cost $ 900,000
(Prior Actions: 7/19/2023 Agenda, Item 5-CGL)
Remarks:
1. This action is in accordance with the enabling legislation and complies with the tax-
exempt bond provisions of the Internal Revenue Code.
2. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections
5A-325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and
convey a perpetual preservation easement pursuant to the terms of the enabling legislation.
3. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
4. This project may include rebuilding, renovating and repurposing the abandoned Lyndon
Hill Elementary School building.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
138
OSP 9
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
9-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
Board of Directors of the Fairfax Community Church of God
The Clarksburg Yard (Montgomery County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of the Clarksburg Yard
property.”
Maryland Consolidated Capital Bond Loan of 2023 (MISC– Chapter 102, Acts of 2023)
DGS Item 23-233, (SL-015-230-038) $ 150,000
Matching Fund: No match is required.
Background: Total Project $ 415,000
23-233 (This Action) $ 150,000 (Non-match)
Local Cost $ 265,000
(Prior Actions: None)
Remarks:
1. This action is in accordance with the enabling legislation and complies with the tax- exempt
bond provisions of the Internal Revenue Code.
2. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections
5A-325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and
convey a perpetual preservation easement pursuant to the terms of the enabling legislation.
3. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
4. This project may include creating a community space with an outdoor green area and a café
in a
retrofitted garage space. The green space will include seating, fire pits, a stage, gardens,
games, and murals for interaction.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
139
OSP 10
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
10-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into a grant agreement for the
following grant:
Board of Directors of the YMCA Metropolitan Washington
YMCA of Metropolitan Washington – Facility Upgrades (Regional)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of facilities at YMCA
Bethesda-Chevy Chase, YMCA Camp Letts, and YMCA Silver Spring”
Maryland Consolidated Capital Bond Loan of 2021 (MISC– Chapter 63, Acts of 2021)
DGS Item 21-167, (SL-224-210-038) $ 1,000,000
Matching Fund: No match is required.
Background: Total Project $ 1,000,000
21-167 (This Action) $ 1,000,000 (Non-match)
Local Cost $ 0
(Prior Actions: None)
Remarks:
1. This action is in accordance with the enabling legislation and complies with the tax- exempt
bond provisions of the Internal Revenue Code.
2. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections
5A-325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and
convey a perpetual preservation easement pursuant to the terms of the enabling legislation.
3. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
4. At the YMCA Bethesda-Chevy Chase location, this project may include removing existing
and installing new stairs and handrails at the main entrance.
5. At the YMCA Silver Spring location, this project may include the renovation of the existing
outdoor lap pool to include zero depth entry and the installation of an outdoor
humidification unit.
6. At the YMCA Camp Letts location, this project may include a camper’s cabin renovation.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
140
OSP 11
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
11-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into grant agreements for the following
grants:
Baltimore Beauty and Barber School
Baltimore Beauty and Barber School (Baltimore County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of Baltimore Beauty and
Barber school, located in Baltimore County.”
Maryland Consolidated Capital Bond Loan of 2017(LHI– Chapter 22, Acts of 2017)
DGS Item 17-G054, as amended by Chapter 626, Acts 2022, (SL-225-170-038)
$ 75,000
Maryland Consolidated Capital Bond Loan of 2017 (LSI– Chapter 22, Acts of 2017)
DGS Item 17-G116, as amended by Chapter 626, Acts 2022, (SL-225-170-038)
$ 125,000
Matching Fund: No match is required.
Background: Total Project $ 200,000
17-G054 (This Action) $ 75,000 (Non-match)
17-G116 (This Action) $ 125,000 (Non-match)
Local Cost $ 0
(Prior Actions: None)
Remarks:
1. An amendment was approved removing the matching fund and amending project title and
grantee name.
2. This action is in accordance with the enabling legislation and complies with the tax- exempt
bond provisions of the Internal Revenue Code.
3. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections
5A-325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and
convey a perpetual preservation easement pursuant to the terms of the enabling legislation.
4. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
5. This project may include the expansion and renovation of the existing space of Baltimore
Beauty & Barber school.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
141
OSP 12
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
Contact: Deirdra Bell 410-767-4107
deirdra.bell@maryland.gov
12-CGL. CAPITAL GRANTS AND LOANS
Recommendation: That the Board of Public Works enter into grant agreements for the following
grants:
Board of Directors of Grassroots Crisis Intervention Center, Inc.
Grassroots Crisis Intervention Center – New Outpatient Mental Health Clinic
(Howard County)
“For the acquisition, planning, design, construction, repair, renovation,
reconstruction, site improvement, and capital equipping of a new Outpatient Mental
Health Clinic.”
Maryland Consolidated Capital Bond Loan of 2022 (MISC– Chapter 344, Acts of 2022)
DGS Item 22-225, (SL-230-220-038) $ 100,000
Maryland Consolidated Capital Bond Loan of 2022 (MISC– Chapter 344, Acts of 2022)
DGS Item 22-460, (SL-230-220-038) $ 200,000
Maryland Consolidated Capital Bond Loan of 2022 (LHI– Chapter 344, Acts of 2022)
DGS Item 22-761, (SL-230-220-038) $ 300,000
Matching Fund: No match is required.
Background: Total Project $ 500,000
22-225 (This Action) $ 100,000 (Non-match)
22-460 (This Action) $ 200,000 (Non-match)
22-761 (This Action) $ 300,000 (Non-match)
Local Cost $ 0
(Prior Actions: None)
Remarks:
1. This action is in accordance with the enabling legislation and complies with the tax- exempt
bond provisions of the Internal Revenue Code.
2. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections
5A-325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and
convey a perpetual preservation easement pursuant to the terms of the enabling legislation.
3. Procurement/Contracts should be submitted to the Department of General Services for
eligibility determination.
4. This project may include the demolition of existing partition and interior alteration of a new
tenant suite.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
142
OSP 13
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
Contact: Courtney League 410-767-5516
courtney.league@maryland.gov
13-C. CONSTRUCTION CONTRACT
Department of General Services
Contract ID: Job Order Contracting (JOC) Services for General Construction, SBE General
Construction, Electrical, SBE Electrical, Mechanical, Roofing, SBE Roofing, Site Work / Flat
Work, and Stormwater Utility; DGS-22-300-JOC
ADPICS No.: See Attachment
Contract Description: Contract administration, project management, labor, supervision,
equipment, tools, materials, insurance, testing, and supplies incidental and necessary to
perform Job Order Contracting services in support of the State’s JOC program. A Job Order
Contract is an indefinite quantity construction contract pursuant to which the contractor may
perform an ongoing series of individual projects at different locations and facilities under the
jurisdiction of the owner. Job order contracting is typically used for small to medium-sized
repair and rehabilitation work, replacement-in-kind projects, and minor new construction.
Award: See Attachment
Contract Term: 10/05/2023 - 10/04/2026 (w/two 1-year renewal options)
Amount: $ 60,000,000 (NTE) (Base)
$ 20,000,000 (NTE) (Renewal Option #1)
$ 20,000,000 (NTE) (Renewal Option #2)
$100,000,000 Total
Procurement Method: Competitive Sealed Bidding
Bids: See Attachment
MBE/VSBE Participation: Determined by Work Order.
Performance Security: Required for work orders expected to exceed $100,000.
Incumbent: N/A
REVISED
143
OSP 14
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
Requesting Agency Remarks: This award recommendation is the second of two parts of the
JOC program. The first part was the JOC Consultant contract, which was approved by the board
on February 15, 2023. The three tiers of service provided by the JOC Consultant are: Job Order
Project Administration, Job Order Development and Procurement Support, and JOC
Construction Management. A notice of availability of an Invitation for Bids (IFB) was posted
on eMaryland Marketplace Advantage on June 15, 2023 and 59 bidders submitted adjustment
factors and those bids were received and opened on July 13, 2023. Of the 59 bidders, 38 were
selected for award. Of the 38 awardees, 23 firms are certified small businesses, and 12 firms
are minority business enterprises. Work orders will be issued to the successful contractors on
a rotational basis. SBR General Construction, SBR Electrical, and SBR Roofing will be utilized
for work orders with estimates of $500,000 or less. The counties in the central region are:
Frederick, Carroll, Baltimore, Baltimore City, Harford, Cecil, Howard, and Anne Arundel. The
counties in the southern region are: Montgomery, Prince George’s, Calvert, Charles, and St.
Mary’s. The counties in the eastern region are: Kent, Queen Anne’s, Caroline, Talbot,
Dorchester, Wicomico, Somerset, and Worcester. The counties in the western region are:
Washington, Allegany, and Garrett. All Unit Prices listed in the Construction Task Catalog®
are priced at a net value of 1.0000. The Adjustment Factors shall be an increase or decrease to
all the Unit Prices listed in the Construction Task Catalog®. For example, 1.1000 would be a
10% increase to the Unit Prices and 0.9500 would be a 5% decrease to the Unit Prices.
Fund Source: Determined by work order
Resident Business: Yes - Except Centennial Contractors Enterprises, Inc.,
F.H.Paschen, S.N. Nielsen & Associates LLC,
Irreno Construction Company, Inc., Johnson-Laux Construction,
Micon Constructions, Inc., S-Works Construction Corporation,
The Matthews Group, Inc. t/a TMG Construction Corporation,
Firstline Contracting, Inc., First Fruits Excavating, Inc., Corenic
Construction Group, LLC and Paige Industrial Services
MD Tax Clearance: ADP Consultants, Inc. (SBE) 23-2300-0111
Adrian L. Merton, Inc. 23-3018-1111
Bethel Electrical Construction Company of MD, LLC (SBE)
23-2978-1111
BMC Services, LLC (SBE/MBE) 23-3021-0111
Boiler and Furnace Cleaners Inc. DBA Hurley Company
23-3212-1111
C&A, Inc. (SBE) 23-2980-0111
REVISED
144
OSP 15
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
C&M Construction and Renovations. LLC (SBE/MBE)
23-3146-0111
Carl Belt, Inc. 23-3002-1111
Centennial Contractors Enterprises, Inc. 23-3003-1111
Conquest Solutions, LLC (SBE/MBE) 23-3001-0111
Corenic Construction Group LLC (SBE/MBE) 23-3305-0111
Dynamic General Contracting, LLC (SBE) 23-3033-0111
Excavating Associates, Inc. (SBE) 23-3153-0111
F.H. Paschen, S.N. Nielsen & Associates LLC 23-3004-1101
First Fruits Excavating, Inc. (SBE) 23-3154-0111
Firstline Contracting, Inc. 23-3035-1100
Garcete Construction Company, Inc. (SBE) 23-3223-0100
Haramis Electric, LLC (SBE) 23-3155-0111
Hot & Cold Corporation (SBE/MBE) 23-3020-1111
Irreno Construction Company, Inc. 23-3005-0100
Janus Contractors, Inc. (SBE/MBE) 23-3006-0111
Johnson-Laux Construction 23-3302-0010
Lashley Construction Co., Inc. (SBE) 23-3158-1111
Micon Constructions, Inc. 23-3205-0101
Nichols Contracting, Inc. 23-3007-1111
Paige Industrial Services. Inc. (MBE) 23-2979-1111
Prisma,LLC (SBE/MBE) 23-3148-0101
R H Lapp & Sons, Inc. 23-3019-0000
Rainbow Construction Corporation of Waldorf 23-3157-0111
RSC Electrical & Mechanical Contractors, Inc. (SBE/MBE)
23-3156-0000
S E Davis Construction, LLC (SBE/MBE) 23-3008-0111
SGK Contracting, Inc. (SBE) 23-3149-0111
St. Mary's Roofing and Home Improvement, LLC (SBE)
23-3150-0110
S-Works Construction Corporation (SBE) 23-3151-0100
Taggart Brown & Associates, Inc. (SBE/MBE) 23-3034-0111
The Eastern Sales and Engineering Company Inc. (SBE)
232977-1111
REVISED
145
OSP 16
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
The Matthews Group, Inc. t/a TMG Construction Corporation
23-3152-1111
Vigil Contracting, Inc. (MBE) 23-2981-1111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
146
OSP 17
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
Attachment 1
ADP Consultants, Inc. CTR015431
Adrian L. Merton, Inc.
CTR015432
BETHEL ELECTRICAL CONSTRUCTION
COMPANY OF MD, LLC
CTR015433
BMC Services, LLC
CTR015434
Boiler and Furnace Cleaners, Inc. DBA Hurley Company
CTR015435
C&A, Inc.
CTR015436
C&M Construction and Renovations. LLC
CTR015439
Carl Belt, Inc.
CTR015437
Centennial Contractors Enterprises, Inc.
CTR015438
CONQUEST SOLUTIONS, LLC
CTR015440
Corenic Construction Group LLC
CTR015441
Dynamic General Contracting, LLC
CTR015443
EXCAVATING ASSOCIATES, INC.
CTR015444
F.H. Paschen, S.N. Nielsen & Associates LLC
CTR015445
REVISED
147
001B5600025
001B5600026
001B5600027
001B5600028
001B5600029
001B5600030
001B5600031
001B5600032
001B5600033
001B5600034
001B5600035
001B5600037
001B5600038
001B5600061
See next page for Record
Correction Letter dated 5/30/24
OSP 18
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
Attachment 1 (cont’d)
First Fruits Excavating, Inc.
CTR015446
FIRSTLINE CONTRACTING INC.
CTR015447
GARCETE CONSTRUCTION COMPANY, INC.
CTR015448
HARAMIS ELECTRIC LLC
CTR015449
Hot & Cold Corporation
CTR015450
Irreno Construction Company Inc
CTR015451
Janus Contractors, Inc.
CTR015452
Johnson-Laux Construction
CTR015453
Lashley Construction Co., Inc.
CTR015454
MICON CONSTRUCTIONS INC
CTR015456
Nichols Contracting, Inc.
CTR015457
Paige Industrial Services. Inc
CTR015458
Prisma,LLC
CTR015460
R H LAPP & SONS INC
CTR015461
REVISED
148
001B5600039
001B5600040
001B5600041
001B5600042
001B5600043
001B5600044
001B5600045
001B5600046
001B5600048
001B5600049
001B5600050
00B5600051
001B5600053
001B5600062
OSP 19
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
Attachment 1 (cont’d)
Rainbow Construction Corporation of Waldorf
CTR015462
RSC ELECTRICAL & MECHANICAL
CONTRACTORS, INC.
CTR015463
S E Davis Construction, LLC
CTR015459
SGK Contracting, Inc.
CTR015455
St. Mary's Roofing and Home Improvement, LLC
CTR015464
S-Works Construction Corporation
CTR015465
Taggart Brown & Associates, Inc.
CTR015466
The Eastern Sales and Engineering Company Inc.
CTR015467
The Matthews Group, Inc. t/a TMG Construction
Corporation
CTR015468
Vigil Contracting, Inc.
CTR015469
REVISED
149
001B5600036
001B5600047
001B5600052
001B5600054
001B5600055
001B5600056
001B5600057
001B5600058
001B5600059
001B5600060
OSP 20
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
General Construction
Eastern Region
Adjustment Factor
Corenic Construction Group LLC;
Washington, D.C.
(Recommended Awardee).
1.016
RSC Electrical & Mechanical Contractors Inc.;
Landover, MD
(Recommended Awardee).
1.016
Janus Contractors, Inc.;
Greenbelt, MD
(Recommended Awardee).
1.05
Paige Industrial Services. Inc;
Washington, D.C.
(Recommended Awardee).
1.0602
F.H. Paschen, S.N. Nielsen & Associates LLC;
Chicago, IL
(Recommended Awardee).
1.089
S-Works Construction Corporation;
Leesburg, VA
(Recommended Awardee).
1.0925
Conquest Solutions, LLC;
Greenbelt, MD
(Recommended Awardee).
1.1124
Vigil Contracting, Inc .;
Crofton, MD
(Recommended Awardee).
1.1769
Johnson-Laux Construction;
Winter Garden, FL
(Recommended Awardee).
1.185
Prisma,LLC; Gaithersburg, MD
1.315
Baltimore Contractors, Inc.; Glen Burnie, MD
1.41
Bob Andrews Construction, Inc.; Abingdon, MD
1.654
Swain Enterprises LLC; Arlington, VA
2.94
D Project, Inc.; Annapolis, MD
37.04
REVISED
150
OSP 21
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
General Construction (cont’d)
Central Region
Adjustment Factor
The Matthews Group, Inc. t/a TMG Construction
Corporation;
Purcellville, VA
(Recommended Awardee).
0.957
Janus Contractors, Inc.;
Greenbelt, MD
(Recommended Awardee).
0.97
F.H. Paschen, S.N. Nielsen & Associates LLC;
Chicago, IL
(Recommended Awardee).
0.9986
Irreno Construction Company Inc;
Washington D.C.
(Recommended Awardee).
0.9998
Vigil Contracting, Inc .;
Crofton, MD
(Recommended Awardee).
1.0031
S-Works Construction Corporation;
Leesburg, VA
(Recommended Awardee).
1.0115
Corenic Construction Group LLC;
Washington D.C.
(Recommended Awardee).
1.016
RSC Electrical & Mechanical Contractors Inc.
(Recommended Awardee).
1.016
Centennial Contractors Enterprises, Inc.;
Reston, VA
(Recommended Awardee).
1.0378
Paige Industrial Services. Inc.
Washington, D.C.
(Recommended Awardee).
1.0602
Conquest Solutions, LLC;
Greenbelt, MD
(Recommended Awardee).
1.1124
REVISED
151
OSP 22
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
General Construction (cont’d)
Central Region (cont’d)
Adjustment Factor
Nichols Contracting, Inc.;
Columbia, MD
(Recommended Awardee).
1.1435
GARCETE CONSTRUCTION COMPANY, INC.;
Bladensburg, MD
(Recommended Awardee).
1.1598
MICON CONSTRUCTIONS INC;
Washington, D.C.
(Recommended Awardee).
1.1611
Johnson-Laux Construction;
Winter Garden, FL
(Recommended Awardee).
1.1612
ADP Consultants, Inc.; Laurel, MD
1.192
AUTUMN GENERAL CONTRACTING LLC; Springfield, VA
1.2438
Building Concepts, LLC; Sykesville, MD
1.29
Prisma,LLC; Gaithersburg, MD
1.295
Taggart Brown & Associates, Inc.; Towson, MD
1.31
Baltimore Contractors, Inc.; Glen Burnie, MD
1.35
LG Construction, Inc.; Perryville, MD
1.36
Bob Andrews Construction, Inc.; Abingdon, MD
1.624
Swain Enterprises LLC; Arlington, VA
2.94
D Project, Inc.; Annapolis, MD
45.41
REVISED
152
OSP 23
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
General Construction (cont’d)
Southern Region
Adjustment Factor
The Matthews Group, Inc. t/a TMG Construction
Corporation;
Purcellville, VA
(Recommended Awardee).
0.966
Janus Contractors, Inc.;
Greenbelt, MD
(Recommended Awardee).
0.97
Centennial Contractors Enterprises, Inc..;
Reston, VA
(Recommended Awardee).
0.9703
S-Works Construction Corporation;
Leesburg, VA
(Recommended Awardee).
0.989
F.H. Paschen, S.N. Nielsen & Associates LLC;
Chicago, IL
(Recommended Awardee).
0.9986
Irreno Construction Company Inc;
Washington D.C.
(Recommended Awardee).
0.9998
Corenic Construction Group LLC;
Washington D.C.
(Recommended Awardee).
1.016
RSC ELECTRICAL & MECHANICAL CONTRACTORS
INC.;
Landover, MD
(Recommended Awardee).
1.016
Vigil Contracting, Inc.;
Crofton, MD
(Recommended Awardee).
1.0325
Paige Industrial Services. Inc;
Washington D.C.
(Recommended Awardee).
1.0498
REVISED
153
OSP 24
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
General Construction (cont’d)
Southern Region (cont’d)
Adjustment Factor
CONQUEST SOLUTIONS, LLC;
Greenbelt, MD
(Recommended Awardee).
1.1124
SE Davis Construction, LLC;
La Plata, MD
(Recommended Awardee).
1.133
Nichols Contracting, Inc.;
Columbia, MD
(Recommended Awardee).
1.1435
GARCETE CONSTRUCTION COMPANY, INC.;
Bladensburg, MD
(Recommended Awardee).
1.1598
MICON CONSTRUCTIONS INC.,
Washington, D.C.
(Recommended Awardee).
1.1611
Johnson-Laux Construction;
Winter Garden, FL
(Recommended Awardee).
1.1612
ADP Consultants, Inc.; Laurel, MD
1.182
Rainbow Construction Corporation of Waldorf; Waldorf, MD
1.2264
AUTUMN GENERAL CONTRACTING LLC; Springfield, VA
1.2676
Prisma, LLC; Gaithersburg, MD
1.295
Taggart Brown & Associates, Inc.; Towson, MD
1.31
Baltimore Contractors, Inc.; Glen Burnie, MD
1.41
Building Concepts, LLC; Sykesville, MD
1.415
Bob Andrews Construction, Inc.; Abingdon, MD
1.674
Swain Enterprises LLC; Arlington, VA
2.94
D Project, Inc.; Annapolis, MD
45.44
REVISED
154
OSP 25
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
General Construction (cont’d)
Western Region
Adjustment Factor
The Matthews Group, Inc. t/a TMG Construction
Corporation;
Purcellville, VA
(Recommended Awardee).
0.975
Corenic Construction Group LLC;
Washington D.C.
(Recommended Awardee).
1.016
RSC ELECTRICAL & MECHANICAL CONTRACTORS
INC.;
Landover, MD
(Recommended Awardee).
1.016
Janus Contractors, Inc.;
Greenbelt, MD
(Recommended Awardee).
1.05
F.H. Paschen, S.N. Nielsen & Associates LLC;
Chicago, IL
(Recommended Awardee).
1.089
S-Works Construction Corporation;
Leesburg, VA
(Recommended Awardee).
1.111
CONQUEST SOLUTIONS, LLC;
Greenbelt, MD
(Recommended Awardee).
1.1124
Johnson-Laux Construction
Winter Garden, FL
(Recommended Awardee).
1.185
Carl Belt, Inc.; Cumberland, MD
1.2055
Taggart Brown & Associates, Inc.; Towson, MD
1.31
Prisma, LLC; Gaithersburg, MD
1.315
First Fruits Excavating, Inc.; Ridgeley, WV
1.325
Baltimore Contractors, Inc.; Glen Burnie, MD
1.41
Building Concepts, LLC; Sykesville, MD
1.465
Swain Enterprises LLC; Arlington, VA
2.94
D Project, Inc.; Annapolis, MD
47.24
REVISED
155
OSP 26
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
SBE General Construction
Eastern Region
Adjustment Factor
Corenic Construction Group LLC;
Washington D.C.
(Recommended Awardee).
1.0162
Janus Contractors, Inc.;
Greenbelt, MD
(Recommended Awardee).
1.05
CONQUEST SOLUTIONS, LLC;
Greenbelt, MD
(Recommended Awardee).
1.1055
S-Works Construction Corporation;
Leesburg, VA
(Recommended Awardee).
1.1315
C&M Construction and Renovations. LLC;
Cumberland, MD
(Recommended Awardee).
1.275
Prisma,LLC;
Gaithersburg, MD
(Recommended Awardee).
1.315
Baltimore Contractors, Inc.; Glen Burnie, MD
1.41
Underwood Contracting and Solar Services, Salisbury, MD
1.619
BOB ANDREWS CONSTRUCTION, INC.; Abingdon, MD
1.654
Swain Enterprises LLC; Arlington, VA
2.94
D Project, Inc.; Annapolis, MD
37.04
REVISED
156
OSP 27
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
SBE General Construction (cont’d)
Central Region
Adjustment Factor
Janus Contractors, Inc.;
Greenbelt, MD
(Recommended Awardee).
0.97
Corenic Construction Group LLC;
Washington D.C.
(Recommended Awardee).
1.0162
S-Works Construction Corporation;
Leesburg, VA
(Recommended Awardee).
1.0685
CONQUEST SOLUTIONS, LLC;
Greenbelt, MD
(Recommended Awardee).
1.1055
GARCETE CONSTRUCTION COMPANY, INC.;
Bladensburg, MD
(Recommended Awardee).
1.1598
MICON CONSTRUCTIONS INC;
Washington, D.C.
(Recommended Awardee).
1.1611
ADP Consultants, Inc.; Laurel, MD
1.202
DELTA GENERAL SERVICES, INC.; Gaithersburg, MD
1.213
BUILDING CONCEPTS LLC; Sykesville, MD
1.29
Prisma, LLC; Gaithersburg, MD
1.295
Taggart Brown & Associates, Inc.; Towson, MD
1.31
Baltimore Contractors, Inc.; Glen Burnie, MD
1.35
LG Construction, Inc.; Perryville, MD
1.36
ALDEN INC; Laurel, MD
1.418
BOB ANDREWS CONSTRUCTION, INC.; Abingdon, MD
1.624
Swain Enterprises LLC; Arlington, VA
2.94
D Project, Inc.; Annapolis, MD
45.41
REVISED
157
OSP 28
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
SBE General Construction (cont’d)
Southern Region
Adjustment Factor
Janus Contractors, Inc.;
Greenbelt, MD
(Recommended Awardee).
0.97
Corenic Construction Group LLC;
Washington D.C.
(Recommended Awardee).
1.0162
S-Works Construction Corporation;
Leesburg, VA
(Recommended Awardee).
1.0595
CONQUEST SOLUTIONS, LLC;
Greenbelt, MD
(Recommended Awardee).
1.1055
S E Davis Construction, LLC;
La Plata, MD
(Recommended Awardee).
1.133
GARCETE CONSTRUCTION COMPANY, INC.;
Bladensburg, MD
(Recommended Awardee).
1.1598
MICON CONSTRUCTIONS INC;
Washington, D.C.
(Recommended Awardee).
1.1611
ADP Consultants, Inc.; Laurel, MD
1.19
DELTA GENERAL SERVICES, INC.; Gaithersburg, MD
1.213
Prisma, LLC; Gaithersburg, MD
1.295
Taggart Brown & Associates, Inc.; Towson, MD
1.31
Baltimore Contractors, Inc.; Glen Burnie, MD
1.41
BUILDING CONCEPTS LLC; Sykesville, MD
1.415
ALDEN INC; Laurel, MD
1.418
BOB ANDREWS CONSTRUCTION, INC.; Abingdon, MD
1.674
Swain Enterprises LLC; Arlington, VA
2.94
D Project, Inc.; Annapolis, MD
45.44
REVISED
158
OSP 29
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
SBE General Construction (cont’d)
Western Region
Adjustment Factor
Corenic Construction Group LLC;
Washington D.C.
(Recommended Awardee).
1.0162
Janus Contractors, Inc.;
Greenbelt, MD
(Recommended Awardee).
1.05
CONQUEST SOLUTIONS, LLC;
Greenbelt, MD
(Recommended Awardee).
1.1055
S-Works Construction Corporation;
Leesburg, VA
(Recommended Awardee).
1.1535
Lashley Construction Co., Inc.;
Frostburg, MD
(Recommended Awardee).
1.2925
Taggart Brown & Associates, Inc.;
Towson, MD
(Recommended Awardee).
1.31
Prisma, LLC;
Gaithersburg, MD
(Recommended Awardee).
1.315
First Fruits Excavating, Inc.;
Ridgeley, WV
(Recommended Awardee).
1.325
Baltimore Contractors, Inc.; Glen Burnie, MD
1.41
BUILDING CONCEPTS LLC; Sykesville, MD
1.465
Swain Enterprises LLC; Arlington, VA
2.94
D Project, Inc.; Annapolis, MD
47.24
REVISED
159
OSP 30
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
Electrical
Eastern Region
Adjustment Factor
CORENIC CONSTRUCTION GROUP LLC;
Washington D.C.
(Recommended Awardee).
1.0795
PAIGE INDUSTRIAL SERVICES, INC;
Washington D.C.
(Recommended Awardee).
1.131
THE EASTERN SALES & ENGINEERING;
Baltimore, MD
(Recommended Awardee).
1.1602
BETHEL ELECTRICAL CONSTRUCTION COMPANY
OF MD;
Glen Burnie, MD
(Recommended Awardee).
1.19
VIGIL CONTRACTING INC;
Crofton, MD
(Recommended Awardee).
1.1925
RSC ELECTRICAL & MECHANICAL INC.; Landover, MD
1.3186
Swain Construction Group LLC; Arlington, VA
2.94
Central Region
Adjustment Factor
VIGIL CONTRACTING INC;
Crofton, MD
(Recommended Awardee).
1.0703
CORENIC CONSTRUCTION GROUP LLC;
Washington D.C.
(Recommended Awardee).
1.0795
PAIGE INDUSTRIAL SERVICES, INC;
Washington D.C.
(Recommended Awardee).
1.131
C&A, Inc.;
Bladensburg, MD
(Recommended Awardee).
1.1476
REVISED
160
OSP 31
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
Electrical (cont’d)
Central Region (cont’d)
Adjustment Factor
THE EASTERN SALES & ENGINEERING;
Baltimore, MD
(Recommended Awardee).
1.1672
BETHEL ELECTRICAL CONSTRUCTION
COMPANY OF MD; Glen Burnie, MD
(Recommended Awardee).
1.19
RSC ELECTRICAL & MECHANICAL INC;
Landover, MD
1.3186
Swain Construction Group LLC; Arlington, VA
2.94
Southern Region
Adjustment Factor
CORENIC CONSTRUCTION GROUP LLC;
Washington, D.C
(Recommended Awardee).
1.0795
VIGIL CONTRACTING INC;
Crofton, MD
(Recommended Awardee).
1.097
PAIGE INDUSTRIAL SERVICES, INC.;
Washington D.C.
(Recommended Awardee).
1.131
C&A, Inc.;
Bladensburg, MD
(Recommended Awardee).
1.1476
BETHEL ELECTRICAL CONSTRUCTION
COMPANY OF MD;
Glen Burnie, MD
(Recommended Awardee).
1.19
THE EASTERN SALES & ENGINEERING;
Baltimore, MD
(Recommended Awardee).
1.194
RSC ELECTRICAL & MECHANICAL INC.; Landover, MD
1.3186
Swain Construction Group LLC; Arlington, VA
2.94
REVISED
161
OSP 32
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
Electrical (cont’d)
Western Region
Adjustment Factor
CORENIC CONSTRUCTION GROUP LLC;
Washington D.C.
(Recommended Awardee).
1.0795
BETHEL ELECTRICAL CONSTRUCTION
COMPANY OF MD;
Glen Burnie, MD
(Recommended Awardee).
1.19
THE EASTERN SALES & ENGINEERING;
Baltimore, MD
(Recommended Awardee).
1.2078
RSC ELECTRICAL & MECHANICAL INC; Landover, MD
1.3186
S&S ELECTRIC INC.; Ridgley, WV
1.485
Swain Construction Group LLC; Arlington, VA
2.94
REVISED
162
OSP 33
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
SBE Electrical
Eastern Region
Adjustment Factor
Corenic Construction Group LLC;
Washington, D.C
(Recommended Awardee).
1.0795
The Eastern Sales and Engineering Company Inc.;
Baltimore, MD
(Recommended Awardee).
1.1602
BETHEL ELECTRICAL CONSTRUCTION COMPANY OF
MD, LLC;
Glen Burnie, MD
(Recommended Awardee).
1.19
HARAMIS ELECTRIC LLC;
Crofton, MD
(Recommended Awardee).
1.2225
S-Works Construction Corp;
Leesburg, VA
(Recommended Awardee).
1.2555
Swain Construction Group LLC; Arlington, VA
2.94
REVISED
163
OSP 34
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
SBE Electrical (cont’d)
Central Region
Adjustment Factor
Corenic Construction Group LLC;
Washington D.C.
(Recommended Awardee).
1.0795
HARAMIS ELECTRIC LLC;
Crofton, MD
(Recommended Awardee).
1.1245
C&A, Inc.;
Bladensburg, MD
(Recommended Awardee).
1.1476
The Eastern Sales and Engineering Company Inc.;
Baltimore, MD
(Recommended Awardee).
1.1672
BETHEL ELECTRICAL
CONSTRUCTION COMPANY OF MD, LLC;
Glen Burnie, MD
(Recommended Awardee).
1.19
S-Works Construction Corp;
Leesburg, VA
(Recommended Awardee).
1.2175
Swain Construction Group LLC; Arlington, VA
2.94
REVISED
164
OSP 35
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
SBE Electrical (cont’d)
Southern Region
Adjustment Factor
Corenic Construction Group LLC;
Washington D.C.
(Recommended Awardee).
1.0795
HARAMIS ELECTRIC LLC;
Crofton, MD
(Recommended Awardee).
1.1425
C&A, Inc.
Bladensburg, MD
(Recommended Awardee).
1.1476
BETHEL ELECTRICAL CONSTRUCTION COMPANY
OF MD, LLC;
Glen Burnie, MD
(Recommended Awardee).
1.19
The Eastern Sales and Engineering
Company Inc.;
Baltimore, MD
(Recommended Awardee).
1.194
S-Works Construction Corp;
Leesburg, VA
(Recommended Awardee).
1.2175
Swain Construction Group LLC; Arlington, VA
2.94
REVISED
165
OSP 36
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
SBE Electrical (cont’d)
Western Region
Adjustment Factor
Corenic Construction Group LLC;
Washington, D.C.
(Recommended Awardee).
1.0795
BETHEL ELECTRICAL
CONSTRUCTION COMPANY OF MD, LLC;
Glen Burnie, MD
(Recommended Awardee).
1.19
The Eastern Sales and Engineering
Company Inc.;
Baltimore, MD
(Recommended Awardee).
1.2078
S-Works Construction Corp;
Leesburg, VA
(Recommended Awardee).
1.2555
Swain Construction Group LLC; Arlington, VA
2.94
REVISED
166
OSP 37
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
Mechanical
Eastern Region
Adjustment Factor
Corenic Construction Group LLC;
Washington D.C.
(Recommended Awardee).
1.0795
S-Works Construction Corporation;
Leesburg, VA
(Recommended Awardee).
1.1535
Hot & Cold Corporation;
Clinton, MD
(Recommended Awardee).
1.17
BMC Services, LLC;
Baltimore, MD
(Recommended Awardee).
1.171
Vigil Contracting, Inc.;
Crofton, MD
(Recommended Awardee).
1.197
RSC ELECTRICAL & MECHANICAL CONTRACTORS
INC.; Landover, MD
1.3186
General & Mechanical Services; Annapolis, MD
1.324
Paige Industrial Services. Inc; Washington D.C.
1.3455
Swain Enterprises LLC; Arlington, VA
2.94
REVISED
167
OSP 38
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
Mechanical (cont’d)
Central Region
Adjustment Factor
Boiler and Furnace Cleaners Inc. DBA Hurley Company;
Brentwood, MD
(Recommended Awardee).
0.775
Vigil Contracting, Inc.;
Crofton, MD
(Recommended Awardee).
1.0653
Corenic Construction Group LLC;
Washington, D.C.
(Recommended Awardee).
1.0795
Adrian L. Merton, Inc.;
Capitol Heights, MD
(Recommended Awardee).
1.0917
S-Works Construction Corporation;
Leesburg, VA
(Recommended Awardee).
1.1265
Hot & Cold Corporation;
Clinton, MD
(Recommended Awardee).
1.139
BMC Services, LLC;
Baltimore, MD
(Recommended Awardee).
1.171
Paige Industrial Services. Inc; Washington D.C.
1.2944
RSC ELECTRICAL & MECHANICAL CONTRACTORS INC.;
Landover, MD
1.3186
General & Mechanical Services; Annapolis, MD
1.324
Swain Enterprises LLC; Arlington, VA
2.94
REVISED
168
OSP 39
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
Mechanical (cont’d)
Southern Region
Adjustment Factor
Boiler and Furnace Cleaners Inc. DBA Hurley Company;
Brentwood, MD
(Recommended Awardee).
0.775
Corenic Construction Group LLC;
Washington, D.C.
(Recommended Awardee).
1.0795
Adrian L. Merton, Inc.;
Capitol Heights, MD
(Recommended Awardee).
1.0917
Vigil Contracting, Inc.;
Crofton, MD
(Recommended Awardee).
1.101
S-Works Construction Corporation;
Leesburg, VA
(Recommended Awardee).
1.1265
Hot & Cold Corporation;
Clinton, MD
(Recommended Awardee).
1.139
BMC Services, LLC;
Baltimore, MD
(Recommended Awardee).
1.194
Paige Industrial Services. Inc.; Washington D.C.
1.2944
RSC ELECTRICAL & MECHANICAL CONTRACTORS INC.;
Landover, MD
1.3186
General & Mechanical Services; Annapolis, MD
1.324
Swain Enterprises LLC; Arlington, VA
2.94
REVISED
169
OSP 40
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
Mechanical (cont’d)
Western Region
Adjustment Factor
Corenic Construction Group LLC;
Washington D.C.
(Recommended Awardee).
1.0795
S-Works Construction Corporation;
Leesburg, VA
(Recommended Awardee).
1.1535
Hot & Cold Corporation;
Clinton, MD
(Recommended Awardee).
1.17
BMC Services, LLC;
Baltimore, MD
(Recommended Awardee).
1.171
R H LAPP & SONS INC.;
Cumberland, MD
(Recommended Awardee).
1.215
RSC ELECTRICAL & MECHANICAL CONTRACTORS
INC.; Landover, MD
1.3186
Swain Enterprises LLC; Arlington, VA
2.94
REVISED
170
OSP 41
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
Roofing
Eastern Region
Adjustment Factor
Corenic Construction Group LLC;
Washington, D.C
(Recommended Awardee).
1.0405
RSC ELECTRICAL & MECHANICAL CONTRACTORS
INC.;
Landover, MD
(Recommended Awardee).
1.0405
FIRSTLINE CONTRACTING INC.;
New Hyde Park, NY
(Recommended Awardee).
1.3073
Dynamic General Contracting, LLC;
Bowie, MD
(Recommended Awardee).
1.345
SGK CONTRACTING INC.;
Baltimore, MD
(Recommended Awardee).
1.3499
Paige Industrial Services. Inc;
Washington D.C.
(Recommended Awardee).
1.367
Alliance Exterior Construction, Inc.; Baltimore, MD
1.6522
Swain Enterprises LLC; Arlington, VA
2.94
D Project, Inc.; Annapolis, MD
38.535
REVISED
171
OSP 42
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
Roofing (cont’d)
Central Region
Adjustment Factor
Corenic Construction Group LLC;
Washington, D.C.
(Recommended Awardee).
1.0405
RSC ELECTRICAL & MECHANICAL CONTRACTORS
INC.;
Landover, MD
(Recommended Awardee).
1.0405
MICON CONSTRUCTIONS INC;
Washington, D.C.
(Recommended Awardee).
1.1611
SGK CONTRACTING INC.;
Baltimore, MD
(Recommended Awardee).
1.3076
Taggart Brown & Associates, Inc.;
Towson, MD
(Recommended Awardee).
1.31
Dynamic General Contracting, LLC;
Bowie, MD
(Recommended Awardee).
1.345
FIRSTLINE CONTRACTING INC.
New Hyde Park, NY
(Recommended Awardee).
1.3525
Paige Industrial Services. Inc;
Washington D.C.
(Recommended Awardee).
1.367
Alliance Exterior Construction, Inc.; Baltimore, MD
1.4453
Skyline Roofing, Inc.; Rockingham, VA
1.6446
Autumn Contracting, Inc.; Springfield, VA
1.945
Swain Enterprises LLC; Arlington, VA
2.94
D Project, Inc.; Annapolis, MD
39.535
REVISED
172
OSP 43
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
Roofing (cont’d)
Southern Region
Adjustment Factor
Corenic Construction Group LLC;
Washington, D.C.
(Recommended Awardee).
1.0405
RSC ELECTRICAL & MECHANICAL CONTRACTORS
INC.;
Landover, MD
(Recommended Awardee).
1.0405
MICON CONSTRUCTIONS INC.;
Washington, D.C.
(Recommended Awardee).
1.1611
Taggart Brown & Associates, Inc.;
Towson, MD
(Recommended Awardee).
1.31
Dynamic General Contracting, LLC;
Bowie, MD
(Recommended Awardee).
1.345
FIRSTLINE CONTRACTING INC.;
New Hyde Park, NY
(Recommended Awardee).
1.3504
SGK CONTRACTING INC.;
Baltimore, MD
(Recommended Awardee).
1.355
Paige Industrial Services. Inc;
Washington D.C.
(Recommended Awardee).
1.367
Alliance Exterior Construction, Inc.; Baltimore, MD
1.4877
Autumn Contracting, Inc.; Springfield, VA
1.945
Swain Enterprises LLC; Arlington, VA
2.94
D Project, Inc.; Annapolis, MD
49.635
REVISED
173
OSP 44
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
Roofing (cont’d)
Western Region
Adjustment Factor
Corenic Construction Group LLC;
Washington, D.C.
(Recommended Awardee).
1.0405
RSC ELECTRICAL & MECHANICAL CONTRACTORS
INC.;
Landover, MD
(Recommended Awardee).
1.0405
Taggart Brown & Associates, Inc.;
Towson, MD
(Recommended Awardee).
1.31
FIRSTLINE CONTRACTING INC.;
New Hyde Park, NY
(Recommended Awardee).
1.334
Dynamic General Contracting, LLC;
Bowie, MD
(Recommended Awardee).
1.345
SGK CONTRACTING INC.;
Baltimore, MD
(Recommended Awardee).
1.355
HITE ASSOCIATES INC.; Cumberland, MD
1.4076
Alliance Exterior Construction, Inc.; Baltimore, MD
1.6087
Skyline Roofing, Inc.; Rockingham, VA
1.6446
Swain Enterprises LLC; Arlington, VA
2.94
D Project, Inc.; Annapolis, MD
39.535
REVISED
174
OSP 45
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
SBE Roofing
Eastern Region
Adjustment Factor
Corenic Construction Group LLC;
Washington, D.C
(Recommended Awardee).
1.0405
St. Mary's Roofing and Home Improvement, LLC;
Hollywood, MD
(Recommended Awardee).
1.174
C&M Construction and Renovations. LLC;
Cumberland, MD
(Recommended Awardee)
1.275
Dynamic General Contracting, LLC;
Bowie, MD
(Recommended Awardee).
1.345
SGK Contracting, Inc.;
Baltimore, MD
(Recommended Awardee).
1.3499
Underwood Contracting and Solar Services; Salisbury, MD
1.619
S-Works Construction Corporation; Leesburg, VA
1.7359
Swain Enterprises LLC; Arlington, VA
2.94
D Project, Inc.; Annapolis, MD
38.535
REVISED
175
OSP 46
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
SBE Roofing (cont’d)
Central Region
Adjustment Factor
Corenic Construction Group LLC;
Washington D.C.
(Recommended Awardee).
1.0405
St. Mary's Roofing and Home Improvement, LLC;
Hollywood, MD
(Recommended Awardee).
1.129
MICON CONSTRUCTIONS INC;
Washington, D.C.
(Recommended Awardee).
1.1611
ADP Consultants, Inc.;
Laurel, MD
(Recommended Awardee).
1.211
SGK Contracting, Inc.;
Baltimore, MD
(Recommended Awardee).
1.3076
Taggart Brown & Associates, Inc.;
Towson, MD
(Recommended Awardee).
1.31
Dynamic General Contracting, LLC
Bowie, MD
(Recommended Awardee).
1.345
S-Works Construction Corporation; Leesburg, VA
1.8084
Swain Enterprises LLC; Arlington, VA
2.94
D Project, Inc.; Annapolis, MD
39.535
REVISED
176
OSP 47
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
SBE Roofing (cont’d)
Southern Region
Adjustment Factor
Corenic Construction Group LLC;
Washington, D.C
(Recommended Awardee).
1.0405
St. Mary's Roofing and Home Improvement, LLC;
Hollywood, MD
(Recommended Awardee).
1.084
MICON CONSTRUCTIONS INC;
Washington, D.C.
(Recommended Awardee).
1.1611
ADP Consultants, Inc.;
Springfield, VA
(Recommended Awardee).
1.205
Taggart Brown & Associates, Inc.;
Towson, MD
(Recommended Awardee).
1.31
Dynamic General Contracting, LLC;
Bowie, MD
(Recommended Awardee).
1.345
SGK Contracting, Inc.;
Baltimore, MD
(Recommended Awardee).
1.355
S-Works Construction Corporation; Leesburg, VA
1.7275
Swain Enterprises LLC; Arlington, VA
2.94
D Project, Inc.; Annapolis, MD
49.635
REVISED
177
OSP 48
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
SBE Roofing (cont’d)
Western Region
Adjustment Factor
Corenic Construction Group LLC;
Washington D.C.
(Recommended Awardee).
1.0405
St. Mary's Roofing and Home Improvement, LLC;
Hollywood, MD
(Recommended Awardee).
1.111
Taggart Brown & Associates, Inc.;
Towson, MD
(Recommended Awardee).
1.31
Dynamic General Contracting, LLC;
Bowie, MD
(Recommended Awardee).
1.345
SGK Contracting, Inc.;
Baltimore, MD
(Recommended Awardee).
1.355
HITE ASSOCIATES INC.; Cumberland, MD
1.4076
S-Works Construction Corporation; Leesburg, VA
1.7649
Swain Enterprises LLC; Arlington, VA
2.94
D Project, Inc.; Annapolis, MD
39.535
REVISED
178
OSP 49
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
Site Work
Eastern Region
Adjustment Factor
Corenic Construction Group LLC;
Washington, D.C.
(Recommended Awardee).
1.0405
RSC ELECTRICAL & MECHANICAL CONTRACTORS
INC.;
Landover, MD
(Recommended Awardee).
1.0405
Paige Industrial Services. Inc.;
Washington, D.C.
(Recommended Awardee).
1.0598
Vigil Contracting, Inc.;
Crofton, MD
(Recommended Awardee).
1.2015
S-Works Construction Corporation;
Leesburg, VA
(Recommended Awardee).
1.2081
C&M Construction and Renovations. LLC; Cumberland, MD
1.275
Swain Enterprises LLC; Arlington, VA
2.94
REVISED
179
OSP 50
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
Site Work (cont’d)
Central Region
Adjustment Factor
Corenic Construction Group LLC;
Washington, D.C
(Recommended Awardee).
1.0405
RSC ELECTRICAL & MECHANICAL CONTRACTORS
INC.;
Landover, MD
(Recommended Awardee).
1.0405
Paige Industrial Services. Inc;
Washington D.C.
(Recommended Awardee).
1.0598
Vigil Contracting, Inc.;
Crofton, MD
(Recommended Awardee).
1.1225
GARCETE CONSTRUCTION COMPANY, INC.;
Bladensburg, MD
(Recommended Awardee).
1.1598
MICON CONSTRUCTIONS INC;
Washington, D.C.
(Recommended Awardee).
1.1611
S-Works Construction Corporation;
Leesburg, VA
(Recommended Awardee).
1.1815
Building Concepts, LLC; Sykesville, MD
1.419
Swain Enterprises LLC; Arlington, VA
2.94
DSM Contracting; Baltimore, MD
4.575
Manuel Luis Construction Co., Inc.; Silver Spring, MD
5.721
REVISED
180
OSP 51
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
Site Work (cont’d)
Southern Region
Adjustment Factor
Corenic Construction Group LLC;
Washington D.C.
(Recommended Awardee).
1.0405
RSC ELECTRICAL & MECHANICAL CONTRACTORS
INC.;
Landover, MD
(Recommended Awardee).
1.0405
Paige Industrial Services. Inc;
Washington D.C.
(Recommended Awardee).
1.0598
Vigil Contracting, Inc.;
Crofton, MD
(Recommended Awardee).
1.146
GARCETE CONSTRUCTION COMPANY, INC.;
Bladensburg, MD
(Recommended Awardee).
1.1598
MICON CONSTRUCTIONS INC.;
Washington, D.C.
(Recommended Awardee).
1.1611
S-Works Construction Corporation;
Leesburg, VA
(Recommended Awardee).
1.1815
Rainbow Construction Corporation of Waldorf; Waldorf, MD
1.2264
Building Concepts, LLC; Sykesville, MD
1.5565
Swain Enterprises LLC; Arlington, VA
2.94
Manuel Luis Construction Co., Inc.; Silver Spring, MD
5.721
REVISED
181
OSP 52
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
Site Work (cont’d)
Western Region
Adjustment Factor
Corenic Construction Group LLC;
Washington D.C.
(Recommended Awardee).
1.0405
RSC ELECTRICAL & MECHANICAL CONTRACTORS
INC.;
Landover, MD
(Recommended Awardee).
1.0405
Carl Belt, Inc.;
Cumberland, MD
(Recommended Awardee).
1.2055
S-Works Construction Corporation;
Leesburg, VA
(Recommended Awardee).
1.2081
EXCAVATING ASSOCIATES, INC.;
Ellerslie, MD
(Recommended Awardee).
1.26
Lashley Construction Co., Inc.; Frostburg, MD
1.2925
BYCO Enterprises, Inc.;Granstville, MD
1.305
First Fruits Excavating, Inc.; Ridgeley, WV
1.325
Building Concepts, LLC; Sykesville, MD
1.6115
Swain Enterprises LLC; Arlington, VA
2.94
REVISED
182
OSP 53
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
Stormwater Utility
Eastern Region
Adjustment Factor
Corenic Construction Group LLC;
Washington D.C.
(Recommended Awardee).
1.0325
RSC ELECTRICAL & MECHANICAL CONTRACTORS
INC.;
Landover, MD
(Recommended Awardee).
1.0325
Paige Industrial Services. Inc.;
Washington D.C.
(Recommended Awardee).
1.0598
S-Works Construction Corporation;
Leesburg, VA
(Recommended Awardee).
1.2265
Vigil Contracting, Inc.;
Crofton, MD
(Recommended Awardee).
1.2385
Swain Enterprises LLC; Arlington, VA
2.94
REVISED
183
OSP 54
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
Stormwater Utility
Central Region
Adjustment Factor
Corenic Construction Group LLC;
Washington D.C.
(Recommended Awardee).
1.0325
RSC ELECTRICAL & MECHANICAL CONTRACTORS
INC.;
Landover, MD
(Recommended Awardee).
1.0325
Paige Industrial Services. Inc.;
Washington D.C.
(Recommended Awardee).
1.0598
Vigil Contracting, Inc.;
Crofton, MD
(Recommended Awardee).
1.1225
S-Works Construction Corporation;
Leesburg, VA
(Recommended Awardee).
1.2175
Swain Enterprises LLC; Arlington, VA
2.94
DSM Contracting; Baltimore, MD
4.575
REVISED
184
OSP 55
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
Stormwater Utility (cont’d)
Southern Region
Adjustment Factor
Corenic Construction Group LLC;
Washington D.C.
(Recommended Awardee).
1.0325
RSC ELECTRICAL & MECHANICAL
CONTRACTORS INC.;
Landover, MD
(Recommended Awardee).
1.0325
Paige Industrial Services. Inc.;
Washington, D.C.
(Recommended Awardee).
1.0598
Vigil Contracting, Inc.;
Crofton, MD
(Recommended Awardee).
1.162
S-Works Construction Corporation;
Leesburg, VA
(Recommended Awardee).
1.2175
Rainbow Construction Corporation of Waldorf;
Waldorf, MD
(Recommended Awardee).
1.2264
Swain Enterprises LLC; Arlington, VA
2.94
REVISED
185
OSP 56
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
13-C. CONSTRUCTION CONTRACT (cont’d)
ATTACHMENT 1 (cont’d)
Stormwater Utility (cont’d)
Western Region
Adjustment Factor
Corenic Construction Group LLC;
Washington, D.C.
(Recommended Awardee).
1.0325
RSC ELECTRICAL & MECHANICAL CONTRACTORS
INC.;
Landover, MD
(Recommended Awardee).
1.0325
Carl Belt, Inc.;
Cumberland, MD
(Recommended Awardee).
1.2055
S-Works Construction Corporation;
Leesburg, VA
(Recommended Awardee).
1.2265
EXCAVATING ASSOCIATES, INC.;
Ellerslie, MD
(Recommended Awardee).
1.26
BYCO Enterprises, Inc.; Grantsville, MD
1.305
First Fruits Excavating, Inc.; Ridgeley, WV
1.325
Swain Enterprises LLC; Arlington, VA
2.94
REVISED
186
OSP 57
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
Contact: Courtney League 410-333-7303
courtney.league@maryland.gov
14-C. CONSTRUCTION CONTRACT
Department of Public Safety and Correctional Services
Contract ID: Modernize Five Elevators at Metropolitan Transition Center, Maryland
Correctional Institute, and Patuxent Institution; KV-000-200-001
ADPICS No.: CTR014678
Contract Description: Modernize five elevators at Metropolitan Transition Center, Maryland
Correctional Institute, and Patuxent Institution. Work includes replacement of electrical
communications, safety and security, HVAC, finishes, and elevator conveying systems. Also
demolition, masonry, thermal and moisture protection, doors and windows of elevator machine
rooms to meet code.
Award: Chilmar Corporation; Baltimore, MD (SBE)
Contract Term: 545 Calendar Days
Amount: $2,692,396
Procurement Method: Competitive Sealed Bidding
Bids:
Bidders
Amounts
Chilmar Corporation; Baltimore, MD
$2,692,396
Nichols Contracting, Inc.; Columbia, MD
$3,951,133
MBE/VSBE Participation: 5% / 0%
Performance Security: Performance and payment bonds for 100% of contract amount.
Requesting Agency Remarks: A notice of availability of an Invitation for Bids (IFB) was posted
on the DGS Web Site and eMaryland Marketplace Advantage (eMMA) on April 10, 2023. Two
bids were received and opened on June 22, 2023. Chilmar Corporation has been found responsible
and its bid responsive. The bid pricing has been confirmed.
187
OSP 58
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
14-C. CONSTRUCTION CONTRACT (cont’d)
Fund Source: 100% General Funds
Approp. Code: H00.01.88703.1499
Resident Business: Yes
MD Tax Clearance: 23-2513-1111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
188
OSP 59
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
Contact: Courtney League 410-333-7303
courtney.league@maryland.gov
15-C. CONSTRUCTION CONTRACT
Department of Natural Resources
Contract ID: Charge Station at Greenbrier State Park; P-052-200-002
ADPICS No.: CTR014885
Contract Description: Renovation of existing camper registration and surrounding site and
construction of two charge stations. Includes site demolition, building demolition, concrete,
masonry, structural steel, thermal and moisture protection, roofing, doors and windows,
plumbing, HVAC, and electrical work.
Award: Warwick Supply & Equipment Company, Inc.;
Hunt Valley, Maryland (SBE) (MBE)
Contract Term: 730 Calendar Days
Amount: $3,292,200
Procurement Method: Competitive Sealed Bidding
Bids:
Bidders
Amounts
Warwick Supply & Equipment Company, Inc.; Hunt Valley, MD
$3,292,200
Boulevard Contractors Corporation; Owings Mills, MD
$3,407,875
North Point Builders of Maryland, LLC; Baltimore, MD
$3,490,500
MBE/VSBE Participation: 20% / 5%
Performance Security: Performance and payment bonds for 100% of contract amount.
Requesting Agency Remarks: A notice of availability of an Invitation for Bids (IFB) was posted
on the DGS Web Site and eMaryland Marketplace Advantage (eMMA) on May 26, 2023. Three
bids were received and opened on July 11, 2023. Warwick Supply & Equipment Company, Inc.
has been found responsible and its bid responsive. The bid pricing has been confirmed.
Fund Source: 100% Special Funds (Program Open Space)
189
OSP 60
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
15-C. CONSTRUCTION CONTRACT (cont’d)
Approp. Code: DNR POS Access PCA FY2024 $ 800,000
DNR POS Access PCA P2006 $1,300,000
DNR NRDF POS2019 Item 004 $1,400,000
Resident Business: Yes
MD Tax Clearance: 23-2834-1111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
190
OSP 61
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
Contact: David Cooney 410-468-2215
david.cooney@maryland.gov
16-S. SERVICES CONTRACT
Maryland Insurance Administration
Contract ID: Mental Health Parity and Addiction Equity Act and Network Adequacy
Consultant Services, MIA-LH-23-0001
ADPICS No.: D80B4600004
Contract Description: Consulting services to assist with the review and analysis of annual health
care provider network access plans required under Section 15-112 of the Insurance Article.
Award: Examination Resources, LLC; Atlanta, GA
Contract Term: 10/11/2023 - 10/10/2027 (w/two 1-year renewal options)
Amount: $684,530.00 NTE (Base, 4 years)
$ 58,024.98 NTE (Renewal Option #1, 1 year)
$ 60,345.98 NTE (Renewal Option #2, 1 year)
$802,900.96 NTE Total
Procurement Method: Competitive Sealed Proposals
Proposals:
*Technical factors had more weight than financial factors.
MBE/VSBE Participation: 0 % / 1%
Incumbents: N/A
Requesting Agency Remarks: A notice of the availability of the Request for Proposals (RFP) was
advertised on eMaryland Marketplace Advantage (eMMA) on December 2, 2022. Three
proposals were received and two were deemed reasonably susceptible to being selected for
award. One offeror was found not reasonably susceptible of being selected for an award because
their proposal was incomplete.
Offerors
Technical
Rankings
Financial
Offers
(Rankings)
Overall
Rankings
Examination Resources, LLC, Atlanta, GA
1
$802,900.96 (2)
1
Regulatory Insurance Services, Inc, Lincoln, NE
2
$572,100.00 (1)
2
REVISED
191
OSP 62
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
16-S. SERVICES CONTRACT (cont’d)
Agency Remarks (cont’d):
The Evaluation Committee concluded that Examination Resources, LLC’s Proposal showed more
clearly that they know what questions to ask and are more familiar with the requirements of this
specialized request, including the Maryland-specific requirements justifying the higher cost. It
also met the RFP's requirements best and is the most advantageous to the State.
Consulting services to assist the MIA with the review and analysis of annual health care provider
network access plans ( “Access Plans”) required under Section 15-112 of the Insurance Article,
Annotated Code of Maryland (“Insurance Article”) and COMAR 31.10.44.03, and non-
quantitative treatment limitation analysis reports (“NQTL Reports”) required under Section 15-
144 of the Insurance Article, and COMAR 31.10.51.04 and COMAR 31.10.51.05. The consultants
will assess carrier compliance with network adequacy standards and NQTL requirements, identify
potential violations of insurance laws by carriers, and make recommendations for corrections to
ensure the protections afforded by those laws are available to Maryland consumers. The
consultants will also provide training to MIA personnel, as needed. The consultants will perform
complex quantitative and qualitative analysis of information provided by carriers in connection
with the Access Plans and NQTL Reports. The consultants will draft technical deficiency letters
to carriers to identify problems with carrier submissions, review and evaluate responses submitted
by carrier, prepare summary reports for the MIA of the findings and conclusions of the consultants’
reviews with associated recommendations for corrective action, and assist the MIA with drafting
final determination letters and administrative orders documenting violations of Maryland
insurance law.
No MBE participation was established for this contract because there are no MBE subcontractors
that can perform these services.
Fund Source: 100% Special Funds (Licensing Fees)
Approp. Code: 0899, 30003
Resident Business: No
MD Tax Clearance: 23-2453-0110
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
192
OSP 63
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
Contact: Jane Noble 410-625-5660
jnoble@sra.state.md.us
17-S-OPT. SERVICES RENEWAL OPTION
State Retirement Agency
Contract ID: Comprehensive Actuarial Services; SRA 17-12
ADPICS No.: G20B4600001
Contract Approved: DBM 3-S, 11/01/2017
Contract Description: Annual actuarial evaluations, actuarial consulting services, scheduled
experience study and analysis services, and special or unscheduled actuarial services for the
Maryland State Retirement and Pension System (MSRPS).
Option Description: Exercise the second renewal option.
Award: Gabriel Roeder Smith and Company; Southfield, MI
Original Contract Term: 01/01/2018 - 12/31/2022 (w/four 1-year renewal options)
Option Term: 01/01/2024 - 12/31/2024
Original Contract Amount: $2,055,820
Option Amount: $428,000
Prior Options/Mods: $423,000 (Renewal Option #1: 01/01/2023 - 12/31/2023 DGS 32-
S-OPT, 12/07/2022)
Total Contract Amount: $2,906,820
Percent +/- (This Item): 20.82%
Total Percent Change: 41.39%
Original Procurement Method: Competitive Sealed Proposals
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
MBE/VSBE Compliance: 0% / 0%
193
OSP 64
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
17-S-OPT. SERVICES RENEWAL OPTION (cont’d)
Performance Security: No
Requesting Agency Remarks: The contractor has satisfactorily demonstrated expertise in the
application of actuarial science and theory in performing and presenting annual actuarial
valuations, periodic experience studies, special funding projections, and special analysis services
to the MSRA Board of Trustees and senior executive staff. Their knowledge of the history of the
Maryland Retirement and Pension Trust Fund and the Maryland State Personnel Pension code,
which dictates how the fund is to be administered, continues to be invaluable.
No MBE participation goal was identified for this procurement opportunity because no MBE
actuaries were identified. Additionally, any MBE companies available would need to be qualified
to perform the requested services for a $60 billion pension trust fund which limits the number of
offerors at this level.
Fund Source: 68% Special Funds (Admin Cost Allocation – Participating
Governments), 32% Reimbursable (Admin Cost Allocation – State
Agencies)
Approp. Code: G20J0101
Resident Business: No
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
194
OSP 65
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
Contact: Memory Hewlett 410-767-8374
mhewl[email protected]aryland.gov
18-S-MOD. SERVICES MODIFICATION
Maryland Transit Administration
Contract ID: ADA Compliance, Data Collection and Operations Monitoring Services;
AGY-18-002-SR
ADPICS No.: COK24411
Contract Approved: DBM 2-S, 10/31/2018
Contract Description: Provide professional services in support of the Maryland Department of
Transportation Maryland Transit Administration’s (MDOT MTA)’s Operations Monitoring
Program and the provision of on-call operations monitoring services in support of MDOT
MTA’s fixed bus, Light rail, Metro, and MARC modes. Monitoring shall include stop and station
monitoring for compliance with the American with Disabilities Act (ADA)
Modification Description: Extend the contract to allow time to conduct a new procurement.
Award: Alfred Benesch Company, AKA Alfred Benesch & Company;
Chicago, IL
Original Contract Term: 12/06/2018 - 12/05/2023
Modification Term: 10/05/2023 - 12/05/2024
Original Contract Amount: $4,708,056.08
Modification Amount: $1,865,936.52
Prior Options/Mods: $ 50,000.00 (Mod. #1 Add additional funds. Delegated
Authority - MTA 08/11/2023)
Total Contract Amount: $6,623,992.60
Percent +/- (This Item): 39.63%
Total Percent Change: 40.69%
195
OSP 66
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
18-S-MOD. SERVICES MODIFICATION (cont’d)
Original Procurement Method: Competitive Sealed Proposals
MBE/VSBE Participation: 13% / 3%
MBE/VSBE Compliance: 19.987% / 3.61%
Requesting Agency Remarks: Staffing shortages throughout MTA have affected the end-user
offices, as well as the Office of Procurement, who work together to solicit and award contracts for
such services. The re-procurement for these services could not be completed prior to the contract’s
expiration. This extension is necessary to avoid a lapse in service; however, MTA is confident it
will be able to award a replacement contract ahead of this extension period.
This contract is necessary for MTA to maintain operations that are in compliance with ADA
requirements. The contractor provides the following services:
ADA & safety compliance monitoring on the Bus, Metro, Light Rail, and MARC system;
Provide ADA expertise & guidance to MDOT MTA in instances when issues may arise
during operations on the bus or rail system or at MDOT MTA facilities;
ADA facility & program assessments including bus stop monitoring; and
Expert ADA witness/legal services.
The contractor will also perform additional services in order to increase operational efficiency and
MTA customer satisfaction. These services include operational performance data collection
analysis and accessibility ambassador support during special events.
In 2018, this contract was awarded to Tindale Oliver & Associates, Inc. In March of 2022, a
novation agreement was signed to reflect the new business name, Alfred Benesch Company. The
established MBE participation is currently being exceeded by 6.987% and the VSBE participation
is being exceeded by .61%.
Fund Source: 100% Special Funds (Transportation Trust Fund)
Approp. Code: J05H0101 Resident Business: No
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
196
OSP 67
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
Contact: Joseph .Sedtal 443-468-0090
joseph.sedtal@maryland.gov
19-IT. INFORMATION TECHNOLOGY CONTRACT
Department of Public Safety and Correctional Services
Contract ID: Certified Management Learning System for the Police and Correctional Training
Commissions; ITFY23001
ADPICS No.: Q00B4600024
Contract Description: Certified Management Learning System to track all law enforcement and
public safety personnel certifications, re-certifications, separations of employment, promotions,
demotions, name changes, and instructor certifications at the Police and Correctional Training
Commissions (PCTC) facility in Sykesville.
Award: Benchmark Solutions, LLC dba Benchmark Analytics;
Chicago, IL
Term: 11/01/2023 - 10/31/2028 (w/one 5-year renewal option)
Amount: $2,754,988 (Base)
$3,008,380 (Renewal Option #1)
$5,763,368 Total
Procurement Method: Competitive Sealed Proposals
Proposals:
Offeror
Technical
Ranking
Financial Offers
(Ranking)
Overall
Ranking
Benchmark Solutions, LLC dba Benchmark
Analytics; Chicago, IL
1 $5,763,368.00 (1) 1
Envisage Technologies, LLC; Bloomington, IN 2 $6,991,510.40 (2) 2
*Technical and financial rankings were weighted equally.
MBE/VSBE Participation: 5% / 1%
Performance Security: Yes
Hiring Agreement Eligible: Yes
197
OSP 68
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
19-IT. INFORMATION TECHNOLOGY CONTRACT (cont’d)
Incumbent: N/A
Requesting Agency Remarks: A notice of the availability of the Request for Proposals (RFP) was
advertised on eMaryland Marketplace (eMMA) on October 3, 2022 and 1,271 prospective vendors
received notification of the solicitation. Four proposals were received in response and two were
deemed reasonably susceptible of being selected for award. One firm’s proposal was deemed not
reasonably susceptible for award for failing to submit mandatory MBE and VSBE forms and the
other firm did not participate in Oral Presentations, as identified in the RFP, and requested to
withdraw their proposal from consideration. A protest was filed and DPSCS denied the protest on
July 26, 2023 and an appeal was not filed.
After completing technical evaluations, the Procurement Officer recommended award of contract
to Benchmark Solutions, LLC dba Benchmark Analytic. The Department currently uses a 20-year
old, decentralized system based on manual data processing hosted at each local law enforcement
agency. The Certified Management Learning System will replace the decentralized local server
system with an automated and centralized system to track certifications, transfers, promotions, and
professional status changes of safety professionals. The current decentralized system of
disconnected manual data processing based local law enforcement agency servers is inefficient
and incapable of keeping up with the modern demand affecting the system. An automated and
centralized database that is able to communicate across the State with all local law enforcement
agencies is more efficient, more user friendly, and a better financial deal for the State. Based on
the technical and financial proposal, Benchmark Solutions, LLC’s proposal was the most
advantageous to the State.
Fund Source: 100% Special Funds
(Maryland Police Standards Commission Fund)
Approp. Codes: G0001
Resident Business: No
MD Tax Clearance: 23-2808-0100
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
198
OSP 69
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
Contact: Joseph Sedtal 443-469-5864
joseph.sedtal@maryland.gov
20-IT. INFORMATION TECHNOLOGY CONTRACT
Department of Public […] Safety and Correctional Services
Contract ID: Enterprise Resource Planning Software Hosting, Licensing, and Training;
Q00B4600016
ADPICS No.: Q00B4600016
Contract Description: Enterprise Resource Planning (ERP) system software hosting, additional
licensing, and training services for Maryland Correctional Enterprises (MCE). The system assists
with the day-to-day operations, such as accounting, procurement, inventory management, and
supply chain tracking.
Award: Global Shop Solutions; The Woodlands, TX
Contract Term: 10/26/2023* - 04/27/2026 (*Or earlier upon BPW approval)
Amount: $1,581,770
Procurement Method: Sole Source
Living Wage Eligible: Yes
MBE/VSBE Participation: 0% / 0%
Performance Security: No
Hiring Agreement Eligible: Yes
Incumbent: Same
Requesting Agency Remarks: The Enterprise Resource Planning (ERP) system fully replaced the
paper driven process and has been instrumental in improving Maryland Correctional Enterprises
(MCE) performance and accountability. Additional licensing, software hosting, and training is
needed for employees to continue using this mission critical system.
Global Shop Solutions (GSS) does not authorize other entities to provide maintenance and support
services for its ERP software and requires its trainers to be manufacturing and software
professionals employed directly with the company. GSS is the only vendor capable of providing
these services.
199
OSP 70
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
20-IT. INFORMATION TECHNOLOGY CONTRACT (cont’d)
Agency Remarks (cont’d):
A price analysis of the hosting fee and training price shows a sharp reduction in the per license
cost compared to the previous contract. Under the prior contract, MCE purchased 75 Global Shop
User licenses at $4,500 per license for a total of $337,500. Under this new contract, MCE is
purchasing 100 licenses at $3,795 per license for a total of $379,500. The training price per Global
Shop User License is approximately 49% less than the Department’s previous contract with GSS.
The Department’s price per license will drop by 15.6% under the new contract. Additionally, the
monthly hosting fee per GSS User License is $117.54 per license compared to $136.27 per license
from the previous contract. The Department deems this price to be fair and reasonable.
MBE and VSBE participation was not established for this contract because there are no
subcontracting opportunities available.
Fund Source: 100% Special Funds (MCE Revolving Funds)
Resident Business: No
MD Tax Clearance: 23-3240-0001
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
200
OSP 71
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
Contact: Memory M. Hewlett 410-767-8374
mhewl[email protected]aryland.gov
21-IT. INFORMATION TECHNOLOGY CONTRACT
Maryland Transit Administration
Contract ID: Light Rail Motorola MCC-7500 Dispatch Consoles; P5308908
ADPICS No.: J05P3600037
Contract Description: Purchase four Motorola MCC-7500 Dispatch Consoles for the Light Rail
Operation Control Center (OCC) Maryland FiRST MHz radio migration. New consoles will
accommodate the 700 MHz radio systems.
Award: Motorola Solutions, Inc.; Linthicum Heights, MD
Contract Term: 10/05/2023 - 12/27/2023
Amount: $631,461
Procurement Method: Sole Source (Proprietary)
MBE/VSBE Participation: 0% / 0%
Incumbent: N/A
Requesting Agency Remarks: Motorola MCC-7500 dispatch consoles have distinct functionality
features that are currently provided on the Maryland FiRST communication system. The Motorola
MCC-7500 Consoles are proprietary and can only be purchased from Motorola because they do
not have authorized resellers.
The contract price from 2019 was compared with the price of the current proposal from. The total
price for four units in 2019 was $471,786.44 or $117,946.61 each. The current proposal for four
consoles is $631,461 or $157,865.25 each. This represents an increase of approximately 7.5% each
of the last four years. The price has been determined to be fair and reasonable.
No MBE or VSBE participation was established for this contract because there are no
subcontracting opportunities.
Fund Source: 80% Federal Funds; 20% Special Funds
(Transportation Trust Fund)
201
OSP 72
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
21-IT. INFORMATION TECHNOLOGY CONTRACT (cont’d)
Approp. Code: J05H0105
Resident Business: Yes
MD Tax Clearance: 23-1915-1111
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
202
OSP 73
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
Contact: Katie Savage 410-697-9401
katie.savage@maryland.gov
22-IT. INFORMATION TECHNOLOGY
RETROACTIVE - Department of Information Technology
Contract ID: Equinix Data Center Colocation and Service Provider Interconnection;
F50B4600011
ADPICS No.: F50B4600011
Contract Description: RETROACTIVE approval for Equinix Data Center colocation and
service provider interconnection for networkMD.
Award: Equinix, LLC; Redwood, CA
Contract Term: 01/01/2023 - 10/04/2023 (Retroactive)
10/05/2023 - 09/30/2027 (Proactive)
Amount: $ 99,921.96 (Retroactive)
$774,840.91 (Proactive)
$874,762.87 Total
Procurement Method: Sole Source (Proprietary, Continuity of Service)
MBE/VSBE Participation: 0% / 0%
Performance Security: No
Incumbents: Same
Requesting Agency Remarks: This contract will allow continued access to an enterprise data
center where major service providers, content providers, and internet providers are located and
where DoIT directly connects with these provider networks. Through Equinix using fiber optic
connections, networkMD is able to exchange traffic directly with the State’s most significant
service providers using settlement-free connections which avoid the public internet. Equinix
provides access to Amazon/AWS, Google, Microsoft, Salesforce, ServiceNow, etc., and the
infrastructure supporting these connections and access to its data center.
The Equinix facility in Ashburn, Virginia, is the only facility that offers these types of connections
that are also accessible to networkMD through an existing fiber optic connection. The only way
for the State to acquire space, power, and direct access and interconnection to providers at the
Equinix data center is through a contract with Equinix, LLC.
203
OSP 74
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
22-IT. INFORMATION TECHNOLOGY (cont’d)
The State has maintained a sole contractual relationship with Equinix since 2014. The overall cost
increase from the 2018-2022 contract of $441,383.52 to the 2023 2027 of $874,762.87 contract
is $433,379.35 or 98% . The price increase is attributable to the increased bandwidth demand by
State agencies and additional power requirements for the connections. For the last few years, State
agencies used more bandwidth to connect to services and content providers, Google,
Amazon/AWS, ServiceNow, etc. DoIT upgraded Equinix connections from 1-10 gigabyte to 2-10
Gigabyte connections to handle the increasing demand. Based on the doubling of bandwidth
capacity to support the States growing use of services and content usage, the price of is considered
fair and reasonable
The contract negotiations for the existing and new services took significantly longer than
anticipated. DoIT regrets the delay resulted in not having a contract in place before the prior year’s
contract expiration.
MBE participation was not established for this contract because there are no subcontracting
opportunities available.
DGS OSP Remarks: RETROACTIVE approval requested pursuant to § 11-204( c) State Finance
& Procurement Article. DGS OSP has determined that this contract should be treated as voidable
rather than void because: (1) all parties have acted in good faith; (2) ratification for the procurement
contract would not undermine the purposes of the Procurement Law; and (3) the violation, or series
of violations, was insignificant or otherwise did not prevent substantial compliance with the
Procurement Law.
Fund Source: 100% Reimbursable (Using Agencies)
Approp. Code: Various
Resident Business: No
MD Tax Clearance: 23-3301-0010
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
204
OSP 75
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
Contact: Yasin Mohammed 410-260-7552
yasin.mohammed@maryland.gov
23-IT. INFORMATION TECHNOLOGY
Recommendation: That the Board of Public Works approve the following Task Orders/
Purchase Orders under a previously-approved Master Contract.
Authority: State Finance and Procurement Article
Annotated Code of Maryland, § 13-113; COMAR 21.05.13.06
Procurement Method: Task Order/Purchase Order under Master Contract
1.0 Master Contract: Delivery Program Management Services; F50B0600039
(Secondary Master from CATS+ 060B2490023)
Approved: DGS 41-IT, 1.0 and 1.4; 07/28/2021
Term: 08/12/2021 - 08/20/2024 (w/two 1-year Renewal Options)
**As of publication, the remaining balance of this master contract is $67,997,832.
1.1 Using Agency: Comptroller of Maryland
Description: One Senior Project Manager to manage and support
modernization project to implement a new payroll system or provider to replace its
current/legacy mainframe (INFOR E series) system; F50B0600039-49 / F50B2600008.
Award: Navitas Business Consulting, Inc.; Columbia, MD
Number of Qualified
TO Contractors: 3
Number of Bids: 3
Offeror
Technical
Ranking
Financial
Offers
(Ranking)
Overall
Ranking
Navitas Business Consulting, Inc.;
Columbia, MD
1
$765,032.40 (2)
1
Creative Information Technology Inc.;
Falls Church, VA
2
$755,488.80 (1)
2
Creative Information Technology Inc.;
Falls Church, VA
3
$767,368.80 (3)
3
*Technical factors had more weight than financial factors.
REVISED
2
nd
Revision
3
rd
Revision
205
08/11/24
See next page for
Record Correction
Letter dated
10/4/23
OSP 76
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
23-IT. INFORMATION TECHNOLOGY (cont’d)
1.0 Delivery Program Management Services; F50B0600039 (cont’d)
Amount: $252,469.80 (Base Term)
$255,004.20 (Renewal Option #1)
$257,558.40 (Renewal Option #2)
$765,032.40 Total NTE
Term: 10/05/2023 - 10/04/2024 (w/two 1-year renewal options)
MBE/VSBE Participation: 0% / 0%
Resident Business: Yes
Fund Source: 100% Reimbursable (Comptroller)
Agency Remarks: Five candidates were interviewed and evaluated. Of the five
candidates interviewed, three candidates were found reasonably susceptible for award.
One contractor was found not reasonably susceptible of being selected for award after
their candidate was interviewed. One candidate could not attend the in-person interview
due to residing out of state. MBE and VSBE participation was not established for this
contract because there are no subcontracting opportunities.
The term of this task order exceeds the period of performance for the master contract by
less than five months. COMAR 21.05.13.06D states Secondary Competition awards to
master contractors may not exceed the period of performance of the particular master
contract from which the Secondary Competition was solicited unless the master contract is
modified to be extended for a period of time to allow for a task order to continue beyond
the term of the original master contract and that period of time is no longer than one-third
of the base term of the original master contract. This master contract was modified on
02/15/2023 to incorporate the provisions of COMAR 21.05.12.06D
2.0 Master Contract: Agile Team Resources; F50B2600034
(Secondary Master from CATS+ 060B2490023)
Approved: DGS 39-IT 1.0 and 1.1; 02/16/2022
Term: 02/17/2022 - 02/16/2025 (w/two 1-year renewal options)
**As of publication, the remaining balance of this master contract is $228,169,940.
2.1 Using Agency: Department of Human Services
Description: One Mobile Device Management Administrator, two Senior
Network Engineers, two Telecom Engineers, one Systems SME, one Finance and
Accounting SME, and one Senior Security Engineer to develop, enhance, maintain, and
support IT needs, including securing computing environment, implementing new
technology, upgrading existing systems, and improving end user efficiency;
F50B0600045-21 / F50B2600034.
REVISED
2
nd
Revision
3
rd
Revision
206
3/10/22 - 3/31/25
See next page for
Record Correction
Letter dated
10/4/23
OSP 77
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
23-IT. INFORMATION TECHNOLOGY (cont’d)
2.0 Agile Team Resources; F50B2600034 (cont’d)
Awards: 4A Consulting, Ellicott City , MD (MBE)
Number of Qualified
TO Contractors: 10
Number of Bids: 9
Mobile Device Management Administrator
Bids:
Bidders
Amounts
4A Consulting Inc.; Ellicott City , MD
$459,360.00
Innosoft Corporation: Windsor Mill, MD
$696,960.00
Elegant Enterprise-Wide Solutions, Inc.; Chantilly, VA
$768,240.00
Gantech, Inc.; Columbia, MD
$889,680.00
DMI; Mclean, VA
$661,504.80
Infojini, Inc.; Columbia, MD
$711,955.20
OST, Inc.; Columbia, MD
$494,736.00
Tetrus Corporation; East Brunswick, NJ
$608,572.80
Turning Point Global Solutions; Rockville, MD
$863,200.80
REVISED
2
nd
Revision
3
rd
Revision
207
OSP 78
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
23-IT. INFORMATION TECHNOLOGY (cont’d)
2.0 Agile Team Resources; F50B2600034 (cont’d)
Senior Network Engineer
Bids:
Bidders
Amounts
4A Consulting Inc.; Ellicott City , MD
$ 578,160.00
Innosoft Corporation; Windsor Mill, MD
$1,007,820.00
Elegant Enterprise-Wide Solutions, Inc.; Chantilly, VA
$ 898,920.00
Gantech, Inc.; Columbia, MD
$ 980,100.00
DMI; Mclean, VA
$1,013,760.00
Infojini, Inc.; Columbia, MD
$ 718,165.80
OST, Inc.; Columbia, MD
$ 623,482.20
Tetrus Corporation; East Brunswick, NJ
$ 645,222.60
Turning Point Global Solutions; Rockville, MD
$ 795,306.60
REVISED
2
nd
Revision
3
rd
Revision
208
OSP 79
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
23-IT. INFORMATION TECHNOLOGY (cont’d)
2.0 Agile Team Resources; F50B2600034 (cont’d)
Senior Network Engineer
Bids:
Bidders
Amounts
4A Consulting Inc.; Ellicott City , MD
$ 578,160.00
Innosoft Corporation; Windsor Mill, MD
$1,007,820.00
Elegant Enterprise-Wide Solutions, Inc.; Chantilly, VA
$ 898,920.00
Gantech, Inc.; Columbia, MD
$ 980,100.00
DMI; Mclean, VA
$1,013,760.00
Infojini, Inc.; Columbia, MD
$ 718,165.80
OST, Inc.; Columbia, MD
$ 623,482.20
Tetrus Corporation; East Brunswick, NJ
$ 645,222.60
Turning Point Global Solutions; Rockville, MD
$ 795,306.60
REVISED
2
nd
Revision
3
rd
Revision
209
OSP 80
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
23-IT. INFORMATION TECHNOLOGY (cont’d)
2.0 Agile Team Resources; F50B2600034 (cont’d)
Telecom Engineer
Bids:
Bidders
Amounts
4A Consulting Inc.; Ellicott City , MD
$459,360.00
Innosoft Corporation; Windsor Mill, MD
$698,940.00
Elegant Enterprise-Wide Solutions, Inc.; Chantilly, VA
$726,660.00
Gantech, Inc.; Columbia, MD
$900,900.00
DMI; Mclean, VA
$656,647.20
Infojini, Inc.; Columbia, MD
$319,176.00
OST, Inc.; Columbia, MD
$480,565.80
Tetrus Corporation; East Brunswick, NJ
$580,734.00
Turning Point Global Solutions; Rockville, MD
$691,059.60
REVISED
2
nd
Revision
3
rd
Revision
210
OSP 81
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
23-IT. INFORMATION TECHNOLOGY (cont’d)
2.0 Agile Team Resources; F50B2600034 (cont’d)
Telecom Engineer
Bids:
Bidders
Amounts
4A Consulting Inc.; Ellicott City , MD
$459,360.00
Innosoft Corporation; Windsor Mill, MD
$698,940.00
Elegant Enterprise-Wide Solutions, Inc.; Chantilly,
VA
$726,660.00
Gantech, Inc.; Columbia, MD
$900,900.00
DMI; Mclean, VA
$656,647.20
Infojini, Inc.; Columbia, MD
$319,176.00
OST, Inc.; Columbia, MD
$480,565.80
Tetrus Corporation; East Brunswick, NJ
$580,734.00
Turning Point Global Solutions; Rockville, MD
$691,059.60
REVISED
2
nd
Revision
3
rd
Revision
211
OSP 82
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
23-IT. INFORMATION TECHNOLOGY (cont’d)
2.0 Agile Team Resources; F50B2600034 (cont’d)
Systems SME
Bids:
Bidders
Amounts
4A Consulting Inc.; Ellicott City , MD
$ 625,680.00
Innosoft Corporation; Windsor Mill, MD
$ 896,940.00
Elegant Enterprise-Wide Solutions, Inc.; Chantilly, VA
$1,057,320.00
Gantech, Inc.; Columbia, MD
$ 932,580.00
DMI; Mclean, VA
$ 872,051.40
Infojini, Inc.; Columbia, MD
$ 710,186.40
OST, Inc.; Columbia, MD
$ 640,767.60
Tetrus Corporation; East Brunswick, NJ
$ 725,907.60
Turning Point Global Solutions; Rockville, MD
$ 952,855.20
REVISED
2
nd
Revision
3
rd
Revision
212
OSP 83
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
23-IT. INFORMATION TECHNOLOGY (cont’d)
2.0 Agile Team Resources; F50B2600034 (cont’d)
Finance and Accounting SME
Bids:
Bidders
Amounts
4A Consulting Inc.; Ellicott City , MD
$ 625,680.00
Innosoft Corporation; Windsor Mill, MD
$1,197,900.00
Elegant Enterprise-Wide Solutions, Inc.; Chantilly, VA
$1,057,320.00
Gantech, Inc.; Columbia, MD
$1,201,860.00
DMI; Mclean, VA
$1,405,503.00
Infojini, Inc.; Columbia, MD
$ 590,495.40
OST, Inc.; Columbia, MD
$ 680,823.00
Tetrus Corporation; East Brunswick, NJ
$ 887,238.00
Turning Point Global Solutions; Rockville, MD
$1,323,135.00
Innosoft Corporation; Windsor Mill, MD
$1,197,900.00
REVISED
2
nd
Revision
3
rd
Revision
213
OSP 84
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
23-IT. INFORMATION TECHNOLOGY (cont’d)
2.0 Agile Team Resources; F50B2600034 (cont’d)
Senior Security Engineer
Bids:
Bidders
Amounts
4A Consulting Inc.; Ellicott City , MD
$ 625,680.00
Innosoft Corporation; Windsor Mill, MD
$1,197,900.00
Elegant Enterprise-Wide Solutions, Inc.; Chantilly, VA
$1,057,320.00
Gantech, Inc.; Columbia, MD
$1,201,860.00
DMI; Mclean, VA
$1,405,503.00
Infojini, Inc.; Columbia, MD
$ 98,474.80
OST, Inc.; Columbia, MD
$ 680,823.00
Tetrus Corporation; East Brunswick, NJ
$ 766,240.20
Turning Point Global Solutions; Rockville, MD
$1,323,135.00
REVISED
2
nd
Revision
3
rd
Revision
214
OSP 85
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
23-IT. INFORMATION TECHNOLOGY (cont’d)
2.0 Agile Team Resources; F50B2600034 (cont’d)
Mobile Device Management Administrator
Amount: $229,680 (Base Term -24 months)
$114,840 (Renewal Option #1)
$114,840 (Renewal Option #2)
$459,360 Total NTE
Term: 10/05/2023 - 10/04/2025 (w/two 1-year renewal options)
Resident Business: Yes
Senior Network Engineer
Amount: $289,080 (Base Term -24 months)
$144,540 (Renewal Option #1)
$144,540 (Renewal Option #2)
$578,160 Total NTE
Term: 10/05/2023 - 10/04/2025 (w/two 1-year renewal options)
Resident Business: Yes
Senior Network Engineer
Amount: $289,080.00 (Base Term -24 months)
$144,540.00 (Renewal Option #1)
$144,540.00 (Renewal Option #2)
$578,160.00 Total NTE
Term: 10/05/2023 - 10/04/2025 (w/two 1-year renewal options)
Resident Business: Yes
Telecom Engineer
Amount: $229,680 (Base Term -24 months)
$114,840 (Renewal Option One)
$114,840 (Renewal Option Two)
$459,360 Total NTE
Term: 10/05/2023 - 10/04/2025 (w/two 1-year renewal options)
Resident Business: Yes
REVISED
2
nd
Revision
3
rd
Revision
215
OSP 86
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
23-IT. INFORMATION TECHNOLOGY (cont’d)
2.0 Agile Team Resources; F50B2600034 (cont’d)
Telecom Engineer
Amount: $229,680 (Base Term -24 months)
$114,840 (Renewal Option #1)
$114,840 (Renewal Option #2)
$459,360 Total NTE
Term: 10/05/2023 - 10/04/2025 (w/two 1-year renewal options)
Resident Business: Yes
Systems SME
Amount: $312,840 (Base Term -24 months)
$156,420 (Renewal Option #1)
$156,420 (Renewal Option #2)
$625,680 Total NTE
Term: 10/05/2023 - 10/04/2025 (w/two 1-year renewal options)
Resident Business: Yes
Finance and Accounting SME
Amount: $312,840.00 (Base Term -24 months)
$156,420.00 (Renewal Option #1)
$156,420.00 (Renewal Option #2)
$625,680.00 Total NTE
Term: 10/05/2023 - 10/04/2025 (w/two 1-year renewal options)
Resident Business: Yes
Senior Security Engineer
Amount: $312,840 (Base Term -24 months)
$156,420 (Renewal Option #1)
$156,420 (Renewal Option #2)
$625,680 Total NTE
Term: 10/05/2023 - 10/04/2025 (w/two 1-year renewal options)
Resident Business: Yes
MBE/VSBE Participation: 100% (Awardee is an MBE) / 0%
Fund Source: 64% General Funds, 36%, Federal Funds
REVISED
2
nd
Revision
3
rd
Revision
216
OSP 87
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
23-IT. INFORMATION TECHNOLOGY (cont’d)
2.0 Agile Team Resources; F50B2600034 (cont’d)
Agency Remarks: The term of this task order exceeds the period of performance for the
master contract by less than five months. COMAR 21.05.13.06D states, “Secondary
Competition awards to master contractors may not exceed the period of performance of
the particular master contract from which the secondary Competition was solicited unless
the master contract was modified to be extended for a period of time to allow for a task
order to continue beyond the term of the original master contract, and that period is no
longer than one-third of the base term of the original master contract.” This master
the contract was modified on 2/15/2023 to incorporate the provisions of COMAR
21.05.12.06D.
2.2 Using Agency: Department of Education
Description: The Maryland State Department of Education (MSDE) assigns and
maintains unique identifiers to both students and professional staff and collects relevant
educational data from local school systems throughout the State of Maryland. Data
collected consists of; school information, attendance, classroom level membership for
teacher quality, and Federal Program data such as Title III (English Language Learners).
The resources shall be responsible for managing the information systems that collect data
from the 24 Local Education Agencies (LEA) statewide. These information systems are
used to collect student and teacher data that is used for federal reporting. These reports
are required for student funding decisions and performance management; F50B0600045-
19 / F50B2600034 .
Awards: Gantech Inc.; Columbia, MD
Momentum Inc.; Camphill, PA (MBE/SBE)
Number of Qualified
TO Contractors: 10
Number of Proposals: 10
Proposals:
Project Manager - (Single Proposal Received)
Offerors
Technical
Rankings
Financial Offers
(Rankings)
Overall
Rankings
Gantech, Inc.; Columbia, MD
1
$867,240 (1)
1
*Technical factors had more weight than financial factors.
REVISED
2
nd
Revision
3
rd
Revision
217
OSP 88
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
23-IT. INFORMATION TECHNOLOGY (cont’d)
2.0 Agile Team Resources; F50B2600034 (cont’d)
Quality Assurance Consultant - (Single Proposal Received)
Offerors
Technical
Rankings
Financial Offers
(Rankings)
Overall Rankings
Gantech, Inc.; Columbia,
MD
1
$778,140 (1)
1
*Technical factors had more weight than financial factors.
Database Management Special
Offerors
Technical
Rankings
Financial Offers
(Rankings)
Overall Rankings
Gantech, Inc.; Columbia,
MD
2
$1,009,800.00 (3)
2
Tetrus Corporation; East
Brunswick, NJ
3
$883,080.00 (2)
3
Momentum, Inc.;
Camphill, PA
1
$824,155.20 (1)
1
*Technical factors had more weight than financial factors.
Application Developer
Offerors
Technical
Rankings
Financial Offers
(Rankings)
Overall Rankings
Gantech, Inc.;
Columbia, MD
1
$1,023,660 (1)
1
Gantech, Inc.;
Columbia, MD
2
$1,023,660 (1)
2
Gantech, Inc.;
Columbia, MD
3
$1,023,660 (1)
3
*Technical factors had more weight than financial factors.
REVISED
2
nd
Revision
3
rd
Revision
218
OSP 89
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
23-IT. INFORMATION TECHNOLOGY (cont’d)
2.0 Agile Team Resources; F50B2600034 (cont’d)
Project Manager - Gantech Inc.
Amount: $427,680 (Base Term -24 months)
$217,800 (Renewal Option #1)
$221,760 (Renewal Option #2)
$867,240 Total NTE
Term: 10/05/2023 – 10/04/2025 (w/two 1-year renewal options)
Resident Business: Yes
Quality Assurance - Gantech Inc.
Amount: $380,160 (Base Term -24 months)
$196,020 (Renewal Option #1)
$201,960 (Renewal Option Two)
$778,140 Total NTE
Term: 10/05/2023 – 10/04/2025 (w/two 1-year renewal options)
Resident Business: Yes
Database Management Specialist - Momentum Inc.
Amount: $ 403,920.00 (Base Term -24 months)
$ 210,117.60 (Renewal Option #1)
$ 210,117.60 (Renewal Option #2)
$ 824,155.20 Total NTE
Term: 10/05/2023 – 10/04/2025 (w/two 1-year renewal options)
Resident Business: No
Application Developer (Position 1) - Gantech Inc.
Amount: $ 502,920 (Base Term -24 months)
$ 257,400 (Renewal Option #1)
$ 263,340 (Renewal Option #2)
$1,023,660 Total NTE
Term: 10/05/2023 – 10/04/2025(w/two 1-year renewal options)
Resident Business: Yes
REVISED
2
nd
Revision
3
rd
Revision
219
OSP 90
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
23-IT. INFORMATION TECHNOLOGY (cont’d)
2.0 Agile Team Resources; F50B2600034 (cont’d)
Application Developer (Position 2) - Gantech Inc.
Amount: $ 502,920 (Base Term -24 months)
$ 257,400 (Renewal Option #1)
$ 263,340 (Renewal Option #2)
$1,023,660 Total NTE
Term: 10/05/2023 – 10/04/2025 (w/two 1-year renewal options)
Resident Business: Yes
Application Developer (Position 3) - Gantech Inc.
Amount: $ 502,920 (Base Term -24 months)
$ 257,400 (Renewal Option #1)
$ 263,340 (Renewal Option #2)
$1,023,660 Total NTE
Term: 10/05/2023 – 10/04/2025(w/two 1-year renewal options)
Resident Business: Yes
MBE/VSBE Participation: 0% / 0%
Fund Source:
Agency Remarks: MBE and VSBE participation was not established for this contract
because there are no subcontracting opportunities available.
The evaluated labor rate for the Project Manager position proposed by Gantech Inc.,
resulted in a total NTE for the three-year term of $867,240.00. This pricing is compared to
the following contracts:
CATS+ Master Contract based on the average proposed labor rate for a Project Manager
NTE for the four-year term would be $1,239,084.00.
Network Managed Services Contract based on the average labor rate for a Project
Manager for the NTE for the four-year term would be $1,148,400.00.
REVISED
2
nd
Revision
3
rd
Revision
220
OSP 91
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
23-IT. INFORMATION TECHNOLOGY (cont’d)
2.0 Agile Team Resources; F50B2600034 (cont’d)
One Stop Automation Agile Services Task Order Contract based on the average labor
rate proposed for a Project Manager the NTE for the four-year term would be
$1,425,600.00.
The evaluated labor rate for the Quality Assurance Consultant position proposed by
Gantech, Inc. resulted in a total NTE for the four-year term of $778,140.00. This pricing is
compared to the following contracts:
CATS+ Master Contract based on the average proposed labor rate for a Quality
Assurance Consultant NTE for the four-year term would be $1,283,653.80.
Network Managed Services Contract based on the average labor rate for a Quality
Assurance Consultant for the NTE for the four-year term would be $950,00.00.
The proposed price for these resources has been determined to be fair and reasonable.
The term of this task order exceeds the period of performance for the master contract by
less than five months. COMAR 21.05.13.06D states “Secondary competition awards to
master contractors may not exceed the period of performance of the particular master
contract from which the secondary competition was solicited unless the master contract is
modified to be extended for a period of time to allow for a task order to continue beyond
the term of the original master contract, and that period of time is no longer than
one-third of the base term of the original master contract.” This master
contract was modified on 2/15/2023 to incorporate the provisions of COMAR
21.05.12.06D
REVISED
2
nd
Revision
3
rd
Revision
221
OSP 92
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
23-IT. INFORMATION TECHNOLOGY (cont’d)
3.0 Master Contract: Commercial Off-the-Shelf Software (COTS) 2012
Contract No. 060B2490021
Approved: DoIT 6-IT, 09/19/2012
Term: 10/01/2012 - 09/30/2027
**As of publication, the remaining balance of this master contract is $149,555,491.
3.1 Using Agency: Department of Information Technology
Description: Annual renewal of the QLIK Sense Enterprise Subscription.
Enables users to create easy to use layer-based maps for Windows hub and Qlik Sense
Desktop and analyze geographic data that supports integrating popular formats and
multiple objects into a single report, the creation of templates and reusable layouts and
configure with text and graphics resolution, formatting, and sizing to meet the needs of
the customers; F50P4600032 / CTR015069.
Award: Applied Technology Services, Middle River, MD
(MBE) (SBE)
Number of Qualified
Master Contractors: 5
Number of Bids: 2
Bids:
Bidders
Amounts
Applied Technology Services; Middle River, MD
$465,838.00
Carahsoft Technology Corporation; Reston, VA
$498,088.98
Amount: $465,838.00
Term: 10/5/2023 - 09/26/2024
. MBE/VSBE Participation: 100% (Awardee is an MBE) / 0%
Resident Business: Yes
Fund Source: 100% Reimbursable (DoIT)
REVISED
2
nd
Revision
3
rd
Revision
222
OSP 93
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
23-IT. INFORMATION TECHNOLOGY (cont’d)
3.0 Commercial Off-the-Shelf Software (COTS) 2012 (cont’d)
3.2 Using Agency: Department of Transportation, State Highway Administration
Description: VMware is a virtual infrastructure that allows virtual systems to run
on physical systems reducing costs for hardware. This software maintenance also includes
the ability for users to access needed applications and data via virtual desktops. Additional
software allows protection of data in disaster recovery/disaster avoidance situations by
replicating high-priority systems and quickly recovering them at an alternate site;
J02P4600003.
Award: Applied Technology Services; Middle River, MD
(MBE, SBE)
Number of Qualified
Master Contractors: 13
Number of Bids: 5
Bids:
Bidders
Amounts
Applied Technology Services; Middle River, MD
$899,486.00
Advanced Computer Concepts; McLean, VA
$933,106.83
En-Net Services, LLC; Frederick, MD.
$942,817.06
Cas Severn, Inc.; Laurel, MD
$950,165.00
Vinsys Information Technology, Inc.; Dulles, VA.
$957,151.21
Amount: $899,486
Term: 10/21/2023 - 10/20/2024
MBE/VSBE Participation: 100% (Awardee is an MBE) / 0%
Resident Business: Yes
Funding Source: 100% Special Funds (Transportation Trust Fund)
REVISED
2
nd
Revision
3
rd
Revision
223
OSP 94
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
23-IT. INFORMATION TECHNOLOGY (cont’d)
3.0 Commercial Off-the-Shelf Software (COTS) 2012 (cont’d)
3.3 Using Agency: Department of Health, Prevention and Health Promotion
Administration, Maryland AIDS Drug Assistance Program
Description: RETROACTIVE approval for WebFOCUS license. The WebFOCUS
database holds Protected Health Information (PHI) and other information required for the
delivery of services associated with MADAP including program eligibility, insurance
premium payments to insurers, pharmacy claims data for network pharmacy payments
and 340B rebate invoicing. This license is necessary, in order to ensure continuity of
these critical healthcare services to vulnerable Marylanders; M00P3604320
Award: SHI, Somerset, NJ
Number of Qualified
Master Contractors: 3
Number of Bids: 1 (Single Bid Received)
Amount: $ 34,942.82 (Retroactive)
$ 80,730.01 (Proactive)
$115,672.83 Total
Term: 02/26/2023 - 10/4/2023 (Retroactive)
10/05/2023 - 02/25/2025 (Proactive)
. MBE/VSBE Participation: 0% / 0%
Resident Business: No
Fund Source: 100% Federal Funds (HIV Care Formula)
Agency Remarks: MDH recognizes that retroactive requests are not desirable. In an
effort to be proactive in procurement practices, the agency has requested a two-year
renewal with cloud-based service and is currently working on procuring a replacement
system.
A small procurement was unsuccessful and negotiations to reduce the cost also did not
sufficiently lower the pricing. By the time these measures had been attempted the
contract had lapsed. MDH will be working collaboratively and proactively with DoIT
and the Department of General Services to avoid future retroactive requests.
The price has been determined to be fair and reasonable. There was a 6.5% price
increase from 2021-2022 to 2022-2023. There will be a 22.8% increase from year 2022-
2023 to 2023-2024. There will be no increase from year 2023-2024 to year 2024-2025.
The increase from year 2022-2023 to year 2023-2024 includes the cost of enhancements
to the current system and making the software purchases from the manufacturer to a
reseller.
REVISED
2
nd
Revision
3
rd
Revision
224
OSP 95
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
23-IT. INFORMATION TECHNOLOGY (cont’d)
3.0 Commercial Off-the-Shelf Software (COTS) 2012 (cont’d)
DGS OSP Remarks: RETROACTIVE approval requested pursuant to § 11-204( c) State
Finance & Procurement Article. DGS OSP has determined that this contract should be
treated as voidable rather than void because: (1) all parties have acted in good faith; (2)
ratification for the procurement contract would not undermine the purposes of the
Procurement Law; and (3) the violation, or series of violations, was insignificant or
otherwise did not prevent substantial compliance with the Procurement Law.
4.0 Master Contract: Hardware/Associated Equipment & Services 2012
Contract No. 060B2490022
Approved: DoIT 4-IT, 10/31/2012
Term: 11/15/2012 - 11/14/2027
**As of publication, the remaining balance of this master contract is $14,791,032.
4.1 Using Agency: Department of Information Technology
Description: Ciena Maintenance Agreement. This hardware provides high
bandwidth, high reliability backbone network connectivity. The annual maintenance
agreement provides for rapid hardware replacement, code upgrades and patching
services to maintain network security and reliability throughout the State data network;
060B2490022.
Award: HCGI Hartford, Inc.; Columbia MD (SBE)
Number of Qualified
Master Contractors: 3 (SBR - Designated)
Number of Bids: 1 (Single Bid Received)
Bid:
Bidder
Amount
HCGI Hartford, Inc.; Columbia MD
$346,170
Amount: $346,170
Term: 11/24/2023 - 11/23/2024
MBE/VSBE Participation: 0% / 0%
Resident Business: Yes
Fund Source: 100% Reimbursable (DoIT)
Agency Remarks: The price is determined to be fair and reasonable based on a comparison
with the previous contract of $316,785. The proposed contract is an increase of 8.9% and
the increase in price is the result of the manufacturer’s product increase. MBE and VSBE
participation was not established for this contract because there are no subcontracting
opportunities.
REVISED
2
nd
Revision
3
rd
Revision
225
OSP 96
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
23-IT. INFORMATION TECHNOLOGY (cont’d)
4.0 Hardware/Associated Equipment & Services 2012 (cont’d)
4.2 Using Agency: Comptroller of Maryland
Description: Purchase and installation of four IBM SAN6B 8960-R18 Routers
to replace existing routers at Recovery Point in Baltimore, and Tierpoint in Germantown.
The routers are key to the connectivity between Tierpoint colocation data center where
the mainframe is housed and all application information supported by the data center and
Recovery Point disaster recovery services site; E00P4600086.
Award: CAS Severn, Laurel, MD
Number of Qualified
Master Contractors: 14
Number of Bids: 1 (Single Bid Received)
Bid:
Bidder
Amount
CAS Severn, Laurel, MD
$359,955.96
Amount: $359,955.96
Term: Anticipated delivery date - 11/04/2023
. MBE/VSBE Participation: 0% / 0%
Resident Business: Yes
Fund Source: 100% Reimbursable (Using Agencies)
Agency Remarks: The pricing provided was found to be fair and reasonable based on GSA
pricing of $660,000 and IBM’s list price of $828,000. There is no MBE or VSBE
participation for this task order because there are no subcontracting opportunities.
5.0 Master Contract: Public Branch Exchange (PBX) IV Telecommunications
Equipment and Services
Contract No. 001B0600162
Approved: DGS 26-IT, 07/22/2020
Term: 01/01/2021 - 12/31/2030
**As of publication, the remaining balance of this master contract is $41,965,218.
5.1 Using Agency: Department of Information Technology
Description: Purchase 3C Voice-over-Internet protocol (VoIP) Server and
telephone licenses for the Office of the Public Defender (OPD) transition from legacy
Public Branch Exchange (PBX) telephone system; F50P4600110.
Award: NEC Corporation of America, Inc.; Middle River, MD
Number of Qualified
Master Contractors: 4
REVISED
2
nd
Revision
3
rd
Revision
226
OSP 97
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
23-IT. INFORMATION TECHNOLOGY (cont’d)
5.0 Public Branch Exchange (PBX) IV Telecommunications Equipment and Services
(cont’d)
Number of Bids: 2
Bids:
Amount: $323,088.28
Term: Anticipated delivery date - 11/01/2023
. MBE/VSBE Participation: 0% / 0%
Resident Business: Yes
Fund Source: 100% Special Funds (MITDP)
Agency Remarks: MBE and VSBE participation was not established for this contract
because there are no subcontracting opportunities available.
6.0 Master Contract: Innovative Workforce Solutions (IWS) Master Contract
Contract No. F50B1600006
Approved: DGS 56-IT, 06/08/2022
Term: 06/23/2022 - 06/22/2025
**As of publication, the remaining balance of this Master is $ $6,230,770
6.1 Using Agency: Department of Information Technology
Description: One mentor and twenty apprentices to assist in replacing end-user
devices as part of a three-year refresh plan. Includes the refresh of laptops and the
associated docking stations at various locations. Since the Pandemic there has been a shift
to creating a more mobile workforce and moving users to laptops when possible and
lessen the desktop footprint; F50B1600006-06; F50B2600048; F50B4600012 /
CTR015111.
Award: Digital Network Group LLC; Largo, MD (MBE) (SBE)
Number of Qualified
TO Contractors: 2
Number of Proposals: 2
Bidders
Amount
NEC of America, Inc.; Middle River, MD
$323,088.28
Optivor Technologies; Orlando, FL
$334,682.63
REVISED
2
nd
Revision
3
rd
Revision
227
OSP 98
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
23-IT. INFORMATION TECHNOLOGY (cont’d)
6.0 Innovative Workforce Solutions (IWS) Master Contract (cont’d)
Proposals:
Offeror
Technical
Rankings
Financial Offers
(Rankings)
Overall
Rankings
Digital Network Group LLC; Largo, MD
1
$2,945,450 (1)
1
Catalyte, Inc.; Baltimore, MD
2
$3,673,700 (2)
2
*Technical and financial were weighted equally.
Amount: $995,150 (Base term)
$975,150 (Renewal Option #1)
$975,150 (Renewal Option #2)
$2,945,450 Total NTE
Term: 10/05/2023 - 04/04/2024 (w/two 6-month renewal options)
MBE/VSBE Participation: 100% (Awardee is an MBE) / 0%
Resident Business: Yes
Fund Source: 100% General Funds
7.0 Master Contract: GIS Software as a Service (SaaS) Master Contract
Contract No. 060B7400056
Approved: DoIT 3-IT, 06/20/2018; 9-IT, 07/19/2018
Term: 06/20/2018 - 6/30/2025
**As of publication, the remaining balance of this master contract is $14,021,050.
7.1 Using Agency: Department of Information Technology
Description: RETROACTIVE approval for the Socrata platform subscription to
support open data for the State of Maryland. The Socrata Connected Government Cloud
platform allows DoIT to remain in compliance with the Open Data Act (State Government
Article, Chapter 69, Section 10-1401 through 10-1404). Employees use it to upload,
process, analyze and visualize data on the Open Data Portal and in the Enterprise Data
Portal, providing data to the public; F50P4600056.
Award: Tyler Technologies Inc.; Dallas, TX
Number of Qualified
Master Contractors: 1
Number of Bids: 1 (Single Bid Received)
REVISED
2
nd
Revision
3
rd
Revision
228
OSP 99
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
23-IT. INFORMATION TECHNOLOGY (cont’d)
7.0 GIS Software as a Service (SaaS) Master Contract (cont’d)
Amount: $ 3,452.04 (Retroactive)
$311,547.96 (Proactive)
$315,000.00 Total
Term: 10/01/2023 - 10/04/2023 (Retroactive)
10/05/2023 - 09/30/2024 (Proactive)
MBE/VSBE Participation: 0% / 0%
Resident Business: No
Fund Source: 100% Reimbursable (DoIT)
Agency Remarks: After reviewing the bids submitted a Best and Final Offer (BAFO) was
requested by the end user which pushed this item past the BPW submission date. This
service is proprietary to Tyler Technologies Inc. and they are the only Master Contractor
authorized to bid. The pricing was compared to the previous contract in the amount of
$300,000. This bid is $315,000 which is an increase of 5%. The increase in price is the
result of the Consumer Price Index inflation of 7%. MBE or VSBE participation was not
established for this contract because there are no subcontracting opportunities.
DGS OSP Remarks: RETROACTIVE approval requested pursuant to § 11-204( c) State
Finance & Procurement Article. DGS OSP has determined that this contract should be
treated as voidable rather than void because: (1) all parties have acted in good faith; (2)
ratification for the procurement contract would not undermine the purposes of the
Procurement Law; and (3) the violation, or series of violations, was insignificant or
otherwise did not prevent substantial compliance with the Procurement Law.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
2
nd
Revision
3
rd
Revision
229
OSP 100
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
Contact: Courtney League 410-767-5516
courtney.league@maryland.gov
24-GM. GENERAL MISCELLANEOUS
Recommendation: That the Board of Public Works approve the use of authorized bond funds to
continue the design of the new Supreme Court of Maryland
Authority: §8-301, State Finance & Procurement Article, Annotated Code of Maryland
1.0 Agency: Department of General Services
Fund Source: MCCBL 2021 Provide funds to continue design a New Court of
Appeals Building in Annapolis Item 107
MCCBL 2022 Court of Appeals Building. Provide funds to continue design of a New
Courts of Appeal Building in Annapolis Item 151
MCCBL 2023 Provide funds to design the new Supreme Court of Maryland in Annapolis
Item 167.
1.1
Contract ID: Design New Supreme Court of Maryland; BA-688-200-001
Description: Design and construction bid package to construct the new
Supreme Court in Annapolis, formerly the Maryland Courts of Appeals.
Procurement Method: Qualification Based Selection
Award: Fentress Architects, Ltd.; Denver, CO
Amount: $ 2,669,862.02 MCCBL 2021 Item 107
$ 830,000.00 MCCBL 2022 Item 151
$ 684,137.98 MCCBL 2023 Item 167
$ 4,184,000.00 Total
MBE/VSBE Participation: 30% / 5%
MBE/VSBE Compliance: 21.524% / 6.147%
Remarks: The contract was approved as item DGS 25-AE, 04/07/2021 with an amount of
$8,534,090; the initial encumbrance of $4,350,000 was approved for use. DGS requests
approval of the difference of funds to continue design.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
230
OSP 101
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
Contact: Wendy Scott- Napier 410-767-4088
wendy.scott-napier@maryland.gov
25-RP. REAL PROPERTY
Department of Agriculture, Maryland Agricultural Land Preservation
Foundation (MALPF) and Agricultural Land Preservation Easements
(Various Properties)
Reference: Approval is requested for the Maryland Agricultural Land Preservation Foundation,
Department of Agriculture, to accept option contracts for the purchase of agricultural preservation
easements on the following properties. All purchases outlined below have been reviewed and
approved by the MALPF Board.
Special Conditions: Grantor relinquishes all rights to develop or subdivide the land for industrial,
commercial, or residential use. Land shall be preserved solely for agricultural use in accordance
with provisions of the Agricultural Article. No commercial signs or bill boards are permitted, and
there shall be no dumping on land except as is necessary to normal farming operations. Grantor
shall manage the property in accordance with sound agricultural practices. Grantee shall have the
right to enter land for inspection. No public rights are granted. The term of these easements shall
be in perpetuity pursuant to Agriculture Article Section 2-514.1.
A) As to items 1 through 5, pursuant and subject to the provisions of Agriculture Article
Section 2-513, Grantor has elected to reserve the right to apply for release of a lot to convey to
himself or his children for the purpose of constructing a dwelling for personal use as follows: one
lot of one acre or less if the subject property is at least 20 acres, but less than 70 acres, two lots of
one acre or less if the subject property is at least 70 acres, but less than 120 acres, or three lots of
one acre or less if the subject property is 120 acres or more.
B) As to items 6 through 17, pursuant and subject to the provisions of Agriculture Article
Section 2-513, Grantor has elected to reserve to himself, and his assigns, the right to apply for
release of one unrestricted lot, that may be conveyed to himself or others. Note that as to Items 10
through 13 and Item 16, the unrestricted lot will be a building envelope that will not be subdivided
from the farm.
C) As to items 18 through 27, the Grantor is waiving the right to request any additional lots.
Grantor Property Price
FAMILY LOTS
Cecil_County
1. Losten’s Dairy, LP 581.822 Acres $2,420,379.52
07-23-13 $4,160.00/acre
231
OSP 102
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
25-RP. REAL PROPERTY (cont’d)
(Appraised Value) (Agricultural Value) (Easement Value)
a. Kelleher (Staff) $5,818,000 $574,044.49 $5,243,955.51
b. Cadell (fee) $8,146,000 $574,044.49 $7,571,955.51
c. Muller (fee) $5,178,000 $574,044.49 $4,603,955.51
Review Appraiser: Kelleher
Dorchester County
2. B&D Tull 304 Acres* $602,360.00
09-23-13 Less 1 acre $2,000.00/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Lefort (Staff) $1,879,000 $269,532.40 $1,609,467.60
b. Cadell (fee) $2,182,000 $269,532.40 $1,912,467.60
c. McCain (fee) $1,454,000 $269,532.40 $1,184,467.60
Review Appraiser: Lefort
*304 acres will be encumbered by the MALPF Easement, but 2.82 acres is reserved for a non-
subdivideable building envelope, which building envelope acreage includes 1 acre for the
existing dwelling which will be located in the building envelope. Thus payment will only be made
upon 301.18 acres after subtracting 1 acre for the existing dwelling to be located in the non-
subdivideable building envelope and 1.82 acre for the additional acreage comprising the non-
subdivideable building envelope.
Garrett County
3. T. Wells & R. King 198.5 Acres* $360,000.00
11-23-07 $3,000.00/acre
(Appraised Value) (Agricultural Value) (Easement Value)
a. Kelleher (Staff) $734,500 $6,000.000 $728,500.00
b. Peters (fee) $833,700 $6,000.00 $827,700.00
c. Cline (fee) $556,000 $6,000.00 $550,000.00
Review Appraiser: Kelleher
*198.5 will be encumbered by the MALPF Easement, but 78.5 acres are being donated and thus
payment will only be made upon 120 acres.
Kent County
4. B&K Family Farm, LLC 202 Acres $904,500.00
14-23-01 Less 1 acre $4,500.00/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Cadell (fee) $2,010,000 $192,102.95 $1,817,897.05
b. Jeffrey (fee) $1,809,000 $192,102.95 $1,616,897.05
232
OSP 103
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
25-RP. REAL PROPERTY (cont’d)
Review Appraiser: Andrews
5. Strong Associates II, LP 111.485 Acres $488,182.50
14-23-08 Less 1 acre $4,500.00/acre
Per dwelling
(3 dwellings)
(Appraised Value) (Agricultural Value) (Easement Value)
a. Andrews (Staff) $1,682,000 $106,001.26 $1,575,998.74
b. Jeffrey (fee) $1,573,000 $106,001.26 $1,466,998.74
c. Cadell (fee) $1,953,000 $106,001.26 $1,846,998.74
Review Appraiser: Andrews
UNRESTRICTED LOTS
Caroline_County
6. M&T Sensenig 214.249 Acres $506,466.38
05-23-11 Less 1 acre $2,375.00/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Cadell (fee) $1,120,000 $181,793.11 $938,206.89
b. McCain (fee) $1,109,000 $181,793.11 $927,206.89
Review Appraiser: Andrews
Cecil County
7. Leon King 101.4091 Acres $507,045.50
07-23-12 $5,000.00/acre
(Appraised Value) (Agricultural Value) (Easement Value)
a. Kelleher (Staff) $761,000 $42,253.79 $718,746.21
b. Cadell (fee) $872,000 $42,253.79 $829,746.21
c. Muller (fee) $507,000 $42,253.79 $464,746.21
Review Appraiser: Kelleher
8. Quiet Acres Farm, et.al 238.82 Acres $1,308,010.00
07-23-16 Less 1 acre $5,500.00/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Cadell (fee) $2,616,000 $193,316.17 $2,422,683.83
b. Muller (fee) $2,045,000 $193,316.17 $1,851,683.83
Review Appraiser: Kelleher
233
OSP 104
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
25-RP. REAL PROPERTY (cont’d)
Charles County
9. J. Donner & A. Dailey 72.83 Acres $318,000.00
08-23-03 Less 1 acre $4,427.12/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Enger (Staff) $424,000 $20,416.67 $403,583.33
b. Belinko (fee) $524,000 $20,416.67 $503,583.33
c. Campbell (fee) $453,000 $20,416.67 $432,583.33
Review Appraiser: Enger
Frederick County
10. P&K Dotterer 40.94 Acres $239,499.00
10-23-04 $5,850.00/acre
(Appraised Value) (Agricultural Value) (Easement Value)
a. Muller (fee) $450,000 $32,558.23 $417,441.77
b. Belinko (fee) $532,000 $32,558.23 $499,441.77
Review Appraiser: Enger
Kent County
11. D&E Coleman 148.185 Acres $426,031.88
14-23-02 $2,875.00/acre
(Appraised Value) (Agricultural Value) (Easement Value)
a. Cadell (fee) $993,000 $67,263.13 $925,736.87
b. Jeffrey (fee) $963,000 $67,263.13 $895,736.87
Review Appraiser: Andrews
12. Goose Chase Farms, LLC 380.481 Acres $1,521,924.00
14-23-03 $4,000.00/acre
(Appraised Value) (Agricultural Value) (Easement Value)
a. Cadell (fee) $3,082,000 $182,961.05 $2,899,038.95
b. Jeffrey (fee) $2,929,000 $182,961.05 $2,746,038.95
Review Appraiser: Andrews
13. J&A Rigdon 322.18 Acres $1,846,785.00
14-23-10 Less 1 acre $5,750.00/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Campbell (fee) $3,500,000 $326,479.62 $3,173,520.38
b. Cadell (fee) $3,115,200 $326,479.62 $2,788,720.38
234
OSP 105
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
25-RP. REAL PROPERTY (cont’d)
Review Appraiser: Andrews
Queen Anne’s County
14. H&E Covington 276.323 Acres $1,014.995.10
File No. Less 1 acre $3,700.00/acre
Per dwelling
(2 dwellings)
(Appraised Value) (Agricultural Value) (Easement Value)
a. Belinko (fee) $2,249,000 $185,206.95 $2,063,793.05
b. Cadell (fee) $2,003,000 $185,206.95 $1,817,793.05
Review Appraiser: Andrews
15. R&A Whaley 316.34 Acres $1,261,360.00
17-23-11 Less 1 acre $4,000.00/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Cadell (fee) $2,649,000 $291,377.33 $2,357,622.67
b. Belinko (fee) $2,586,000 $291,377.33 $2,294,622.67
Review Appraiser: Andrews
Wicomico County
16. McCain Farms, LLC 85.13 Acres $189,292.50
22-23-07 Less 1 acre $2,250.00/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Belinko (fee) $463,000 $61,550.00 $401,450.00
b. Cadell (fee) $446,000 $61,550.00 $384,450.00
Review Appraiser: Lefort
17. L&T Richardson 56.8 Acres $223,200.00
22-23-08 Less 1 acre $4,000.00/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Lefort (Staff) $446,000 $35,973.33 $410,026.67
b.Belinko (fee) $474,000 $35,973.33 $438,026.67
c. Cadell (fee) $388,000 $35,973.33 $352,026.67
Review Appraiser: Lefort
235
OSP 106
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
25-RP. REAL PROPERTY (cont’d)
LOT WAIVER
Carroll County
18. M&J Fisher 20 Acres $139,650.00
06-23-06 Less 1 acre $7,350.00/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Belinko (fee) $199,500 $16,513.02 $182,986.98
b. Muller (fee) $186,000 $16,513.02 $169,486.98
Review Appraiser: Andrews
19. M&T Tiahrt 24.07 Acres $207,630.00
06-23-15 Less 1 acre $9,000.00/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Andrews (Staff) $311,000 $25,699.63 $285,300.37
b. Belinko (fee) $738,000 $25,699.63 $712,300.37
c. Muller (fee) $226,000 $25,699.63 $200,300.37
Review Appraiser: Andrews
Dorchester County
20. Robert Howard 50.449 Acres $140,929.25
09-23-06 Less 1 acre $2,849.99/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Cadell (fee) $346,000 $61,917.82 $284,082.18
b. McCain (fee) $316,000 $61,917.82 $214,082.18
Review Appraiser: Lefort
Garrett County
21. Timothy Sisler, et.al. 258.2 Acres $617,250.00
11-23-10 Less 1 acre $2,399.88/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Belinko (fee) $823,000 $155,490.93 $667,509.07
b. Campbell (fee) $900,000 $155,490.93 $744,509.07
Review Appraiser: Kelleher
236
OSP 107
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
25-RP. REAL PROPERTY (cont’d)
Kent County
22. Kathleen Leager 107.412 Acres $285,614.50
14-23-04 Less 1 acre $2,684.04/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Cadell (fee) $1,075,000 $78,040.04 $996,959.96
b. Jeffrey (fee) $913,000 $78,040.04 $834,959.96
Review Appraiser: Andrews
23. T&S Speakman 93.77 Acres* $258,356.00
14-23-07 Less 1 acre $2,800.00/acre
Per dwelling
(Appraised Value) (Agricultural Value) (Easement Value)
a. Andrews (Staff) $742,000 $68,753.23 $673,246.77
b. Jeffrey (fee) $634,000 $68,753.23 $565,246.77
c. Cadell (fee) $877,000 $68,753.23 $808,246.77
Review Appraiser: Andrews
*93.77 acres will be encumbered by the MALPF Easement, but 0.5 acre is reserved for a
permitted use envelope and thus payment will only be made upon 92.27 acres after also
subtracting 1 acre for 1 dwelling.
Wicomico County
24. Richardson Trust, et.al. 104.94 Acres $262,350.00
22-23-10 $2,500.00/acre
(Appraised Value) (Agricultural Value) (Easement Value)
a. Belinko (fee) $630,000 $63,016.67 $566,983.33
b. Cadell (fee) $619,000 $63,016.67 $555,983.33
Review Appraiser: Lefort
25. Richardson Trust, et.al. 79.64 Acres $238,920.00
22-23-11 $3,000.00/acre
(Appraised Value) (Agricultural Value) (Easement Value)
a. Belinko (fee) $589,000 $50,438.67 $538,561.33
b. Cadell (fee) $518,000 $50,438.67 $467,561.33
Review Appraiser: Lefort
237
OSP 108
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
25-RP. REAL PROPERTY (cont’d)
26. Richardson Trust, et.al. 74.5 Acres $223,500.00
22-23-12 $3,000.00/acre
(Appraised Value) (Agricultural Value) (Easement Value)
a. Lefort (Staff) $559,000 $47,183.33 $511,816.67
b. Belinko (fee) $596,000 $47,183.33 $548,816.67
c. Cadell (fee) $514,000 $47,183.33 $466,816.67
Review Appraiser: Lefort
27. Richardson Trust, et.al. 138.3 Acres $345,750.00
22-23-13 $2,500.00/acre
(Appraised Value) (Agricultural Value) (Easement Value)
a. Belinko (fee) $747,000 $51,416.67 $695,583.33
b. Cadell (fee) $678,000 $51,416.67 $626,583.33
Review Appraiser: Lefort
Fund Source: 10460/1481 $16,976,732.23
Total: $16,976,732.23
Total Acres (TA): 4,602.7751
TA Less Unpaid Acres and Dwellings: 4,501.9551
Average Price per Paid Acre: $3,744.59
Remarks:
1. The Department of Agriculture recommends acceptance of these contracts.
2. The Department of General Services has reviewed the appraisals and has recommended that
each appraisal “a.” listed above be the fair market value of the land on which the easement is
to be acquired.
3. Pursuant to Agriculture Article 2-511(e), the purchase price of each easement may not exceed
75% of the fair market value, or the owner’s asking price, whichever is less.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
238
OSP 109
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
Contact: Wendy Scott- Napier 410-767-4088
wendy.scott-napier@maryland.gov
26-LT. TENANT LEASE
Department Education, Division of Rehabilitative Services
Recommendation: Approve a lease renewal .
Prior Board Action: DGS 17-LT, 08/21/2013
Landlord/Owner: Hansen II, LLC, 8708 Brooks Drive, Easton, MD 21601
Property Location: 8737 Brooks Drive, Units 105 & 106, Easton, MD 21601
Space Type: Office (2,191 sq. ft.)
Lease Type: New (Continued Use of Property)
This Term: 01/01/2024 - 12/31/2028 (w/standard 6-month holdover)
Future Option Term: 01/01/2029 - 12/31/2033
Annual Rent Office: $58,039.59 SF Rate: $26.49/sq. ft.
Fund Source: 100% Federal Appropriation Code: 36010124 100 1301 U2505
Utilities/Custodial Responsibility: Tenant/Landlord
Termination for Convenience Clause: Yes
Procurement Method: Sole Source
See COMAR 21.05.05.02.D; DGS Space Mgmt Manual 6-605 E
Remarks: This space has been used since 2013 as the Talbot County Division for Rehabilitative
Services to provide leadership and support in promoting the employment, economic self-
sufficiency and independence of county residents with disabilities. The lease provides free
parking spaces at no cost to the State.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
239
OSP 110
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
Contact: Wendy Scott- Napier 410-767-4088
wendy.scott-napier@maryland.gov
27-LT-MOD. TENANT LEASE MODIFICATION
Department of State Police
Recommendation: Approve a change order for additional tenant fit-up items for the BRIC
technology center.
Prior Board Action DGS 57-GM, 07/07/21; DGS 52-LT, 08/12/2020; and
DGS 11-LT, 07/23/2014
Landlord: 7125-7131 Ambassador, LLC; 7127 Ambassador Rd, Suite 100,
Windsor Mill, MD 21244
Property Location: 7125 Ambassador Rd, Windsor Mill, MD 21244
Change Order: $176,996.49
Fund Source: 100% General Obligation Bond
Appropriation Code: MCCBL 19-125
Original Procurement Method: Sole Source
See COMAR 21.05.05.02D; DGS Space Mgmt. Manual ¶ 6-605-E
Remarks: Unforeseen change orders were required to build out this unique space that is
shared with the Federal Bureau of Investigations. The primary function of the Maryland
Coordination and Analysis Center (MCAC) is to provide analytical support for federal, state, and
local agencies involved in law enforcement, public health and welfare, public safety, and
homeland security in Maryland. The change orders that were required to complete this
construction project included: (1) modifications to existing exit door and frames; (2) additional
electric modifications required to integrate with the newly installed generator; (3) low voltage
requirements; (4) Liebert Battery and Bypass Uninterrupted Power Supply (UPS) Cabinet
equipment shipping and delivery charges; and (5) installation of man bars to meet State Police
and FBI requirements, and other Maryland State Police requirements to successfully complete
the final integration of the generator and UPS back-up system.
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
240
OSP 111
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
Contact: Yasin Mohammed 410-260-7552
yasin.mohammed@maryland.gov
28-IT. INFORMATION TECHNOLOGY
Recommendation: That the Board of Public Works approve the following Task Order/
Purchase Order under a previously-approved Master Contract.
Authority: State Finance and Procurement Article
Annotated Code of Maryland, § 13-113; COMAR 21.05.13.06
Procurement Method: Task Order/Purchase Order under Master Contract
1.0 Master Contract: Hardware/Associated Equipment & Services 2012
Contract No. 060B2490022
Approved: DoIT 4-IT, 10/31/2012
Term: 11/15/2012 - 11/14/2027
**As of publication, the remaining balance of this master contract is $14,791,032.
1.1 Using Agency: Department of Human Services
Description: Dell Equipment to build out offsite data center at Tierpoint and
furnish the network needs for the new headquarters location at 25 South Charles Street,
Baltimore. Includes servers and audio-visual equipment essential for business
operations; MD. OTHS/OTHS-24-017-H; N00B4600028
Award: Applied Technology Services Inc., Middle River, MD
(SBE,MBE)
Number of Qualified
Master Contractors: 17 (Functional Areas I, II, III & IV) (SBR - Designated)
Number of Bids: 4
Bids:
Bidders
Amounts
Applied Technology Services; Middle River, MD
$2,118,882.00
MVS Inc.; Washington, DC
$2,241,509.55
DSR Inc.; Hanover, MD
$2,242,261.90
Bithgroup Technologies; Baltimore, MD
$2,305,505.97
Amount: $2,118,882
Term: Anticipated delivery date - 10/11/2023
(*Or earlier upon BPW approval)
MBE/VSBE Participation: 100% (Awardee is an MBE) / 0%
241
OSP 112
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
28-IT. INFORMATION TECHNOLOGY CONTRACT (cont’d)
Resident Business: Yes
Fund Source: 35% Federal Funds, 65% General Funds
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
242
OSP 113
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
Contact: Katie Savage, Secretary 410-697-9401
katie.savage@maryland.gov
29-IT. INFORMATION TECHNOLOGY
RETROACTIVE - Department of Information Technology
Contract ID: GIS Software; F50B4600015
ADPICS No.: F50B4600015
Contract Description: RETROACTIVE approval to purchase Geographic Information Systems
(GIS) software maintenance and support for desktop and server software.
Award: Esri; Redlands, CA
Term: 08/01/2023 - 10/04/2023 (Retroactive)
10/05/2023 - 07/31/2025 (Proactive)
Amount: $ 191,438.36 (Retroactive)
$ 1,958,561.64 (Proactive)
$ 2,150,000.00 Total
Procurement Method: Sole Source (Proprietary, Continuity of Service)
MBE/VSBE Participation: 0% / 0%
Performance Security: No
Incumbents: Same
Requesting Agency Remarks: The item was submitted for the July 19, 2023 BPW agenda,
however, clarification of BPW questions resulted in a retroactive submittal. DoIT requests the
Board's retroactive approval of this extremely important contract for the full one-year tenn,
August 1, 2023 through July 31, 2024.
DolT regrets having to submit retroactive agenda items. Please be assured that DolT recognizes
that retroactive contracts are not desirable. The Department is working diligently to avoid
retroactive activities by developing a contract database that notifies DolT of upcoming contract
due dates. The Department will continue to be proactive in its procurement practices moving
forward.
REVISED
243
OSP 114
DEPARTMENT OF GENERAL SERVICES
OFFICE OF STATE PROCUREMENT
ACTION AGENDA
October 4, 2023
29-IT. INFORMATION TECHNOLOGY (cont’d)
Agency Remarks (cont’d):
No comparable GIS software product is presently available in the market with adequate scope,
breadth, accessibility, ease-of-sharing, infrastructure compatibility, or cost efficiency. Esri GIS
software is not available through a third-party reseller. Terms and conditions of the software
products were reviewed by the State’s legal counsel prior to award and approved. Esri offers fair
and reasonable pricing under the same previously approved terms and conditions.
The continuation of the existing contract provides continuity of the GIS software maintenance
services allowing DoIT to provide a robust and reliable core infrastructure and delivery of
authoritative data and services to support all State agencies, boards and commissions.
The enterprise platform is utilized by 1,600+ state employees to support 100+ public-facing
mapping applications, as well as countless operational workflows to support location-based
decision-making. Essential applications include support for emergency management and response
within the MEMA Emergency Operations Center. Enterprise systems provide vital access to data
for public safety and dispatch response within the 24 local jurisdiction Public Safety Answering
Points (PSAPs).
DGS OSP Remarks: RETROACTIVE approval requested pursuant to § 11-204( c) State Finance
& Procurement Article. DGS OSP has determined that this contract should be treated as voidable
rather than void because: (1) all parties have acted in good faith; (2) ratification for the procurement
contract would not undermine the purposes of the Procurement Law; and (3) the violation, or series
of violations, was insignificant or otherwise did not prevent substantial compliance with the
Procurement Law.
Fund Source: 100% Reimbursable (Using Agency)
Approp. Code: Various (Agency-Specific)
Resident Business: No
MD Tax Clearance: 23-3361-1101
BOARD OF PUBLIC WORKS THIS ITEM WAS:
APPROVED DISAPPROVED DEFERRED WITHDRAWN
WITH DISCUSSION WITHOUT DISCUSSION
REVISED
244